Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
SWP273635(5)
E1-2012 CAG-12-048 ENGINEERING ANNUAL CONSULTANT AGREEMENT THIS AGREEMENT, made and entered into on this `'`, day of�, a0/% by and between the CITY OF RENTON, WASHINGTON, A MUNICIPAL CORPORATION HEREINAFTER CALLED THE "CITY," and CH2M Hill Engineers, Inc., whose address is 1100112th 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. 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 23 Piazza/Data_Center/Forms/City/Con tracts a 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." I11 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/Farms/City/Contracts t 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. Page 3 of 23 Piazza/Data_Cente r/Forms/City/Contracts t 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. Page 4 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 herein, shall be the sole obligation and responsibility of the Consultant. The Consultant shall not engage, on a full or part-time basis, or other basis, during the period of the contract, any professional or technical personnel who are, or have been at any time during the period of this contract, in the employ of the City except regularly retired employees,without written consent of the City. If during the time period of this Agreement,the Consultant finds it necessary to increase its professional,technical, or clerical staff as a result of this work,the Consultant will actively solicit minorities through their advertisement and interview process. X NONDISCRIMINATION The Consultant agrees not to discriminate against any client, employee or applicant for employment or for services because of race, creed, color, national origin, marital status, sexual orientation,sex, age or handicap except for a Pa.-e S of 23 Piazza,/Data_Center/Forms/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 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. Page 6 of 23 Piazza;Data_Centerj Forms/City/Contract= E1-2012 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 actor 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 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. No Limitation A. Consultant's maintenance of insurance as required by the agreement shah 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_Center/Form s/City/Contracts } 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. E. 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/Forms/City;Co^tracts 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' 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 XVI I 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 NTON CITY RE 23 Mt 1201L 2 3 2- Sig ure Date Mayor Denis Law Date �wES 6, KI pf\ type or print name ATTEST: VIA P�Es�OE 6yt'-V�. 4 Title Bonnie I. Walton, City Clerk <, Page 10 of 23 Piazza/Qata_Center/Ferns/Cif/%Contracts 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. 2. The CONSULTANT will review available utility information and miscellaneous data provided by the City that 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 be incorporated into the design report as described under Task 3. Page 11 of 23 Piazza/Data--Center/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 exp oration 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 9th St to Sunset Boulevard • 3 borings will be conducted along Harrington Avenue,from NE loth to 16th 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. Depending upon access to grassy areas suitable 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. Page 12 of 23 Piazza/Data_Center/Forms/City/Contracts E1-2012 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 Q. 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 10th 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 infiltration 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. Geotechnical Investigation Plan, a plan sketch for up to 6 pages. Page 13 of 23 Pia zza/Data_Cente r/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 E 1-2012 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 Piazza/Data_Center/Forms/City/Contracts 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/Dara_Cente r/For ms/City/Con tracts 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 315t, 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 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. Page 17 of 23 Piazza/Data_Center/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 18 of 23 Pia zza/Cata_Center/Forms/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_Ce me r/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) Geotechnical Supplies ...........................................................................................$cost Subconsultant/Lab Services ....................................................................................$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 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 Terrace Community LID Retrofit Preliminary Design DirectSalary Cost...............................................................................................................................$19,218 Overhead Cost(including payroll additives................................................................................. 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 displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this7th day of March 12011 CITY RENTON n RENTON CITY COUNCIL �I � Denis Law, Mayor uncil Pr sident Attest: Bonnie 1.Walton, City Clerk = _ SEAL -_- "' 1l1iiliilll ilil+iir•+' E 1-2012 cry ac CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE 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. III. When applicable, the above-named contractor/subcontractor/consultant will seek out and negotiate with minority and women contractors for the award of subcontracts. �f�i�16S G, ���LA Print Agent/Representative's Name Print Agent/Representative's Title Agee Representative's ignature Z3 M��W 2012- 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 23 of 23 P is zza/Da ta_Center/Forms/City/Contracts FORM: ADD-2010 CAG-13-023 , Adden #2-14 ADDENDUM NO. 2 ENGINEERING CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES for Sunset Community Plan SSIP— Harrington Avenue NE Green Connections Project, CAG-13-023 I This Addendum is made and entered into this , day of C. ' by and between the City of Renton, hereinafter called the "City", and CH2MHILL Engineers, Inc. whosle address is 1100 112th Ave NE Suite 500, Bellevue, WA 98004, hereinafter called the "Consultant". WITNESSETH THAT: WHEREAS, the City engaged the services of the consultant under Engineering Consultant Agreement CAG-13-023, dated February 5, 2013, to provide engineering services necessary for the Sunset Community Plan SSIP— Harrington Avenue NE Green Connections Project; and WHEREAS, the City desires to complete the work associated with the Sunset Community Plan SSIP— Harrington Avenue NE Green Connections Project, and the City does not have sufficient qualified engineering employees to perform the work within a reasonable time; and WHEREAS, the City and consultant have determined that additional services are required to complete the work items listed in Exhibit A Scope of Services under the original contract CAG-13-023, dated February 5, 2013; NOW, THEREFORE, in accordance with Section VIII Extra Work of the Master Agreement CAG-13-023, dated February 5, 2013, it is mutually agreed upon that Engineering Consultant Agreement CAG-13- 023, is amended to include the work and associated budget as follows: 1. The Scope of Work (Section I of the Master Agreement CAG-13-023) is modified to include the additional services on the attached Exhibit A. 2. The Payment (Section VI of the Master Agreement CAG-13-023) is modified to include payment for the additional work items defined in Exhibit B. The revised contract total payable for work on this contract addendum is increased from $319,242.00 to 342,657.00, making a difference of $23,415.00. The maximum amount payable for the additional work items defined in Exhibit B of this contract addendum is $23,415.00, without prior authorization from the City. 3. The Time of Completion (Section V of the Master Agreement CAG-13-023) for the above referenced contract remains June 15, 2015. All other provisions of Consultant Agreement CAG-13-023 dated February 5, 2013, shall apply to this addendum. Final GO CH2MHILL ADDENDUM 2 to GAC-13-023 EXECUTION IN WITNESS WHEREOF, the parties have executed this Addendum No. 2 to ENGINEERING CONSULTANT AGREEMENT CAG-13-023 as of the day and year first above written. CONSULTANTS� ` CITY OF RENTON rt Sig; ture Date D Gre g Zi e mmerman a Public Works Administrator 1 EST: Type or Print Name �li� f�SID �fT Title Bonnie I. Walton, City Clerk--,,. Final GO CH2MHILL ADDENDUM 2 to GAC-13-023 City of Renton Harrington Avenue Phase 1—Amendment#2 Exhibit A:Scope of Work Updated:April 8, 2014 I. Project Description— The project description is supplemented as follows: Amendment#2 specifically addresses additional scope elements performed during design. Requests for additional budget supplementing Task 6 to cover these services were initially withheld pending determination of cost-savings on subsequent work elements. These services include (described in detail in the Scope of Work below): • Pre-30 percent Design Submittal and additional construction drawing details. • Development of a technical memorandum addressing pervious concrete sidewalk installation and O&M. • Coordination and inclusion of waterline drawings in 90%submittal This amendment also addresses new scope items including extended project management (Task 1A) and completion of drawings to reflect the new waterline (Task 8). Scope of Work TASKS 2-5&TASK 7 ARE NOT MODIFIED BY AMENDMENT#2 TASK 1A. PROJECT MANAGEMENT-SUPPLEMENT I.I. Project Administration. CONSULTANT will extend project administrative services for the additional duration of the project, including record keeping; filing; monthly cost tracking and progress reports; schedule management; quality assurance; and monthly invoicing. A brief invoice status summary will be provided with each invoice. It is assumed that the duration of this task will extend to July 31, 2014. TASK 6A. ADDITIONAL ENGINEERING SERVICES PERFORMED -SUPPLEMENT The CONSULTANT has prepared a total of 30 drawings (original scope estimated 24 drawings) for the 90%submittal and provided additional engineering services as requested by the City as listed below: a. Pre-30/ Site Plan submittal -4/24/2014 b. Pervious concrete sidewalk technical memorandum—12/18/2013 c. New waterline coordination for the 90%submittal. TASK 6B.ADDITIONAL ENGINEERING SERVICES—NEW TASK The CONSULTANT will revise the location of the storm drain to the centerline of the Harrington Ave NE between NE 161h Street to NE 121h Street to avoid potential conflicts with the existing waterline along the east curbline.The plans and profiles will be updated. TASK 8. WATER MAIN—NEW TASK The City of Renton proposes to install a new water main in conjunction with the green connections project (Harrington Avenue NE) between Glenwood Ave NE to NE 10th Street. 1. The Consultant will incorporate the new water line into the drawings, determine the impact to the project (e.g. paving limits). 2. The CONSULTANT will update the site preparation plans, site plans, and paving plans to reflect the additional impacts by the watermain installation. Update quantities based on the 90% bid schedules. Prepare a bid schedule to incorporate the bid items provided by the City. 3. One meeting with the CITY with two CONSULTANT staff. Assumptions: The City will design the waterline, prepare the drawings, specifications, bid items, and quantities for incorporation in the construction bid package. Harrington Green Connections Phase 1 -Amendment 2 Exhibit B Task Description LOE Labor Expenses LA SUB Price 1A Project Management-Amendment 2 10 $ 1,390 $ - $ - $ 1,390 Waterline Coordination, Pervious 6A Conc. Sidewalk TM and additional design services 61 $ 9,286 $ - $ - $ 9,286 6B Storm Drain Revision 18 $ 2,278 $ - $ - $ 2,278 8 Integration of Waterline Replacement 75 $ 10,461 $ - $ - $ 10,461 Total 164 $ 23,415 $ - $ - $ 23,415 T T PUBLIC WORKS DEPARTMENT D Q city of R M E M O R A N D U M DATE: April 24, 2014 TO: Gregg Zimmerman, Public Works Administrator FROM: Lys Hornsby, Utility Systems Directob� STAFF CONTACT: Ron Straka, Surface Water Utility Supervisor, x7298 Hebe C. Bernardo, Surface Water Utility Engineer, x 7264 SUBJECT: Addendum #2 to CAG-13-023 for the Harrington Ave NE Stormwater Green Connections Improvement Project with CH2MHILL Engineers Please sign Addendum #2 to the Engineering Consultant Agreement CAG-13-023 with CH2MHILL Engineers, Inc. for final design of the Harrington Avenue NE Stormwater Green Connections Improvement project between NE 161h Street and NE loth Street, in the amount of$23,415. Under the original contract, the Consultant is providing design services for the design of bioretention stormwater facilities and porous concrete sidewalks in Harrington Avenue NE from NE 16th Street to NE loth Street to provide enhanced basic water quality treatment and flow reduction before discharging into Johns Creek. The project will also construct a 12-inch trunk system to improve conveyance capacity. Amendment#2 is needed to address additional elements performed during design not covered under the original scope. These services include: • 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 includes updates to the paving plans,the incorporation of the water line (designed by the Water Utility) into the plan set, and verifying that the water alignment will not conflict with the proposed storm system improvements. The addendum also includes additional budget to supplement Task 6 (Engineering Services Performed)for the final design of the 12-inch trunk storm system and subsequent work elements, and project management cost. Mr.Zimmerman Page 2 of 2 April 24,2014 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 $1,168,796. 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#2\Addendum#2 CH2MHILL Memo to Gregg.doc\HCBtp otilY o� 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: 2 to City Clerk Number. CAG-13-023 (if applicable). Contract Class: ❑ Receivable ❑X Payable ❑ Grant ❑ Misc. (no $) Expiration Date: 06/15/2015 Contractor Name: CH2M Hill Engineers, Inc. Short Description: Sunset Community Plan SSIP- Harrington Avenue NE Green Connections Phase II Project Full or Additional Sunset Community Plan SSIP- Harrington Avenue NE Green Connections Phase II Project. Provide flow Description: control and enhanced basic water quality treatment between Sunset Blvd NE & NE 10th St. Legal Review(attach memorandum from City Attorney) ❑ Risk Management review for insurance (attach memorandum from Risk Management) ❑ 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) ❑ Federal excluded parties list verification (Website: www.epls.gov;attach printout of search results) ❑ City business license number: Check EDEN or ask Finance Department. ❑ 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: $ 23,415.00 (line item;see below*),. $ 1,168,796 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 Interlocal Agreements require Resolutions) Date of Council Approval: Resolution Number: Contractor determined via: ❑ Phone Bid/Written Quote ❑ CFB Ad (if applicable) (if applicable) ❑X Consultant Roster RFP/SOQ Ad ❑ Application ❑ Sole Source Key words for City Clerk's electronic card file: IS H2M Hill Engineers, Sunset Terrace, Harrington Ave NE Green Connections, Rain Gardens, Permeable Pavement, R-900, Johns Creek, G1200545, G1400283, LID, Stormwater Retrofit, Harrington Ave NE, Ecology Capacity Grant Prlht Form Revised 07/23/2008 CITY ATTORNEY M E M O R A N D UM DATE: May 19, 2010 TO: Teresa Phelan, Administrative Secretary Public Works Department, Utilities Systems Division FROM: Lawrence J. Warren, City Attorney Staff Contact: Mark Barber, Senior Assistant City Attorney Telephone: (425)430-6485 SUBJECT: Approval as to legal form of Template Addendum ADD-2010 Please be advised that I have reviewed the above-referenced Template Addendum ADD- 2010, and the same is approved as to legal form, and may be used in the future so long as there are no material changes or modifications to the standard form.. hA02 mark\public works--contracts and agreements\2010-05-19 memo approving addendum template add-2010 with continuing approval.doc FORM: ADD-2010 ADDENDUM NO. 2 ENGINEERING CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES for Sunset Community Plan SSIP — Harrington Avenue NE Green Connections Project, CAG-13-023 This Addendum is made and entered into this , day of by and between the City of Renton, hereinafter called the "City', and CH21VIHILL Engineers, Inc. whose address is 1100 112th Ave NE Suite 500, Bellevue, WA 98004, hereinafter called the "Consultant". WITNESSETH THAT: WHEREAS, the City engaged the services of the consultant under Engineering Consultant Agreement CAG-13-023, dated February 5, 2013, to provide engineering services necessary for the Sunset Community Plan SSIP— Harrington Avenue NE Green Connections Project; and WHEREAS, the City desires to complete the work associated with the Sunset Community Plan SSIP— Harrington Avenue NE Green Connections Project, and the City does not have sufficient qualified engineering employees to perform the work within a reasonable time; and WHEREAS, the City and consultant have determined that additional services are required to complete the work items listed in Exhibit A Scope of Services under the original contract CAG-13-023, dated February 5, 2013; NOW, THEREFORE, in accordance with Section Vill Extra Work of the Master Agreement CAG-13-023, dated February 5, 2013, it is mutually agreed upon that Engineering Consultant Agreement CAG-13- 023, is amended to include the work and associated budget as follows: 1. The Scope of Work (Section I of the Master Agreement CAG-13-023) is modified to include the additional services on the attached Exhibit A. 2. The Payment (Section VI of the Master Agreement CAG-13-023) is modified to include payment for the additional work items defined in Exhibit B. The revised contract total payable for work on this contract addendum is increased from $319,242.00 to 342,657.00, making a difference of $23,415.00. The maximum amount payable for the additional work items defined in Exhibit B of this contract addendum is $23,415.00, without prior authorization from the City. 3. The Time of Completion (Section V of the Master Agreement CAG-13-023) for the above referenced contract remains June 15, 2015. All other provisions of Consultant Agreement CAG-13-023 dated February 5, 2013, shall apply to this addendum. Final GO CH2MHILL ADDENDUM 2 to GAC-13-023 EXECUTION IN WITNESS WHEREOF, the parties have executed this Addendum No. 2 to ENGINEERING CONSULTANT AGREEMENT CAG-13-023;as of the day and year first above written. CONSULTA T CITY OF RENTON M-r� A 17 ftfai� ��4� � 2 i nature Date Gregg immerman ate Public Works Administrator V�MGS G• C( I Pi// 1 EST: Type or Print Name VICf f ap w- Title Bonnie I. Walton, City Clerk Final GO CH2MHILL ADDENDUM 2 to GAC-13-02S City of Renton Harrington Avenue Phase 1—Amendment#2 Exhibit A: Scope of Work Updated: April 8, 2014 I. Project Description— The project description is supplemented os follows: Amendment#2 specifically addresses additional scope elements performed during design. Requests for additional budget supplementing Task 6 to cover these services were initially withheld pending determination of cost-savings on subsequent work elements. These services include (described in detail in the Scope of Work below): • Pre-30 percent Design Submittal and additional construction drawing details. • Development of a technical memorandum addressing pervious concrete sidewalk installation and O&M. • Coordination and inclusion of waterline drawings in 90%submittal This amendment also addresses new scope items including extended project management (Task 1A) and completion of drawings to reflect the new waterline (Task 8). Scope of Work TASKS 2-5 &TASK 7 ARE NOT MODIFIED BY AMENDMENT#2 TASK 1A. PROJECT MANAGEMENT-SUPPLEMENT 1.1. Project Administration. CONSULTANT will extend project administrative services for the additional duration of the project, including record keeping; filing; monthly cost tracking and progress reports; schedule management; quality assurance; and monthly invoicing. A brief invoice status summary will be provided with each invoice. It is assumed that the duration of this task will extend to July 31, 2014. TASK 6A.ADDITIONAL ENGINEERING SERVICES PERFORMED -SUPPLEMENT The CONSULTANT has prepared a total of 30 drawings (original scope estimated 24 drawings) for the 90%submittal and provided additional engineering services as requested by the City as listed below: a. Pre-30%Site Plan submittal -4/24/2014 b. Pervious concrete sidewalk technical memorandum— 12/18/2013 c. New waterline coordination for the 90%submittal. TASK 6B.ADDITIONAL ENGINEERING SERVICES—NEW TASK The CONSULTANT will revise the location of the storm drain to the centerline of the Harrington Ave NE between NE 16th Street to NE 122h Street to avoid potential conflicts with the existing waterline along the east curbline.The plans and profiles will be updated. TASK 8. WATER MAIN— NEW TASK The City of Renton proposes to install a new water main in conjunction with the green connections project (Harrington Avenue NE) between Glenwood Ave NE to NE 101h Street. 1. The Consultant will incorporate the new water line into the drawings, determine the impact to the project(e.g. paving limits). 2. The CONSULTANT will update the site preparation plans, site plans, and paving plans to reflect the additional impacts by the watermain installation. Update quantities based on the 90% bid schedules. Prepare a bid schedule to incorporate the bid items provided by the City. 3. One meeting with the CITY with two CONSULTANT staff. Assumptions:The City will design the waterline, prepare the drawings, specifications, bid items, and quantities for incorporation in the construction bid package. Harrington Green Connections Phase 1 -Amendment 2 Exhibit B Task Description LOE Labor Expenses LA SUB Price F6A 1A Project Management-Amendment 2 10 $ 1,390 $ - $ - $ 1,390 Waterline Coordination, Pervious Conc. Sidewalk TM and additional design services 61 $ 9,286 $ - $ - $ 9,286 613 Storm Drain Revision 18 $ 2,278 $ - $ - $ 2,278 8 Integration of Waterline Replacement 75 $ 10,461 $ - $ - $ 10,461 Total 164 $ 23,415 $ - $ - $ 23,415 PUBLIC WORKS DEPARTMENT City of M E M O R A N D U M co U DATE: April 24, 2014 E, WPo � UDATE TO: Gregg Zimmerman, Public Works Administ a o _ 7 FROM: Lys Hornsby, Utility Systems Director STAFF CONTACT: Ron Straka, Surface Water Utility Supervis -- Hebe C. Bernardo, Surface Water Utility Engineer, x 7264 SUBJECT: Addendum#2 to CAG-13-023 for the Harrington Ave NE Stormwater Green Connections Improvement Project with CH2MHILL Engineers Please sign Addendum #2 to the Engineering Consultant Agreement CAG-13-023 with CH2MHILL Engineers, Inc. for final design of the Harrington Avenue NE Stormwater Green Connections Improvement project between NE 16th Street and NE loth Street, in the amount of$23,415. Under the original contract, the Consultant is providing design services for the design of bioretention stormwater facilities and porous concrete sidewalks in Harrington Avenue NE from NE 16th Street to NE loth Street to provide enhanced basic water quality treatment and flow reduction before discharging into Johns Creek. The project will also construct a 12-inch trunk system to improve conveyance capacity. Amendment#2 is needed to address additional elements performed during design not covered under the original scope. These services include: • 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 includes updates to the paving plans,the incorporation of the water line (designed by the Water Utility) into the plan set, and verifying that the water alignment will not conflict with the proposed storm system improvements. The addendum also includes additional budget to supplement Task 6 (Engineering Services Performed)for the final design of the 12-inch trunk storm system and subsequent work elements, and project management cost. Mr.Zimmerman Page 2 of 2 April 24,2014 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 $1,168,796. 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#2\Addendum#2 CH2MHILL Memo to Gregg.doc\HCBtp ADMINISTRATIVE SERVICES DEPT. I D Qn,city City Clerk Office Q��O� M E M O R A N D U M DATE: May 1, 2014 RECEIVED MAY 01 2014 TO: Hebe Bernardo, PW— Utility Systems CITY OF RENTpN FROM: 1�\Cindy Moya, Records Management Specialist UTILITY SYSTEMS v,1 SUBJECT: CAG-13-023,Adden #2-14—CH2M Hill Engineers, Inc. The attached document has been fully executed and is being returned to you. Please transmit the original to the contractor and retain a copy for your file.The City Clerk has retained an original for the file. Thankyou! h:\records specialist\correspondence &memos - cindy\contract - fully executed.doc The endorsements you require are in the process of being issued by the insurance carrier and will follow shortly with another copy of the certificate. Thank you for your patience. A "® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDYYYY) 0 4/1 812 01 2 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. NAME' 1225 17TH STREET,SUITE 2100 a/oNN Ext: A No): DENVER,CO 80202-5534 E-MAIL ADDRESS: INSURERS AFFORDING COVERAGE _ NAIC# 15114-00124-SG124-12/13 SEA BK INSURER A:Greenwich Insurance Company 22322 INSURED CH2M HILL ENGINEERS,INC. INSURER B:XL Specialty Insurance Co. 37885 - 1100112TH AVE NE,SUITE 400 INSURER C: BELLEVUE,WA 98004 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: SEA-002309508-02 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. ILTRR TYPE OF INSURANCE ADDL SUER POLICY NUMBER MMVDDY/YYYY MOMIUDD/YYYY LIMITS GENERAL LIABILITY X EACH OCCURRENCE $ 1,500,000 A X COMMERCIAL GENERAL LIABILITY RGE500025501 05/01/2012 05/01/2013 DA AGES Ea occurrence $ 1,500,000 CLAIMS-MADE P]OCCUR MED EXP(Any one 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 $ HIREDAUTOS AUTOS Per.cadent UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAR CLAIMS-MADE AGGREGATE $ DED P,ETENTICN$ $ WORKERS COMPENSATION WC STATU- I OTH- AND EMPLOYERS'LIABILITY YIN B ANY PROPRIETOR/PARTNER/EXECUTIVE NIA A RWD500025201 05101/2012 05/01I2013 E.L.EACH ACCIDENT $ 1'�'� OFFICERIMEMBER EXCLUDED? STOP GAP LIABILITY (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,descn be under DESCRIPTION OF OPERATIONS below ONLY E.L.DISEASE-POLICY LIMIT $ 1��'� 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. RECEIVED CERTIFICATE HOLDER CANCELLATION CITY OF RENTON SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE PUBLIC WORKS DEPARTMENT CITY OF RENTON THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ATTN:HEBE BERNARD ACCORDANCE WITH THE POLICY PROVISIONS. 1055 S GRADY WAY,5TH FLOOR UTILITY SYSTEMS RENTON,WA 98057 AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Sharon A.Hammer ��<-.�.ti ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD narrle and logo are registered marks of ACORD AC RO D® 04/,8/2012 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(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. NAME: 1225 17TH STREET,SUITE 2100 A/ONN Exit, FA No): DENVER,CO 80202-5534 EMAIL ADDRESS: INSURERS AFFORDING COVERAGE NAIC# 15114-00006-PLDED-12/13 SEA BK INSURER A: Zurich American Insurance Co 116535 INSURED INSURER B CH2M HILL ENGINEERS,INC. - 1100 112TH AVE NE,SUITE 400 INSURER C: BELLEVUE,WA 98004 INSURER D: INSURER E: INSURER F COVERAGES CERTIFICATE NUMBER: SEA-002309509-02 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. NTPOLICY EFF POLICY EXP LR TYPE OF INSURANCE INSR WVD POLICY NUMBER MMIDD/YYYY MM/DD/YYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ AMAG COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence) $ CLAIMS-MADE OCCUR MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ POLICY M PRO LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident _ ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS HIRED AUTOS NON-OWNED PROPERTY DAMAGE $ AUTOS Per acddent UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB HCLAIMS-MADE AGGREGATE $ DED 1 1 RETENTION$ $ WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS'LIABILITY Y/N ANY PROPRIETOR/PARTNEFUEXECUTIVE E.L.EACH ACCIDENT $ OFFICERtMEMBER EXCLUDED? N N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYE $ If Yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A PROFESSIONAL LIABILITY" EOC3829621-10 05/01/2012 05/01/2013 Each Claim&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) RE: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 HE 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 ��•- - Q_�rS�� - E� ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD EXECUTIVE DEPARTMENT Rt� ciq'Of 8 M E M O R A N D U M DATE: March 30, 2012 TO: Hebe Bernardo, PW-Utilities FROM: Sandi Weir, Records Management Specialist SUBJECT: CAG-12-048—CH2M Hill The attached document has been fully executed and is being returned to you. The City Clerk has retained an original for the file. Thankyou! Attachment RECEIVED APR 0 3 2012 CITY OF RENTON UTILITY SYSTEMS Denis Law Of; Y Cit Mayor Public Works Department-Gregg Zimmerman,P.E.,Administrator April 3, 2012 Mr. Dustin Atchison, PE CH2M Hill 1100 112th Avenue NE, Suite 400 Bellevue, WA 98004 RE: SUNSET COMMUNITY STORMWATER RETROFIT/LID PRELIMINARY DESIGN, SWP-27-9111 Dear Mr. Atchison: Enclosed please find one executed original contract for the Sunset Community Stormwater Retrofit/Lid Preliminary Design project for your files. CH2M HILL may proceed with work under the contract. Let me know if you need any other information for the project. Please call me at 425-430-7264, or email me at hbernardo@rentonwa.gov, if you have any questions. Sincerely, `iebe C. Bernardo' Surface Water Utility Project Manager Enclosure cc: Ron Straka, P.E.,Surface Water Utility Supervisor H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-9111 Sunset Community Pran SSIP\1002 Consultant Corr\2012 NTP.doc\HCBtp Renton City Hall - 1055 South Grady Way• Renton,Washington 98057 • rentonwa.gov DATE '4 CERTIFICATE OF LIABILITY INSURANCE 5/25/2012 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 Rachelle(Shelly) Schlenker NAME: y) Degginger McIntosh and Associates PHONE (425)740-5200 ac No:(azs)?ao-szo> 3977 Harbour Pointe Blvd SW ADDREy E-MAIL .shell @DMAinsurance.com INSURE S AFFORDING COVERAGE NAIC# Mukilteo WA 98275 INSURER A Hartford Casualty Ins Cc INSURED INSURERB:Contlnental Casualty Company Gregory Drilling, Inc. INSURERC: 17609 Ne 70th Street INSURERD: INSURER E: Redmond WA 98052-4915 INSURERF: COVERAGES CERTIFICATE NUMBER:11/12 GL BA UMB SG POLL REVISION NUMBER: 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 LTR TYPE OF INSURANCE ADDL UBR POLICY NUMBER MMIDDPOLICY EFF MM PO DDY EXP LIMITS A GENERAL LIABILITY X 04UUNOJ3614 10/11/2011 10/11/2012 EACH OCCURRENCE $ 1,000,000 470M MERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES Eaccrrence $ 300,000 CLAIMS-MADE �X OCCUR X MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY -X] PRO- LOC $ A AUTOMOBILE LIABILITY 04UUNOJ3614 10/11/2011 0/11/2012 COMBINED SINGLE LIMIT Ea accident 1,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED X BODILY INJURY(Per accident) $ AUTOS AUTOS HIRED AUTOS NON-OWNED PROPERTY DAMAGE $ 1AUTOS Per accident A X UMBRELLA LIAB OCCUR 04RHUOJ3615 10/11/2011 0/11/2012 EACH OCCURRENCE $ 4,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 4,000,000 DED I I RETENTION$ $ A 1 A)=)A( 04UUNOJ3614 10/11/201110/11/2012 W-OSTATU- X OTH- �1Qji(EMPLOYERS'LIABILITY Y/N ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? ❑ N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYE $ 1,000,000 If yes,descnbe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 B POLLUTION LIABILITY EGL0001070 11/12/2009 1/12/2012 LIMIT $5,000,000 DEDUCTIBLE $10,0 0 0 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) CH2M Hill Engineers, Inc, and City of Renton & Renton Housing Authority are included as Additional Insured per attached form HG0001(0605) with respect to any and all operations of the Named Insured. Coverage is Primary and Non-Contributory, and includes a Waiver of Subrogation and Completed Operations per same form. A Per Project Aggregate applies per attached form CG2503(0397) . Additional Insured on Auto applies per attached form HA9916 (0910) . All endorsements apply per required Written Contract. CERTIFICATE HOLDER CANCELLATION (425)468-3011 Connie.Le@ch2m.com SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN CH2M Hill ACCORDANCE WITH THE POLICY PROVISIONS. 1100 - 112th Ave. NE Suite 400 AUTHORIZED REPRESENTATIVE Bellevue, WA 98004 Keith Degginger/OGDON ACORD 25(2010/05) ©1988-2010 ACORD CORPORATION. All rights reserved. INS025 YM1nn6t nt Thn Artr)pn namo nnrt Innn nrn rnnietnreri mmrka of Arr)Pr) A CERTIFICATE OF LIABILITY INSURANCE DATE 05/302012/2012 YYYY) 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 endorsements). PRODUCER CONTACT MARSH USA INC. NAME: 122517TH STREET,SUITE 2100 PHONE AC, C No): DENVER,CO 80202-5534 E-MAIL ADDRESS: INSURE S AFFORDING COVERAGE NAIC# 15114-00124-SG124-12/13 SEA BK INSURER A:Greenwich Insurance Company 22322 INSURED CH2M HILL ENGINEERS,INC. INSURER B:XL Specialty Insurance CO. 37885 1100112TH AVE NE,SUITE 400 INSURER C: BELLEVUE,WA 98004 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: SEA-002309508-05 REVISION NUMBER:8 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. ILTR TYPE OF INSURANCE INSR WVQ SUER POLICY NUMBER MMIDDPOUCY/YYYY MM/DD/YYYY LIMITS GENERAL LIABILITY X EACH OCCURRENCE $ 1,500,000 A X COMMERCIAL GENERAL LIABILITY RGE500025501 05/01/2012 05/01/2013 DAMAGE TO RENTED 1,500,000 PREMISES Ea occurrence $ CLAIMS-MADE F-TI OCCUR MED F-XP(Any one person) $ X $500,000 SIR PERSONAL a ADV INJURY $ 1,500,000 GENERAL AGGREGATE $ 5,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 5,000,000 POLICY 7 PRO-jECTLOC $ AUTOMOBILE LIABILITY (CEO, OEaMBINED accident SINGLE LIMIT 21000,000 A X ANY AUTO RAD500025401(AOS) 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 HIRED AUTOS NON-OWNED PROPERTY DAMAGE $ AUTOS Per accident UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAR rd CLAIMS-MADE AGGREGATE $ DED I I RETENTION$ $ WORKERS COMPENSATION VeC STATU- OTH- AND EMPLOYERS'LIABILITYLIM B ANY PROPRIETOR/PARTNER/EXECUTIVE YIN RWD500025201 05/01/2012 05/01/2013 E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? L N/A STOP GAP LIABILITY (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under ONLY 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) RE:SUNSET TERRACE COMMUNITY LID RETROFIT. CITY OF RENTON AND RENTON HOUSING AUTHORITY ARE INCLUDED AS AN ADDITIONAL 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. 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 Q � E 01988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD Denis Law - Mayor City of a..i N r Public Works Department-Gregg Zimmerman,P.E.,Administrator February 12, 2013 Mr. Dustin Atchison CH2M Hill Engineers, Inc 1100 112th Ave N E, Ste 400 Bellevue, WA 98004 RE: SUNSET COMMUNITY PLAN SSIP— HARRINGTON AVE NE GREEN CONNECTIONS PROJECT, CAG-13-023 Dear Mr. Atchison: Enclosed please find one original signed contract for the Sunset Community Plan SSIP — Harrington Ave NE Green Connections Project, CAG-13-023, for your records. You are authorized to proceed with the work as described in the attached scope of work, budget and schedule. A basic schedule listing primary project tasks shall be provided to the City for review. Any work requiring submittal approval cannot begin until the associated submittal is reviewed and approved by the City. Please call me at 425-430-7264, if you have any questions. Sincerely, r l ( ' � ' I I C ebe C. Bernardo' Surface Water Utility Engineer Enclosure H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3635 Sunset Community Plan SSIP\1002 Consultant Corr\2013-NTP GAC-13-023.doc\HCBah Renton City Hall • 1055 South Grady Way• Renton,Washington 98057 • rentonwa.gov FORM: ADD-2010 CAG-13-023 , Adden #3-14 ADDENDUM NO. 3 ENGINEERING CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES for Sunset Community Plan SSIP -- Harrington Avenue NE Green Connections Project, CAG-13-023 This Addendum is made and entered into this day of F+ . ii by and between the City of Renton, hereinafter called the "City', and CH2MHILL Engineers, Inc. whose address is 1100 112th Ave NE Suite 500, Bellevue, WA 98004, hereinafter called the "Consultant". WITNESSETH THAT: WHEREAS, the City engaged the services of the consultant under Engineering Consultant Agreement CAG-13-023, dated February 5, 2013, to provide engineering services necessary for the Sunset Community Plan SSIP— Harrington Avenue NE Green Connections Project; and WHEREAS, the City desires to complete the work associated with the Sunset Community Plan SSIP— Harrington Avenue NE Green Connections Project, and the City does not have sufficient qualified engineering employees to perform the work within a reasonable time; and WHEREAS, the City and consultant have determined that additional services are required to complete the work items listed in Exhibit A Scope of Services under the original contract CAG-13-023, dated February 5, 2013; NOW, THEREFORE, in accordance with Section VIII Extra Work of the Master Agreement CAG-13-023, dated February 5, 2013, it is mutually agreed upon that Engineering Consultant Agreement CAG-13- 023, is amended to include the work and associated budget as follows: 1. The Scope of Work (Section I of the Master Agreement CAG-13-023) is modified to include the additional services on the attached Exhibit A. 2. The Payment (Section VI of the Master Agreement CAG-13-023) is modified to include payment for the additional work items defined in Exhibit B. The revised contract total payable for work on this contract addendum is increased from $342,657.00 to $359,316.00, making a difference of $16,659.00. The maximum amount payable for the additional work items defined in Exhibit B of this contract addendum is $16,659.00, without prior authorization from the City. All other provisions of Consultant Agreement CAG-13-023 dated February 5, 2013, shall apply to this addendum. Final GO CH2MHILL ADDENDUM 2 to GAC-13-023 Rev1 City of Renton Harrington Avenue Phase 1—Amendment#3 to CAG-13-023 Exhibit A: Scope of Work Updated: August 4, 2014 I. Project Description— The project description is revised to read as follows: Harrington Avenue Phase 1 has reached the construction stage.Amendment#3 specifically addresses the additional scope elements performed during construction including extended project management (Task 1A) and services during construction (Task 9). Scope of Work TASKS 2-8 ARE NOT MODIFIED BY AMENDMENT#3 TASK 1A. PROJECT MANAGEMENT-SUPPLEMENT 1.1. Project Administration. CONSULTANT will extent project administrative services for the additional duration of the project, including record keeping; filing; monthly cost tracking and progress reports; schedule management; and monthly invoicing. A brief invoice status summary will be provided with each invoice. It is assumed that the duration of this task will extend to December 31, 2014. TASK 9. SERVICES DURING CONSTRUCTION—NEW TASK CONSULTANT will provide Services during Construction (SDC) for the items outlined and defined below.These SDC are intended to assist the Owner to administer the contract for construction, monitor the performance of the construction Contractor,verify that the Contractor's work is in substantial compliance with the contract documents, and assist the Owner in responding to events that occur during the construction. The presence or duties of CONSULTANT's personnel at a construction site, whether as onsite representatives or otherwise, do not make CONSULTANT or CONSULTANT's personnel in any way responsible for those duties that belong to CITY and/or the construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the construction Contract Documents and any health or safety precautions required by such construction work. CONSULTANT and CONSULTANT's personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions and have no duty for inspecting, noting, observing, correcting, or reporting on health or safety deficiencies of the construction contractor(s) or other entity or any other persons at the site except CONSULTANT's own personnel. The presence of CONSULTANT's personnel at a construction site is for the purpose of providing the CITY a greater degree of confidence that the completed construction work will conform generally to the construction documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the construction contractor(s). CONSULTANT neither guarantees the performance of the construction contractor(s) nor assumes responsibility for construction contractor's failure to perform work in accordance with the construction documents. The CONSULTANT will provide up to 100 hours of additional support services during construction as requested by the CITY. The additional services may include but is not limited to the following: a. Review submittal, Up to 20 hours for the review of submittals for porous concrete sidewalk, bioretention soil mix and additional submittal review support as requested. b. Prepare written responses to Contractor's Request for Information (RFI) to the City, Up to 40 hours. c. Construction site observation and meeting attendance, up to 40 hours. d. Planting inspection support, provided by landscape architecture sub up to an allowance of $2040. Harrington Green Connections Phase 1 -Amendment 3 Exhibit B Task Description LOE Labor Expenses LA SUB Price 1A Project Management-Amendment 3 8 $ 1,026 $ - $ - $ 1,026 9 Service During Construction 100 $ 13,594 $ - $ 2,040 $ 15,634 Total 108 $ 14,619 $ - $ 2,040 $ 16,659 City of ADMINISTRATIVE SERVICES DEPT. Q q'of City Clerk Office M E M O R A N D U M DATE: February 8, 2013 TO: Hebe Bernardo, PW- Utilities FROM: Cindy Moya, Records Management Specialist SUBJECT: CAG-13-023—CH2MHILL The attached document has been fully executed and is being returned to you. Please transmit the original to the contractor and retain a copy for your file. The City Clerk has retained an original for the file. Thank you! sw3ls),s AInlln NOIN3a JO U10 £IOZ Z 1833 03AI3038 hArecords specialist\correspondence &memos - cindy\contract - fully executed.doc D City of ADMINISTRATIVE SERVICES DEPT. = ` City Clerk Office M E M O R A N D U M DATE: February 1, 2013 .RECEIVED TO: Hebe Bernardo, PW- Utilities FEB 0 4 2013 FROM: l ly Moya, Records Management Specialist CITY OF RENTON UTILITY SYSTEMS SUBJECT: CAG-13-021—CH2MHILL The attached document has been fully executed and is being returned to you. Please transmit the original to the contractor and retain a copy for your file. The City Clerk has retained an original for the file. Thank you! hArecords specialist\correspondence &memos - cindy\contract- fully executed.doc �`� 09/10120,CERTIFICATE OF LIABILITY INSURANCE DATE CERTIFICATE 2012 2 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. NAME: PHONE X 122517TH STREET,SUITE 2100 (A/C,No Ex : (AA/C,No): DENVER,CO 80202-5534 E-MAIL ADDRESS: INSURER($)AFFORDING COVERAGE NAIC# 15114-00124-SG124-12/13 SEA BK INSURER A:Greenwich Insurance Company 22322 INSURED CH2M HILL ENGINEERS,INC. INSURER B:XL Specialty Insurance Co. 37885 1100112TH AVE NE,SUITE 400 INSURER C: BELLEVUE,WA 98004 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: SEA-002309508-06 REVISION NUMBER:8 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. INSRPOLICY EFF POLICY EXP LTR TYPE OF INSURANCE INS ADDR UBR POLICY NUMBER MM/DD/YYYY MM/DD/YYYY LIMITS GENERAL LIABILITY X EACH OCCURRENCE $ 1,500,000 A X COMMERCIAL GENERAL LIABILITY RGE500025501 05/01I2012 05I01I2013 PRERENTO MISES D GE ToEa occurrence $ 1,500,000 CLAIMS-MADE a OCCUR MED EXP(Any one 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 Fla aBINEDtSINGLE LIMIT $ 2,000,000 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 HIRED AUTOS NON-OWNED PROPERTY DAMAGE $ AUTOS Per accident UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAR CLAIMSMADEi AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION WC STATU- DER EMPLOYERS'LIABILITY E 8 YIN RWD500025201 05/01/2012 05/01/2013 1,000,000 OFFICER/MANY PROPRIMB R/PXCLUDED? CUTIVE E.L.EACH ACCIDENT $ (Mandatory in ER EXCLUDED? N/A STOP GAP LIABILITY (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 It es,describe under ONLY 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ I DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) RECEIVED E:SUNSET TERRACE COMMUNITY LID RETROFIT.'ITY OF RENTON AND RENTON HOUSING AUTHORITY INCLUDED IONON-CONTRIBUTORYGENERAL REQUIRED AGREEMENT.OR OVERAGE PROVIDED BY THE ABOVE GENERAL LIABILITY AND AUTO POLICIES SHALL BE PRIMARY AND AND IS LIMITED TO THE L ��Y%�L OM THE NAMED NSURED'S OWNERSHIP AND/OR OPERATIONS. CITY OF RENTC-NI UTILITY SYST7 :. 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.Hammerer Oc 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD AC"L® 09/1 0/2012 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(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. NAME: 122517TH STREET,SUITE 2100 (A/C.No.Exti: aC No: DENVER,CO 80202-5534 E-MAIL ADDRESS: INSURERS AFFORDING COVERAGE NAIC# 15114-00006-PLDED-12/13 SEA BK INSURER A:Zurich American Insurance Co 116535 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-002309509-05 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 TYPE OF INSURANCE ADDL UBR POLICY EFF POLICY EXP LTR IN SR WVID POLICY NUMBER MM/DD/YYYY MM/DD/YYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY AMA N TED PREMISES Ea occurrence $ CLAIMS-MADE F—IOCCUR MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ POLICY PROT- LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PeOaERZ,DAMAGE $ HIRED AUTOS AUTOS UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB �]CLAIMS-MADE AGGREGATE $ DED I RETENTION$ $ WORKERS COMPENSATION I WC STATU- OTH- AND EMPLOYERS'LIABILITY Y/N Y LIMIT E _-, ANY PROPRIETOR/PARTNER/EXECUTIVE N/A E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT I$ A PROFESSIONAL LIABILITY' EOC3829621-10 05/01/2012 05/01/2013 Each Claim&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 HE 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 c ©1986-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD ENDORSEMENT# This endorsement, effective 12:01 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 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 ll,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 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. 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 Re a ntative) MANUS ©2011 X.L. America, Inc. All Rights Reserved. May not be copied without permission. ENDORSEMENT# This endorsement, effective 12:01 a.m., May 01, 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 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. (Authorized Rep(se ative) MANUS ©2011 X.L. America, Inc. All Rights Reserved. May not be copied without permission. ENDORSEMENT# 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. sxjql�"' — (Authorized a esentative) MANUS ©2011 X.L. America, Inc. All Rights Reserved. May not be copied without permission. Endorsement#52 Notification to Others of Cancellation Electronic Schedule Z U R I C H Policy No. E11:Date ofPol. Exp.Date of Pol. Eff.Date of End Producer Add'I Prem. Return Prem. EOC3829621-10 5/1/2012 5/1/2013 5/l/20I2 29253000 ----- Insured Name and Mailing Address: Producer: CH2M Hill Companies,Ltd. Marsh USA,Inc. 9191 S Jamaica Street 1225 17"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. Must 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. i �i// �c,��GC '""'V Signed By: 4/25/2012 Authorized Representative Date U-GL-113-A CW (4/90) Page 2 of 2