Loading...
HomeMy WebLinkAboutWWP272766(4)ADDENDUM NO. 1 to CONSULTANT AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES CAG 99-063 Thunder Hills Sanitary Sewer Access Road Repair This Addendum is made and entered into this oLq day of VrttPm✓, 2000, by and between the City of Renton, hereinafter called the "City" and Hammond Collier Wade Livingstone, hereinafter called the "Consultant". WITNESSETH THAT: Whereas, the City engaged the services of the Consultant under Consultant Agreement dated May 18, 1999, to perform Design for the construction of the Thunder Hills Sanitary Sewer Access Road Repair; and Whereas, the City and the Consultant have determined that additional work is required to meet the goal of the project. Those additional work items being defined, with costs anticipated, as shown in the attached letter dated July 10, 2000. NOW, THEREFORE, in accordance with said Section VIII Extra Work of the above -mentioned agreement dated May 18, 1999, it is mutually agreed that said agreement is amended as follows: 1. Revise the maximum amount payable under Section VI -Payment from $61,918.00 to $64,912.00, which is an increase of $2,994.00. EXECUTION IN WITNESS WHEREOF, the parties hereto have executed this Addendum No. I to Thunder Hills Sanitary Sewer Access Road Repair project as of the date and year first above written. CONSULTANT CITY OF RENTON " 0 Signature Date Signature Date Gregg Zimmerman, PBPW Administrator "Title ti 4010 STONE WAY NORTH, SUITE 300 SEATTLE, WA 98103.8090 www,hcwl.com HAMMOND COLLIER WADE LIVINGSTONE July 10, 2000 Michael A. Benoit Wastewater Utility Engineer City of Renton Planning/Building/Public Works Dept. 1055 South Grady Way Renton, Washington 98055 Re: Thunder Hills Access Road Repair W WP-27-2766 Dear Mike: TEt 206 632 2664 FAX 206.632 0947 RECEIVED JUL 1 1 TOM CITY OF REiNTON UTILITY SYSTEMS As we are nearing completion of design work for the subject project, we wish to bring to your attention, as previously discussed, a couple of items which impacted our design efforts and consequently our fee budget. The first instance was with respect to the increase in design and drafting to develop a water plan sheet, drawing number W-2766 C9 in our plan set. Although we did anticipate a detail showing a relocation of the existing water main (as noted in our scope of work), we did not intend to develop a full size, separate water plan and profile sheet. The additional work effort that this design sheet required to both develop and modify as a result of design reviews amounts to the following: Design: 8 hours @ $98/hour = $784 Drafting: 24 hours @ $60/hour = $1,440 Total $2,244 The other extra work item involved the inclusion and development of two (2) new metal security swing gates which also were not envisioned during the initial scope of work. Costs for this item are as following and include research, development, design, and changes: Design: 4 hours @ $98/hour = $392 Drafting: 6 hours @ $63/hour = $378 Total $770 Total cost for these extra services amounts to $2,994. We would appreciate your assistance in obtaining reimbursement for providing our professional services as a result of these changes. 11 \ 1 : I I A I " I I I i f III : . Michael A. Benoit July 10, 2000 Page Two Please give me a call if you have any questions or require additional information regarding these matters. Sincerely, FW"OND COLLIER WADE UvINGSTONE Russ Snow, P.E. RWS/mgi \w0rking\mow\beno0710.doc CAG-99-063 ENGINEERING ANNUAL CONSULTANT AGREEMENT THIS AGREEMENT, made and entered into on this day of 19 l , by and between the CITY OF RENTON, WASHINGTON, A MUNICIPAL CORPORATION HEREINAFTER CALLED THE "CITY", and the consulting firm Hammond, Collier & Wade - Livingstone Associates, Inc., whose address is 4010 Stone Way North, Suite 300, Seattle, WA 98103-8090, at which work will be available for inspection, hereinafter called the "CONSULTANT." PROJECT NAME: Thunder Hills Sanitary Sewer Access Road Repair 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; 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 or 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, and 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 professional 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 judgement 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 will be verified for accuracy by a complete check by the Consultant and shall be so certified 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. \contract\1999\renton\hiIIs0209.doc -1- II DESIGN CRITERIA The City will designate the basic premises and criteria for the work needed. Reports and plans, to the extent feasible, shall be developed in accordance with the latest edition and amendments of local and State regulations, guidelines, and specifications, including, but not limited to the following: 1. Washington State Department of Transportation/American Public Works Association (WSDOT/APWA), "Standard Specifications for Road, Bridge, and Municipal Construction", as amended by Renton Standard Specification. 2. WSDOT/APWA. "Standard Plans for Road, Bridge, and Municipal Construction." 3. Washington State Department of Transportation, "Highway Design Manual'. 4. Washington State Department of Transportation, "Manual of Highways Hydraulics," except hydrologic analysis as described in item 9. 5. Washington State Department of Transportation, "Materials Laboratory Outline." 6. U.S. Department of Transportation, Federal Highway Administration, "Manual on Uniform Traffic Control Devices for Streets and Highways". Washington State Department of Transportation, "Construction Manual' Standard drawings prepared by the City and furnished to the consultant shall be used a s a guide in all cases where they fit design conditions. Renton Design Standards, and Renton Specifications shall be used as they pertain. King County Surface Water Design Manual, Sections 1.2 and 1.3 of Chapter 1, and Chapters 3, 4, and 5. III ITEMS TO BE FURNISHED TO THE CONSULTANT BY THE CITY The City will furnish the Consultant copies of documents which are available to the City that will facilitate the preparation of the plans, studies, specifications, and estimated 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. The Consultant will hold and save harmless the City for the providing of erroneous or out-of-date data, records, or information. The Consultant shall be responsible for the verification of existing records to ensure they represent the accurate and current field conditions. Should field studies be needed, the Consultant will perform such work. The City will not be obligated to perform any such field studies. \contract\1999\renton\hiIIs0209.doc '2- IV OWNERSHIP OF PRODUCTS AND DOCUMENTS TO BE FURNISHED BY THE CONSULTANT The City acknowledges the Consultant's construction documents as instruments of professional services. Nevertheless, the plans and specifications prepared under this Agreement shall become the property of the City upon completion of the work and payment in full of all monies due the Consultant. The City shall not reuse or make any modification to the plans and specifications without prior written authorization from the Consultant. The City agrees, to the fullest extent permitted by law, to indemnify and hold the Consultant harmless from any claim, liability, or cost (including reasonable attorneys fees and defense costs) arising or allegedly arising out of any unauthorized reuse or modification of the construction documents by the City or any person or entity that acquires or obtains the plans and specifications from or through the City without the written authorization of 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. Final documents, and interim drafts as feasible, will be printed on both sides of the recycled paper. 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 September 1, 1999, notwithstanding 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 $ 61,918.00 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. \contract\1999\renton\hiIIs0209.doc -3- The direct salary cost is the salary expense for professional and technical personnel and principals for the time they are productively engaged in the work necessary to fulfill the terms of this Agreement. The direct salary costs are set forth in the attached Exhibit C and by this reference made a part of this Agreement. 2. The overhead costs as identified on Exhibit C are determined as 165.02 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. 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 1.1 times the invoiced amount. 4. The net fee, which represents the Consultants profit shall be 30 percent of the overhead costs. This fee is based on the Scope of Work and the estimated labor and direct costs. In the event a supplemental agreement is entered into for additional work by HCW-L, the supplemental agreement will include provision for the added costs and a 30% net fee. The net fee will be prorated and paid monthly in proportion to the percent 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. 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 same 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 referenced 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. \contract\ 1 999\renton\hiIIs0209.doc _4_ 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, those records. If any litigation, claim, or audit is started before the expiration of the three-year retention period, the records shall be retained until all litigation, claims, or audit findings involving the records have been resolved. The three-year retention period starts when the Consultant receives final payment. VII CHANGES IN WORK The Consultant shall make all such revisions and changes in the completed work of this Agreement as are necessary to correct errors appearing therein, when required to do so by the City, without additional compensation. Should the City find it desirable for its own purposes to have previously satisfactorily completed work or parts thereof revised, the Consultant shall make such revisions, if requested and as directed by the City in writing. This work shall be considered as Extra work and will be paid for as provided in Section VIII. VIII EXTRA WORK The City may desire to have the Consultant perform work or render services in connection with the Project in addition to or other than work provided for by the expressed intent of the Scope of Work. Such work will be considered as Extra Work and will be specified in a written supplement which will set forth the nature and scope thereof. Work under a supplement shall not proceed until authorized in writing by the City. Any dispute as to whether work is Extra Work or work already covered under this Agreement shall be resolved before the work is undertaken. Performance of the work by the Consultant prior to resolution of any such dispute shall waive any claim by the Consultant for compensation as Extra Work. IX EMPLOYMENT The Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Consultant, to solicit or secure this contract and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the City shall have the right to annul this Agreement without liability, or in its discretion to deduct from the Agreement price or consideration or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. Any and all employees of the Consultant, while engaged in the performance of any work or services required by the Consultant under this Agreement, shall be considered employees of the Consultant only and not of the City and any 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. \contract\ 1999\renton\hiIIs0209.doc -5- 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, martial status, sex, age, or handicap except for a bona fide occupational qualification with regard to, but not limited to, the following: employment upgrading; demotion or transfer; recruitment or any recruitment advertising; layoff or terminations; 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. The Consultant, by entering into this agreement, agrees to affirm and subscribe to the fair practices and non-discrimination policies set forth by law and in the City's Affirmative Action Plan and Equal Employment Program. XI TERMINATION OF AGREEMENT A. Either party reserves the right to terminate this Agreement at any time upon not less than ten (10) days written notice to the other party, 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 that 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. \contract\1999\renton\hiIIs0209.doc -6- 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 the form or of a type which is usable to the City at the time of termination, the cost to the City of employing another firm to complete the work required and the time which may be required to do so, and other factors which affect the value to the City of the work performed at the time of termination. Under no circumstances shall payment made under this subsection exceed the amount which would have been made if the formula set forth in subsection C above had been applied. E. In the event this Agreement is terminated prior to completion of the work, the original copies of all Engineering plans, reports, and documents prepared by the Consultant prior to termination shall become the property of the City for its use without restriction. Such unrestricted use not occurring as a part of this project, shall be without liability or legal exposure to the Consultant. F. Payment for any part of the work by the City shall not constitute a waiver by the City or any remedies of any type it may have against the Consultant for any breach of this Agreement by the Consultant, or for failure of the Consultant to perform work required of it by the City. Forbearance of any rights under the Agreement will not constitute waiver of entitlement to exercise those rights with respect to any future act or omission by the Consultant. XII DISPUTES Any dispute concerning questions of facts in connection with work not disposed of by agreement between the Consultant and the City shall be submitted to non -binding mediation, unless the parties mutually agree otherwise. In the event that either party is required to institute legal action or proceedings to enforce any of its right in this Agreement, both parties agree that any such actions hall be brought in the Superior Court of the State of Washington, situated in King County. 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 negligence or breach of any of its obligations 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 agents or employees except as limited below. The Consultant shall secure liability insurance as specified in EXHIBIT D, INSURANCE AND RELATED REQUIREMENTS. \contract\1999\renton\hiIIs0209.doc -%- The limits of said insurance shall not, however, limit the liability of Consultant hereunder. 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. 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 parry has authority to make, and the parties shall not be bound by or be liable for, any statement, representations, promise, or agreement not set forth herein. No changes, amendments, or modifications of the terms hereof shall be valid unless reduced in 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. \contract\ 1999\renton\hiIIs0209.doc -8- XVII EXECUTION AND ACCEPTANCE This Agreement may be simultaneously executed in several counterparts, each of which shall be deemed to be an original having identical legal effect. The Consultant does hereby ratify and adopt all statements, representations, warranties, covenants, and agreements contained in the Request for Qualifications, and the supporting materials submitted by the Consultant, and does hereby accept the agreement and agrees to all of the terms and conditions thereof. IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and year first above written. CONSULTANT BY _ 3. 21o'921 Signature Date �+►D tt'1i� , type or print name I� 0 5u V-�tot"-V— Title Approved as to Legal form: CITY OF RENTON BY 0" ature Date Jesse Tanner, Mayor ATTEST: BY Signature Date Brenda Fritsvold, Deputy City Clerk Lawrence J. Warren City Attorney \contract\1999\renton\hiIIs0209.doc -9- EXHIBIT A SCOPE OF WORK CITY OF RENTON THUNDER HILLS OR ROLLING HILLS INTERCEPTOR SANITARY SEWER REPAIR BACKGROUND The Rolling Hills or Thunder Hills sewer was constructed in 1964 as part of the development of the Rolling Hills Village Subdivision, located easterly of 1-405 and Benson Road S. and northerly of South Puget Drive. This 10-inch diameter sewer interceptor serves a large area then owned and developed by Puget Western, the land development arm of Puget Power, now part of Puget Sound Energy, the private Renton power utility. The sanitary sewer line was installed adjacent to the unnamed creek, as a private developer extension and conveyed to the City for ownership and operation. The sanitary sewer was constructed of asbestos cement pipe, a composite pipe then popular for pressure applications. There have been several major breaks in the sanitary sewer line from stormwater washouts and some portions of the lowest part of the line have been replaced in cast iron pipe. Since the 1964 construction of the line, the entire Puget Western area has been sold and developed in both single family and multifamily developments. This 10-inch sanitary sewer interceptor is a critical element serving a large portion of the City of Renton. The last improvement work performed in this creek corridor was in 1984 by the City through contract maintenance. The creek and the sanitary sewer pipeline have been generally stabilized, and a narrow maintenance access road has been constructed along the entire sewer corridor. City forces provide annual maintenance along the access road, performing minor mowing and clearing. The maintenance access road is used both for City maintenance and as a public walking trail. Now several areas have more significant washouts and the upper small culverts laid in the creek bottom have been partially plugged, creating future washout potentials. The City has requested development of an as -built mapping base for the interceptor sewer. The Engineer shall develop plans, specifications, construction cost estimates, and assist in developing permits for a series of repairs to the streambanks and maintenance access road along the sewer alignment between the 1-405 right-of-way up to the Grant Ave. and South Eithier Drive intersection. The project elements include: 1. Removal of small stream culverts at three locations in the upper portion of the creek, rerouting existing City utilities (water and sanitary sewer pipelines), and construction of small bridges at these three points, 2. Repair of two (2) separate creek channel/ bank failures, 3. Stabilization, regrading, and resurfacing of the maintenance access road in selected spots, along the entire length of the project to ensure vehicle access to all manholes and cleanouts. 4. Provide water quality elements and fisheries elements for permit submittal. TASK 1 - PRELIMINARY DESIGN Purpose: Investigate the site, determine the City's needs, and review all of the constraints with representatives of all affected departments, to develop the best design concept. Prepare a Basis of Design memorandum and alternatives for the City's review and approval. \\FS 1 \V OL 1 \`N P\CONTRACT\ 1999\renton\exhibA.doc TASK 1.A. TOPOGRAPHIC SURVEY Perform topographic survey of the site based upon the City's Survey Control Network (State Plane coordinates 83/91 - North zone). The survey information will be used to prepare an AutoCAD (Release 14) plan view, profile view, and cross section drawings. The survey base map shall be scaled 1 " = 20', and plotted on 22" x 34" sheet sizes. a. Topographic Survey Tasks: 1. Title search. 2. Identify existing easements. 3. Order and coordinate a utility locate within the limits of the survey. 4. Locate the approximate right-of-way limits of the existing utility easement within the limits of the survey. 5. Locate existing monumentation, if any, to the next intersections south or west. 6. Establish one (1) on -site benchmark referencing City datum within the limits of the survey. 7. Provide one -foot contours and spot elevations based on 63 site cross sections. 8. Locate and identify all visible surface utilities. 9. Locate and identify all underground utilities marked on the ground by "One Call" utility locate service. 10. Provide rim and invert elevations of all existing storm and sanitary sewers. 11. Provide top of valve stem elevations for all water main valves. 12. Show tops and toes of all slope break lines. 13. Show and identify all existing surface features including: a) Pavement limits, curbs and sidewalk b) Trees, shrubs, and landscaping c) Ditches, pipes, culverts, and structures d) Fences e) Vaults and underground structures f) Driveways g) Buildings, lawn and planting areas h) Other pertinent topographic features 14. The drawing file shall be referenced to City of Renton Survey Control network (horizontal and vertical datum) 15. Supplement utilities with as -built information provided by the City. b. Deliverables l . Original Field Book for the survey. 2. Electronic field notes in ASCII format on 3.5" diskette. 3. Printout of electronic field notes. 4. Original of the title search. 5. Check print(s) for the 1 " = 20' base map plot of the surveyed area. 6. AutoCAD Release 14 DWG file (model space) on 3.5" diskette. 7. AutoCAD Release 14 plot file(s) (paper space) of the 1 " = 20' plot of the surveyed area. 8. List of block names with a description for each name. 9. Comma delimited, ASCII file of all the AutoCAD layer names with a description for each name. \\FS1 \VOL1 \ W P\CONTRACT\ 1999\renton\exhibA.doc 2 TASK 1.B. PRELIMINARY DESIGN DEVELOPMENT Develop design concepts for the project repair for consideration and review by the City. a. Design Issues 1. Utility service preservation. 2. Improving utility equipment access to all MH's. 3. Creek and streambank stabilization. 4. Eliminate existing stream culverts that can (or have) accumulate debris and cause channel blockage. Replace with small utility/pedestrian bridges. S. Accommodate public access on the stream and pipeline corridor. 6. Accommodate utility maintenance activities along or across the stream and pipeline corridor. 7. Eliminate liability and safety concerns on City facilities along the corridor. 8. Provide facilities and repairs that meet both Fisheries and DOE water quality criterias. b. Deliverables Conceptual design drawings, narratives, and associated construction cost estimates. Eight (8) copies total. TASK 2 - PERMIT RESEARCH Contact agencies requiring permits or review of plans and determine scope of work necessary for application preparation, permit review time frame, and required fees. a. Permits SEPA Checklist City of Renton Building and Grading/Drainage Permits WSDOE WSDFW HPA • COE b. Deliverables Summary tabulation of costs, time line, and range of efforts. TASK 3 - ENGINEERING DESIGN Prepare engineering plans, contract specifications, and cost estimates for the proposed repair work efforts. a. Develop Bid Specifications and Construction Documents In accordance with the City's formal bid procurement procedures, the Engineer shall develop the specifications, construction and bid documents, and plans for the sewer line repair work. The City does not intend to immediately proceed with bidding, so the bid activities are not included in this task but will be separately quoted to the City after a project implementation is developed. \\FS 1 \ VOL 1 \W P\CONTRACT\ 1999\renton\exhibA.doc 3 Utility Construction Drawings Using the base maps developed in Task 1, prepare project construction relocation and repair plans. The plans will be prepared in 1 " = 20' plan and profile view, with details on specific work areas. 2. Structural Drawings New pedestrian bridges at existing utility crossings shall be designed and plans prepared for construction. Plans will include foundations, details, railing, utility supports, and miscellaneous items. Temporary Erosion and Siltation Control Prepare TESC plans in accordance with the City's regulations; include restoration and permanent planting plan. 4. Bioenaineerina Streambank bioengineering and stabilization plans will be prepared for construction including specific locations, details, and replantings. 5. Design and prepare construction plans for the modifications and stabilization to the existing maintenance access road, including drainage, resurfacing, and new gates. b. Deliverables 1. One set of bid documents, and construction plans on 22" x 34" mylars. 2. Construction cost estimate. 3. 50% draft review, five (5) sets of full size blue line drawings (22" x 34"). 4. 95% draft review, five (5) sets of full size blue line drawings (22" x 34") 5. Final design bid plans, three (3) sets of full size blue line drawings (22" x 34") 6. Final design, stamped bid plans, original mylars (22" x 34") 7. Final design bid plans, 50% photo reduced mylars, camera ready (1 1 " x 17") 8. AutoCAD drawing files on 3.5" diskettes with bound external references. 9. Updated project schedule. C. Contract Specifications Prepare bid schedule and technical specifications for incorporation into the Project Manual using City of Renton standard specification format for use in obtaining public bids. The following portions will be provided by HCW-L: 1) Bid Schedule Proposal Forms A Bid Schedule will be prepared to cover work specified on the project through various lump sum and unit bid price work items. Schedule will include various bid items and quantities and spaces for bidders to enter their unit prices in accordance with City of Renton standard specification format. All other City of Renton standard contract forms will be furnished by the City. \\FSI \VOL1 \WP\CONTRACT\1999\renton\exhibA.doc 2) Specifications Technical specifications will be based on the 1998 WSDOT/APWA Standard Specifications for Road, Bridge, and Municipal Construction, and the City of Renton Supplemental Provisions. The specifications will be provided to the City for incorporation into the Project Manual and will include Special Provisions unique to the project and not covered in the Standard Specifications. This will include grading, structural, paving, streambank repairs, utility work, landscape planting, etc. Measurement and payment provisions for all bid items in the Bid Schedule will be included in the specifications. d. Deliverables 1. 50% draft review, five (5) sets of technical specifications. 2. 95% draft review, five (5) sets of technical specifications. 3. One (1) final copy (electronic and printed) of special provisions, measurement and payment, bid schedule of prices, standard contract forms, and inserts for double -sided reproduction. e. Design Review Submittals 1) 50% Draft Review 50% developed plans and specifications will be submitted to the City for a three (3) week review period. At the end of the review, HCW-L will meet with the City to go over various comments and revisions which will be incorporated into the design. 50% submittal will include: • Preliminary design plan and profile, topography, existing surface and underground features, and cross sections. Design layout of structures, equipment, utilities. • Some of the specific construction details. Draft technical specifications and outline. 2. Deliverables Letter report documenting 50% review workshop. 3. 95% Draft Review 95% developed plans and specifications will be submitted to the City for a three (3) week review period. At the end of the review period, HCW-L will meet with the City to review various comments and suggested revisions which are to be incorporated into the final design. 95% review will include verification of 50% revisions and review of City's comments and revisions to items which were not addressed previously. 95% submittal will include nearly complete Construction Drawings and Project Manual with the exception of: Final bid quantities Appendices Half size drawings Bidding process schedule Minor amounts of construction detail throughout plans. \\FSI \VOL1 \W P\CONTRACT\ 1999\renton\exhibA.doc 4. Deliverables Letter report documenting 95% review workshop. TASK 4 - PERMITTING Prepare City Building Permit as well as Grading and Drainage Permit applications and supporting documentation, including drainage plan. Set up and attend one pre -application meeting with the appropriate City staff and respond to City and/or public comments on criteria aspects of the permit applications. a. Provide Information for SEPA Checklist Provide technical information in the form of support documentation, opinions as to presentation, and coordination with City staff in preparing a SEPA checklist for the project. Review checklist with City staff. Assist City staff with SEPA determination and notice preparation and compliance. Prepare technical portions of the SEPA application including: information on fill, erosion control, stormwater runoff and methods of control, vegetation to be disturbed, landscaping, emergency services, control of health hazards, site plans and legal descriptions, and other required presentation graphics. TASK 5 - PROJECT MANAGEMENT a. Purpose To provide the administrative support necessary for efficient completion of the authorized work. 1. Progress/Status meetings with Public Works (PW) Department staff Prepare for and attend progress meetings, informational exchanges, or status updates with PW staff. Meetings may be regularly scheduled or as requested by City staff members. 2. Design Team Coordination Meet with and direct the day-to-day operations of the staff of the Engineer and project subconsultants to maintain the project schedule, comply with the contract requirements, adhere to the project objectives, and maintain an efficient professional operating structure. 3. Project Invoice/Budget Tracking Prepare detail and summary descriptions of personnel and expense charges for transmittal to the City and for file and records management. Tracking will include a monthly description of charges. The description will accompany each monthly invoice. The description will include a cost summary sheet listing each subtask and its sub -items each month. Budgeted cost, previous invoices, current invoice, percent complete, and budget remaining will be listed for the following:, each task, each subtask, major sub -items, and contract overall. Meet with City staff, as requested, or participate in telephone discussions to review the time charges and descriptions. \\FS 1 \V OL 1 \ W P\CONTRACT\ 1999\renlon\exhibA.doc Project Budget Compliance Meet with and direct the day-to-day operations of the staff of the Engineer to maintain the budget, comply with in -scope contract requirements, and document personnel time charges. Miscellaneous Administration Maintain complete and accurate file records of design details, meetings, correspondence, and administration for the project. 4. QA/QC Establish in-house procedures for QA/QC in order to maintain the highest quality of design. These procedures shall address the use of quality control reviews, engineering, calculations checking, design checking, AutoCAD interface, construction and operation issues, and other measures necessary to maintain a consistent, high quality design. Conduct internal QA/QC reviews at predesign, Preliminary Design Memorandum, 50 and 95 percent draft review points and revise design appropriately. b. Deliverables 1. Monthly invoice. 2. Detailed description of personnel time and expenses 3. Summary description of personnel time and expenses 4. QA/QC reviews. \\FS 1 \V OL 1 \W P\CONTR ACT\ 1999\renton\exhibA.doc 7 ENGINEERING SERVICES SCHEDULE \contract\ 1999\renton\hiIIs0209.doc n m � m L6 m < F— ............. ..... ram. z m m Y E E m m C U N � rn W O W CL cm c - F- - c n � - O rn d c N N O N O U N O ojf c~ ....... ........... _.................. Fm- d CD 2 rn c rn N Cn m U c m m m (a m U _0 "O m j 0 Q) O co O (DEn O M co V) m N O E Y N 0 N E — :3 a` <n c rn � U (D 0 0 m m m E (D `m cm m Z c E a> 5 o a m c w m a a rn O N d N E M rn y L � � U N Cl)a)N 7 F- EXHIBIT C SUMMARY FEE FOR ENGINEERING SERVICES \contract\ 1999\renton\hills0209.doc City of Renton Rolling Hills Sewer Interceptor Repair City of Renton Rolling Hills or Thunder Hills Interceptor Sanitary Sewer Repairs _ Overhead Rate = 1.6502 Fixed Fee Rate = 0.3 Project phases Principal Project Eng. Fisheries Survey Project Assistant CAD Clerical Eng. Tech. Scientist IManager ISurveyor ISurveyor Task Preliminary Design I 81.. 40� 32 24 16170I 561 90I 12 'bask 2 Permit Research I I 24I 121 8 I I I 6 Task 3 Eng. Design 1 60I 441 161 12 Task 4 i; 24I 121 20I I 16 6 Permitting Task::5 Project Management 4 12 Total Hours per Category 161 1601 1001 681 161 701 56 166 36 Job CIE pal ,t Eng. Tech ries Scientist Total DSC = OVERHEAD (OH Cost, including Sal, OH Rate x DSC FIXED FEE (FF) FF Rate x DSC REIMBURSABLES Direct Costs Itemized Printing Computer Time @ $ 20/hr Hours Rate Cost 16 $42.60 $681.60 160 $31.25 $5,000.00 100 $19.23 $1,923.00 68 $19.23 $1,307.64 16 $26.20 $419.20 70 $21.63 $1,514.10 56 $14.00 $784.00 166 $19.10 $3,170.60 36 $17.50 $630.00 $15.430.14 1.6502 0.3 0.00 6.00 SUBCONSULTANT COSTS Struct. Eng. Shapton and Associates $12,000.00 GRAND TOTAL $61,918.00 3/25/99 2:46 PM ren3599.xls HAMMOND, COLLIER & WADE-LIVINGSTONE ASSOC., INC. SCHEDULE OF OVERHEAD ALLOCATION COSTS AND RATES Description 1998 % Fringe Benefits: Payroll Taxes 194,494 16.2% Medical Ins. & Pension 237,732 19.8% Vacation, Holiday & Sick Leave 220,695 18.4% Total Fringe Benefits 652,921 54.4% General Overhead: Business Taxes 118,398 9.9% Business Insurance 83,985 7.0% Business Development 15,000 Administration & Unassignable Time (Indirect+ Excess Time) 491,675 40.9% Printing, Stationary & Supplies 42,759 3.6% Professional Services 45,504 3.8% Precontract Wages 14,482 1.2% Pension Trust Administration 3,970 0.3% Travel (Not Assignable) 34,920 2.9% Auto 25,360 2.1 % Telephone (Not Assignable) 49,417 4.1 % Interest Expense 40,582 3.4% Fees, Dues & Professional 21,962 1.8% Meetings 27,165 2.3% Client Relations 20,940 1.7% Utilities & Maintenance 23,160 1.9% Rent 187,620 15.6% Equipment Lease 19,484 1.6% Janitorial 17,781 Equipment Repairs & Maintenance 12,729 1.1% Office, Miscellaneous, Postage 109,208 9.1 % Employee Recreation 14,443 1.2% Employee Training 7,867 0.7% Depreciation 103,857 8.6% Total General Overhead 1,532,268 127.6% Total Fringe Benefits & General Overhead 2,185,189 181.9% Total Direct Labor Costs 1,324,188 100.0% Salary Overhead Rate (FB/DL) 49.31 % General Overhead Rate (GOH/DL) 115.71 % Total Overhead Rate (TOH/DL) 165.02% 1 41 CAG-99-063 Adden #2-02 ADDENDUM NO. 2 to CONSULTANT AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES CAG 99-063 Thunder Hills Sanitary Sewer Access Road Repair This Addendum is made and entered into this/s day of {aeQi ` , 2002, by and between the City of Renton, hereinafter called the "City" and Hammond Collier Wade Livingstone, hereinafter called the "Consultant". WITNESSETH THAT: Whereas, the City engaged the services of the Consultant under Consultant Agreement dated May 18, 1999, to perform Design for the construction of the Thunder Hills Sanitary Sewer Access Road Repair; and Whereas, the City and the Consultant have determined that additional work is required to meet the goal of the project. Those additional work items being defined, with costs anticipated, as shown in the attached Exhibit A Scope of Services. NOW, THEREFORE, in accordance with said Section VIII Extra Work of the above -mentioned agreement dated May 18, 1999, it is mutually agreed that said agreement is amended as follows: 1. Revise the maximum amount payable under Section VI -Payment from$64,912.00 to $114,412.00, which is an increase of $49,500.00. EXECUTION IN WITNESS WHEREOF, the parties hereto have executed this Addendum No. 2 to Thunder Hills Sanitary Sewer Access Road Repair project as of the date and year first above written. CONSULTANT CITY OF RENTON _"aL o� L. 05.02 �/_/-S o1b4� Signature Date J Tanner, Mayor Date type or print name Title ATTEST: Bonnie I. Walton, City Clerk EXHIBIT A — SCOPE OF SERVICES CITY OF RENTON THUNDER HILL ACCESS ROAD REPAIR Task 1— Update plans and specifications based on Federal and State Agency reviews. Modify and incorporate all requested design changes made by the Corps of Engineers, Department of Ecology and Fish and Wildlife. Revise the contract bid proposal, specifications, and construction cost estimate as a result of requested changes. r Fee: $2,000 Task 2 — Construction Phase Engineering Services Provide construction administration and construction engineering services for the project • Provide all Construction Engineering services to include attending pre -construction meeting, submittal reviews, contract management to address issues associated with engineering, plans, and specifications for work during the construction of the Project. • Prepare partial payment requests for completed construction work. • Prepare record drawings from the completed work and submit to the City. • Conduct final inspection in coordination with the City and responsible agencies. Make final check for satisfactory completion of all punch list items and all specified construction. Assure sign -off and final project approval by all permitting agencies. Determine if the project has been completed in general performance with the contract documents. Recommend final payment and acceptance. Fee: $12,500 Task 3 — Construction Inspection Provide full-time construction inspection services for 65-day construction contract. Provide an on -site inspector as needed to determine the progress and quality of the work and ensure that the project is being completed in conformance with the contract documents. During the construction, the consultant will keep the City informed of the progress of the work; will endeavor to guard the City against defects and deficiencies in the work or the contractor; and will recommend rejection of the work as failing to conform to the contract document as appropriate. • Provide the City with daily inspection reports. • Provide project management including Contractor/City coordination and resolving construction costs, scheduling and constructability issues. • Review project progress pay estimate submittals by the contractor. Prepare progress payment using standard City format. • Attend periodic progress meetings with City's staff and contractor. H: \W?\WORKING\snow\Thunderhil]SOS.doc Coordinate with testing lab for special inspections including soil compaction testing. Fees for the referenced testing and special inspections will be paid by the City. Fee: $35,000 TOTAL: $49,500 H:\VvT\WORKING\snow\TbmderhiUSOS.doc