Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
SWP273635(4)
CH2M Hill Inc. \ 1100 112th Avenue NE STE 400 c_ Bellevue, WA 98004 Tel 425-453-5000 C44?JM-8 Fax 425-462-5957 RECEIVED Please remit to: JUL 17 2015 CH2M Hill Engineers, Inc PO Box 201869 Utility Systems Dallas, TX 75320-1869 City of Renton ATTN: Hebe Bernardo Date- 15-Jul-15 Public Works Department Project No.: 469718 1055 S. Grady Way Client Ref#: 000771 Renton, WA 98057 Invoice No 381034905 FINAL INVOICE -- PHASE 1 For professional services from January 01, 2015 through June 05, 2015, in connection with the Sunset Community LID Retrofit Project, Green Connection -Harrington Ave., Reference#CAG-13-023 Task 7 -Services During Bidding&Construction Professional Services Title Name Hours Rate Amount Task Engineer-Civil Williams, Jesse 1.0 $47.97 $47.97 Total Direct Salary Cost(DSC) $ 47.97 Overhead Rate (OH)of 149.5% x DSC = $ 71.72 Subtotal of DSC+ OH $ 119.69 20% Fee on Labor $ 23.94 Subtotal DSC, OH & Fee: $ 143.63 Subtotal Task 07: $ 143.63 Task 9-Supplimental SDC(Amend#3) Professional Services Title Name Hours Rate Amount Project Manager Atchison, Dustin 1.0 $60.86 $60.86 Task Engineer-Water Chung, Raymond 2.0 $54.45 $108.90 Total Direct Salary Cost(DSC) $169.76 Overhead Rate(OH)of 149.5% x DSC = $253.79 Subtotal of DSC +OH $423.55 20% Fee on Labor $84.71 Subtotal DSC, OH & Fee: $508.26 Direct Expenses Subconsultant/Lab Services Houch, Beck& Baird Inv#10642 $2,174.26 Subconsultant/Lab Services Houch, Beck& Baird Inv#10702 $511.40 Subconsultant/Lab Services Houch, Beck& Baird Inv#10754 $765.62 Subconsultant/ Lab Services Houch, Beck& Baird Inv# 10795 $64.66 Markup on Subconsultant/Lab Services $70.32 Subtotal of Expenses: $3,586.26 Subtotal Task 09: $4,094.52 TOTAL DUE THIS BILLING PERIOD $ 4, 338.15 Budget Status CH2M HILL Project#469718(Task 03) Sunset Community LID Retrofit Project--Harrington Ave-PHASE 1 Previously Current Budget Percent Task Description Budget Invoiced Invoice Invoiced to Date Remaining Complete (thru Amd#3) 6/5/2015 6/5/2015 1 Project Management $28,995.00 $32,094.73 $0.00 $32,094.73 $3,099.73) 111% 2 113asemap Prep&Supplimental Survey $37,608.00 $37,967.83 $0.00 $37,967.83 ($359.83) 101% 3 1 Public Involvement $11,165.00 $8,555.02 $0.00 $8,555.02 $2,609.98 77% 4 Hydrologic/Hydraulic Modeling $15,956.00 $8,918.31 $0.00 $8,918.31 $7,037.69 56% 5 Permit Support $3,805.00 $2,908.85 $0.00 $2,908.85 $896.15 76% Final Design, Construction Docs &Cost 6 Estimate $120,441.00 $133,150.50 $0.00 $133,150.50 ($12,709.50) 111% 7 Services During Bidding & Construction $7,688.00 $4,190.58 $ 143.63 $4,334.21 $3,353.79 56% 8 Integration of Waterline Replacement $10,461.00 $8,520.92 $0.00 $8,520.92 $1,940.08 81% 9 Supplimental SDC (Amend#3) $16,659.00 $12,232.20 $4,094.52 $16,326.72 $332.28 I' M Total Tasks -Phase 1 $252,778.00 $248,638.94 $4,238.15 $252,777.09 $0.91 100.00% C142M- July 15,2015 Hebe Bernardo City of Renton 1055 S.Grady Way Renton,WA 98057 Subject: Sunset Community Low Impact Development Retrofit Project- Green Connection:Harrington Avenue NE Invoice No. 10-Final Through June 5thth,2015 Dear Hebe: Enclosed is Invoice No. 10 for the above captioned task. Please see the attached progress report and table summarizing the percent complete of each subtask. We anticipate this to be the final invoice for the project and thank you for the opportunity. If you have any questions please give me a call at 206.612.8901. Sincerely, CH2M HILL Dustin Atchison,P.E. Project Manager PROGRESS REPORT—Design and Permitting Through June 5'h,2015 Harrington Avenue NE Phase 1 Status of Activities Current Invoiced to Budget Task Description Budget Invoice Date Remaining 6/5/2015 6/5/2015 1 Project Management $27,605.00 $0.00 $32,094.73 $3,099.73 Basemap Prep& 2 Supplemental Survey $37,608.00 $0.00 $37,967.83 $359.83 3 1 Public Involvement $11,165.00 $0.00 $8,555.02 $2,609.98 Hydrologic/Hydraulic 4 Modeling $15,956.00 $0.00 $8,918.31 $7,037.69 5 Permit Support $3,805.00 $0.00 $2,908.85 $896.15 Final Design, Construction 6 Docs&Cost Estimate $108,877.00 $0.00 $133,150.50 $12,709.50 Services During Bidding& $ 7 Construction $7,688.00 143.63 $4,334.21 $3,353.79 Integration of Waterline 8 Re lacement $10,461.00 $0.00 $8,520.92 $1,940.08 Supplemental SDC 9 Amend#3 $16,659.00 $4,094.52 $16,326.72 $332.28 Total Tasks $252,778.00 $4,238.15 $252,777.09 1 $0.91 Activities Performed During This Period: Task 1 -Project Management • Project Schedule and progress updates • Project Status reports and invoicing Task 2-Basemap Prep &Supplemental Survey • Task is complete Task 3-Public Involvement • Task is complete Task 4-Hydrologic/Hydraulic Modeling • Task is complete Task 5-Permit Support • Task is complete 2 Task 6- Final Design,Construction Docs &Cost Estimate • Task is complete Task 7 and 9-Services During Bidding and Construction • Respond to questions/clarifications from construction manager on construction drawings and documents such as pervious concrete specifications,testing requirements,landscaping watering,inlet curb cut,pavement marking,etc. • Resolved grading interface issues. • Provided quantities estimate for Contractor payment purposes. • Field meeting for the pouring of pervious concrete test panel(1/14) • Field meeting for the power washing test of the pervious concrete panel(1/26) Deliverables This Period: • See Task 7 and 9 above. 3 Hough Beck&Baird Inc. H B B Seattle,215 WaAk98 v0e9 ue North LANDSCAPE ARCHITECTURE 206-682-3051 Invoice No.: 10642 Date: October 01,2014 Dustin Atchison CH2M Hill Engineers, Inc. Project:Harrington Ave NE-Green P.O. Box 241329 Connections PO#469718-1000 Denver,CO 80224 Activity:Task 1 -Coordination of responses with civil engineering;Task 3-Additional City of Renton comments on final package; revisions to final bid package drawings; updates to special provisions; reprint and resign. For Professional Services through September 25,2014 Project No.:2013-05 Project Summary: Total Project Contract Amount: $26,757.90 Total Fee Billed to Date: $25,386.34 Total Fee Billed this Invoice: $2,174.26 Total Contract Amount Remaining: $1,371.56 Total Project Invoice Amount: $2,174.26 The Following pages detail all project activity by task. Page 1 of 4 CH2M Hill Engineers,Inc. Invoice number 10642 Project Harrington Ave NE-Green Connections PO#469718-1000 Date 10/01/2014 01: Task 1.Project Management Contract Maximum: $3,298.41 Previous Billings Against Maximum: $3,252.85 Current Billings Against Maximum: $45.66 Balance After This Invoice: $0.00 Construction Doc. Professional Fees Employee Name Employee Classification Rate Hours Charge Dean Koonts Principal $182.22 0.25 $45.56 Total Construction Doc. $45.56 Professional Fees Totals $45.56 Page 2 of 4 CH21VI Hill Engineers,Inc. Invoice number 10642 Project Harrington Ave NE-Green Connections PO#469718.1000 Date 10/01/2014 03: Task 3.Final Design,Construction Documents 8 Cost Estimate Contract Maximum: $16,117.85 Previous Billings Against Maximum: $14,021.89 Current Billings Against Maximum: $2,092.70 Balance After This Invoice: $3.26 Construction Doc. Professional Fees Employee Name Employee Classification Rate Hours Charge Ben Schneider Computer Tech Staff $73.48 26.00 $1,910.48 Dean Koonts Principal $182.22 1.00 $182.22 Total Construction Doc. $2,092.70 Professional Fees Totals $2,092.70 Page 3 of 4 CH21VI Hill Engineers,Inc. Invoice number 10642 Project Harrington Ave NE-Green Connections PO#469718-1000 Date 10/01/2014 05: Reimbursable Expenses Contract Maximum: $299.43 Previous Billings Against Maximum: $263.43 Current Billings Against Maximum: $36.00 Balance After This Invoice: $0.00 Construction Doc. Reimbursables HB&B Expense DaIQ Bill Units Unit Cost Rate Markup Charae 24x36 Bond Plot Prints In-House(12a) 05/15/2014 10.00 $3.60 1.00 $36.00 Total Construction Doc. $36.00 Reimbursables Totals $36.00 Page 4 of 4 Hough Beck& Baird Inc. HBB 215 Westlake Avenue North Seattle,WA 98109 LANDSCAPE ARCHITECTURE 206-682-3051 Invoice No.: 10702 Date: December 01,2014 Dustin Atchison CH2M Hill Engineers, Inc. Project:Harrington Ave NE-Green P.O. Box 241329 Connections PO#469718-1000 Denver,CO 80224 Activity:Task 6-CA: Submittal Review 037+038. For Professional Services through November 25,2014 Project No.: 2013-05 Project Summary: Total Project Contract Amount: $28,757.90 Total Fee Billed to Date: $25,897.74 Total Fee Billed this Invoice: $511.40 Total Contract Amount Remaining: $2,860.16 Total Project Invoice Amount: $511.40 The Following pages detail all project activity by task. Page 1 of 2 CH2M Hill Engineers,Inc. Invoice number 10702 Project Harrington Ave NE-Green Connections PO#469718-1000 Date 12/01/2014 06: Construction Administration Support Services Contract Maximum: $2,000.00 Previous Billings Against Maximum: $0.00 Current Billings Against Maximum: $611.40 Balance After This Invoice: $1,488.60 Construction Observation Professional Fees Employee Name Employee Classification Rate Hours Charge Ben Schneider Computer Tech Staff $73.48 2.00 $146.96 Dean Koonts Principal $182.22 2.00 $364.44 Total Construction Observation $511.40 Professional Fees Totals $511.40 Page 2 of 2 Hough Beck 8, Baird Inc. H 215 Westlake Avenue North Seattle,WA 98109 LANDSCAPE ARCHITECTURE 206-682-3051 Invoice No.: 10754 Date: January 01,2015 Dustin Atchison CH2M Hill Engineers, Inc. Project:Harrington Ave NE-Green P.O. Box 241329 Connections PO#469718-1000 Denver, CO 80224 Activity Task 6-CA: Submittal Reviews:Topsoil Type A; Sod Supplier; Compost Addition. For Professional Services through December 25,2014 Project No.:2013-05 Project Summary: Total Project Contract Amount: $28,757.90 Total Fee Billed to Date: $26,663.36 Total Fee Billed this Invoice: $765.62 Total Contract Amount Remaining: $2,094.54 Total Project Invoice Amount: $765.62 The Following pages detail all project activity by task. Page 1 of 2 CH2M Hill Engineers,Inc. Invoice number 10754 Project Harrington Ave NE-Green Connections PO#469718-1000 Date 01/01/2015 06: Construction Administration Support Services Contract Maximum: $2,000.00 Previous Billings Against Maximum: $511.40 Current Billings Against Maximum: $766.62 Balance After This invoice: $722.98 Construction Observation Professional Fees Employee Name Employee Classification Rate Hours Charge Ben Schneider Computer Tech Staff $73.48 0.50 $36.74 Dean Koonts Principal $182.22 4.00 $728.88 Total Construction Observation $765.62 Professional Fees Totals $765.62 Page 2 of 2 Hough Beck&Baird Inc. HBB 215 Westlake Avenue North Seattle,WA 98109 LANDSCAPE ARCHITECTURE 206-682-3051 Invoice No.: 10795 Date: February 01,2015 Dustin Atchison CH2M Hill Engineers, Inc. Project:Harrington Ave NE-Green P.O. Box 241329 Connections PO#469718-1000 Denver,CO 80224 Activity:Task 6-CA: RFI response regarding watering plan. For Professional Services through January 25,2015 Project No.: 2013-05 Project Summary: Total Project Contract Amount: $28,757.90 Total Fee Billed to Date: $26,728,02 Total Fee Billed this Invoice: $64.66 Total Contract Amount Remaining: $2,029.88 Total Project Invoice Amount: $64.66 The Following pages detail all project activity by task. Page 1 of 2 CH21V!Hill Engineers,Inc. Invoice number 10795 Project Harrington Ave NE-Green Connections PO#469718.1000 Date 02/01/2015 06: Construction Administration Support Services Contract Maximum: $2,000.00 Previous Billings Against Maximum: $1,277.02 Current Billings Against Maximum: $64.66 Balance After This Invoice: $658.32 Construction Observation Professional Fees Employee Name Employee Classification Rate Hours Charge James Howard L.A./Project Manager $129.32 0.50 $64.66 Total Construction Observation $64.66 Professional Fees Totals $64.66 -- - Page 2 of 2 A, PUBLIC WORKS DEPARTMENT p o c�q'of p . DATE: M E M O R A N D U N4ME INITI UDATE -ter DATE: August 7, 2014 TO: Gregg Zimmerman, Public Works Ad 14. 0 FROM: Lys Hornsby, Utility Systems Director STAFF CONTACT: Ron Straka, Surface Water Utility Manager, x7298 Hebe C. Bernardo, Surface Water Utility Engineer, x 7264 SUBJECT: Addendum #3 to CAG-13-023 for the Harrington Ave NE Stormwater Green Connections Improvement Project with CH2MHILL Engineers Please sign Addendum #3 to the Engineering Consultant Agreement CAG-13-023, with , CH2MHILL Engineers, Inc., for construction management services on the Harrington Avenue NE Stormwater Green Connections Improvement project between NE 16th Street and NE 10th Street, in the amount of$16,659. Under the original contract, the Consultant provided design services for the design of bioretention stormwater facilities, porous concrete sidewalks, and trunk system along Harrington Avenue NE from NE 16th Street to NE 10th Street to provide enhanced basic water quality treatment, flow reduction before discharging into Johns Creek, and improvements to the conveyance capacity. Amendment #3 is needed to address services during construction. The presence of CH2MHILL Engineers, Inc. at the construction site is to provide the City with a greater degree of confidence that the completed construction of the porous concrete sidewalks and bioretention facilities/rain gardens will conform to the construction documents. It will also provide a training opportunity to City staff in the installation of low impact development facilities. Services during construction will include: • Review of submittals for porous concrete sidewalk, bioretention soil mix and additional submittal review support as requested by the City. • Monitoring the performance of the construction of low impact development facilities. • Verifying that the Contractor's work is in substantial compliance with the contract documents. • Assistance responding to events that occur during the construction. Mr.Zimmerman Page 2 of 2 August 7,2014 The Harrington Avenue NE Green Connections project will be funded ($913,000) by the Department of Ecology's FY 2012 Statewide Stormwater Grant Agreement No. G1200545 and the Surface Water Utility's Capital Improvement Program for the Harrington Avenue NE Green Connections Project budget (427.475490). The approved 2013-2014 budget for the project is $1,169,000. The remaining project budget is for City project management and construction cost. Attachments H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3635 Sunset Community Plan SSIP\1103 Consultant Contract\Phase II\Addendum#3\Addendum#3 CH2MHILL Memo to Gregg.doc\HCBtp f PUBLIC WORKS DEPARTMENTCity Of M E M O R A N D U M DATE: August 7, 2014 TO: Gregg Zimmerman, Public Works Administrator FROM: Lys Hornsby, Utility Systems DirectorA STAFF CONTACT: Ron Straka, Surface Water Utility Manager, x7298 Hebe C. Bernardo, Surface Water Utility Engineer, x 7264 SUBJECT: Addendum #3 to CAG-13-023 for the Harrington Ave NE Stormwater Green Connections Improvement Project with CH21VIHILL Engineers Please sign Addendum #3 to the Engineering Consultant Agreement CAG-13-023, with CH2MHILL Engineers, Inc., for construction management services on the Harrington Avenue NE Stormwater Green Connections Improvement project between NE 16th Street and NE 10th Street, in the amount of$16,659. Under the original contract, the Consultant provided design services for the design of bioretention stormwater facilities, porous concrete sidewalks, and trunk system along Harrington Avenue NE from NE 16th Street to NE 10th Street to provide enhanced basic water quality treatment, flow reduction before discharging into Johns Creek, and improvements to the conveyance capacity. Addendum #1, in the amount of$106,538, was for the Harrington Avenue NE Green Connections Phase II project design. Work included data collection, survey and base map preparation, permitting support, pre-final design of the facility, preparation of construction plans and specifications, a technical information report, and project management. Phase II design is currently in 90-percent design. Addendum #2, in the amount of$23,415, addressed additional elements performed during the design of Phase I not covered under the original scope. These services included: • Pre-30% design submittal and additional construction drawing details. • Development of a technical memorandum addressing pervious concrete sidewalk installation and O&M manual. • Coordination and inclusion of waterline drawings in the 90% submittal. This work included updates to the paving plans, the incorporation of the water line r � Mr.Zimmerman Page 2 of 2 August 7,2014 (designed by the Water Utility) into the plan set, and verifying that the water alignment will not conflict with the proposed storm system improvements. Amendment#3 is needed to address services during construction. The presence of CH2MHILL Engineers, Inc. at the construction site is to provide the City with a greater degree of confidence that the completed construction of the porous concrete sidewalks and bioretention facilities/rain gardens will conform to the construction documents. It will also provide a training opportunity to City staff in the installation of low impact development facilities. Services during construction will include: • Review of submittals for porous concrete sidewalk, bioretention soil mix and additional submittal review support as requested by the City. • Monitoring the performance of the construction of low impact development facilities. • Verifying that the Contractor's work is in substantial compliance with the contract documents. • Assistance responding to events that occur during the construction. The Harrington Avenue NE Green Connections project will be funded ($913,000) by the Department of Ecology's FY 2012 Statewide Stormwater Grant Agreement No. G1200545 and the Surface Water Utility's Capital Improvement Program for the Harrington Avenue NE Green Connections Project budget (427.475490). The approved 2013-2014 budget for the project is $1,169,000. The remaining project budget is for City project management and construction cost. Attachments H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3635 Sunset Community Plan SSIP\1103 Consultant Contract\Phase II\Addendum#3\Addendum#3 CH2MHILL Memo to Gregg.doc\HCBtp CITY OF RENTON COUNCIL AGENDA BILL AI #: Submitting Data: Public Works For Agenda of: Dept/Div/Board: Utility Systems Division/Surface February 4, 2013 Water Utility Staff Contact: Ron Straka, x7248 Agenda Status Hebe C. Bernardo, x7264 Consent. ., , X Subject: Public Hearing.... �; ` yll4Ff - ME Sunset Community Plan SSIP - Harrington Avenue NE Correspo E DA�� �. Green Connections Project Engineering Consultant Ordinanc .. WITIAUDAT Agreement with CH2MHill Resolutio :. , �3 Old Busin � - 3 Exhibits: New Busi. _ Issue Paper Study Sessio `. .. Contract Information........... Recommended Action: Approvals: Council Concur Legal Dept......... X Finance Dept...... X Other.................. Fiscal Impact: Expenditure Required... $212,704 Transfer/Amendment....... Amount Budgeted....... $1,280,000 Revenue Generated......... Total Project Budget $1,280,000 City Share Total Project.. SUMMARY OF ACTION: The purpose of the Harrington Avenue NE Green Connections project is to provide stormwater quality treatment for the street pollution generating impervious surface and tributary areas in the Sunset Area Community by providing enhanced basic water quality treatment. The improvement will consist of installing rain gardens along Harrington Ave NE between NE 16th Street and NE 10th Street, along with the installation of porous concrete sidewalks that will reduce the quantity of stormwater runoff. The project was identified in the Sunset Area Surface Water Master Plan developed as part of the approved Sunset Community Planned Action EIS. The work to be completed under this agreement with CH2MHill, in the amount of$212,704, will include data collection, survey and base map preparation, permitting support, final design of the facility, preparation of a technical information report, public outreach support, construction plans and specifications, services during bidding, and project management. The project construction and grant closeout must be completed by June 30, 2015, as required by the project grant agreement with the Washington State Department of Ecology (Ecology). The Harrington Avenue NE Green Connections project will be funded ($913,000) by Ecology's FY 2012 Statewide Stormwater Grant Agreement No. G1200545 and the Surface Water Utility's Capital Improvement Program (CIP) for the Harrington Avenue NE Green Connections project (427.475490). The approved 2013-2014 CIP budget for the project is $1,280,000, including $913,000 of grant funding approved in 2012. The remaining project budget is for City project management and construction cost. STAFF RECOMMENDATION: Authorize the Mayor and City Clerk to execute the Engineering Consultant Agreement with CH2MHill, Inc. for the final engineering design of the Harrington Avenue NE Green Connections project, in the amount of$212,704. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3635 Sunset Community Plan SSIP\1103 Consultant Contract\Phase II\HArrington Ave Agenda BIII-F.doc\HCBtp PUBLIC WORKS DEPARTMENT ccrof t. M E M O R A N D U M DATE: January 24, 2013 DATE. t N E IVTIAVDATE TO: Randy Corman, Council President Members of the City Council Z3 /L �3-13 VIA: Denis Law, Mayor FROM: Gregg Zimmerman, Administrator STAFF CONTACT: Ron Straka, Surface Water Utility Supervisor, x7248 Hebe C. Bernardo, Surface Water Utility Engineer, x7264 SUBJECT: Sunset Community Plan SSIP - Harrington Avenue NE Green Connections Project Engineering Consultant Agreement with CH2MHill ISSUE: Should Council approve the Engineering Consultant Agreement with CH2MHill for the final engineering design of the Harrington Avenue NE Green Connections project, in the amount of$212,704? RECOMMENDATION: Authorize the Mayor and City Clerk to execute the Engineering Consultant Agreement with CH2MHill for the final engineering design of the Harrington Avenue NE Green Connections project, in the amount of$212,704. BACKGROUND: The City of Renton completed and adopted the Sunset Community Plan and Planned Action Environmental Impact Statement which evaluated potential impacts of redevelopment in the Sunset Area and required infrastructure. As part of this effort the City developed and adopted the Sunset Area Surface Water Master Plan which identifies stormwater improvements to convey, treat, and infiltrate runoff from the existing and future land cover conditions. Recommended improvements included the retrofit of Harrington Avenue NE to integrate green connections (rain gardens and permeable pavement) into the existing right-of-way between NE 161h Street and NE 10th Street (vicinity map attached). Preliminary design work to collect data on subsurface conditions and update existing hydrologic and hydraulic analysis to refine sizing of the green connections has been completed by CH2MHill as part of the Engineering Consultant Agreement CAG-12-048, which was approved by Council on March 30, 2012. Mr. Corman,Council President Page 2 of 2 January 24,2013 The purpose of the Harrington Avenue NE Green Connections project is to provide stormwater quality treatment for the street pollution generating impervious surface and tributary areas in the Sunset Area Community by providing enhanced basic water quality treatment prior to discharging into Johns Creek. The project will install rain gardens and permeable concrete sidewalk improvements along an existing roadway, taking under consideration utility conflicts and possible future uses of the sites. The project will also provide public education on low impact development. Work to be completed under the Engineering Consultant Agreement with CH2MHill will include data collection, survey and basemap preparation, permitting support, final design of the facility, preparation of construction plans and specifications, a technical information report, public outreach support, services during bidding, and project management. The project design is scheduled to start in 2013 and construction is planned to start in 2014. In accordance with the funding agreement with Washington State Department of Ecology (Ecology), the project construction and grant closeout must be completed by June 30, 2015. CH2MHill was selected from the approved 2013 Utility Systems Annual Consultant Roster based on their knowledge of the Sunset Area, their previous work on the Sunset Area Surface Water Master Plan, and their experience working with the City. The Harrington Avenue NE Green Connections project will be funded ($913,000) by Ecology's FY 2012 Statewide Stormwater Grant Agreement No. G1200545 and the Surface Water Utility's Capital Improvement Program (CIP) for the Harrington Avenue NE Green Connections Project (427.475490). The approved 2013-2014 CIP budget for the project is $1,280,000, including$913,000 of grant funding approved in 2012. The remaining project budget is for City project management and construction cost. CONCLUSION: The Harrington Avenue NE Green Connections project will improve the quality of the stormwater runoff in the Sunset Area prior to discharging into Johns Creek. The Surface Water Utility recommends the City Council authorize the Mayor and City Clerk to execute the proposed Engineering Consultant Agreement, in the amount of$212,704, with CH2MHill for the final engineering design of the Harrington Avenue NE Green Connections project. Attachment cc: Lys Hornsby,Utility Systems Director File H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3635 Sunset Community Plan SSIP\1103 Consultant Contract\Phase II\2012-12-6 Issue Paper-Harrington-F.doc\HCBtp A, CITY OF RENTON COUNCIL AGENDA BILL Al #: Submitting Data: Public Works For Agenda of: Dept/Div/Board: Utility Systems Division/Surface February 4, 2013 Water Utility Staff Contact: Ron Straka, x7248 Agenda Status Hebe C. Bernardo, x7264 Consent............... X Subject: Public Hearing.... Sunset Community Plan SSIP - Harrington Avenue NE Correspondence... Green Connections Project Engineering Consultant Ordinance............ Agreement with CH2MHi11 Resolution............ Old Business........ Exhibits: New Business....... Issue Paper Study Sessions..... Contract Information........... Recommended Action: Approvals: Council Concur Legal Dept......... X Finance Dept...... X Other.................. Fiscal Impact: Expenditure Required... $212,704 Transfer/Amendment....... Amount Budgeted....... $1,280,000 Revenue Generated......... Total Project Budget $1,280,000 City Share Total Project.. SUMMARY OF ACTION: The purpose of the Harrington Avenue NE Green Connections project is to provide stormwater quality treatment for the street pollution generating impervious surface and tributary areas in the Sunset Area Community by providing enhanced basic water quality treatment. The improvement will consist of installing rain gardens along Harrington Avenue NE between NE 16th Street and NE 10th Street, along with the installation of porous concrete sidewalks that will reduce the quantity of stormwater runoff. The project was identified in the Sunset Area Surface Water Master Plan developed as part of the approved Sunset Community Planned Action EIS. The work to be completed under this agreement with CH2MHill, in the amount of$212,704, will include data collection, survey and base map preparation, permitting support, final design of the facility, preparation of a technical information report, public outreach support, construction plans and specifications, services during bidding, and project management. The project construction and grant closeout must be completed by June 30, 2015, as required by the project grant agreement with the Washington State Department of Ecology (Ecology). The Harrington Avenue NE Green Connections project will be funded ($913,000) by Ecology's FY 2012 Statewide Stormwater Grant Agreement No. G1200545 and the Surface Water Utility's Capital Improvement Program (CIP) for the Harrington Avenue NE Green Connections project (427.475490). The approved 2013-2014 CIP budget for the project is $1,280,000, including $913,000 of grant funding approved in 2012. The remaining project budget is for City project management and construction cost. STAFF RECOMMENDATION: Authorize the Mayor and City Clerk to execute the Engineering Consultant Agreement with CH21VIHiII, Inc.for the final engineering design of the Harrington Avenue NE Green Connections project in the amount of$212,704. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3635 Sunset Community Plan SSIP\1103 Consultant Contract\Phase II\HArrington Ave Agenda 13111-F.doc\HCBtp PUBLIC WORKS DEPARTMENT p City of -� M E M O R A N D U M DATE: January 24, 2013 TO: Randy Corman, Council President Members of the City Council VIA: Denis Law, Mayor 11-11 FROM: Gregg Zimmerma ministrator STAFF CONTACT: Ron Straka, Surface Water Utility Supervisor, x7248 Hebe C. Bernardo, Surface Water Utility Engineer, x7264 SUBJECT: Sunset Community Plan SSIP - Harrington Avenue NE Green Connections Project Engineering Consultant Agreement with CH2MHill ISSUE: Should Council approve the Engineering Consultant Agreement with CH2MHill for the final engineering design of the Harrington Avenue NE Green Connections project, in the amount of$212,704? RECOMMENDATION: Authorize the Mayor and City Clerk to execute the Engineering Consultant Agreement with CH2MHill for the final engineering design of the Harrington Avenue NE Green Connections project, in the amount of$212,704. BACKGROUND: The City of Renton completed and adopted the Sunset Community Plan and Planned Action Environmental Impact Statement which evaluated potential impacts of redevelopment in the Sunset Area and required infrastructure. As part of this effort the City developed and adopted the Sunset Area Surface Water Master Plan which identifies stormwater improvements to convey, treat, and infiltrate runoff from the existing and future land cover conditions. Recommended improvements included the retrofit of Harrington Avenue NE to integrate green connections (rain gardens and permeable pavement) into the existing right-of-way between NE 16th Street and NE 101h Street (vicinity map attached). Preliminary design work to collect data on subsurface conditions and update existing hydrologic and hydraulic analysis to refine sizing of the green connections has been completed by CH2MHill as part of the Engineering Consultant Agreement CAG-12-048, which was approved by Council on March 30, 2012. A Mr.Corman,Council President Page 2 of 2 January 24,2013 The purpose of the Harrington Avenue NE Green Connections project is to provide stormwater quality treatment for the street pollution generating impervious surface and tributary areas in the Sunset Area Community by providing enhanced basic water quality treatment prior to discharging into Johns Creek. The project will install rain gardens and permeable concrete sidewalk improvements along an existing roadway, taking under consideration utility conflicts and possible future uses of the sites. The project will also provide public education on low impact development. Work to be completed under the Engineering Consultant Agreement with CH2MHill will include data collection, survey and basemap preparation, permitting support, final design of the facility, preparation of construction plans and specifications, a technical information report, public outreach support, services during bidding, and project management. The project design is scheduled to start in 2013 and construction is planned to start in 2014. In accordance with the funding agreement with Washington State Department of Ecology (Ecology), the project construction and grant closeout must be completed by June 30, 2015. CH2MHill was selected from the approved 2013 Utility Systems Annual Consultant Roster based on their knowledge of the Sunset Area, their previous work on the Sunset Area Surface Water Master Plan, and their experience working with the City. The Harrington Avenue NE Green Connections project will be funded ($913,000) by Ecology's FY 2012 Statewide Stormwater Grant Agreement No. G1200545 and the Surface Water Utility's Capital Improvement Program (CIP) for the Harrington Avenue NE Green Connections Project (427.475490). The approved 2013-2014 CIP budget for the project is $1,280,000, including$913,000 of grant funding approved in 2012. The remaining project budget is for City project management and construction cost. CONCLUSION: The Harrington Avenue NE Green Connections project will improve the quality of the stormwater runoff in the Sunset Area prior to discharging into Johns Creek. The Surface Water Utility recommends the City Council authorize the Mayor and City Clerk to execute the proposed Engineering Consultant Agreement, in the amount of$212,704, with CH2MHill for the final engineering design of the Harrington Avenue NE Green Connections project. Attachment cc: Lys Hornsby,Utility Systems Director File H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3635 Sunset Community Plan SSIP\1103 Consultant Contract\Phase II\2012-12-6 Issue Paper-Harrington-F.doc\HCBtp • Harrington Ave NE Green Connections Project - Vicinity Map 14 IN i roe x s a ' rr t v s v+..a .x Ja i y _. . L r, i Ar.. f rS n i • n :c'. a ° t PROJECT LI � * short a _ _T E t „ s , _t. s r ry +R'n 5 Notes Legend Won 1:6,858 1143 0 572 1143 F..t NAD_1983_HARN_StatePlane_Washi mn_Nonh_FIPS_4601 Information Technology-GIS Ttm R1°�'s a user ganaratad stabc output fmm an Int—t mapping sit•anA to for City of ,af r.n<a-ty,a a Iatror.f.t at p w"g..map ma,a—Y—tw K�w•ta, on! RentonMapSupport@Renton".gov .t.ra•t.or omawi.a..w.. Finance&IT Division 1/23/2013 THIS MAP IS NOT TO BE USED FOR NAVIGATION Hebe Bernardo From: Mark Barber Sent: Thursday, December 20, 2012 8:33 AM To: Hebe Bernardo Subject: RE: legal review - CH2MHILL proposed edits to standard contract language - Sunset Regional Stormwater Facility Hello Hebe, I have reviewed the attached revised contract and it is approved as to legal form. Mark Barber Senior Assistant City Attorney Renton City Attorney 100S2ndSt P.O. Box 626 Renton,WA 98057 Direct line: 425-430-6485 E-mail: mbarber@rentonwa.gov From: Hebe Bernardo Sent: Thursday, December 20, 2012 7:53 AM To: Mark Barber Cc: Ronald Straka; Stephanie Rary Subject: RE: legal review-CH21VIHILL proposed edits to standard contract language -Sunset Regional Stormwater Facility Ups, sorry about that. Please see file attached. Best regards, Hebe C. Bernardo Civil Engineer II City of Renton I Public Works Department I Surface Water Utility 1055 S. Grady Way 15th Floor I Renton, WA 98057 1: Direct Office 425.430.7264 •: Direct Fax 425. 430.7241 D: hbernardoCa@rentonwa.gov -----Original Message----- From: Mark Barber Sent: Thursday, December 20, 2012 7:49 AM To: Hebe Bernardo Subject: RE: legal review-CH21VIHILL proposed edits to standard contract language-Sunset Regional Stormwater Facility Hello Hebe, When I opened the attachment it only contained a memo from Gary Lamb about insurance. Mark Barber E1-2012 ENGINEERING ANNUAL CONSULTANT AGREEMENT THIS AGREEMENT,made and entered into on this ,day of by and between the CITY OF RENTON,WASHINGTON,A MUNICIPAL CORPORATION HEREINAFTER CALLED THE"CITY,"and CH2MHILL Engineers, Inc.whose address is 1100112th Ave NE Suite 400 Bellevue,WA 98004, at which work will be available for inspection, hereinafter called the"CONSULTANT." PROJECT NAME:Sunset Community Plan SSIP-Harrington Avenue NE Green Connections Project 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 Vlll 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. 11 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: Page 1 of 26 Piazza/Data_cente r/Fo rms/C ity/Contracts E1-2012 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. 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. Page 2 of 26 Piazza/Data—Center/Forms/City/Contracts E1-2012 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. All reports,drawings,specifications,documents, and other deliverables of Consultant,whether in hard copy or in electronic form,are instruments of service for this project,whether the project is completed or not. City agrees to indemnify Consultant and Consultant's officers,employees,subcontractors,and affiliated corporations from all claims,damages,losses,and casts,including,but not limited to,litigation expenses and attorney's fees arising out of or related to the unauthorized reuse,change or alteration of these project documents. 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. 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 S212,704 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. Page 3 of 26 Piazza/Data—Center/Forms/City/Contracts E 1-2012 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 149.5 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 20 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"). 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 Page 4 of 26 Piazza/Data—Center/Forms/City/Contracts E 1-2012 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 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. Page 5 of 26 Piazza/Data—Center/Forms/City/Contracts E 1-2012 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,sexual orientation,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. 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. Page 6 of 26 Plazza/Data Center/Forms/City/Contracts E1-2012 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 Public Works Administrator 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 at the Maleng Regional Justice Center in Kent,Washington. XIII 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. 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. To the maximum extent permitted by law,Consultant's liability for City's damages will not,in the aggregate,exceed $1,000,000. This article takes precedence over any conflicting article of this AGREEMENT or any document incorporated into it or referenced by it. This limitation of liability will apply whether Consultant's liability arises under breach of contract or warranty;tort; including negligence;strict liability;statutory liability;or any other cause of action,and shall include Consultant's officers,affiliated corporations,employees,and subcontractors. Insurance Page 7 of 26 Piazza/Data—Center/Forms/City/Contracts E1-2012 The Consultant shall procure and maintain for the duration of the 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. A. Minimum Scope of Insurance Consultant shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned,non-owned, hired and leased vehicles.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. 2. 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. 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. 3. Workers'Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability insurance appropriate to the Consultant's profession. B. Minimum Amounts of Insurance Consultant shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than$1,000,000 each occurrence,$2,000,000 general aggregate. 3. Professional Liability insurance shall be written with limits no less than$1,000,000 per claim and $1,000,000 policy aggregate limit. C. Other Insurance Provision The Consultant's Automobile Liability and Commercial General Liability insurance policies are to contain,or be endorsed to contain that they shall be primary insurance as respect to the City. Any Insurance,self-insurance,or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANIL E. Verification of Coverage Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work_ Page 8 of 26 Piazza/Data_Center/Forms/city/Contracts E1-2012 F. Notice of Cancellation The Consultant shall provide the City with written notice of any policy cancellation,within two business days of their receipt of such notice. G. Failure to Maintain Insurance Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which 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 such insurance and pay any and all premiums in connection therewith,with any sums so expended to be repaid to the City on demand,or at the sole discretion of the City,offset against funds due the Consultant from the City. The limits of said insurance shall not, however,limit the liability of Consultant hereunder. 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 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. It is further specifically and expressly understood that the indemnification provided herein constitute the Consultant's waiver of immunity under the Industrial Insurance Act, 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. 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 OPINIONS OF COST In providing opinions of cost,financial analyses,economic feasibility projections, and schedules for the project,the Consultant has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate project cost or schedule. Therefore, the Consultant makes no warranty that City's actual project costs, financial aspects, page 9 of 26 Pi am/Data_Ce me r/Form s/City/Contracts E 1-2012 economic feasibility,or schedules will not vary from the Consultant's opinions, analyses, projections, or estimates. If the City wishes greater assurance as to any element of project cost, feasibility,or schedule,the City will employ an independent cost estimator,Consultant,or other appropriate advisor. XVII 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. XVIII 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 yearfirst above written. CONSULT T CITY OF RENTON Signature Date Mayor Date 04l c,AaGl &r Lf L4 type or print name ATTEST: /VW 4e./iors mo, Title Bonnie I.Walton,City Clerk Page 10 of 26 Piazza/Data—Center/Forms/City/Contracts E 1-2012 Exhibit A City of Renton Sunset Community Low Impact Development Retrofit Project— Green Connection:Harrington Avenue NE 1. Background The City of Renton completed and adopted the Sunset Community Plan and Planned Action Environmental Impact Statement which evaluated potential impacts of redevelopment in the Sunset area and required infrastructure. As part of this effort the City developed and adopted the Sunset Area Surface Water Master Plan which identifies stormwater improvements to convey,treat,detain and infiltrate runoff from the existing and future land cover conditions. Recommended improvements include the following: • New Storm Drainage mains. • Green street improvements(AKA Harrington Ave. NE Green Connections)along Harrington Ave. NE between NE 161"St.and NE 10"'St.at locations that fit with existing and planned future land use in the area to provide enhanced basic water quality treatment and flow control.within the right-of-way.The Harrington Ave NE green connections will consist of permeable sidewalks and rain gardens. • A regional storm water infiltration facility consists of constructing an infiltration/flow control facility for flow control mitigation and a rain garden for providing enhanced basic water quality treatment. This scope of work pertains to the design of the proposed project which will retrofit pollution generating impervious surface(PGIS)and residential areas in the Sunset Area Community by providing enhanced basic water quality treatment prior to discharging into Johns Creek. The project will install rain gardens and permeable concrete sidewalk improvements along an existing roadway,taking under consideration utility conflicts and possible future uses of the sites.The project will also provide public education on LID. This scope will prepare construction documents (plans,specifications and construction cost estimate)for a portion of the Harrington Avenue Green Connection.Tasks included in this scope of work include data collection,survey and basemap preparation,permitting support,final design of the facility,preparation of a technical information report,public outreach support,services during bidding,and project management as defined in the tasks below. Services for during construction and construction management are not included in this scope of work and would be included in a separate amendment. 11. DESIGN CRITERIA The City will designate the basic premises and criteria for the design. In addition,design reports and plans,to the extent feasible,shall be developed in accordance with the latest edition of the following documents_ 1. Washington State Department of Transportation/American Public Works Association(WSDOT/ APWA),Standard Specifications for Road,Bridge,and Municipal Construction 2010 edition 2. City of Renton Transportation Standard Specifications. Page 11 of 26 Piazza/Data—Center/Forms/City/Contracts E1-2012 3. 2009 King County Surface Water Design Manual(KCSWDM)and City of Renton Amendments to the 2009 KCSWDM. 200S Low Impact Development Technical Guidance Manual for Puget Sound or current version as applicable. 4. Measurements will be in English units S. Drafting Standards:City of Renton. o Vertical Datum: NAVD 88 o Horizontal Datum: NAD 83191 Ill. Compliance with the FY 2012 Statewide Stormwater Grant Program—Proviso Funding Agreement Design reports and plans,shall be developed in accordance with Task 2,design plans and specifications under Grant Agreement Number G1200544. Task 1. Project Management Perform project management,administration,and coordination of work effort involved in all phases and tasks.This task will continue throughout the duration of the project. It will include the work necessary to develop the project management plan,set up financial accounting including subconsultants,develop and implement quality management plan(QMP),overall project coordination with the CITY and project team,and project closeout. Invoices and progress reports will be provided to the CITY on a monthly basis. Monthly progress reports will include a summary of work performed by the CONSULTANT for that period and the work anticipated to be completed in the next period. This task includes a project kick-off meeting at the CITY with two (2) CONSULTANT attendees, assuming Two (2) hours in length. QA/QC: Consultant shall conduct internal quality control regarding collection of data, surveying, basemap preparation and hydraulic modeling and all other tasks. Task 1 Deliverables • Monthly Invoices and progress reports,assuming a 9 month project duration • Bi-weekly phone call or email check-ins with the County project manager to report project status Project Schedule • Notice to Proceed—February 2013 • 30%Design-March 2013 • 60%Design—June 2013 • 90%?—September 2013 Page 12 of 26 Piazza/Data Center/Forms/City/Contracts E1-2012 • 100%Design—October 2013 Task 1 Assumption • Project duration is assumed to be a 15 month project duration with a 3-month inactive period where no invoices will be prepared. Task 2.Survey and Mapping The CONSULTANT will perform a conventional traverse to establish horizontal and vertical control within the project limits,and conduct a terrestrial LiDAR survey to produce a project basemap and Digital Terrain Model (DTM)to be used in final design. Additional survey work will be conducted using conventional survey methods to supplement the basemap and DTM,and to locate existing utilities as needed. 2.1. Survey and Construction Control The CONSULTANT will establish horizontal and vertical control points along the corridor and within the project limits described above. Up to six(6) permanent control points will be established for the project,and made available for the City's use during construction.The CONSULTANT will locate,field survey,and calculate positions for monuments and control points within the project limits, using the Washington State plane coordinate system. Conventional and GPS surveying methods will be used on this project.The Consultant will locate and tie control traverse into 3 City monuments.The Consultant will provide basic traffic control during field survey. 2.2. Base Mapping Task 2.2.1 Terrestrial LiDAR Survey The CONSULTANT will perform a terrestrial LiDAR and topographic survey along Harrington Ave. NE from NE 16th St.to NE 10th St. and of sufficient area to include the intersection of Harrington Ave NE and NE 16th st.and the intersection of of Harrington Ave NE and NE 10th St_(see Attachment A for survey boundaries). Transfer survey field data to AutoCAD and prepare a project basemap and DTM sufficient for 1-foot contour intervals.The CONSULTANT will provide mapping to include the full roadway width and 25-feet outside the existing edge of pavement.The base map will include,at a minimum: 1- Horizontally locate all visibly identifiable structures and features to include but not limited to building faces/corners, manholes, vaults, fences, signs, trees (including type) over 4 inches, cables, edges of pavement, curb and gutter, sidewalks, culverts, utility poles, ditches, water-valves, fire hydrants, driveways, gas, power, signal and illumination poles and other surface features(junction boxes and traffic controller service cabinets)within the project limits as describe above. 2• Determine grade, Rim and invert elevations of utility structures that may impact storm pipe design including water valve nuts and sewer and storm measure downs. This will be done in coordination with Task 2.2.1. 3. The CONSULTANT will also locate surface features(valves, manholes,catch basins,junction boxes,vaults)to delineate the utilities to the full extent of the mapping limits. 4. The CONSULTANT will perform field observations (measure-downs) of existing storm drain catch basins and manholes to determine the approximate size, type (i.e. brick, concrete), and general condition of the structures to confirm suitability for continued use. All measurements will be made from the surface, and no structures or confined spaces will be entered for the purposes of these field observations. Page 13 of 26 Piazza/Data—center/Forms/City/contracts E1-2012 6. The consultant will check base map against record drawings to identify any significant discrepancies that may require further survey. Graphic illustration of survey tie-in to City monuments will be included in the base map.. Task 2.2.2 Utility locations and potholing: The CONSULTANT will utilize a"One-Call Locate Service"to field locate all major utilities including but not limited to TV,gas,power,telephone,water,sewer,fiber optic,and King County wastewater utilities identified in the street prior to field survey so that these locations can be picked up during the field survey.The CONSULTANT will locate utility paint marks and surface utility features along Harrington Avenue NE within the project limits as described above.The CONSULTANT will compare available utility record drawings(As-Builds)against surface evidence of utilities obtained during the initial survey.Critical conflicts of identified utilities with proposed design improvements may require potholing to confirm the utility location and elevation. Potholing will be performed by a Sub-contractor(APS). All utility potholes will be surveyed and a table of potholing results will be prepared.A field worksheet with location,type of utility,type of material,diameter of utility depth and measurements from fixed pointes will be provided. Photos of each utility will be included in the potholing information. The CONSULTANT has budgeted up to$5000 for utility potholing(approximately 10 potholes),which is assumed to occur within the paved road surface. In the event of unavoidable utility conflicts,the CONSULTANT will provide a list of conflicts to the CITY to notify the applicable utility agency to initiate the relocation of their utility prior to construction by the CITY. Coordination with the CITY and potholing Sub-contractor will be provided prior to the 60 percent plan submittal.Work by subcontractor will include right of way permitting,traffic control, backfiiling and resurfacing per City of Renton standards. Task 2.2 Deliverables 1. 1"= 2U' Design Basemapping in AutoCAD 2012 format using City of Renton standard. INROADS compatible Digital Terrain Model(DTM),saved in AutoCAD drawing(DWG)format. 2. Subsurface utility exploration(Pothole)plan. 3. Draft base map incorporated in 30%design submittal for review and comment. 4. Final basemap will be incorporated in the project construction documents and final AutoCAD submittal. Pothole Assumptions 1- Potholes will be backfilled with gravel (with 5/8-inch minus gravel compacted at 8 to 12-inch lifts) and the surface will be patched with like material. Depth of patch material shall match thickness of existing asphalt. One exception is that gas lines will initially be backfilled with 12 inches of sand then followed by gravel per PSE requirements. 2- Subcontractor will be responsible for requesting right of way permit. 3. Subcontractor will submit a traffic control plan to the City 4- One call utility locating service will be called 5- Materials removed from potholing with be disposed of at a permitted disposal site. Also it is assumed that materials are contaminant free. Page 14 of 26 Piazza/Data_Cente r/Forms/C'ity/Contracts E1-2012 2.3. Supplemental Survey It is assumed that during the design phase,some level of supplemental survey may be necessary as the design progresses.The CONSULTANT will perform supplemental surveys as needed for purposes such as private property match/conforms,locating additional utility features including pothole locations,structures and elevations,or to obtain features requiring more definition for design purposes. For budgeting purposes this task item has been estimated not to exceed 20-field crew hours.Any costs for performing additional survey beyond 20-field crew hours,will be covered by supplemental agreement. Task 2.3 Deliverables 1. Updated 1"=20'Design Basemapping in AutoCAD 2012 format. 2. Updated INROADS compatible Digital Terrain Model(DTM),saved in AutoCAD drawing(DWG)format. 2.4. Right of Way Field Surveys 2.4.1 Right of Way Field Surveys The CONSULTANT will perform field surveys to locate controlling section corners,plat monuments,street right of way monuments,and property corners to facilitate calculations for street centerline and right of way lines.As this project assumes no private parcel impacts, beyond Temporary Construction Easements,individual parcel lines will be shown as depicted on City of Renton GIS sources.Monuments or corners to be located and field surveyed may include the following: • Section Corners • Side street monuments • Centerline monuments on Harrington Avenue NE. 2.4.2 Records Research and Right of Way Calculations The CONSULTANT will establish the existing right of way and centerlines within the project limits as described above for Harrington Avenue NE. The CONSULTANT shall calculate and establish right of way lines using recorded plats and surveys,assessor maps, and other available sources of record data.Should any private property acquisition and/or permanent easements be deemed necessary for completion of this project,The CITY shall provide the CONSULTANT with title reports and supporting documentation. Task 2.4.2 Deliverables • Right of way calculations and supporting documentation • AutoCAD 2012 file of existing right of way lines and centerlines Task 3. Public Involvement The CONSULTANT will provide support to the CITY for agency,stakeholder,and public consultation and coordination required during the design process. It is anticipated that the CITY will provide the lead in coordinating with stakeholders including RHA,and Parks;however,the following forums are anticipated in this scope: • Public Open House/Neighborhood Walk: It is anticipated that the project will provide public outreach through a field walk with the community to communicate the proposed project elements,goals and impacts to a broader audience. The CONSULTANT will support this effort by providing flyers developed from products created under other tasks described in this scope of work. Page 15 of 26 Piazza/Data_Center/Forms/city/Contracts E 1-2012 Task 3 Deliverables 1. One (1) Neighborhood walk with the community through the project area. Assumed up to Two (2) CONSULTANT Staff will be present at the community field walk. 2. One (1) page flyer depicting the proposed the location of project improvements including a rendering of up to four (4) photo-realistic simulations of proposed rain gardens Superimposed over photographs of the existing streetscape. Task 3 Assumption • CITY will organize and host public meetings and provide notifications. CONSULTANT will participate in presentations and prepare presentation materials. Task 4-Hydrologic/Hydraulic Modeling 4.1 Modeling of LID facilities 1. Size individual rain gardens needed to mitigate the cumulative water quality impacts from Harington Ave NE.The consultant will delineate the sub basin areas tributary to each rain garden.The drainage area delineation will include tributary roadway as well as sidewalk, driveways,and pervious areas if applicable. 2. Rain Gardens will be sized per the 2005 DOE manual to filter a minimum of 91 percent of the runoff through bioretention media. 3. Conduct modeling in WWHM or approved equivalent models to size each individual rain garden. 4. Pervious sidewalk subgrade depth will be modeled to infiltrate 100 percent of rainfall. 4.2 Modeling of required conveyance improvements Determine the required pipe size to convey runoff to and from the rain gardens. These pipes will be designed at a minimum in accordance with the criteria specified in Section 1.2.4 of the 2009 King County Surface Water Design Manual. 4.3 Drainage Technical Information Report CONSULTANT will prepare a Draft and Final Drainage Technical Information Report to reflect the hydrological and hydraulic conditions of the proposed LID improvements. Task 4 Deliverables 1• Electronic modeling files, including input and output parameters. 2. Documentation of sizing assumptions, methods,and results to be included in the drainage report 3. Brief memo summarizing model input and assumptions for City review to be submitted at the 30% design level. 4. One (1) hard copy (and electronic copy) of the Draft and Final Technical Information Report at the 60 and 90 percent submittals. Page 16 of 26 Piazza/Data_Ce me r/Forms/City/Contracts E1-2012 Task 5. Permitting Support The CONSULTANT will provide support to the CITY to identify and provide supporting data for permit applications. The CONSULTANT will provide up to 24 hours to support preparation of permit documents.The City will be responsible for completing the permit application and obtaining the permit. In support of State Environmental Policy Act(SEPA)compliance,the Consultant will prepare an Environmental Checklist in support of a land use permit from the City.The checklist will include project information on background and environmental elements(earth,air,water,plants,animals,energy and natural resources,environmental health, land and shoreline use,housing,aesthetics,light and glare, recreation, historic and cultural preservation, transportation,public services,and utilities). Potential permits that may be required for the project are: a) SEPA Checklist, b) NPDES Construction Stormwater General Permit;and c) Grading permit. Assumptions a The project is covered under the Sunset Area Planned Action EIS and will not require a separate Environmental Impact Statement(EIS) o Completion of the Environmental Checklist will rely on information contained in other documents prepared for the project and project design elements(e.g.,temporary erosion and sedimentation control plan,traffic plan,storm water pollution prevention plan,etc.) o Some environmental elements will not apply to the project(e.g., housing, light and glare) o The City will sign the Environmental Checklist o The Environmental Checklist will be submitted to the City with the Land Use Permit Application Deliverables o Draft SEPA Environmental Checklist for City review—electronic file in Adobe Acrobat(PDF) file format and one hard copy. o Final SEPA Environmental Checklist--electronic file in Adobe Acrobat(PDF)file format and one hard copy. Task 6. Final Design,Construction Documents and Cost Estimate Based on the result of the pre-design,the CONSULTANT will then prepare draft Construction Drawings,technical special provision,and cost estimate representing approximately the 30 percent,60 percent,90 and 100 percent completion level for the selected improvements.The CONSULTANT will prepare the contract provisions at the 100 percent completion. Half-size (11"x17")drawings will be submitted to the CITY for review at the 30,60,and 90 percent stages.The 60 percent drawings can also be used by the CITY to prepare and submit permit packages. No additional drawings will be prepared by the CONSULTANT for use in permit applications. CONSULTANT will prepare a Draft and Final Technical Information Report to reflect the hydrological and hydraulic conditions of the proposed LID improvements as described in Task 4.3. Page 17 of 26 Piazza/Data_Center/Forms/city/contracts E1-2012 Task 7 Deliverables 1. Three (3) hard copy sets of half size (11"x17" sheets) draft construction drawings will be submitted to the CITY for review and comment at the 30 percent,60 and 90 percent completion level. 2. Three(3) hard copy sets of half-size (11"x17"sheets) construction drawings will be submitted to the CITY at the 100 percent completion level. 3. Three (3) sets of engineer's cost estimate and technical specifications outline will be submitted to the CITY for the 30 percent submittal. 4. Three (3) sets of hard copy of specifications, and summary of quantities including an engineer's cost estimate for construction will be submitted to the CITY for the 60,90 and 100 percent submittals. 5. Electronic files AutoCAD 2012 format at the end of the project. 6. Submittal documents for compliance with the FY 2012 Statewide Stormwater Grant Program — Proviso Funding Agreement number G1200544. Task 7 Meetings • Two(2)meeting with two(2)CONSULTANT staff and with the CITY staff at the CITY offices to receive and discuss the 30 percent and 60 percent review comments. • One(1)meeting with two(2)CONSULTANT staff and with the CITY staff at the CITY offices to resolve and coordinate any outstanding issues prior to completion of the 100 percent completion construction documents. Task 7 Assumptions • The CONSULTANT will prepare the special provisions using the CITY's format.The CITY uses WSDOT 2012 Standard Specifications,and the 2012 Amendments to the 2012 Standard Specifications.The CITY will be responsible for development of general Div 00 and 01 specifications,supplements,bid form and preparing, printing and distributing to interested bidders the final bid document package. • 100 percent submittal will not required City review and resubmittal. • The CITY will provide review comments on the 30 percent,60 percent and 90 percent submittal within two (2)weeks of receipt of submittal. • The CITY will provide to the CONSULTANT electronic versions of their standard CAD details. • CAD files will be delivered using AutoCAD in 2012 format. • The CITY will be responsible for printing and distributing final contract documents and addendums. • The CONSULTANT will use the Western Washington Hydrological Model,or equivalent,for the hydrologic modeling and facility sizing. Hydrology for conveyance system sizing will be using either the rational method or a single storm event models and utilize Manning's equation for capacity calculations. No tailwater analysis is assumed in this scope. • Two field visits with 2 consultant staff. • Three(3)meetings with two(2)CONSULTANT staff. Page 18 of 26 Piazza/Data—Center/Forms/City/Contracts E 1-2012 • Final Geotechnical Report will be prepared under separate contract for the Sunset Regional Facility and will cover recommendations for both projects. • The drawings for the improvements will use a horizontal scale of 1 inch=20 feet. Drawings for the project will be full size 22"x 34"and will include the following: o Cover sheet,vicinity map, index(1) o Legend and notes(1) o Survey control and notes sheet(1) o Site Preparation and Erosion and sediment control plan(3) o Erosion control details(1) o Typical Roadway Section(1) o Civil design plan sheet(3) o Civil details(3) o Grading plan sheets(3) o Grading cross sections and drainage profiles(2) o Landscape planting plan(3) o Landscape planting details(2) Task 8. Services during Bidding This task provides for the following support services by the CONSULTANT: • Assist CITY in answering bidder questions during bid period as requested by the CITY. • Prepare and provide addenda to CITY for distribution to bidders as requested by the CITY. • Services during construction will be scoped and provided under a contract amendment. Task 8 Assumptions • CITY will make all notifications for bid advertisements; CITY will field all calls from bidders with questions during the bidding process_ Answering bidder questions, as requested by the CITY, will be limited to the hour estimate identified in Exhibit B2.Any effort required beyond the hour estimate in the budget shall be paid on a time and material basis unless effort required is due to error or omission by CONSULTANT. • Services under this Task are limited to 40 hours by CONSULTANT staff. • Services during construction is not included in this scope of work. Basis of Scope The following general and task specific assumptions have been made in developing the Scope of Work and Budget for the project.They are listed below. General Assumptions • The AGREEMENT has an anticipated start date of February 15,2013 and is expected to be completed by March 31't,2014,with an anticipated period of inactivity between final construction documents and bid support of 3 months. Page 19 of 26 Piazza/Data—Center/Forms/City/Contracts E1-2012 • The standard of care applicable to CONSULTANTS Services will be the degree of skill and diligence normally employed by professional engineers or consultants performing the same or similar Services at the time said services are performed.CONSULTANT will reperform any services not meeting this standard without additional compensation. • The CONSULTANT can reasonably rely on the timeliness,accuracy and completeness of the underground utility locates and any other data necessary to accomplish these tasks in a timely fashion. • The CITY will provide consolidated review comments to draft deliverables. The CONSULTANT will provide a written comment response and summary to the client. • Consultant's deliverables,including record drawings,are limited to the sealed and signed hard copies. Computer-generated drawing files furnished by CONSULTANT are for CITY or others'convenience.Any conclusions or information derived or obtained from these files will be at user's sole risk. • The CONSULTANTs ability to meet the schedule is contingent upon timely receipt of survey and any other information from the CITY and or third parties. • This project will be performed in conjunction with the Sunset stormwater infiltration facility project. Page 20 of 26 P iaaa/Data_ce nter/Farms/city/Contracts E 1-2012 Exhibit B -Time Schedule of Completion Harrington Ave NE Green Connections Project-Project Schedule Notice to Proceed February 2013 30% Design March 2013 609Q Design June 2013 9wo design September 2013 100%Design October 2013 Page 21 of 26 P iazza/Data_Center/Fo rms/City/Contra cis E1-2012 EXHIBIT C—Cost Estimate Task Desaiptim LOE Labor ExMrses LA SUB Price 1 Project ManaWrr ent 162 $ 23,713 $ - $ 3,892 $ 27,6t15 2 6asernap Preparaton and Supplemental Sumy 2% $ 27,405 $ 10,203 $ 37,608 3 Public Involvement 28 $ 3,973 $ - $ 7,192 $ 11,165 4 Hydrol ic Modeling 124 $ 15,956 $ - - $ 15,9% 5 Permit S 24 $ 3,8 $ - $ 3,805 6 Final t,CmLstrudion Doaxmnts,and Cost Estimate 749 $ 94,308 S 260 S 14,309 $ 108,876 7 Services DuriM Bids 40 $ 5,787 $ - S 1,901 $ 7,688 Total 1 13831 $ 174,947 14,463 I s 27,2931 $ 212,704 Page 22 of 26 Pia zza/Data_Ce n to r/Forms/City/C D n t r ac is E1-2012 EXHIBIT C COST PLUS NET FEE DETERMINATION DIRECT SALARY COST: Hourly Rates of Pay* Personnel Project Delivery $73.54 Senior Engineer $60.40 Senior Geotechnical $59.60 Design Manager $55.64 Task Engineer $48.55 Survey Lead $44.35 Survey Technician $40.47 Survey Technician $32.91 Survey Technician $23.58 Cost Estimator $47.70 Design Engineer $40.14 Design Engineer $34.19 CADD Technician $38.72 Geotechnical Engineer $34.13 Contracts Administration $33.76 Clerical $26.10 Accountant $24.97 *direct salary rates are subject to increase April 1,2013 Net Fee 20%of direct salary cost plus overhead DIRECT NON-SALARY COST: Travel and Per Diem Mileage @ IRS reimbursement rate,currently$.565/mile Per Diem: to be addressed if applicable under subsequent Amendment(s) Outside Reproduction Expenses .............................................................................$cost Subconsultant/Lab Services ....................................................................................$cost+2%markup SurveySupplies .......................................................................................................$cost Health&Safety........................................................................................................$1.75/hour for applicable staff Page 23 of 26 Piazza/Data-Center/Forms/City/Contracts E1-2012 EXHIBIT C(cont.) SUMMARY OF FEE FOR ENGINEERING SERVICES BREAKDOWN OF OVERHEAD COST See attached Exhibit C Addendum SUMMARY OF COSTS Project No. Name of Project: Sunset Community LID Retrofit Project—Green Connection: Harrington Ave NE DirectSalary Cost...............................................................................................................................$58,433 Overhead Cost(including payroll additives.................................................................................149.50% $87,357 Sub-Total $145,790 NetFee............................................................................................................ 20% $29,158 Direct Non-Salary Costs: a. Travel and per diem...........................................................$161 b. Reproduction expenses.....................................................$225 c. Survey Supplies...............................................................$4,843 d. Outside consultants(Potholing).....................................$5,100 Outside consultants(BRCA)...........................................$27,292 e. Other(Health&Safety)......................................................$135 Total $37,756 Sub Total $66,914 GRAND TOTAL $212,704 Page 24 of 26 Piazza/Data—Center/Forms/City/Contracts CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 4085 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 their race; religion/creed;national origin;ancestry;sex;age over 40;sexual orientation or gender identity;pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status;or veteran's status, or the presence of a physical, sensory, or mental 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, i 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) 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 by City policy. 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 7 th day of March 2011 . CITY RENTON RENTON CITY COUNCIL Denis Law, Mayor-�✓ until Pr ident Attest: `l tom` Bonnie 1.Walton,City Clerk SEAL -* ��munt� Page 25 of 26 P iaua/Data_cent er/Forms/City/Contracts E 1-2012 � Q orn0� � CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE C-H2- 1 +if LL 5A6TQ66�RS , rn1C • hereby confirms and declares that: (Name of contractor/subcontractor/consultant) I. It is the policy of the above-named contractor/subcontractor/consultant,to offer equal opportunity to all qualified employees and applicants for employment without regard to their race; religion/creed; national origin;ancestry; sex;the presence of a physical,sensory,or mental disability;age over 40; sexual orientation or gender identity;pregnancy;HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status;military status;or veteran's status. II. The above-named contractor/subcontractor/consultant complies with all applicable federal,state and local laws governing non-discrimination in employment. Ill. When applicable,the above-named contractor/subcontractor/consultant will seek out and negotiate with minority and women contractors for the award of subcontracts. Ptfibkaal Co44r14' Print Agent/Representative's Name A/w 0/r,a n oas Af fy Print Agent presentative' Title /////,a Agent/Representative's gnature r/Lill s Date Signed Instructions: This document MUST be completed by each contractor,subcontractor, consultant and/or supplier. Include or attach this document(s)with the contract. Page 26 of 26 P i azn/Da ta_C en to r/Forms/City/Contract s AJLS - City Clerk City Clerk Number Checklist Select One: ❑X Contract ❑ Permit ❑ Lease ❑ Agreement Contract Type (assigned by City Clerk) Staff Name: Hebe C. Bernardo Extension: 7264 Department/Division: EDEN Public Works/Surface Water Utility Approval Queue: 05/007p Addendum Number: to City Clerk Number: (if applicable). Contract Class: ❑ Receivable ❑X Payable ❑ Grant ❑ Misc. (no$) Expiration Date: 06/30/2015 Contractor Name: CH2MHILL Short Description: Sunset Community Plan SSIP- Harrington Avenue NE Green Connections Project Full or Additional Provide flow control and enhanced basic water quality treatment between NE 16th St and NE 10th St. Description: The Green Connections will consist of rain garden and porous concrete sidewalks 0 Legal Review(attach memorandum from City Attorney) ❑X Risk Management review for insurance (attach memorandum from Risk Management) X Insurance certificate and/or policy (attach original) ❑ Response to legal or Risk Management concerns (explain, in writing, how concerns have been met) ❑ Performance bond and verification memo from staff(for Public Works contracts only) ❑X Federal excluded parties list verification (Website: www.epls.gov,attach printout of search results) 0 City business license number: Check EDEN or ask Finance Department. ❑X Accounts payable W-9 vendor form (obtain if not already on file with Finance Dept.) Submitted contracts are signed by contractor: ❑X Yes ❑ No /f not, provide explanation below. Fiscal Impact. ❑X Expenditure or ❑ Revenue Amount Budgeted: Amount: $ 212,704 (line item;see below*): $ 1,280,000 Prior Council approval via agenda bill process required if: (see policies 250-02 and 800-12) . ❑X Contract or addendum is $20,000 or over(non-Public Works) or$30,000 or over(Public Works). ❑ *Contract expenditure amount exceeds budgeted amount; fund transfer needed. ❑ Addendum is for the second and additional time extensions. ❑ Interlocal Agreement(most lnterlocal Agreements require Resolutions) Date of Council Approval: Resolution Number: Contractor determined via: ❑ Phone Bid/Written Quote ❑ CFB Ad (if applicable) (if applicable) a Consultant Roster RFP/SOQ Ad ❑ Application ❑ Sole Source Key words for City Clerk's electronic card file: CH2MHILL, Sunset Terrace, Harringon Ave NE Green Connections, Rain Hardens, Permeable pavement, SR-900, Johns Creek, Department of Ecology FY-2012 Grant Agreement, LID, Stormwater retrofit, Harrington Ave. NE Pant F6' '. Revised 07/23/2008 Human Resources & Risk Management M E M O R A N D U M N DATE: November 13, 2012 TO: Hebe Bernardo FROM: Gary B. Lamb, Risk Manager SUBJECT: Insurance Review/CH2M Hill Engineers, Inc. Sunset Regional Facility and the Harrington Green Connection Project Contract. I have reviewed the certificate of insurance documents for the above-named Agreement. The insurance coverage provided for this Agreement meets the City's risk management requirements. : - eho Rornardc 2(112 Nlomn dnr �'� 11/09/2012 CERTIFICATE OF LIABILITY INSURANCE DATE YYYY) 2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT MARSH USA INC. NAME: 122517TH STREET,SUITE 2100 PHONE Ex : FAX A/C No): DENVER,CO 80202-5534 E-MAIL ADDRESS: INSURERS AFFORDING COVERAGE NAIC# 15114-01245-SG2PL-12/13 SEA BK INSURER A:Greenwich Insurance Compan y 22322 INSURED CH2M HILL ENGINEERS,INC. INSURER B:XL Specialty Insurance Co. 37885 1100 112TH AVE NE,SUITE 400 INSURER C:Zurich American Insurance Cc 16535 BELLEVUE,WA 98004 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: SEA-002309508-07 REVISION NUMBER:12 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL UBR POLICY NUMBER MM/DDPOLICY/YYYY MM/DD EFF POLICY EXP LTR LIMITS GENERAL LIABILITY X EACH OCCURRENCE $ 1,500,000 A X COMMERCIAL GENERAL LIABILITY RGE500025501 05/01/2012 05/01/2013 PREMISES R occurrence $ 1,500,000 CLAIMS-MADE M OCCUR MED EXP(Any are person) $ X $500,000 SIR PERSONAL&ADV INJURY $ 1,500,000 GENERAL AGGREGATE $ 5,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 5,000,000 POLICY PRO- LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 2,000,000 Ea accident A X ANY AUTO RAD500025401(ADS) 05/01/2012 05/01/2013 BODILY INJURY(Per person) $ A ALL OWNED SCHEDULED RAD500025601(MA) 05/01/2012 05/01/2013 BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS Per accident UMBRELLA LIAR OCCUR - EACH OCCURRENCE $ EXCESS LIAB HCLAIMS-MADE AGGREGATE $ DIED RETENTION $ WORKERS COMPENSATION WC STATU- OTHLIMIJ - AND EMPLOYERS'LIABILITY FIR B ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N RWD500025201 05/01/2012 05/01/2013 E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N/A 'STOPGAP LIABILITY' 1,000,000 (Mandatory In NH) E.L.DISEASE-EA EMPLOYE $ If yes,describe under ONLY' 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ C PROFESSIONAL LIABILITY' EOC3829621-10 05/01/2012 05/01/2013 Each Claim&Total For $2,000,000 All Claims. DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,H more space is required) RE:SUNSET TERRACE COMMUNITY LID RETROFIT PROJECT-GREEN CONNECTION:HARRING TON AVE NE. CITY OF RENTON AND RENTON HOUSING AUTHORITY A RE INCLUDED AS AN ADDITIONA L INSURED ON THE GENERAL LIABILITY POLICY AS REQUIRED BY WRITTEN CONTRACT OR AGREEMENT. COVERAGE PROVIDED BY THE ABOVE GENERAL LIABILITY AND AUTO POLICIES SHALL BE PRIMARY AND NON-CONTRIBUTORY AND IS LIMITED TO THE LIABILITY RESULTING FROM THE NAMED INSURED'S OWNERSHIP AND/OR OPERATIONS. `FOR PROFESSIONAL LIABILITY COVERAGE,THE AGGREGATE LIMIT IS THE TOTAL INSURANCE AVAILABLE FOR CLAIMS PRESENTED WITHIN THE POLICY PERIOD FOR ALL OPERATIONS OF THE INSURED.THE LIMIT WILL BE REDUCED BY PAYMENTS OF INDEMNITY AND EXPENSE. CERTIFICATE HOLDER CANCELLATION CITY OF RENTON SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE PUBLIC WORKS DEPARTMENT THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ATTN:HEBE BERNARD ACCORDANCE WITH THE POLICY PROVISIONS. 1055 S GRADY WAY,5TH FLOOR RENTON,WA 98057 AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Sharon A.Hammer ��-•U Q �� ^E ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD ENDORSEMENT#009 This endorsement, effective 12:01 a.m., May 01,2012 forms a part of Policy No.RAD500025401 issued to CH2M HILL COMPANIES, LTD. by Greenwich Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY CANCELLATION NOTIFICATION TO OTHERS ENDORSEMENT In the event coverage is cancelled or non renewed for any statutorily permitted reason,other than nonpayment of premium,or if coverage is materially reduced,advanced written notice will be mailed or emailed to person(s)or entity(ies)according to the notification schedule shown below: Number of Days Name of Person(s)or Entity(ies) Mailing Address: Advanced Notice of Cancellation: Per the most current schedule maintained by Marsh USA, Inc. and furnished to XL Insurance no less than 60 days 15 days prior to the 60 days of notice of cancellation,non-renewal or material reduction in coverage For the purpose of this endorsement, non-renewal shall mean solely non-renewal of the Policy and shall not Include Notice of Conditional Renewal. Material reduction In coverage shall mean a decrease in the Policy limits, an increase in the deductible or self-insured retention of greater than$250,000 or the application of a Policy exclusion not contemplated at Policy issuance. All other terms and conditions of the Policy remain unchanged. (Authorized Repres ntati ) MANUS ©2011 X.L.America, Inc. All Rights Reserved, May not be copied without permission. ENDORSEMENT#021 This endorsement,effective 12:D1 a.m., May 1, 2012 forms a part of Policy No.RGE500025501 issued to CH2M HILL COMPANIES, LTD. by Greenwich Insurance Company THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY AUTOMATIC ADDITIONAL INSUREDS PRIMARY COVERAGE This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS COVERAGE PART LIQUOR LIABILITY COVERAGE PART The following provision Is added to Section II,Who is an Insured: 1. A. Any entity, person,or organization you are required or have agreed in a written Insured contract, permit, access agreement and any other written agreement to name as an insured Is an insured (hereinafter called additional Insured) but only with respect to liability arising out of your premises, your work for the additional insured, or acts or omissions of the additional insured in connection with the general supervision of your work to the extent set forth below: (1) The limits of, insurance with respect to each person, organization or entity shall not exceed the limits of liability of the named insured. (2) All insuring agreements,exclusions and conditions of this policy apply; (3) In no event shall the coverage or limits of insurance in this coverage form be Increased by such contract, B. Except when required otherwise by insured contract, this insurance does not apply to: (1) (a)All work on the project(other than service, maintenance or repairs)to be performed by or on behalf of the additional Insured(s)at the site of the covered operations has been completed;or(b)That portion of your work out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. (2) Bodily Injury or Property Damage arising out of any act or omisslon of the additional insured(s)or any of their employees,other than the general supervision of work performed for the additional insured(s) by you. MANUS ©2011 X.L.America, Inc, All Rights Reserved. May not be copied without permission. C. Any coverage provided hereunder shall be excess over any other valid and collectible insurance available to the additional insured(s)whether primary, excess, contingent or on any other basis unless a contract specifically required that this insurance be primary, or you request that it apply on a primary basis. When this insurance applies on a primary basis for the additional insureds described above, it shall apply only with respect to liability arising out of your work for that additional insured by or for you. Other insurance afforded to those additional insureds will apply as excess and not contribute as primary to the insurance afforded by this endorsement. All other terms and conditions remain the same. (Authorized Rep es htative) MANUS ©2011 X.L. America, Inc, All Rights Reserved. May not be copied without permission. ENDORSEMENT#027 This endorsement, effective 12:01 a.m,, May 01,2012 forms a part of Policy No.RGE600025601 Issued to CH2M HILL COMPANIES, LTD. by Greenwich Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY CANCELLATION NOTIFICATION TO OTHERS ENDORSEMENT In the event coverage is cancelled or non renewed for any statutorily permitted reason or if coverage is materially reduced, or coverage Is cancelled for non-payment of premium advanced written notice will be mailed to the person or entity according to the notification schedule shown below: Number of Days Name of Person or Entity Mailing Address: Advanced Notice of Cancellation: Per the most current schedule maintained by Marsh USA, Inc. and furnished to XL Insurance no less than 15 days prior to 60 days the 60 days of notice of cancellation, non- renewal or material reduction in coverage For the purpose of this endorsement,non-renewal shall mean solely non-renewal of the Policy and shall not include expiration or Notice of Conditional Renewal. Material reduction In coverage shall mean a decrease in the Policy limits,an Increase in the deductible or self-Insured retention or the application of a Policy exclusion not contemplated at Policy issuance. All other terms and conditions of the Policy remain unchanged. (Authorize resentative) MANUS ©2011 X.L. America, Inc. All Rights Reserved. May not be copied without permission. Endorsement#52 Notification to Others of Cancellation Electronic Schedule ZURICH Policy No. Eta.Date ofPol. Exp.Date of Pol. Eff.Date of End Producer AdO Prenn. Return Preen. EOC3829621-10 5/1/2012 5/1/7013 5/1/2012 29253000 ----- Insured Name and Mailing Address: Producer: CH2M Hill Companies,Ltd. Marsh USA,Inc. 9191 S Jamaica Street 1225 17t"St Ste 2100 Englewood,CO 80112-5946 Denver,CO 80202-5521 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: Architects And Engineers Professional Liability Policy—Claims Made and Reported Coverage In consideration of the premium already charged,we agree with you, subject to all terms,exclusions, and conditions of the policy that: A. If we cancel this policy by written notice to the first"Named Insured: for any reason other than nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation: 1. To the name and address corresponding to each person or organization shown in the Schedule provided to us by the first'`Named Insured". Such Schedule: a. Must be initially provided to us within 15 days: i. After the beginning of the policy period shown in the Declarations; or ii. After this endorsement has been added to the policy; b. Must contain the names and addresses of only the persons or organizations requiring notification that this Policy has been cancelled; c. Nlust be in an electronic format that is acceptable to us; and d. Must be accurate. Such Schedule must be updated and provided to us,by the first"Named Insured",during the policy period. Such updated Schedule must comply with paragraphs b., c. and d. above. 2. At least thirty(30)days prior to the effective date of the cancellation, as advised in our notice to the first"Named Insured", or the longer number of days notice if indicated in the Schedule provided to us. U-GL-113-A CW (4/90) Page 1 of 2 If we cancel this Policy by written notice to the first"Named Insured"for non-payment of premium,we will mail or deliver a copy of such written notice of cancellation to the name and address corresponding to each person or organization shown in the Schedule provided to us by the first"Named Insured"at least 10 days prior to the effective date of such cancellation. Such schedule shall meet the requirements outlined in item A.I. B. Our notification,as described in Paragraph A. or B. of this endorsement,will be based on the most recent Schedule provided to us by the first"Named Insured"as of the date the notice of cancellation is mailed. C. Proof of mailing will be sufficient proof that we have complied with Paragraph A. or B. of this endorsement. D. We are not responsible for the accuracy,integrity,timeliness and validity of information contained in the Schedule provided to us as described in Paragraph A. of this endorsement. All other terms and conditions of this policy remain unchanged. Signed By: Authorized Representative Date U-Gt--113-A CW (4190) Page 2 of 2 System for Award Management Page 1 of 1 Search Results Current Search Terms:ch2mhill* No records found for current seardi. SAM I Systemfor Award Management 1.0 IBM v1.513.2 12 2 2-2220 Note to all Users:This is a Federal Government computer system.Use of this LS taov system constitutes consent to monl4Ddng at all times. 1„t,.�•//.,n,.�, ��,Y, ..../. .,kl;n/c e XA/9„n,•1`Ql _7747(i_d1in0-01 aa_n 1 NOW'I Excluded Parties List System Page 1 of 1 PL S E''XChi ed Parties List System Search-Current Exclusions EPLS Search Resources Results >Advanced Search >Search Help >Multiple Names Search Results for Parties >Advanced Search Tips >Exact Name and SSN/TIN Excluded by >Public User's Manual >MyEPLS Firm,Entity,or Vessel : CH2MHILL >FAQ >Recent Updates As of 25-Oct-2012 6:37 PM EDT >Acronyms >Browse All Records Save to MyEPLS >Privacy Act Provisions >News View Cause and Treatment Code System for Award Management Descriptions Your search returned no results. >(SAM) >Reciprocal Codes Back New Search Printer-Friendly Reports >Procurement Codes >Nonprocurement Codes >Advanced Reports >Recent Updates Agency &Acronym Information >Dashboard >Agency Contacts Archive Search-Past Exclusions >Agency Descriptions >State/Country Code Descriptions >Advanced Archive Search >Multiple Names OFFICIAL GOVERNMENT USE ONLY >Recent Updates >Browse All Records >Debar Maintenance >Administration Contact Information >Upload Login >For Help: Federal Service Desk https://www.epls.gov/epls/search.do 10/25/2012 PUBLIC WORKS DEPARTMENT M E M O R A N D U M DATE: March 29, 2012 TO: Denis Law, Mayorr Pu FROM: Gregg Zimmerm�', blic Works Administrator STAFF CONTACT: Ron Straka, Surface Water Utility Supervisor x7248 Hebe C. Bernardo, Surface Water Utility Engineer x7264 SUBJECT: Engineering Consultant Agreement with CH2M HILL for the Sunset Community Stormwater Retrofit/LID Preliminary Design Project Please sign and execute the engineering consultant agreement for the Sunset Community Stormwater Retrofit/LID Preliminary Design project, in the amount of $86,824, with CH2M HILL for engineering design services for data collection on subsurface conditions and soil infiltration capacity; and update existing hydrologic and hydraulic analysis to refine sizing and design requirements of the green streets and sub- regional stormwater infiltration facility improvements. The City of Renton completed and adopted the Sunset Community Plan and Planned Action Environmental Impact Statement, which included the adoption of the Sunset Area Surface Water Master Plan. The Sunset Area Surface Water Master. Plan identifies areas where green street improvements could be made at locations that fit with existing and planned future land use in the area and the construction of a sub-regional storm water infiltration facility. The green streets stormwater improvements consist of constructing rain gardens and Low Impact Development (LID) porous concrete sidewalks primarily along Harrington Avenue NE. The sub-regional stormwater infiltration facility consists of constructing an infiltration/flow control facility with a rain garden stormwater facility providing water quality treatment. These improvements will retrofit existing storm systems in the area to reduce stormwater quantity and improve the quality of stormwater runoff, specifically reduction in total suspended solids and fecal coliform loading, from the existing and future land use within the Sunset Community Plan Area that discharges to Johns Creek and Lake Washington. The purpose of this project is to collect data on subsurface conditions and soil infiltration capacity and update existing hydrologic and hydraulic analysis to refine sizing and design requirements of the green streets and sub-regional stormwater infiltration facility improvement. This phase of work will also include development of a conceptual layout and details of the LID facilities. This information will help to verify the feasibility Denis Law, Mayor Page 2 of 2 March 29,2012 and benefits of the improvements and identify if additional information is needed for the final design and construction of the improvements. This agreement includes data collection and review, geotechnical exploration, conceptual design, and project management including services for developing construction plans and services during bidding and construction. Construction management services are not included in this scope of work. CH2M HILL was selected from the approved 2012 Utility Systems Annual Consultant Roster based on their knowledge and experience in the completion of the Sunset Area Surface Water Master Plan and other City projects. A portion of the project ($69,234) will be funded through the Municipal Stormwater Retrofit Grant administered by the Department of Ecology. The remaining portion of the project will be funded from the Surface Water Utility's 427 Fund Capital Improvement Program (CIP) for the Sunset Community Plan Stormwater Improvement Project (427.475490). The approved adjusted 2011 CIP budget for the project was $100,000, which is included in the proposed 2012 carry forward budget. After this contract, a total of$17,590 of the project budget remains to fund staff and project management costs. Attachments cc: Lys Hornsby,Utility Systems Director File H:\File Sys\cwp-Sup mace Water Projects\SWP-27-Surface Water Projects(CIP)\27-9111 Sunset Communitv Plan SSIP\1103 Consultant Contract\Memo to Mayor.doc\HBah oU� City Clerk Number Checklist Select One: Contract ❑ Permit ❑ Lease ❑ Agreement Contract Type (assigned by City Clerk) Staff Name: Hebe C. Bernardo Extension: 7264 Department/Division: EDEN Public Works/Surface Water Utility Approval Queue: 05/007p Addendum Number: to City Clerk Number: (if applicable). Contract Class: ❑ Receivable [g Payable ❑ Grant ❑ Misc. (no$) Expiration Date: 6/30/2013 Contractor Name: CH2M HILL Short Description: Sunset Community Stormwater Retrofit/LID Preliminary Design Project Full or Additional Data collection on subsurface conditions and soil infiltration capacity; and update existing hydrologic and Description: hydraulic analysis to refine sizing of the green streets and sub-regional stormwater infiltration facility ❑X Legal Review (attach memorandum from City Attorney) ❑jC Risk Management review for insurance(attach memorandum from Risk Management) ❑X Insurance certificate and/or policy(attach original) ❑X Response to legal or Risk Management concerns (explain, in writing, how concerns have been met) 1 J yPerfcrmance bond and verification memo from staff(for Public Works contracts only) ❑X Federal excluded parties list verification (Website: www.epls.gov,attach printout of search results) ❑X City business license number: BL.031541 Check EDEN or ask Finance Department. ❑X Accounts payable W-9 vendor form (obtain if not already on file with Finance Dept.) Submitted contracts are signed by contractor: ❑X Yes ❑ No If not, provide explanation below. Fiscal Impact: ❑X Expenditure or ❑ Revenue Amount Budgeted: Amount: $ 86.824 (line item;see below*): $ 100,000 Prior Council approval via agenda bill process required if: (see policies 250-02 and 800-12) ❑ Contract or addendum is $20,000 or over(non-Public Works)or$30,000 or over(Public Works). ❑ * Contract expenditure amount exceeds budgeted amount; fund transfer needed. ❑ Addendum is for the second and additional time extensions. ❑ Interlocal Agreement(most Interlocal Agreements require Resolutions) Date of Council Approval: Resolution Number: Contractor determined via: ❑ Phone Bid/Written Quote ❑ CFB Ad (if applicable) (if applicable) 0 Consuitant Roster RFP/SOQ Ad ❑ Application ❑ Sole Source Key words for City Clerk's electronic card file: S nset Area Master Plan, Sunset Community Plan StormtiM1ater i mprovement Project, CH2M Hill Print-Form I Revised 0,r23/2c08 HUMAN RESOURCES AND RISK MANAGEMENT - M E M O R A N D U M RECEIVED DATE: December 22, 2011 TO: Dave Christensen ��C ZC11 CITY OF RENTON FROM: R. Robertson, Risl< Manager tiTILn. SYSTEMS SUBJECT: Insurance Review/Engineering Annual Consultant Agreement E-2012 I have reviewed the certificate of insurance for the above-mentioned contract. The insurance coverage evidenced for this contract, meets City Risk Management requirements. hAfile sys\usa - utility systems division administration\risa-12 - aiinual consultant agreement\usa-12-001 9 - approved contract form\2012 updated consultant agreement\insurance blanket approval memo el-2012.doc L) °�, Human Resources & Risk Management M E M O R A N D U M DATE: March 20, 2012 TO: Hebe Bernardo FROM: Colleen Shannon, Risk Mgmt. SUBJECT: Insurance Review/CH2M Hill Engineers, Inc. Greenwich Ins Co XL Specialty Ins Co I have reviewed the certificate of insurance and supporting policy documents for the above- named Agreement. The insurance coverage, provided for this Agreement, meets the City's risk management requirements. H:\Risk\Certificates\Specic Memo\CH2M Hill Engineers_Hebe Bernardo 2012 Memo.doc 1 ® DATE(MMJDD/YYYY) A�o CERTIFICATE OF LIABILITY INSURANCE 03/09/2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: MARSH USA INC. PHONE FAX 1225 17TH STREET,SUITE 2100 A/C No DENVER,CO 80202-5534 E-MAIL ADDRESS: INSURERS AFFORDING COVERAGE NAIC# 15114-Wl24-SG124-11/12 SEA BK INSURER A:Greenwich Insurance Company 22322 INSURED INSURER B:XL Specialty Insurance Co. 37BB5 CH2M HILL ENGINEERS,INC. 1100112TH AVE NE,SUITE 400 INSURER C: BELLEVUE,WA 98004 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: SEA-002309508-01 REVISION NUMBER:7 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUER POLICY NUMBER MMIDDY/YYYY MM/DD/YYYY LIMITS LTR GENERAL LIABILITY X EACH OCCURRENCE $ 1,500,000 A X RGE5000255 05/01/2011 05/01/2012 DAMAGE T R NT D 1,500,000 COMMERCIAL GENERAL LIABILITY PREMI ES Ea occurrence $ CLAIMS-MADE a OCCUR MED EXP(Any oneperson) $ X $500,000 SIR PERSONAL&ADV INJURY $ 1,500,000 GENERAL AGGREGATE $ 5,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 5,000,000 POLICY PRO El LOC $ CT AUTOMOBILE LIABILITY Ea aoatlenntSINGLE LIMIT $ 2,000,000 A X ANY AUTO RAD5000254(ADS) 05101/2011 05/01/2012 BODILY INJURY(Per person) $ A ALL OWNED SCHEDULED RAD5000256(MA) 05/01/2011 05/01/2012 1 BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS Peracciden UMBRELLA LAB OCCUR EACH OCCURRENCE $ EXCESS LIAR CLAIMS-MADE AGGREGATE $ DED I I RETENTION$ TH $ - WORKERS COMPENSATION WC STATU _ER AND EMPLOYERS'LIABILITY Y/N 1,000,000 B ANY PROPRIETOR/PARTNER/EXECU I IVE RWD5000252 05I0112011 05I01/2012 E.L.EACH ACCIDENT $ OFFICER/ME M NH) BER EXCLUDED9 NIA STOP GAP LIABILITY E.L.DISEASE-EA EMPLOYE $ 1,000,000 (Mandatory in If yes,describe under - ONLY EL DISEASE-POLICY DMIT $ 1,000,000 DESCRIPTION OF OPERATIONS below . . i DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) RE:SUNSET TERRACE COMMUNITY LID RETROFIT. THE CERTIFICATE HOLDER IS INCLUDED AS AN ADDITIONAL INSURED ON THE GENERAL LIABILITY POLICY AS REQUIRED BY WRITTEN CONTRACT OR AGREEMENT. COVERAGE PROVIDED BY HE ABOVE GENERAL LIABILITY AND AUTO POLICIES SHALL BE PRIMARY AND NON-CONTRIBUTORY AND IS LIMITED TO THE LIABILITY RESULTING FROM THE NAMED INSURED'S OWNERSHIP ND/OR OPERATIONS. CERTIFICATE HOLDER CANCELLATION CITY OF RENTON SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE PUBLIC WORKS DEPARTMENT THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ATTN:HEBE BERNARD ACCORDANCE WITH THE POLICY PROVISIONS. 1055 S GRADY WAY,5TH FLOOR RENTON,WA 98057 AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Sharon A.Hammer I ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD - ® DATE(MM/DD/YYYY). A�oR� CERTIFICATE OF LIABILITY INSURANCE 03109/2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be-endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT MARSH USA,INC. PHONE FAX 122517TA STREET,SUITE 2100 A/C No: DENVER,CO 80202-5534 E-MAIL ADDRESS: INSURERS AFFORDING COVERAGE NAIC# 15114-00006-PLDED-11/12 SEA BK INSURER A:Zurich American Insurance Co 16535 INSURED INSURER B: CH2M HILL ENGINEERS,INC. 1100112TH AVE NE,SUITE 400 INSURER C: BELLEVUE,WA 98004 INSURER D: INSURER E: INSURER F: 'COVERAGES CERTIFICATE NUMBER: SEA-002309509-01 REVISION NUMBER:4 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDLTYPE OF INSURANCE INSR SUER POLICY NUMBER MM/DDPOLICY EFF MM/DD/YYYY POLICY EXP LIMITS LTR MD GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO RENTED COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence $ CLAIMS-MADE OCCUR MED EXP(Any oneperson) $ PERSONAL&ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ POLICY PRO LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident ANY AUTO BODILY INJURY(Per person) $ ALL OWNED n SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS Per accident $ UMBRELLA LIAB HOCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED I I RETENTION$ $ WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS'LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICERIMEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A PROFESSICNAL LIABILITY' EOC3829621-09 02/01/2012 05/01/2012 Each Claim 8 Total For $1,000,000 All Claims.Retention: $750,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) E:SUNSET TERRACE COMMUNITY LID RETROFIT. *FOR PROFESSIONAL LIABILITY COVERAGE,THE AGGREGATE LIMIT IS THE TOTAL INSURANCE AVAILABLE FOR CLAIMS PRESENTED WITHIN THE POLICY PERIOD FOR ALL OPERATIONS OF H E INSURED.THE LIMIT WILL BE REDUCED BY PAYMENTS OF INDEMNITY AND EXPENSE. CERTIFICATE HOLDER CANCELLATION CITY OF RENTON SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE PUBLIC WORKS DEPARTMENT THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ATTN:HEBE BERNARD ACCORDANCE WITH THE POLICY PROVISIONS. 1055 S GRADY WAY,5TH FLOOR RENTON,WA 98057 AUTHORIZED REPRESENT AT' of Marsh USA Inc. Sharon A.Hammer ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (20 1Oiu5) The ACORD name and logo are registered marks of ACORD ENDORSEMENT#021 This endorsement,effective 12:01 a.m., May 1, 2011 forms a part of Policy No.RGE5000255 Issued to CH2M HILL COMPANIES, LTQ. by Greenwich Insurance Company . THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY AUTOMATIC ADDITIONAL INSURED'S PRIMARY COVERAGE This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS COVERAGE PART LIQUOR LIABILITY COVERAGE PART The following provision is added to Section Il,Who is an Insured: I. A. Any entity, person, or organization you are required or have agreed in a written insured contract, permit, access agreement and any other written agreement to name as an insured is an insured (hereinafter called additional insured)but only with respect to liability arising out of your premises,your work for the additional insured,or acts or omissions of the additional insured in connection with the general supervision of your work to the extent set forth below: (1) the limits of insurance provided on behalf of the additional insured are not greater than those required by such contract. However, insurance with respect to each person,organization or entity shall not exceed the limits of liability of the named insured. (2) All insuring agreements, exclusions and conditions of this policy apply; (3) In no event shall the coverage or limits of insurance in this coverage form be increased by such contract. B. Except when required otherwise by insured contract,this insurance does not apply to: (1) (a)All work on the project(other than service,maintenance or repairs)to be performed by or on behalf of the additional insured(s)at the site of the covered operations has been completed;'or(b)That portion of your work out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. (2) Bodily Injury or Property Damage arising out of any act or omission of the additional insured(s)or any of their employees, other than the general supervision of work performed for the additional insured(s) by you. IXI 403 01 10 ©2010 X.L.America, Inc. All Rights Reserved. May not be copied without permission. C. Any coverage provided hereunder shall be excess over any other valid and collectible insurance available to the additional insured(s)whether primary,excess,contingent or on any other basis unless a contract specifically required that this insurance be primary,or you request that it apply on a primary basis. When this insurance applies on a primary basis for the additional insureds described above,it shall apply only with respect to liability arising out of your work for that additional insured by or for you.Other insurance afforded to those additional insureds will apply as excess and not contribute as primary to the insurance afforded by this endorsement. All other terms and conditions remain the same. (Authorized Re r entative) IXI 403 01 10 ©2010 X.L.America, Inc. All Rights Reserved. May not be copied without permission. i Excluded Parties List System Page 1 of 1 xeJ:uded;f_lu es List.System Search-Current Exclusions EPLS Search Resources Results >Advanced Search >Search Help >Multiple Names Search Results for Parties >Advanced Search Tips >Exact Name and SSN/TIN Excluded by >Public User's Manual >MyEPLS Firm,Entity,or Vessel:Ch2M Hill >FAQ >Recent Updates As of 27-Mar-2012 6:07 PM EDT >Acronyms >Browse All Records Save to MyEPLS >Privacy Act Provisions >News View Cause and Treatment Code >System for Award Management Descriptions Your search returned no results. (SAM) >Reciprocal Codes Back New Search Printer-Friendly Reports >Procurement Codes >Nonprocurement Codes >Advanced Reports >Recent Updates Agency&Acronym Information >Dashboard >Agency Contacts Archive Search-Past Exclusions >Agency Descriptions >State/Country Code Descriptions >Advanced Archive Search >Multiple Names OFFICIAL GOVERNMENT USE ONLY >Recent Updates >Browse All Records >Debar Maintenance >Administration Contact Information >Upload Login >For Help: Federal Service Desk 03/2//2012 E 1-2012 ENGINEERING ANNUAL CONSULTANT AGREEMENT THIS AGREEMENT, made and entered into on this , day of by and between the CITY OF RENTON, WASHINGTON,A MUNICIPAL CORPORATION HEREINAFTER CALLED THE "CITY," and CH2M Hill Engineers, Inc.,whose address is 1100 112th Avenue NE, Bellevue,WA 98004, at which work will be available for inspection, hereinafter called the "CONSULTANT." PROJECT NAME: Sunset Community Stormwater Retrofit/LID Preliminary Design 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. 11 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, auiriplinac anri cnerifirAtinn- inrhirlinv but not limited to the foilowine: Page 1 of 23 Piazza/Data_Center/For ms/City/Contracts E1-2012 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. 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. Page 2 of 23 Piazza/Data_Center/Forms/City/Contracts E1-2012 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. 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 $86,824.00 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. rage 3 of 23 Piazza/Data_Center/Forms/City/Contracts E1-2012 2. The overhead costs as identified on Exhibit C are determined as 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 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"). 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. "age"of 23 Piazza/Data_Center/Forms/City/Contracts E1-2012 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 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 th, - ;ta ncrciii, Snail be file Svic vbll gat i0i aiid i e5pvn5ib 'y'iii� I 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, sexual orientation, sex, age or handicap except for a P-.ge -of 23 Piazza/Data_Ce nter/Form s/City/Contracts E 1-2012 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. 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 beco ne 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. Page 6 of 23 Pia zza/Data_Center/Forms/City/Contra cts E 1--2012 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 Public Works Administrator 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 at the Maleng Regional Justice Center in Kent, Washington. XIII 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. 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. Insurance The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or da.„ to , oert ,.,hick ma,,arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. No Limitation A. 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. Page 7 of 23 Piazza/Data_Cente r/Forms%City/Co ntra:ts E1-2012 B. Minimum Scope of Insurance Consultant shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. 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. 2. 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. 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. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability insurance appropriate to the Consultant's profession. C. Minimum Amounts of Insurance Consultant shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. 3. Professional Liability insurance shall be written with limits no less than$1,000,000 per claim and $1,000,000 policy aggregate limit. D. Other Insurance Provision The Consultant's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance as respect to the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. F, Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. F. Verification of Coverage Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement,evidencing the insurance requirements of the Consultant before commencement of the work. G. Notice of Cancellation The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. Page 8 of 23 Piazza/Data_Center/Form s/City/Contracts E1-2012 H. Failure to Maintain Insurance Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which 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 such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Consultant from the City. The limits of said insurance shall not, however, limit the liability of Consultant hereunder. 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 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. It is further specifically and expressly understood that the indemnification provided herein constitute the Consultant's waiver of immunity under the Industrial Insurance Act, 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. 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. Page 9 of 23 Piazza/Data_Center/Forms/City;Contracts E1-2012 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. CONSULTANT CITY OF RENTON %4 2-3 MAPA 2DlZ S' ature I Date Mayor Date JAMES G, KgL-A type or print name ATTEST: Title Bonnie I. Walton, City Clerk Page 10 of 23 Piazza/Data_Cente r/Forms/City/Contra cts E1-2012 Exhibit A Sunset Community Stormwater Retrofit/ LID Project Preliminary Design Background The City of Renton completed and adopted the Sunset Community Plan and Planned Action Environmental Impact Statement,which included the adoption of the Sunset Area Surface Water Master Plan. The Sunset Area Surface Water Master Plan identifies areas where green street improvements could be made at locations that fit with existing and planned future land use in the area and the construction of a sub-regional storm water infiltration facility. The green streets stormwater improvements consist of constructing rain gardens and LID pervious concrete sidewalks primarily along Harrington Avenue NE. The sub-regional stormwater infiltration facility consists of constructing an infiltration/flow control facility with a rain garden storm water facility providing water quality treatment. These improvements will retrofit existing storm systems in the area to reduce the quantity and improve the quality of stormwater runoff specifically reduction in total suspended solids and fecal coliform loading,from the existing and future land use within the Sunset Community Plan Area which discharge to Johns Creek and Lake Washington. This project will collect data on subsurface conditions and soil infiltration capacity and update existing hydrologic and hydraulic analysis to refine sizing and design requirements of the green streets and sub-regional stormwater infiltration facility improvement. This phase of work will also include development of a conceptual layout and details of the LID facilities.This information will help to verify the feasibility and benefits of the improvements and identify if additional information needed for the final design and construction of the improvements. Tasks included in this scope of work include data collection and review, geotechnical exploration, conceptual design, and project management as defined in the tasks below. Services for developing construction plans,services during bidding and construction, and construction management are not included in this scope of work and would be included in a separate amendment. Task 1. Data Collection and Review 1. The CONSULTANT will review available record drawings and reports (hydraulic and geotechnical) from recent and future developments (e.g. the Harrington Square Mixed-use development, RHA Sunset Terrace redevelopment project, King County Library Site and Hillcrest Early Childhood Education Center) for pertinent data related to infiltration capacity in the Sunset Area. n The rnnici n TnniT..,ill review_ inil�kln utility infnrm itinn nnrd mirraldananuc riata nmvired by the City that i„ w,. .�, �,., .. �_. .. _.._ ....---.._..---- -- - - - - , will impact conceptual layout and feasibility of LID facilities along Harrington Avenue and in the Sunset Terrace area. 3. The CONSULTANT will develop a preliminary basemap of the project from available GIS and aerial imagery. Task 1 Deliverables 1. Preliminary basemap of a block of Harrington extracted from City provided LiDAR data. 2. Other pertinent soils data collected from available reports will he incorporated into the design report as described under Task 3. rage 11 of 23 Piazza/Data_Cente r/Forms/City/Contracts E1-2012 Task 1 Basis • The CITY will provide available GIS and survey data to CONSULTANT. • The CITY will provide as-built drawings to CONSULTANT. • One field visits (2 consultant staff)with CITY staff. Task 2. Geotechnical Exploration Geotechnical Exploration Plan The CONSULTANT will develop an exploration plan to characterize soil conditions, determine design infiltration rates, evaluate groundwater elevations and identify potential infiltration hazards. The plan will include the following: 1. Location for soil borings,test pits, and infiltration testing sites. 2. Traffic control plans; 3. Marking exploration locations in the field and 4. Calling underground utility one-call Soils Exploration For budgeting purposes, up to 8 borings are planned at the following locations (see attached map for approximate locations): • 2 borings will be conducted along Harrington Ave. NE,from NE 91h St to Sunset Boulevard • 3 borings will be conducted along Harrington Avenue,from NE 101h to 161h Street. • 3 borings will be conducted in the vicinity of the Sunset Terrace sub-regional facility The borings would be up to 20 feet deep with continuous sampling by the Standard Penetration Test within the upper 6 feet, and additional samples at 7.5, 10.0, 12.5, 15.0, and 20-foot depths (each sample is 1.5' long). The borings will be drilled with hollow stem auger and all spoils drummed and removed from the site. nPnanrlina tinnn arracc to grassy areas suitahle for turf restoration, up to 2 test pits are proposed (in the vicinity of the Sunset Terrace subregional facility). Test pits will be excavated as follows: a. Remove sod and set aside,separate from soil excavation b. Excavate to approximately 4-foot depth to provide a hole with a minimum bottom area of 2 feet by feet. Log excavation. Collect representative samples of material at bottom of excavation for grain size testing. c. Conduct infiltration tests (see below) d. Backfill by placing excavated material in 1' maximum lifts and tamping with excavator bucket. e. Pull sod over backfilled excavation. Rake in clods and loose soil. Seed. Cover bare areas with straw mulch. rage 12 of 23 Piazza/Data_Center/Forms/City/Contracts E 1-2012 Test pits will not be excavated if very soft site conditions are present so that vehicle access will result in ruts deeper than 6 inches or if excavator and water trailer access cannot be provided without excessive disturbance of the area. If test pits are not possible,the boring-type infiltration tests will be conducted as described below. Laboratory Samples and Testing Select samples representing the range of soil conditions encountered in the borings would be tested in the laboratory for gradation. For preliminary estimating purposes, a total of 16 tests are proposed. Groundwater Evaluation The drilling rods and soil samples will be inspected for evidence of current or seasonal groundwater. Piezometers will not be installed unless groundwater is present or there is evidence that it could be seasonally present between depths of 4 and 15 feet below the ground surface. Borings without piezometer will be abandoned per Washington Department of Ecology standards. Infiltration Testing Where feasible, Pilot Infiltration Tests (PIT) will be conducted in the excavated test pit locations. Infiltration tests would be conducted in locations closest to the proposed rain gardens and the underground infiltration gallery. Infiltration tests will be conducted in accordance with the City adopted King County Surface Water Design Manual to the extent feasible. Where space limitations exist (e.g. disturbance of surrounding surface improvements and restoration requirements)the infiltration tests will be modified as described in the City of Seattle modified procedure for conducting a Pilot Infiltration Test (City of Seattle Stormwater Manual, Volume 3, Appendix E). Water will be supplied by truck-mounted tank. Where test pits are not feasible,a variation of the infiltration test would be performed in shallow borings. Tentatively,two boring infiltration tests are proposed along Harrington Avenue north of NE 10`h St and one south of Sunset Blvd, using the following procedure: a. Blind drill (without sampling) next to sampled boring to a depth of 8 feet. Pull back auger to depth of 4 feet. b. Fill hole with water to ground surface and measure rate of fall at as many intervals as possible until water reaches the bottom of the auger. Repeat up to 3 times, but not exceeding 1 hr/drop cycle. c. Calculate unadjusted in rate as (the average head drop/unit time)/borehole area below the bottom of the auger. The borehole depth may need to be adjusted to account for caving that occurs during the test. d. If caving is excessive, a similar test may be conducted by installing an 8" PVC pipe with slots in the bottom 4' into the open hole or by installing a 2" pipe through the hollow stem auger. e. Holes will be backfilled with bentonite chips to within 3 feet of the ground surface. Gravel base course and asphalt patch or topsoil with seed and straw to match the surrounding area will be used to restore the surface. If the results of exploration indicate significant variability between test locations, additional borings or test pits may be needed to define the limits of areas with suitable infiltration properties. Task 2 Deliverables 1. G eotechnical Investigation Plan, a plan sketch for up to 6 pages. Page 13 of 23 Pia zza/Data_Center/Forms/City/Contracts E1-2012 2. Geotechnical technical memorandum to summarize the findings from the surface exploration and recommendation for project design infiltration rates and maximum normal groundwater depth with the exploration logs and laboratory test results. The technical memorandum will be up to 20 pages including figures, logs and test results. Task 2 Geotechnical Exploration Basis For planning purposes it is assumed the subsurface exploration will consist of the following: • A geotechnical engineer or engineering geologist will be provided during boring and test holes excavation to visually classify soils, collect and store samples of soil for laboratory testing and classification, perform infiltration tests and install piezometers as necessary. • Laboratory tests will be conducted on up to 20 soil samples to determine gradation and moisture content of site soils.The actual number and type of tests will depend upon the material encountered. • Contaminated soils will not be encountered in underground explorations. If contaminated soils are encountered, additional work will be authorized by the CITY separately. • In soils,foundation,groundwater, and other subsurface investigations,the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of CONSULTANT. • The CONSULTANT will perform all of the test holes within the right-of-way or Renton Housing Authority property(with authorization)and obtain permits from the CITY for any work within the CITY right-of-way. • The CONSULTANT will stake test holes, and well locations and make call to One-call or private locators for underground utility clearance. • The CONSULTANT will subcontract equipment and labor to conduct the explorations and restore the site upon completion. • Vehicular traffic control will be required at boring and test pit locations;the CONSULTANT will develop traffic control plans and subcontract traffic control devices and flaggers. • The CITY will coordinate the right-of-entry from Renton Housing Authority property for soil exploration. • Borings and test pits will be located by handheld GPS with depths measured relative to the centerline of the roadway using handheld level and measuring tape. • At least one half of the borings can be drilled in existing parking strips utilizing signs and cones only,without need for using flaggers to close a lane. • There will be no restrictions on working hours other than available daylight. Task 3. Preliminary Design The preliminary design involves identifying the appropriate LID or conventional stormwater retrofit elements based on the information obtained from Task 1, and Task 2 and the CITY input.The CONSULTANT will work with CITY to develop preliminary design and design decisions will be documented in a Design Report. Develop a plan of a City street segment of Harrington Avenue NE in the Sunset Area,where future design and construction of the green street improvements are currently feasible,that shows the size of the rain garden needed, stormwater collection system and pervious concrete sidewalk(LID) improvements. Develop typical sections/details of the LID facility. Page 14 of 23 Piazza/Data_Center/Forms/City/Contracts E1-2012 CONSULTANT will prepare a hydrological model with tributary basin areas, soils and infiltration rate information for the use in the future design and sizing of the proposed LID facilities and infiltration facilities. The Design Report will be prepared to outline the existing drainage issues in the project area, existing drainage conditions, soil conditions, proposed project improvement and its benefit based on the hydrological and hydraulic model results. The preliminary design drawings will show the general location and size of the water quality/LID facilities,for the project. Schematic layout of the storm drains collection and conveyance systems. Typical section or detail for the LID facilities. Task 3 Deliverables 1. 15% Conceptual Design drawings. The preliminary design drawings consist of the layout of the facilities at Sunset Terrace and a typical block of Harrington Avenue and a typical detail of each type of facility. 2. Preliminary opinion of cost. 3. Design Report.The Design Report will summarize the background of the project, hydraulic modeling results, design standards, and design variations.The design report will be up to 15 pages. Task 3 Preliminary Design Basis • The CITY and the CONSULTANT will have two meetings to discuss design concepts and layout. Each meeting will assume 2 hours with 2 CONSULTANT staff. • The CITY will provide to the CONSULTANT electronic versions of their standard CAD details. • CAD files will be delivered using AutoCAD in 2011 format. • The CONSULTANT will use the Western Washington Hydrological Model,or equivalent,for the LID facilities modeling.The conveyance will be using either the rational method or a single storm event models. • In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the Project, CONSULTANT has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate Project cost or schedule. Therefore, CONSULTANT makes no warranty that CITY'S actual Project costs, financial aspects, economic feasibility, or schedules will not vary from CONSULTANT's opinions, analyses, projections, or estimates. If CITY wishes greater assurance as to any element of Project cost, feasibility, or schedule, CITY will employ an independent cost estimator, Consultant, or other appropriate advisor. • One field visit with 2 consultant staff. • One workshop/meeting with the CITY and 2 consultant staff. • The drawings for the improvements will use a horizontal scale of 1 inch= 20 feet. Drawings for the project will be half size 11"x 17" and will include the following: o Cover sheet, vicinity map, index (1) o Typical Roadway Section (1) o Civil design plan sheet(2) o Civil design and Low Impact Development details(2) Page 15 of 23 Pia zza/Data_Ce nter/Forms/City/Contra cts E1-2012 Task 4. Project Management This task will continue throughout the duration of the project. It will include the work necessary to set up and plan the project and establish project-specific procedures, including communication, quality control (QC),overall project coordination with the CITY and project team,and project closeout. This task includes setting up contracts with drilling, excavating, laboratory testing, and traffic control subcontractors. Invoices and progress reports will be provided to the CITY on a monthly basis. Monthly progress reports will include a summary of work performed by the CONSULTANT for that period and the work anticipated to be completed in the next period. This task includes a project kick-off meeting at the CITY with two (2) CONSULTANT attendees, assuming two (2) hours in length. Task 4 Deliverables • Monthly Invoices and progress reports, assuming a 4 month project duration • Bi-weekly phone call or email check-ins with the City project manager to report project status Project Schedule • Notice to Proceed—March 2012. • Geotechnical Data Collection and Laboratory Analysis—end of March 2012 • Geotechnical Technical Memorandum—mid-April 2012. • Design Report and Final Preliminary Design Drawings- June 2012. Page 16 of 23 Piazza/Data_Ce nter/Forms/City/Contracts E1-2012 General Basis of Scope The following are considered in developing the Scope of Work and Budget for the project. General Basis • The AGREEMENT has an anticipated start date of March 1", 2012 and is expected to be completed by June 31", 2013. • The standard of care applicable to CONSULTANT's Services will be the degree of skill and diligence normally employed by professional engineers or consultants performing the same or similar Services at the time said services are performed. CONSULTANT will reperform any services not meeting this standard without additional compensation. • The CONSULTANT can reasonably rely on the timeliness,accuracy and completeness of the underground utility locates and any other data necessary to accomplish these tasks in a timely fashion. • The CITY will provide consolidated review comments to draft deliverables. The CONSULTANT will provide a written comment response and summary to the client. • Consultant's deliverables, including record drawings, are limited to the sealed and signed hard copies. Computer-generated drawing files furnished by CONSULTANT are for CITY or others' convenience.Any conclusions or information derived or obtained from these files will be at user's sole risk. All reports, drawings,specifications, documents, and other deliverables of CONSULTANT,whether in hard copy or in electronic form, are instruments of service for this PROJECT,whether the PROJECT is completed or not. CITY agrees to indemnify CONSULTANT and CONSULTANT's officers, employees, subcontractors, and affiliated corporations from all claims, damages, losses, and costs, including, but not limited to, litigation expenses and attorney's fees arising out of or related to the unauthorized reuse, change or alteration of these PROJECT documents. • The CONSULTANT's ability to meet the schedule is contingent upon timely receipt of survey and any other information from the CITY and or third parties • To the maximum extent permitted by law, CONSULTANT's liability for CITY's damages will not, in the aggregate, exceed $1,000,000. This article takes precedence over any conflicting article of this AGREEMENT or any document incorporated into it or referenced by it. This limitation of liability will apply whether CONSULTANT'S liability arises under breach of contractor warranty;tort; including negligence; strict liability; statutory liability; or any other cause of action, and shall include CONSULTANT's officers, affiliated corporations, employees, and subcontractors. -` Page is�� 23 Piazza/Data_Ce nter/Forms/City/Contracts E1-2012 EXHIBIT B TIME OF COMPLETION Project Schedule • Notice to Proceed—March 2012. • Geotechnical Data Collection and Laboratory Analysis—end of March 2012 • Geotechnical Technical Memorandum—mid-April 2012. • Design Report and Final Preliminary Design Drawings- June 2012. Page 1-8 or 23 Piazza/Data_Ce nter/Form s/City/Contracts E1-2012 EXHIBIT C COST ESTIMATE TASK DESCRIPTION PRICE 1 Data Collection and Review $4,007.00 2 Geotechnical Exploration $44,149.00 3 Conceptual Design $28,681.00 4 Project Management $9,986.00 TOTAL $86,823.00 Page 19 of 23 Piazza/Data_Center/Forms/City/Contracts E1-2012 COST PLUS NET FEE DETERMINATION DIRECT SALARY COST: Hourly Rates of Pay* Personnel Program Manager$72.10 Project Manager$54.04 Task Manager$45.67 Sr Geotech Engineer$58.29 Cost Estimator$45.90 - Task Engineer$35.23 Geotech Engineer$34.68 CADD Technician $29.72 Subcontracts Administrator$32.62 Clerical $25.34 Accountant$24.14 *direct salary rates are subject to increase April 1,2012 Net Fee: 20%of direct salary cost plus overhead DIRECT NON-SALARY COST: Travel and Per Diem Mileage @ IRS reimbursement rate, currently$.555/mile Per Diem: to be addressed if applicable under subsequent Amendment(s) GeotechnicalSupplies ...........................................................................................$cost Subconsultant/Lab Services ....................................................................................$ cost+2% markup Outside Reproduction Expenses ............................................................................$cost Health &Safety........................................................................................................$ 1.75/hour for applicable staff Page 20 of 23 Piazza/Data_Center/Forms/City/Contracts E 1-2012 EXHIBIT C (cont.) SUMMARY OF FEE FOR ENGINEERING SERVICES BREAKDOWN OF OVERHEAD COST See attached Exhibit C Addendum SUMMARY OF COSTS Project No. Name of Project: Sunset Terrace Community LID Retrofit Preliminary Design DirectSalary Cost...............................................................................................................................$19,218 Overhead Cost(including payrolladditives................................................................................. 149.50 % $28,731 Sub-Total $47,949 NetFee........................................................................................................... 20% $9,589 Direct Non-Salary Costs: a. Travel and per diem............................................................. $ 83 b. Reproduction expenses ......................................................... $ 0 C. Geotechnical Supplies........................................................ $ 200 d. Outside consultants...................................................... $ 28,705 e. Other(Health &Safety) ..................................................... $ 297 Total $ 29,285 Sub Total $ 38,874 GRAND TOTAL $ 86,823 Page 21 of 23 Piazza/Data_Center/Forms/City/Contracts E1-2012 CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 4085 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 their race; religion/creed; national origin;ancestry;sex; age over 40;sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status; or veteran's status, or the presence of a physical, sensory, or mental 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) 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 by City policy. 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 displa Y`ed in appropriate city facilitinc CONCURRED IN by the City Council of the City of Renton, Washington, this7th day of March 2011 . CITY RENTON !� - RENTON CITY COUNCIL Denis Law, Mayor until Pr ident Attest: J Bonnie 1.Walton, City Clerk `=; PUBLIC WORKS DEPARTMENT city of >, M E M O R A N D U coca DATE: _IV#LIDATE DATE: March 29, 2012 3 '- L TO: Denis Law, Mayor a Z FROM: Gregg Zimmerman, Public Works Admi --w- STAFF CONTACT: Ron Straka, Surface Water Utility Supervisor x7248 Hebe C. Bernardo, Surface Water Utility Engineer x7264 SUBJECT: Engineering Consultant Agreement with CH2M HILL for the Sunset Community Stormwater Retrofit/LID Preliminary Design Project Please sign and execute the engineering consultant agreement for the Sunset Community Stormwater Retrofit/LID Preliminary Design project, in the amount of $86,824, with CH2M HILL for engineering design services for data collection on subsurface conditions and soil infiltration capacity; and update existing hydrologic and hydraulic analysis to refine sizing and design requirements of the green streets and sub- regional stormwater infiltration facility improvements. The City of Renton completed and adopted the Sunset Community Plan and Planned Action Environmental Impact Statement, which included the adoption of the Sunset Area Surface Water Master Plan. The Sunset Area Surface Water Master Plan identifies areas where green street improvements could be made at locations that fit with existing and planned future land use in the area and the construction of a sub-regional storm water infiltration facility. The green streets stormwater improvements consist of constructing rain gardens and Low Impact Development (LID) porous concrete sidewalks primarily along Harrington Avenue NE. The sub-regional stormwater infiltration facility consists of constructing an infiltration/flow control facility with a rain garden stormwater facility providing water quality treatment. These improvements will retrofit existing storm systems in the area to reduce stormwater quantity and improve the quality of stormwater runoff, specifically reduction in total suspended solids and fecal coliform loading, from the existing and future land use within the Sunset Community Plan Area that discharges to Johns Creek and Lake Washington. The purpose of this project is to collect data on subsurface conditions and soil infiltration capacity and update existing hydrologic and hydraulic analysis to refine sizing and design requirements of the green streets and sub-regional stormwater infiltration facility improvement. This phase of work will also include development of a conceptual layout and details of the LID facilities. This information will help to verify the feasibility Denis Law,Mayor Page 2 of 2 March 29,2012 and benefits of the improvements and identify if additional information is needed for the final design and construction of the improvements. This agreement includes data collection and review, geotechnical exploration, conceptual design, and project management including services for developing construction plans and services during bidding and construction. Construction management services are not included in this scope of work. CH2M HILL was selected from the approved 2012 Utility Systems Annual Consultant Roster based on their knowledge and experience in the completion of the Sunset Area Surface Water Master Plan and other City projects. A portion of the project ($69,234) will be funded through the Municipal Stormwater Retrofit Grant administered by the Department of Ecology. The remaining portion of the project will be funded from the Surface Water Utility's 427 Fund Capital Improvement Program (CIP) for the Sunset Community Plan Stormwater Improvement Project (427.475490). The approved adjusted 2011 CIP budget for the project was $100,000, which is included in the proposed 2012 carry forward budget. After this contract, a total of$17,590 of the project budget remains to fund staff and project management costs. Attachments cc: Lys Hornsby, Utility Systems Director File H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-9111 Sunset Community Plan SSIP\1103 Consultant Contract\Memo to Mayor.doc\HBah