Loading...
HomeMy WebLinkAboutAgenda Bill_Consor North Americak)Public Works Department – Utilities Systems Division recommends execution of an agreement with ​Consor North America, Inc., in the amount of $1,240,033 for construction management and inspection services for the ​Kennydale Lakeline Sewer System Improvement project. Refer to Utilties Committee 1 SUBJECT/TITLE: Agreement with Consor North America, Inc for Kennydale Lakeline Sewer System Improveme nt Project - Construction Management & Inspection Services RECOMMENDED ACTION: Refer to Utilities Committee DEPARTMENT: Public Works/Utility Systems Division STAFF CONTACT: Anousheh Nawaz, Wastewater EXT.: 425-757-9156 Funding for this agreement in the amount of $1,240,033.00 is available from the approved 2026 Wastewater Utility Capital Improvement Program budget for the Kennydale Lakeline Sewer System Improvement Project (426.465520). There is sufficient funding in the budget to cover the agreement. The Kennydale Lakeline Sewer System Improvement Project is a locally and federally funded Wastewater Utility infrastructure project led by the City of Renton to modernize sewer service to customers along the Kennydale shoreline. The existing sanitary sewer system was constructed in 1972 and includes 4,680 feet of 8-inch low pressure main underwater in Lake Washington which is in poor physical condition and difficult to repair and maintain. The sewer main serves 57 residents and Kennydale Beach Park. The proposed project will discontinue the existing in-lake low-pressure sanitary sewer main and transition the 55 private residences and a public park to a new system on dry land consisting of small-diameter force mains served by individual grinder pump stations installed on each parcel. The remaining 2 residential properties will be provided sewer service by gravity to the city existing system. This improvement enhances long- term system reliability, greatly reduces environmental risk to Lake Washington, improves maintenance access and brings the sewer system into compliance with current standards. Construction and associated tasks are anticipated to take approximately 2 years, with work expected to begin in third quarter of 2026. To support project delivery, Wastewater Utility is proposing to enter into an agreement with Consor Engineering for construction management and inspection services. Consor will act as the City’s representative through pre-construction, construction, and closeout, providing project management, schedule and budget control, constructability review, bid support, construction administration, labor compliance, inspection services, sustainability documentation, and third-party testing coordination. The scope of work includes City Council Regular Meeting FISCAL IMPACT SUMMARY: SUMMARY OF ACTION 2 leading project meetings, reviewing contractor submittals and contractor requests for information (RFIs), processing change orders and pay estimates, maintaining compliance with prevailing wage and federal grant requirements, and supporting final close-out and as-built documentation The agreement is structured as time and materials, with a total not-to-exceed amount of $1,240,033, inclusive of labor, overhead, and reimbursable expenses billed in accordance with approved rates. Wastewater Utility conducted a competitive procurement process and selected Consor based on its demonstrated qualifications, extensive experience delivering complex sewer infrastructure projects, and proven ability to provide construction oversight, ensure regulatory compliance, and effectively coordinate among multiple stakeholders, including on projects involving federal funding. The selection followed a formal Request for Qualifications (RFQ) process that included evaluation and scoring of five submitted Statements of Qualifications (SOQs), as well as in-person interviews with two shortlisted firms. Authorize the Mayor and City Clerk to execute the agreement with Consor North America, Inc. in the amount of $1,240,033 for construction management and inspection services for the Kennydale Lake line Sewer system improvement project. STAFF RECOMMENDATION AGREEMENT FOR KENNYDALE LAKELINE SEWER SYSTEM IMPROVEMENT PROJECT - CONSTRUCTION MANAGEMENT & INSPECTION SERVICES THIS AGREEMENT, dated for reference purposes only as Februrary 10, 2026, is by and between the City of Renton (the “City”), a Washington municipal corporation, and Consor North America, Inc. (“Consultant”), Oregon Corporation. The City and the Consultant are referred to collectively in this Agreement as the “Parties.” Once fully executed by the Parties, this Agreement is effective as of the last date signed by both parties. 1.Scope of Work: Consultant agrees to provide Construction Management & Inspection Services as specified in Exhibit A, which is attached and incorporated herein and may hereinafter be referred to as the “Work.” 2.Changes in Scope of Work: The City, without invalidating this Agreement, may order changes to the Work consisting of additions, deletions or modifications. Any such changes to the Work shall be ordered by the City in writing and the Compensation shall be equitably adjusted consistent with the rates set forth in Exhibit B or as otherwise mutually agreed by the Parties. 3. 4. Time of Performance: All work shall be performed by no later than December 31, 2028. Compensation: A. Amount. Total compensation to Consultant for Work provided pursuant to this Agreement shall not exceed $1,240,033, plus any applicable state and local sales taxes. Compensation shall be paid based upon Work actually performed according to the rate(s) or amounts specified in Exhibit B. The Consultant agrees that any hourly or flat rate charged by it for its Work shall remain locked at the negotiated rate(s) unless otherwise agreed to in writing or provided in Exhibit B. Except as specifically provided herein, the Consultant shall be solely responsible for payment of any taxes imposed as a result of the performance and payment of this Agreement. B. Method of Payment. On a monthly or no less than quarterly basis during any quarter in which Work is performed, the Consultant shall submit a voucher or invoice in a form specified by the City, including a description of what Work has been performed, the name of the personnel performing such Work, and any hourly labor charge rate for such personnel. The Consultant shall also submit a final bill upon completion of all Work. Payment shall be made by the City for Work performed within thirty (30) calendar days after receipt and approval by the appropriate City representative of the voucher or invoice. If the Consultant’s performance does not meet the requirements of this Agreement, the Consultant will correct or modify its performance to comply with the Agreement. The City may withhold payment for work that does not meet the requirements of this Agreement. C. Effect of Payment. Payment for any part of the Work shall not constitute a waiver by the City of any remedies it may have against the Consultant for failure of the Consultant to perform the Work or for any breach of this Agreement by the Consultant. D. Non-Appropriation of Funds. If sufficient funds are not appropriated or allocated for payment under this Agreement for any future fiscal period, the City shall not be obligated to make payments for Work or amounts incurred after the end of the current fiscal period, and this Agreement will terminate upon the completion of all remaining Work for which funds are allocated. No penalty or expense shall accrue to the City in the event this provision applies. 5.Termination: A. The City reserves the right to terminate this Agreement at any time, with or without cause by giving ten (10) calendar days’ notice to the Consultant in writing. In the event of such termination or suspension, all finished or unfinished documents, data, studies, worksheets, models and reports, or other material prepared by the Consultant pursuant to this Agreement shall be submitted to the City, if any are required as part of the Work. B. In the event this Agreement is terminated by the City, the Consultant shall be entitled to payment for all hours worked to the effective date of termination, less all payments previously made. If the Agreement is terminated by the City after partial performance of Work for which the agreed compensation is a fixed fee, the City shall pay the Consultant an equitable share of the fixed fee. This provision shall not prevent the City from seeking any legal remedies it may have for the violation or nonperformance of any of the provisions of this Agreement and such charges due to the City shall be deducted from the final payment due the Consultant. No payment shall be made by the City for any expenses incurred or work done following the effective date of termination unless authorized in advance in writing by the City. 6.Warranties And Right To Use Work Product: Consultant represents and warrants that Consultant will perform all Work identified in this Agreement in a professional and workmanlike manner and in accordance with all reasonable and professional standards and laws. Compliance with professional standards includes, as applicable, performing the Work in compliance with applicable City standards or guidelines (e.g. design criteria and Standard Plans for Road, Bridge and Municipal Construction). Professional engineers shall PAGE 2 OF 10 certify engineering plans, specifications, plats, and reports, as applicable, pursuant to RCW 18.43.070. Consultant further represents and warrants that all final work product created for and delivered to the City pursuant to this Agreement shall be the original work of the Consultant and free from any intellectual property encumbrance which would restrict the City from using the work product. Consultant grants to the City a non- exclusive, perpetual right and license to use, reproduce, distribute, adapt, modify, and display all final work product produced pursuant to this Agreement. The City’s or other’s adaptation, modification or use of the final work products other than for the purposes of this Agreement shall be without liability to the Consultant. The provisions of this section shall survive the expiration or termination of this Agreement. 7.Record Maintenance: The Consultant shall maintain accounts and records, which properly reflect all direct and indirect costs expended and Work provided in the performance of this Agreement and retain such records for as long as may be required by applicable Washington State records retention laws, but in any event no less than six years after the termination of this Agreement. The Consultant agrees to provide access to and copies of any records related to this Agreement as required by the City to audit expenditures and charges and/or to comply with the Washington State Public Records Act (Chapter 42.56 RCW). The provisions of this section shall survive the expiration or termination of this Agreement. 8.Public Records Compliance: To the full extent the City determines necessary to comply with the Washington State Public Records Act, Consultant shall make a due diligent search of all records in its possession or control relating to this Agreement and the Work, including, but not limited to, e-mail, correspondence, notes, saved telephone messages, recordings, photos, or drawings and provide them to the City for production. In the event Consultant believes said records need to be protected from disclosure, it may, at Consultant’s own expense, seek judicial protection. Consultant shall indemnify, defend, and hold harmless the City for all costs, including attorneys’ fees, attendant to any claim or litigation related to a Public Records Act request for which Consultant has responsive records and for which Consultant has withheld records or information contained therein, or not provided them to the City in a timely manner. Consultant shall produce for distribution any and all records responsive to the Public Records Act request in a timely manner, unless those records are protected by court order. The provisions of this section shall survive the expiration or termination of this Agreement. 9.Independent Contractor Relationship: A. The Consultant is retained by the City only for the purposes and to the extent set forth in this Agreement. The nature of the relationship between the Consultant and the City during the period of the Work shall be that of an independent contractor, not employee. The Consultant, not the City, shall have the power to control and direct the details, manner or means of Work. Specifically, but not by means of limitation, the PAGE 3 OF 10 Consultant shall have no obligation to work any particular hours or particular schedule, unless otherwise indicated in the Scope of Work or where scheduling of attendance or performance is mutually arranged due to the nature of the Work. Consultant shall retain the right to designate the means of performing the Work covered by this agreement, and the Consultant shall be entitled to employ other workers at such compensation and such other conditions as it may deem proper, provided, however, that any contract so made by the Consultant is to be paid by it alone, and that employing such workers, it is acting individually and not as an agent for the City. B. The City shall not be responsible for withholding or otherwise deducting federal income tax or Social Security or contributing to the State Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to Consultant or any employee of the Consultant. C. If the Consultant is a sole proprietorship or if this Agreement is with an individual, the Consultant agrees to notify the City and complete any required form if the Consultant retired under a State of Washington retirement system and agrees to indemnify any losses the City may sustain through the Consultant’s failure to do so. 10.Hold Harmless: The Consultant agrees to release, indemnify, defend, and hold harmless the City, elected officials, employees, officers, representatives, and volunteers from any and all claims, demands, actions, suits, causes of action, arbitrations, mediations, proceedings, judgments, awards, injuries, damages, liabilities, taxes, losses, fines, fees, penalties, expenses, attorney’s or attorneys’ fees, costs, and/or litigation expenses to or by any and all persons or entities, arising from, resulting from, or related to the negligent acts, errors or omissions of the Consultant in its performance of this Agreement or a breach of this Agreement by Consultant, except for that portion of the claims caused by the City’s sole negligence. Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115, (Validity of agreement to indemnify against liability for negligence relative to construction, alteration, improvement, etc., of structure or improvement attached to real estate…) then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees and volunteers, Consultant’s liability shall be only to the extent of Consultant’s negligence. It is further specifically and expressly understood that the indemnification provided in this Agreement constitute Consultant’s waiver of immunity under the Industrial Insurance Act, RCW Title 51, solely for the purposes of this indemnification. The Parties PAGE 4 OF 10 have mutually negotiated and agreed to this waiver. The provisions of this section shall survive the expiration or termination of this Agreement. 11.Gifts and Conflicts: The City’s Code of Ethics and Washington State law prohibit City employees from soliciting, accepting, or receiving any gift, gratuity or favor from any person, firm or corporation involved in a contract or transaction. To ensure compliance with the City’s Code of Ethics and state law, the Consultant shall not give a gift of any kind to City employees or officials. Consultant also confirms that Consultant does not have a business interest or a close family relationship with any City officer or employee who was, is, or will be involved in selecting the Consultant, negotiating or administering this Agreement, or evaluating the Consultant’s performance of the Work. 12.City of Renton Business License: Unless exempted by the Renton Municipal Code, Consultant shall obtain a City of Renton Business License prior to performing any Work and maintain the business license in good standing throughout the term of this agreement with the City. Information regarding acquiring a city business license can be found at: https://www.rentonwa.gov/Tax Information regarding State business licensing requirements can be found at: https://dor.wa.gov/doing-business/register-my-business 13.Insurance: Consultant shall secure and maintain: A. Commercial general liability insurance in the minimum amounts of $1,000,000 for each occurrence/$2,000,000 aggregate for the Term of this Agreement. B. In the event that Work delivered pursuant to this Agreement either directly or indirectly involve or require Professional Services, Professional Liability, Errors and Omissions coverage shall be provided with minimum limits of $1,000,000 per occurrence. "Professional Services", for the purpose of this section, shall mean any Work provided by a licensed professional or Work that requires a professional standard of care. C. Workers’ compensation coverage, as required by the Industrial Insurance laws of the State of Washington, shall also be secured. D. Commercial Automobile Liability for owned, leased, hired or non-owned, leased, hired or non-owned, with minimum limits of $1,000,000 per occurrence combined single limit, if there will be any use of Consultant’s vehicles on the City’s Premises by or on behalf of the City, beyond normal commutes. PAGE 5 OF 10 E. Consultant shall name the City as an Additional Insured on its commercial general liability policy on a non-contributory primary basis. The City’s insurance policies shall not be a source for payment of any Consultant liability, nor shall the maintenance of any insurance required by this Agreement be construed to limit the liability of Consultant to the coverage provided by such insurance or otherwise limit the City’s recourse to any remedy available at law or in equity. F. Subject to the City’s review and acceptance, a certificate of insurance showing the proper endorsements, shall be delivered to the City before performing the Work. G. Consultant shall provide the City with written notice of any policy cancellation, within two (2) business days of their receipt of such notice. 14.Delays: Consultant is not responsible for delays caused by factors beyond the Consultant’s reasonable control. When such delays beyond the Consultant’s reasonable control occur, the City agrees the Consultant is not responsible for damages, nor shall the Consultant be deemed to be in default of the Agreement. 15. 16. Successors and Assigns: Neither the City nor the Consultant shall assign, transfer or encumber any rights, duties or interests accruing from this Agreement without the written consent of the other. Notices: Any notice required under this Agreement will be in writing, addressed to the appropriate party at the address which appears below (as modified in writing from time to time by such party), and given personally, by registered or certified mail, return receipt requested, by facsimile or by nationally recognized overnight courier service. Time period for notices shall be deemed to have commenced upon the date of receipt, EXCEPT facsimile delivery will be deemed to have commenced on the first business day following transmission. Email and telephone may be used for purposes of administering the Agreement, but should not be used to give any formal notice required by the Agreement. CITY OF RENTON Anousheh Nawaz CONSULTANT Drew Randolph 1055 South Grady Way Renton, WA 98057 Phone: (425) 757-9156 ANawaz@rentonWA.gov 1102 Broadway Plaza suit 401 Tacoma,WA 4674 Phone: (360) 710-4674 drew.randolph@consoreng.com 17.Discrimination Prohibited: Except to the extent permitted by a bona fide occupational qualification, the Consultant agrees as follows: PAGE 6 OF 10 A. Consultant, and Consultant’s agents, employees, representatives, and volunteers with regard to the Work performed or to be performed under this Agreement, shall not discriminate on the basis of race, color, sex, religion, nationality, creed, marital status, sexual orientation or preference, age (except minimum age and retirement provisions), honorably discharged veteran or military status, or the presence of any sensory, mental or physical handicap, unless based upon a bona fide occupational qualification in relationship to hiring and employment, in employment or application for employment, the administration of the delivery of Work or any other benefits under this Agreement, or procurement of materials or supplies. B. The Consultant will take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, national origin, sex, age, sexual orientation, physical, sensory or mental handicaps, or marital status. Such action shall include, but not be limited to the following employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training. C. If the Consultant fails to comply with any of this Agreement’s non-discrimination provisions, the City shall have the right, at its option, to cancel the Agreement in whole or in part. D. The Consultant is responsible to be aware of and in compliance with all federal, state and local laws and regulations that may affect the satisfactory completion of the project, which includes but is not limited to fair labor laws, worker's compensation, and Title VI of the Federal Civil Rights Act of 1964, and will comply with City of Renton Council Resolution Number 4085. 18.Miscellaneous: The parties hereby acknowledge: A. The City is not responsible to train or provide training for Consultant. B. Consultant will not be reimbursed for job related expenses except to the extent specifically agreed within the attached exhibits. C. Consultant shall furnish all tools and/or materials necessary to perform the Work except to the extent specifically agreed within the attached exhibits. D. In the event special training, licensing, or certification is required for Consultant to provide Work he/she will acquire or maintain such at his/her own expense and, if Consultant employs, sub-contracts, or otherwise assigns the responsibility to perform the Work, said employee/sub-contractor/assignee will acquire and or maintain such training, licensing, or certification. PAGE 7 OF 10 E. This is a non-exclusive agreement and Consultant is free to provide his/her Work to other entities, so long as there is no interruption or interference with the provision of Work called for in this Agreement. F. Consultant is responsible for his/her own insurance, including, but not limited to health insurance. G. Consultant is responsible for his/her own Worker’s Compensation coverage as well as that for any persons employed by the Consultant. 19.Other Provisions: A. Approval Authority. Each individual executing this Agreement on behalf of the City and Consultant represents and warrants that such individuals are duly authorized to execute and deliver this Agreement on behalf of the City or Consultant. B. General Administration and Management. The City’s project manager is Anousheh Nawaz. In providing Work, Consultant shall coordinate with the City’s contract manager or his/her designee. C. Amendment and Modification. This Agreement may be amended only by an instrument in writing, duly executed by both Parties. D. Conflicts. In the event of any inconsistencies between Consultant proposals and this Agreement, the terms of this Agreement shall prevail. Any exhibits/attachments to this Agreement are incorporated by reference only to the extent of the purpose for which they are referenced within this Agreement. To the extent a Consultant prepared exhibit conflicts with the terms in the body of this Agreement or contains terms that are extraneous to the purpose for which it is referenced, the terms in the body of this Agreement shall prevail and the extraneous terms shall not be incorporated herein. E. Governing Law. This Agreement shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington and the City of Renton. Consultant and all of the Consultant’s employees shall perform the Work in accordance with all applicable federal, state, county and city laws, codes and ordinances. F. Joint Drafting Effort. This Agreement shall be considered for all purposes as prepared by the joint efforts of the Parties and shall not be construed against one party or the other as a result of the preparation, substitution, submission or other event of negotiation, drafting or execution. PAGE 8 OF 10 G. Jurisdiction and Venue. Any lawsuit or legal action brought by any party to enforce or interpret this Agreement or any of its terms or covenants shall be brought in the King County Superior Court for the State of Washington at the Maleng Regional Justice Center in Kent, King County, Washington, or its replacement or successor. Consultant hereby expressly consents to the personal and exclusive jurisdiction and venue of such court even if Consultant is a foreign corporation not registered with the State of Washington. H. Severability. A court of competent jurisdiction’s determination that any provision or part of this Agreement is illegal or unenforceable shall not cancel or invalidate the remainder of this Agreement, which shall remain in full force and effect. I. Sole and Entire Agreement. This Agreement contains the entire agreement of the Parties and any representations or understandings, whether oral or written, not incorporated are excluded. J. Time is of the Essence. Time is of the essence of this Agreement and each and all of its provisions in which performance is a factor. Adherence to completion dates set forth in the description of the Work is essential to the Consultant’s performance of this Agreement. K. Third-Party Beneficiaries. Nothing in this Agreement is intended to, nor shall be construed to give any rights or benefits in the Agreement to anyone other than the Parties, and all duties and responsibilities undertaken pursuant to this Agreement will be for the sole and exclusive benefit of the Parties and no one else. L. Binding Effect. The Parties each bind themselves, their partners, successors, assigns, and legal representatives to the other party to this Agreement, and to the partners, successors, assigns, and legal representatives of such other party with respect to all covenants of the Agreement. M. Waivers. All waivers shall be in writing and signed by the waiving party. Either party’s failure to enforce any provision of this Agreement shall not be a waiver and shall not prevent either the City or Consultant from enforcing that provision or any other provision of this Agreement in the future. Waiver of breach of any provision of this Agreement shall not be deemed to be a waiver of any prior or subsequent breach unless it is expressly waived in writing. N. Counterparts. The Parties may execute this Agreement in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. PAGE 9 OF 10 IN WITNESS WHEREOF, the Parties have voluntarily entered into this Agreement as of the date last signed by the Parties below. CITY OF RENTON CONSULTANT By:_____________________________ Armondo Pavone Mayor By:____________________________ Mike Hagerty DM,Construction Management _____________________________ Date _____________________________ Date Attest _____________________________ Jason A. Seth City Clerk Approved as to Legal Form By: __________________________ Shane Moloney City Attorney Contract Template Updated 5/21/2021 PAGE 10 OF 10 EXHIBIT A SCOPE OF WORK City of Renton – Kennydale Lakeline Sewer System Improvement Project Construction Management & Inspection Project Background The City of Renton is preparing to deliver the locally funded Kennydale Lakeline Sewer System Improvement Project. This three hundred sixty (360) working day project will discontinue the use of the existing in-lake low pressure sanitary main, and switch fifty-five private residences, and the park over to new small diameter force mains that will be fed by individual grinder pump stations located on each parcel. Project Summary Consultant will perform construction management, inspection, and administrative duties for the project. Project Assumptions Our services are expected to commence in March of 2026. After award, and issuance of an NTP date, it is our expectation that the project will begin immediately with a brief period allowed for submittals for long lead items such as the generator or grinder pumps. This project is receiving federal grant funding; therefore, as part of the project scope, all deliverables, documentation, and tracking shall comply with applicable federal requirements. Scope of Services Consultant proposes to perform the following services in relation to delivery of the Kennydale Lakeline Sewer System Improvement Project designed by Carollo. Task 1 – Project Management Objective Provide overall leadership and team strategic guidance aligned with the City staff objectives. Coordinate, monitor, and control the project resources to meet the technical, communication, and contractual obligations required for developing and implementing the project scope. Subtask 1.1 – Project Coordination • Perform general administration and project management throughout construction phase. • Proactively track progress of project work completed against schedule and budget. • Inform City of anticipated challenges during the construction phase and develop solutions during regular bi-weekly internal team check-ins. Subtask 1.2 – Invoices / Status Reporting • Prepare monthly invoices, including expenditures by task, hours worked by project personnel, and other direct expenses with the associated backup documentation. February 2026 City of Renton - KLSSIP CM & Inspe • Monthly status reports to accompany each invoice and include comparisons of monthly expenditures and cumulative charges to budget by Task, including cost-to-complete, earned value, cash flow, and certified firm participation. Subtask 1.2 – Assumptions ▪ Overall project duration will be 24 months; therefore, it is assumed that there will be up to 24 progress invoices / status reports. Subtask 1.2 – Deliverables Consultant shall deliver to the City a monthly invoice and status report covering: • RACI Matrix for project tasks & deliverables • Work on the project performed during the previous month • Issues encountered, and actions taken for their resolution • Potential impacts to submittal dates, budget shortfalls, or optional services • Budget analysis • Construction schedule updates • Issues requiring project team action Task 2 – Pre-Construction Services Objective Use 90% contract documents to identify and provide responses to areas of risk and ambiguity in addition to public outreach efforts and bid support. Subtask 2.1 – Constructability Review • Review 90% and final design documents for clarity, completeness, coordination, and constructability to identify issues Task 2.1 Assumptions ▪ Consor and City to conduct joint pre-construction site visit prior to constructability review. ▪ 90% plans and specifications will be provided by the City in February of 2026. Assume two (2) consultant staff combine for 56 hours each for review of plans and specifications ▪ Assume eighty (80) additional hours will be necessary for other pre-construction tasks such as bidder responsibility or permitting assistance. ▪ Although the Envision submittal work will be done during the pre-construction phase, that work will be captured by separate tasks. Task 2.1 Deliverables ▪ Plan set with markups, in addition to a list of comments that identify risk per comment in low, medium, and high categories. ▪ Review comments directly on project binder or specifications ▪ Provide HDD feasibility and cost analysis February 2026 City of Renton - KLSSIP CM & Inspection ▪ Provide cost analysis on apparent low bidder for bid items that are over or under ran by at least 25% from the Engineer’s Estimate Task 3 – Construction Administration Objective Oversee construction phase activities as first point of contact for construction contractors and all other relevant project stakeholders. Coordinate with City staff and design team. Generate all Bluebeam sessions for City staff and maintain all construction tracking tools. Lead all project meetings and monitor project budget and schedule, quantities and quality of materials, and verify conformance with contract documents. Subtask 3.1 – Pre Construction Meeting Objective Host and lead preconstruction meetings between Owner, Contractor, Consor and other stakeholders as necessary. Task 3.1 Assumptions ▪ Preconstruction meeting to be held “in-person” at City owned facility or job site with a hybrid option available for franchise utility’s and other stakeholders. These meetings will be streamed in order to make it easier for people to sit in on. ▪ Consor PM, Construction manager and CAS to attend preconstruction meeting in person ▪ City to review Consor pre-construction meeting agenda and provide input as necessary Task 3.1 Deliverables ▪ Draft meeting agenda and sign-in sheet ▪ Final meeting minutes subtask 3.2 – Weekly Progress Meetings Objective Attend and lead project weekly onsite construction, and coordination meetings with up to two (2) consultant team members in attendance. Prepare meeting agenda, invites, run meeting, and issue meeting summary. Task 3.2 Assumptions ▪ Weekly meetings to be held on project site, city hall, virtually at City’s discretion ▪ Weekly meetings to be attended by up to two (2) consultant staff. Task 3.2 Deliverables ▪ Weekly meeting minutes and action items Subtask 3.3 – Construction Administration Objective February 2026 City of Renton - KLSSIP CM & Inspection Provide construction management and administration services to monitor that the project is completed according to the Contract Documents. Perform the following tasks: ▪ Coordinate and communicate with City and Construction Contractor on an “as needed“ basis to discuss project issues and status. ▪ Issue change orders, including independent cost justifications, and maintain a change order log. ▪ Review, price, and negotiate force account work ▪ Issue fieldwork directives and non-conformance reports. ▪ Issue weekly statement of workdays (WSWDs) summarizing the work performed by the contractor and any unworkable days. ▪ Assess contractor-submitted baseline schedule, schedule updates, and 3-week look ahead schedules for feasibility and conformance with the Contract. ▪ Monitor the overall project construction budget. ▪ Maintain material quantity and quality documentation, including setting up and maintenance of the Record of Materials (ROM). ▪ Create Bluebeam Studio review sessions for concurrent review of project asbuilt drawings with contractor. Task 3.3 Assumptions ▪ Assume seventy-two (72) WSWD’s ▪ Assume eighteen (18) monthly pay estimates ▪ Assume ten (10) change orders to be executed Task 3.3 Deliverables ▪ Weekly statement of working days ▪ Quantities, documentation and finalized pay estimates ▪ Executed change orders and change log ▪ ROM for the project Subtask 3.4 – Submittal Reviews Objective Review and provide comments on contract required submittals for materials, plans, and other required items. Task 3.4 Assumptions ▪ Assume one hundred (100) submittals to review with an average review period of 1.5 hours per review. Of which, assume fifty-six (56) site specific submittals for each residence and park. Assume 15 resubmittals will be necessary. ▪ Assume submittal status and updates to an agenda item at weekly progress meetings as necessary Task 3.4 Deliverables ▪ Submittal review comment sheet and markups with log February 2026 City of Renton - KLSSIP CM & Inspection Subtask 3.5 – RFI Review and Response Objective Review, coordinate, and provide responses to submitted RFI’s. This includes leading all coordination efforts between internal city departments and/or applicable external agencies to resolve RFI’s. Task 3.4 Assumptions ▪ Assume fifty (50) RFI’s with an average review time of 2 hours per each review ▪ Assume RFI status and updates to be an agenda item at weekly progress meetings as necessary Task 3.4 Deliverables ▪ RFI responses and RFI log Subtask 3.6 – Monthly Progress Estimates Objective Track quantities of materials installed monthly based on inspector(s) daily reports, pay note documents and draft progress estimates based on the city’s pay estimate template. Review estimates with the city and construction contractor prior to finalizing and submitting to the City for payment. Task 3.4 Assumptions ▪ Assume eighteen (18) estimates are necessary Task 3.4 Deliverables ▪ Monthly quantity tracking spreadsheet ▪ Monthly progress estimates with recommendation to pay Subtask 3.7 – Labor Compliance Objective Lead all labor compliance monitoring including the following tasks: ▪ Track and file all statements of intent to pay prevailing wages (intent) and affidavits of wages paid. ▪ Review & approve Request to Sublets (RTS) ▪ Collect & review all certified payroll and work with contractor and subcontractors to resolve deficiencies ▪ Coordinate wage rate interviews with construction inspector and contractors ▪ Review & track apprenticeship utilization Task 3.7 Deliverables ▪ Requests to Sublet filed ▪ Intents & affidavits filed ▪ Certified payrolls filed ▪ Wage rate interviews filed February 2026 City of Renton - KLSSIP CM & Inspection ▪ Apprenticeship hour log in Excel file format Subtask 3.8 – Project Closeout Objective Lead closeout phase to document completion of the project and adherence to the project specifications. Consultant will coordinate with contractor to develop as-builts and redline as-built markups. Consultant will provide complete project files to the City and perform the following tasks to assist the City with project closeout: Task 3.8 Deliverables ▪ Draft Punch list and coordinate final walkthrough ▪ Define deficiency list if necessary ▪ Redline as-built mark-ups ▪ Project closeout documents (project documentation files including electronic documents and pictures on a thumb drive; hard copies if requested Task 4 – Construction Inspection Objective Provide daily on-site construction inspection services as needed to supplement the City’s inspection staff to ensure that project is built in compliance with the plans and specifications. Subtask 4.1 – Daily Inspection Task 4.1 Assumptions ▪ Project will require five (5) hours of Consor provided supplementary inspection per week, totaling 440 hours. Task 4.1 Deliverables ▪ Pre-construction & post-construction photos ▪ Inspector Daily Reports (IDR’s) ▪ Daily project progress photos ▪ Tracking of force account work ▪ Monthly quantity and force account work tracking for progress estimates ▪ Punch list and issues log Task 5 – Envision Sustainable Infrastructure Framework Objective Assist the City in setting, implementing, documenting, and tracking Envision related sustainability goals to achieve desired certification. February 2026 City of Renton - KLSSIP CM & Inspection Subtask 5.1 – Envision Assistance Task 5.1 Assumptions ▪ Assume up to four (4) hours to prep, host, and provide notes on aligning project’s goals with ISI to pursue accreditation by one (1) consultant team member ▪ Attendance by one (1) consultant team member to check in on bi-monthly basis for a 2-hour progress meeting to assist in maintaining goals and progress ▪ One consultant team member to provide up to twenty (20) hours of submission package review for certification award. Task 5.1 Deliverables ▪ Presentation and meeting guide ▪ Meeting minutes ▪ Review comments and suggestions on award application package Task 6 – Third Party Testing Objective Provide third party special inspection to ensure compliance with the project specifications. Coordinate and oversee third party testing. Subtask 6.1 HWA Testing Task 7.1 Assumptions ▪ Assume testing needed for compaction, grout / concrete, and asphalt Task 7.1 Deliverables ▪ Field testing reports ▪ Lab performance reports Proposed Project Fee Estimate Consultant proposes to perform this work on a time and expenses basis with a total not to exceed the amount of $1,240,033.33. The proposed fee estimate is provided as “Exhibit B.” Fee estimates are based upon Consultant’s approved 2026 rates with 5% escalation, per year, starting in 2026. Direct expenses, such as mileage, will be billed at the current GSA rate of $0.70 per mile. February 2026 City of Renton - KLSSIP CM & Inspection EXHIBIT B Kennydale Lakeline Sewer System System Improvement Project City of Renton PROPOSED FEE ESTIMATE LABOR CLASSIFICATION (HOURS)Subconsultants Construction Manager X Construction Manager VI Construction Manager VI Admin Specialist III Principal Construction Manager X HWA Engineer VI Inspector IV Principal Engineer IV Hours Labor Geosciences Total $340 $340HagertyMic $267 $267RandolphAnd $267 $267BolingerLou $183 $183RamanSuc $384 $384TackFre $191 $191FernandoMat $340 $340YoungrenGra $342 $342O'SullivanBreAverage Billing Rate Estimated per Classification/StaffStaff Name Task 1 - Project Management Task 1.1 - Project Coordination Task 1.2 - Invoicing / Status Reporting 10 10 50 36 86 60 36 96 $ $ $ 16,738 9,604 26,341 $ $ $ 16,738 9,604 26,341Task 1 Subtotal Task 2 Subtotal 0 0 0 0 0 0 0 0 0 $ $ - - Task 2 - Pre-Construction Services Task 2.1 - Constructability Review 96 96 96 96 16 16 12 12 220 220 $ $ 60,762 60,762 $ $ 60,762 60,7620 Task 3 - Construction Administration Task 3.1 - Pre-Construction Meeting Task 3.2 - Weekly Progress Meetings Task 3.3 - Construction Administration Task 3.4 - Submittal Review Task 3.5 - RFI Reiew Task 3.6 - Monthly Progress EstimatesTask 3.7 - Labor Compliance 3 4 4 11 200 2924 231 150 216 216 80 $ $ $ $ $ $ $ $ $ 2,599 44,977 754,234 56,765 35,827 45,559 45,559 17,991 1,003,513 $ $ $ $ $ $ $ $ $ 2,599 44,977 754,234 56,765 35,827 45,559 45,559 17,991 1,003,513 100 2256 173 100 72 72 40 2817 100 308 58 360 50 144 144 40Task 3.8 - Project Closeout Task 3 Subtotal Task 4 Subtotal Task 5 Subtotal Task 6 Subtotal 0 0 0 363 0 848 0 0 0 0 0 0 0 0 0 4028 $ $ $ - - - Task 4 - Construction Inspection Task 4.1 - Inspection 360 360 80 80 440 440 $ $ 111,281 111,281 $ $ 111,281 111,2810 0 Task 5 - Envision Sustainable Infrastructure Framework Task 5.1 - Envision Assistance 42 42 42 42 $ $ 16,136 16,136 $ $ 16,136 16,136000 Task 6 - Third Party Testing Task 6.1 - HWA Testing 0 0 $ $ - - $ $ 20,000 20,000 $ $ 22,000 22,00000000000 TOTAL - ALL TASKS 10 545 3273 848 42 80 16 12 4826 $1,218,033 $20,000 $1,240,033 Project Name Page 1 Client Month Year Consor C:\Users\Drew.Randolph\Consor North America, Inc\Washington - WA Admin\Scope & Fee\Renton, City\Kennydale Fee Estimate 1.28.26