Loading...
HomeMy WebLinkAboutAgenda Bill_Kimley-Hornl)Public Works Department – Utilities Systems Division recommends execution of an agreement with Kimley-Horn & Associates, Inc., in the amount of $477,600, for design work for the NE 24th & NE 16th Street AC Water Main Replacement and Sidewalk Improvements project​. Refer to Utilities Committee 1 SUBJECT/TITLE: Agreement for Professional Services with Kimley-Horn & Associates, Inc. for the Design of the NE 24th & NE 16th Street AC Water Main Replacement and Sidewalk Improvements Project RECOMMENDED ACTION: Refer to Utilities Committee DEPARTMENT: Public Works/Utility Systems Division STAFF CONTACT: Jonathan Chavez, PE, Water Utility Project Manager EXT.: 7208 Funding for the agreement in the total amount of $477,600 is available from the following sources: $334,320 from the 2025-2026 Water Utility Capital Improvement Program for Steel/AC Water Main Replacement (account no. 425.455170); and $143,280 from the 2025-2026 Transportation Benefit District (TBD) Fund. The NE 24th & NE 16th Street AC Water Main Replacement and Sidewalk and Curb Ramp Improvements Project include the replacement of approximately 3,250 feet of aging 8- inch and 12-inch asbestos-cement (AC) water mains with new 12-inch ductile iron pipe. The project also includes the replacement of 44 water service lines, 4 fire hydrants, and 17 connections to existing water mains, as well as restoration of roadways and private properties affected by construction. Replacement of the remaining asbestos-cement water mains within the City’s water distribution system has been identified in past and current Water System Plans. The existing water mains were installed in 1953 and have reached the end of their useful life. The new water mains will improve fire flow capacity, enhance drinking water quality, reduce the likelihood of pipe failures, unplanned service interruptions, and potential property damage. In coordination with this work, the City’s Transportation Division proposes installation of approximately 500 feet of sidewalk, 5 curb bulb-outs with ADA-compliant ramps, 3 streetlights, and associated storm drainage improvements along NE 24th St. from Aberdeen Ave NE to Camas Ave NE. These improvements will be located adjacent to Kennydale Lions Park and are intended to enhance pedestrian safety and improve neighborhood access to the park. The Water Utility solicited proposals from 6 qualified engineering firms through the 2025 Municipal Research and Services Center (MRSC) Consultant Roster and selected Kimley-Horn & Associates as the most qualified firm to provide engineering design services for this project. Kimley Horn was selected based on their experience and expertise delivering similar City Council Regular Meeting FISCAL IMPACT SUMMARY: SUMMARY OF ACTION 2 projects for the cities of Bellingham, Auburn, Mercer Island, and Edmonds. The proposed agreement with Kimley-Horn & Assoc. is for design, bidding and construction support services for the project. Under this agreement, Kimley-Horn will: Perform site surveying of existing utilities and improvements within the public rights-of- way to prepare base maps. Conduct a drainage analysis and prepare a drainage report. Develop 30%, 60%, 90% and final design plans, along with associated cost estimates. Prepare bid ready plans for use during project bidding. Provide support services to the city by responding to bidders’ inquiries during the bidding period. Authorize the Mayor and City Clerk to execute an agreement with Kimley-Horn & Associates, Inc. in the amount of $477,600 for the design, bidding, and construction support services of NE 24th & 16th Street AC Water Main Replacement and Sidewalk Improvements Project STAFF RECOMMENDATION AGREEMENT FOR NE 24TH & NE 16TH ST AC WATER MAIN REPLACEMENT & SIDEWALK/CURB RAMP IMPROVEMENTS THIS AGREEMENT, dated for reference purposes only as March 17, 2026, is by and between the City of Renton (the “City”), a Washington municipal corporation, and Kimley-Horn and Associates (“Consultant”), a Washington 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 consulting, design, bidding and construction support 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. Time of Performance: Consultant shall commence performance of the Agreement pursuant to the schedule(s) set forth in Exhibit C. All Work shall be performed by no later than December 31, 2027. 4. Compensation: A. Amount. Total compensation to Consultant for Work provided pursuant to this Agreement shall not exceed $477,600.00, 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 PAGE 2 OF 10 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 PAGE 3 OF 10 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 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 PAGE 4 OF 10 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 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. PAGE 5 OF 10 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 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 PAGE 6 OF 10 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. 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. 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. 16. 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 Jonathan Chavez, PE 1055 South Grady Way Renton, WA 98057 Phone: (425) 430-7208 jchavez@rentonwa.gov Fax: (425) 430-7241 CONSULTANT Sara Tannahill, PE 2828 Colby Avenue, Suite 200 Everett, WA 98201 Phone: (206) 970-1903 sara.tannahill@kimley-horn.com PAGE 7 OF 10 17. Discrimination Prohibited: Except to the extent permitted by a bona fide occupational qualification, the Consultant agrees as follows: 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 PAGE 8 OF 10 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. 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 Jonathan Chavez, PE. 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 PAGE 9 OF 10 other as a result of the preparation, substitution, submission or other event of negotiation, drafting or execution. 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. PAGE 10 OF 10 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. IN WITNESS WHEREOF, the Parties have voluntarily entered into this Agreement as of the date last signed by the Parties below. CITY OF RENTON By:_____________________________ CONSULTANT By:____________________________ Armondo Pavone Mayor Deanna Martin, PE Kimley Horn - Principal Engineer _____________________________ Date _____________________________ Date Attest _____________________________ Jason A. Seth City Clerk Approved as to Legal Form By: __________________________ Jason A. Seth City Clerk Contract Template Updated 5/21/2021 Page 1 SCOPE OF SERVICES City of Renton NE 24th and 16th St Asbestos-Cement (AC) Water Main Replacement February 2026 BACKGROUND Based on discussions with City of Renton staff (City), Kimley-Horn and Associates, Inc (Kimley-Horn) will provide engineering design and construction support services associated with the NE 24th and 16th St Asbestos-Cement (AC) Water Main Replacement Project. The project will include the design for replacement of approximately 3,250 linear feet of existing 8- and 12-inch diameter asbestos- cement water main on NE 24th Street (between Jones Avenue NE and Edmonds Avenue NE) and NE 16th Street (between Edmonds Avenue NE and Harrington Avenue with 12-inch diameter ductile iron (DI) water main. Refer to Figures 1 through 3 for site maps and project limits. In conjunction with the water main replacement, the project also includes: · Full street 2-inch grind and overlay within the project limits along NE 24th Street and NE 16th Street; · Design of a new 500 liner foot, 5-foot-wide sidewalk on the north side of NE 24th Street, between Aberdeen Avenue NE and Camas Avenue NE; · Design of five (5) new curb bulb-outs along NE 24th Street at the intersections with Aberdeen Avenue NE and Blaine Avenue NE; · Design of five (5) curb ramps that meet ADA and Public Right-of-Way Accessibility Guidelines (PROWAG) requirements; · Design of impacted catch basins and storm pipes as required by the new curb installation; and · Design of four (4) streetlights in front of Kennydale Lions Park along the north side of NE 24th Street. SCOPE OF SERVICES The scope of services consists of the following tasks: · Task 100 – Project Management and Coordination · Task 200 – Data Collection and Review · Task 300 – Preliminary (30%) Design Services · Task 310 – 60% Design Services · Task 320 – Final Design Services · Task 400 – Drainage Report · Task 500 – Bidding Support Services · Task 510 – Construction Phase Services · Task 600 – Subconsultant Services o Task 601 – Survey Services (DHA) o Task 602 – Potholing and Utility Locating Services (APS) o Task 603 – Infiltration Study Services (GeoEngineers) · Task 700 – Management Reserve EXHIBIT A Page 2 Based on discussions with the City, our effort will include the following tasks: TASK 100 – Project Management and Coordination Kimley-Horn will provide project management throughout the project duration, which includes: · Conduct one (1) Kick-Off Meeting with the City to be held over MSTeams and issue meeting summary. · Coordinate with the City’s Project Manager, including bi-weekly check-ins via MSTeams or phone calls, and up to three (3) design review meetings with the City including issuing meeting summaries. · Prepare up to 10 monthly invoices and progress summary. · Internal coordination including management of staffing schedule, and budget. · Coordination with subconsultants to progress tasks identified in this scope of work. Deliverables: · Meeting agendas and meeting summary (Kick-off and design review meetings). · Monthly invoices and progress summaries. · Baseline project schedule and schedule updates, as necessary. Task Assumptions: · City staff will attend and provide input at project Kick-off Meeting and design review meetings. · Project Kick-off Meeting is anticipated to be two (2) hours in duration, held virtually via MSTeams, and attended by up to three (3) Kimley-Horn staff. · The 30%, 60%, and 90% Design Review Meetings are anticipated to be two (2) hours in duration, held virtually via MSTeams, and attended by up to two (2) Kimley-Horn staff. · Meeting summaries will include a summary of the key decisions and action items and will be sent out via email. · Bi-weekly check-in meetings are anticipated to be 30 minutes in duration, attended by up to two (2) Kimley-Horn staff, held virtually via MSTeams. · Project duration is assumed to be 10 months from date of Notice to Proceed TASK 200 – Data Collection and Review The effort related to this task is to collect and review data received from the City and franchise utilities. Data collection and review will include the following: · Prepare Request for Information (RFI) for needed project background information from the City that is not readily available on the City’s GIS. · Review background information: o GIS Records within project areas o As-Builts on City of Renton utilities within project areas o Previous environmental studies and geotechnical reports · Contact franchise utility companies for cable, power, fiberoptic records if applicable Deliverables: · Request for Information (RFI). Page 3 TASK 300 – Preliminary (30%) Design Services Kimley-Horn will prepare and submit for the City’s review Preliminary Design documents. Services under this task will include the following: · Site visit to review topographic survey against field conditions, anticipated to be one (1) day by up to two (2) Kimley-Horn staff. · Prepare Preliminary (30%) Design Plans for water main upgrades. It is anticipated the Preliminary Plan Set will contain up to 20 sheets. · Plans will consist of: o Cover o Abbreviations and Legend o Horizontal Control and Sheet Layout o Water Plan Sheets (plan view only) o Frontage Improvement Plans (including preliminary location of the streetlights, preliminary layout of bulb-outs and curb ramps. Full ADA curb ramp design will not be included.) · Prepare planning level Engineer’s Opinion of Probable Construction Cost with 30% Contingency (EOPCC). · Prepare design memo documenting design assumptions and questions for the City. · Provide QA/QC of Preliminary Design deliverables. · Conduct Plan-In-Hand walk-through with City Engineering and Operations/Maintenance staff following Preliminary Design plan and EOPCC submittal, anticipated to be completed in one (1) site visit with up to two (2) Kimley-Horn staff. Deliverables: · PDFs of 30% Design Plans and EOPCC. Word document of Design Memo. Excel File of EOPCC including quantity take-offs. Assumptions: · The City will provide Kimley-Horn recent bid tabs and indicate desired bid items, along with bid items measurement and payment descriptions for development of the EOPCC. TASK 310 – 60% Design Services Kimley-Horn will prepare Final Design documents. As requested by the City, Kimley-Horn will provide permitting support for the City-led permitting. Efforts involved in these tasks will include the following: · Provide Construction Plans including the following sheets. It is anticipated the 60% Design Plan Set will contain up to 55 sheets. o Cover o General Notes, Abbreviations and Legend o Horizontal Control and Sheet Layout o Existing Conditions and TESC o Water Main Plan and Profile Sheets o Water Main Connection Details o Storm Plan and Profile Sheets Page 4 o Lighting and Wiring Plans o Restoration Sheets, including frontage improvements o ADA Curb Ramps Sheets and Details, with slopes and elevations for up to five (5) ramps and transitions to new sidewalk. o Water Standard Details o Storm Standard Details o Roadway Details o Lighting Details · Provide 60% Design EOPCC. · Provide Design Memo outlining assumptions and questions to be discussed at 60% Design submittal stage. · Maximum Extent Feasible (MEF) Documentation for ramps that cannot meet current City of Renton ADA standards. · Quality Assurance/Quality Control (QA/QC) and constructability review of 60% Deliverables. · Development of a Potholing Plan following submittal of the 60% Design. Deliverables: · 60% Design Submittals – PDFs of Plans and EOPCC. Excel File of EOPCC including quantity take-offs. Word document of Design Memo. · MEF Documentation, as necessary. · Potholing Plan (PDF) Assumptions: · The City will be responsible for the development of the 60% Design Specifications. · Catch basins and storm pipes will be designed to be consistent with the City of Renton 2022 Surface Water Design Manual. · ADA curb ramp designs will include point elevations and slopes within the ramp footprint and transition to new sidewalk and to existing properties. Services Kimley-Horn will prepare Final Design documents. Efforts involved in these tasks will include the following: · Provide Construction Plans including the following sheets. It is anticipated the final Bid-Ready Construction Plan Set will contain up to 55 sheets. o Cover o General Notes, Abbreviations and Legend o Horizontal Control and Sheet Layout o Existing Conditions and TESC o Water Main Plan and Profile Sheets o Water Main Connection Details o Storm Plan and Profile Sheets o Restoration Sheets, including frontage improvements o ADA Curb Ramps Sheets and Details, with slopes and elevations for up to five (5) ramps and transitions to new sidewalk. o Water Standard Details Page 5 o Storm Standard Details o Roadway Details o Street Lighting and Wiring Plans o Lighting Details · Provide EOPCC and Bid Schedule. Kimley-Horn will work with the City during the design process to determine preferred bid items and units. · Provide Design Memo outlining assumptions and questions to be discussed at 90% Design submittal stage. · Addressing one (1) round of comments on MEF Documentation for ramps that cannot meet current City of Renton ADA standards. · Quality Assurance/Quality Control (QA/QC) and constructability review of deliverables. · QA/QC review of the City-prepared 90% Design Specifications. · Provide permitting support to the City-led permit application, as requested, anticipated to be supporting plans, quantities, and work descriptions. The City will be responsible for obtaining the following permits: o Tree Permit, or approval from the City’s Urban and Community Forestry Department o Civil Construction Permit o Utility Permit o Right-of-Way Permit Deliverables: · 90% Design Submittals – PDFs of Plans and EOPCC. Excel File of EOPCC including quantity take-offs. Word document of Design Memo. PDF of Kimley-Horn’s QA/QC review comments on the City prepared 90% Design Specifications. Final MEF Documentation, as necessary. · Bid-Ready Submittal – PDFs of Plans and EOPCC, AutoCAD base file of Plans. Assumptions: · The City will be responsible for the development of the 90% Design and Bid-Ready Specifications. The City will be responsible for stamping and signing the Bid-Ready Specifications. · Street Lighting and Wiring Plans will be for four (4) streetlights conforming to the City’s Standard Plan 116.1, spaced approximately 60-feet apart. No photometric analysis will be performed on the project site. · Catch basins and storm pipes will be designed to be consistent with the City of Renton 2022 Surface Water Design Manual. · ADA curb ramp designs will include point elevations and slopes within the ramp footprint and transition to new sidewalk and to existing properties. TASK 400 – Drainage Report The effort under this task is to provide a Full Drainage Review Technical Information Report (TIR). Efforts involved in these tasks will include the following: · Complete downstream analysis field work and submit memorandum outlining which core requirements apply and possible BMPs. · Memorandum Review Meeting, held virtually by up to two (2) Kimley-Horn staff. Page 6 · Provide a Full Drainage Review TIR for the new and replaced impervious areas (curbs, sidewalks, pavement widening, ramps, etc.). The TIR will incorporate appropriate stormwater management and low-impact development (LID) techniques, as required by Renton's Surface Water Design Manual, particularly around the new sidewalks and curb bulb-outs. Deliverables: · Downstream Analysis Memorandum (Word and PDF) – 30% Deliverable · Draft TIR (Word) – 60% Deliverable · Final TIR (Word and PDF) – 90% Deliverable Assumptions: · This project is located in Zone 2 of the City’s Aquifer Protection Area. Stormwater BMPs must comply with Special Requirement #6 of the Renton's Surface Water Design Manual. · This project is within a basic flow control area and the project will create less than 5,000 of new plus replaced pollution generating hard surface, making it exempt from water quality treatment. · The full drainage report will incorporate the 60% Design Plans. · Construction Stormwater Pollution Prevention Plan (SWPPP) and Operations & Maintenance Manual will be prepared with the 90% TIR. TASK 500 – Bidding Support Services Kimley-Horn will assist the City with bidding by answering bidder questions and issuing addenda as necessary. The budget for this task assumes up to three (3) addenda issued. Deliverables: · Addenda in PDF Assumptions: · The City will advertise the project for bid, upload bid-ready documents to bidding websites, conduct the bid opening and prepare the bid tabulation. TASK 510 – Construction Phase Services Kimley-Horn will provide construction phase services during construction, as requested by the City. Tasks that may be requested by the City include the following: · Attendance at City-led Pre-Con Meeting and construction meetings. · Respond to Contractor’s requests for information (RFIs) as requested by City. · Field observations as requested by City. · Preparation of PDF and AutoCAD Record Drawings using contractor provided red-lined PDF record drawings. Deliverables: · Responses to RFIs in PDF · Record Drawings in PDF and AutoCAD Page 7 Assumptions: · A budgetary amount of up to $10,000 is assumed for this task for construction phase support services to be provided as requested by the City. · The City will be responsible for leading all meetings, preparing meeting agendas, and issuing meeting minutes · As-builts will be based off City provided contractor PDF red-lines. TASK 600 – Subconsultant Services TASK 601 – Survey Services (DHA) Duane Harman and Associates, Inc. (DHA), as a subconsultant to Kimley-Horn, will complete professional land surveying & mapping services. Services under this task will include the survey at the following sites: Site 1: NE 24th St between Jones Avenue NE and Edmonds Avenue NE The reach is approximately 2,700 lineal feet, containing eight (8) street intersections, curbs, walkways, and underground utilities (no overhead utilities encountered in the field review). The City reports approximately 44 water service connections. In addition, the reach includes the design of 500 feet of sidewalk and five (5) curb bulb-outs. Intersection mapping will extend 50' north and south for full intersection clarity. Site 2: NE 16th St between Edmonds Avenue NE and Harrington Avenue NE The reach is approximately 790 lineal feet, containing two (2) street intersections, curbs, walkways, and above and below grade utilities (no overhead utilities encountered in the field review). Topographic Mapping: · Topographic mapping will consist of the dedicated street right-of-ways and up to five (5) feet beyond the right-of-ways and is to include, but not limited to, all above ground planimetric features, which includes, but not limited to, curbs, walks, fences, trees (greater than ‘6” in diameter), shrubs etc., and all above and underground utilities, as specified. It is anticipated the survey will go along at about 300 lineal feet per day. · Two-man field survey crews will be utilized to establish site control and perform the survey. Onsite underground utility locates will be completed by APS as part of Task 602, and DHA will submit a “One-Call” utility locate request, to engage the City to locate their underground utilities. · A 10’ x 10’ detailed survey will be performed around water meters, hydrants, and vaults, for design, and construction staging within the project limits. · Site 1 will be surveyed at a 10-foot grid in the areas of the proposed curb ramps and bulb- outs. Pothole Mapping: · An allowance has been included for survey of up to eight (8) potholes. Page 8 Deliverables: · Autodesk Civil 3D 2026.dwg file format of topographic survey, drawing scale to be 1”=20’, with one (1) foot contours. Task Assumptions: · Field data will be processed in accordance with the City of Renton Standards. · Horizontal Datum: City of Renton NAD83(1991), US feet. Vertical Datum: City of Renton prescribed NAVD88, US feet. · Two-man field survey crews will be utilized to establish site control and perform the survey. Kimley-Horn to provide an onsite underground utility locate, and DHA will submit a One-Call utility locate request, to engage the City to locate their underground utilities. · Rights-of-entry are not included in this scope of work and are not anticipated to be needed. TASK 602 – Potholing and Utility Locating Services (APS) Applied Professional Services, Inc. (APS), as a subconsultant to Kimley-Horn, will complete utility potholing and locating/marking of non-City utilities. Utility Locating Services · APS will employ all industry and best practices to designate and mark the known conductible and/or non-conductible utilities within the project boundaries. · APS will sweep the area, after the known utilities have been marked, to attempt to identify any unknown or abandoned utilities. · The project boundaries are defined by Figures 1 through 3. Potholing Services · APS will air vacuum excavate approximately (8) test-holes on existing underground utilities. · If a test-hole falls in the hard surface APS will jackhammer the existing asphalt or concrete. APS will backfill all test-holes with a material approved by the local jurisdiction (5/8” select, sand or pea gravel). · Collect utility and test-hole data, and photograph all found utilities. Deliverables: · Test-hole data sheets, which include Top, Bottom, Width, Diameter and Direction of the utility. · Excel spread sheet containing all test-hole data for the project. · Google Earth RM map with interactive link accompanied with an SHP File. · Photo of all found utilities. · One and a quarter inch zinc washer left at grade where utility was found with measurements stamped into it. Task Assumptions: · APS will complete utility locates for conductible utility locates only. Locating and marking non- conductible utilities and GPR are not included in the scope of work. · Conductible utility locating refers to conductible (metallic) utilities. Non-conductible utility locating refers to non-conductible (non-metal) utilities. GPR utility locating refers to ground penetrating radar, used to find non-metallic utilities such as concrete, PVC, or polyethylene water mains, USTs, and other anomalies.· The City will be responsible for locating and marking their facilities within the project limits. · Scope assumes that the utility will be between 0’ and 10’ in depth. Page 9 · Restoration is assumed currently to be a 2’x2’ hole with 5/8” crushed rock back fill with an EZ street patch. APS will provide a 2-year warranty from the date the test-hole was performed.· CDF backfill and permanent asphalt repair are excluded from this scope. If the local jurisdiction requires CDF backfill and/or permanent asphalt repair additional fees will be required. · This estimate is based on design engineering rates in which case prevailing wages do not apply. ·Grind and overlay of the existing roadway is not covered in this scope. Should the local jurisdiction require additional restoration, other than what is included in the scope, then additional fees will be required. TASK 603 – Infiltration Study Services (GeoEngineers) GeoEngineers, Inc (GeoEngineers), as a subconsultant to Kimley-Horn, will complete a soils report and infiltration study for the installation of new impermeable surfaces from the frontage improvements along NE 24th Street within the vicinity of the Kennydale Lions Park.A subsurface investigation and infiltration study to support the proposed improvements includes the following: · Review the readily available published geologic data and GeoEngineer’s relevant in-house files for existing information on subsurface conditions in the project vicinity. · Visit the project site to mark the proposed testing location and to check for conflicts with below grade utilities. If representatives from City of Renton are familiar with the location of subsurface utilities in the area are available, City review of the proposed test location is requested. GeoEngineers will not be liable for damage to underground utilities that are not marked during the utility locating process. The process includes: o Contact the “One-Call” Utility Notification Center, as required by Washington State law. o Subcontract a private utility locate service to scan for conductible underground utilities in the vicinity of testing location, which may not be identified by the “One-Call” services. · Advance one (1) test pit up to 10 feet below the existing ground surface using subcontracted machinery and operator. GeoEngineers will continuously monitor the test pit exploration, maintain a log of subsurface conditions and collect representative soil samples. The test pit will be backfilled after the studies are completed. · Perform infiltration testing within the test pit to determine the in-situ infiltration rate using methods consistent with a small-scale pilot infiltration test (PIT) as outlined in the 2022 City of Renton Storm Water Design Manual. · Conduct geotechnical laboratory testing on selected soil samples. The budget includes two (2) particle size distribution tests, one (1) cation exchange capacity test, and one (1) organic content test. · Prepare a geotechnical memo presenting findings, conclusions and recommendations. The memo will include a project site plan showing the approximate location of exploration, summary exploration logs, and laboratory testing results. Specifically, the memo will include the following: o Discussion of soil and groundwater conditions encountered in explorations. o Discussion of the suitability of site soils for stormwater infiltration, including estimates of long-term design infiltration rates, based on PIT results and soil types encountered in the explorations. Page 10 Deliverables: · Geotechnical Memorandum Assumptions: · The City of Renton will provide all relevant permitting and explorations will not require a traffic control plan based on the location of the test pit. · A water source for the infiltration testing is not available on-site and a subcontracted water truck will be used to provide water for the infiltration testing. · Explorations will be completed in two (2) days within Kennydale Lions Park and suitable access to the testing location will be provided on scheduled testing dates. TASK 700 – Management Reserve A management reserve of approximately 10% of Kimley-Horn fees is included to allow for additional services not included in this scope of work that may arise over the course of the project. The management reserve task is not to be used unless authorized by the City in writing. Scope Assumptions/Exclusions: · Project duration is 10 months. · The project will be bid in a single bid package. · City review of the Preliminary Design will take 2 weeks. City review of the 60% Design and 90% Design will take 3 weeks. · The City will develop and stamp the project specifications. Kimley-Horn will provide QC review of the City prepared specifications at the 90% Design level. · Plans will conform to the City of Renton’s 2025 Survey and Drafting Standards. Kimley- Horn’s standard AutoCAD styles will be used. · Right-of-entry on private property are not anticipated to be needed and not included as part of the scope of service. Any right-of-entry needed as part of the project will be coordinated by the City. · The City will lead all public communications. · Development of traffic control plans is not part of the scope of services. It is presumed that work can be accomplished using WSDOT Standard K Plans, that the Contractor will be responsible for developing and submitting to the City. · The City will lead and submit for all permit applications. Kimley-Horn will provide supplementary information as requested to support City prepared permit application including plans, quantities, and review of project descriptions/work. City will cover all permitting costs. · A retaining wall is not anticipated as part of the project. Any differences in grade can be handled by light grading. · Storm structure design will be consistent with the City of Renton 2022 Surface Water Design Manual. If updates to the City’s Surface Water Design Manual occur during the course of the project, additional scope and fee may be required. · The City will provide plant selection and spacing along the frontage improvements area in front of Kennydale Lions Park. No irrigation will be required. · Geotechnical engineering services are not part of the scope of services. Page 11 · The scope assumes a day of potholing will be completed. Potholes will include the potholing of City and non-City owned utilities. The City does not require franchise utilities to pothole their own facilities. · Kimley-Horn will send design plans to franchise utilities for input and feedback on potential utility conflicts. · Hydraulic modeling, flow monitoring and confirmation of pipe sizing is not included in this scope of services. Sizing is based on the City’s 2019 Water System Plan Update. · Coordination with local businesses, residents, and Metro for coordination of construction access/impacts and temporary bus stop locations is not included in this scope of services and will be led by the City’s public outreach team. · Tree health assessment, if required, will be completed by the City’s arborist. Arborist services are excluded from this scope of services. EXCLUSIONS/ASSUMPTIONS Any other services, including but not limited to the following, are not included in this Agreement but can be added through a contract modification. · Shoring design · Bypass design · Right-of-entry onto private property · Hydraulic modeling · Flow monitoring · Cathodic protection design · Record of Survey services · Structural engineering · Traffic Control Plans · Construction funding applications · Clean Air permitting · Construction stormwater permitting · Geotechnical engineering services, beyond those included under Task 603. · Environmental engineering/permitting · Irrigation design · Public outreach · Arborist services DIRECT LABOR Estimated Hourly Labor Classification Hours Rate Costs 70 $300.00 21,000$ Sr. Professional 275 $275.00 75,625$ 372 $240.00 89,280$ 652 $210.00 136,920$ Admin Support I 12 $180.00 2,160$ Admin Support II 16 $140.00 2,240$ TOTAL KIMLEY-HORN LABOR 1,397 Total Labor 327,200$ MANAGEMENT RESERVE TASK 25,000$ TOTAL KIMLEY-HORN LABOR (INCLUDING MANAGEMENT RESERVE)352,200$ DIRECT EXPENSES TOTAL DIRECT EXPENSES 3,400$ OUTSIDE SERVICES (10% Markup) Survey Services (DHA)68,300$ Potholing and Utility Locate Services (APS)30,300$ Infiltration Study Services (GeoEngineers)23,400$ TOTAL OUTSIDE SERVICES 122,000$ Total Direct Labor 327,200$ Total Management Reserve 25,000$ Total Direct Expenses 3,400$ Total Outside Services 122,000$ TOTAL BASE COST (NOT TO EXCEED)477,600$ Additional Services Direct Labor N/A Additional Services Outside Services N/A TOTAL ADDITIONAL SERVICES COST (NTE)0$ TOTAL PROPOSAL (NTE)477,600$ Principal/Sr. PM Professional Analyst Exhibit B - Cost Proposal Summary (Costs Rounded to the Nearest $1.00) City of Renton February 13, 2026 NE 24th and 16th St Asbestos-Cement (AC) Water Main Replacement Page 1 EXHIBIT B Task Description 101 Kick-off Meeting (virtual, up to 2 hrs)2 2 2 6 $1,630.00102 Coordination with City including bi-weekly meetings 10 12 22 $6,300.00 103 Design Review Meetings with City (3 meetings, virtual, up to 2 hrs each)6 6 12 $3,450.00 104 Internal Project Meetings, Team Management and Scheduling 4 12 12 28 $7,380.00105 Budget Control and Invoicing 8 12 20 $4,360.00 106 Coordination with Subconsultants 10 10 $2,750.00 0 $0.00Task 100 Totals 22 50 14 0 12 0 98 $25,900.00 201 Prepare RFI 2 2 4 $1,030.00 202 Request franchise utility record drawings 2 6 100 $1,740.00 202 Review City Information 6 8 10 180 $5,670.000$0.00 Task 200 Totals 0 8 12 16 0 0 36 $8,400.00 301 Site Visit to Review Survey 12 12 24 $6,180.00302 Preliminary Design Plans 20 32 68 120 $27,460.00303 Preliminary Engineer's Opinion of Probable Construction Costs 4 6 24 34 $7,580.00 304 Preliminary Design Memo 2 6 2 10 $2,270.00305 QA/QC Preliminary Design 8 8 $2,400.00306 Plan-In-Hand Walk Through with City 10 10 20 $5,750.00 0 $0.00Task 300 Totals 18 48 56 92 0 2 216 $51,600.00 310 60% Design Plans 32 106 234 372 $83,380.00311 Street Lighting Plans 8 24 32 $7,240.00312 60% Engineer's Opinion of Probable Construction Cost 4 8 18 30 $6,800.00 313 60% Design Memo 2 6 1 9 $2,130.00314 QA/QC 60% Design 8 8 $2,400.00315 Potholing Plan 1 4 5 $1,115.00 0 $0.00Task 310 Totals 8 47 120 280 0 1 456 $103,100.00 Total Direct Expenses 8 25000 321 90% Design Plans 30 70 130 230 $52,350.0032290% Engineer's Opinion of Probable Construction Cost 4 6 16 26 $5,900.00 323 90% Design Memo 2 4 1 25720 $1,650.00324QA/QC 90% Design 16 16 $4,800.00 325 Bid-Ready Design Plans 16 18 34 68 $15,860.00326Bid-Ready Engineer's Opinion of Probable Construction Cost 2 4 8 14 $3,190.00 327 QA/QC Bid-Ready Design 4 4 $1,200.00328Permit support, as requested by City 6 8 10 24 $5,670.00 0 $0.00Task 320 Totals 20 60 110 198 0 1 389 $90,600.00 401 Downstream Analysis and Memorandum 8 20 2 30 $6,680.00 402 Draft Full Drainage Review TIR 18 24 14 6 62 $14,490.00403 Final Full Drainage Review TIR 4 8 4 2 18 $4,140.000$0.00 Task 400 Totals 0 30 32 38 0 10 110 $25,300.00 501 Answer Bidder Questions 4 4 $1,100.00 502 Issue up to three (3) Addenda 2 12 10 22 2 48 $11,200.000$0.00Task 500 Totals 2 16 10 22 0 2 52 $12,300.00 511 Services as requested by the City 16 18 6 40 $9,980.00 0 $0.00 Task 510 Totals 0 16 18 6 0 0 40 $10,000.00 601 Survey Services (DHA)0 $0.00 602 Potholing and Utility Locate Services (APS)0 $0.00603 Infiltration Study Services (GeoEngineers)0 $0.00 0 $0.00 Task 600 Totals 0 0 0 0 0 0 0 $0.00 Task 700 Totals $25,000.00 TOTALS 70 275 372 652 12 16 1,397 $352,200.00 Classification Principal / Sr. PM Sr.Professional Professional Analyst AdminSupport I AdminSupport II Rate 300.00$275.00$240.00$210.00$180.00$140.00$ Exhibit B - Derivation of Hours City of Renton Professional Admin Support I Admin Support II Total HrsPrincipal / Sr. PM February 13, 2026 Analyst NE 24th and 16th St Asbestos-Cement (AC) Water Main Replacement Task 310 - 60% Design Services Task 100 - Project Management and Coordination Sr. Professional Task 200 - Data Collection and Review Task 510 - Construction Phase Services Task 300 - Preliminary (30%) Design Services Task 600 - Subconsultant Services - see outside services costs Task 400 - Drainage Report Task 700 - Management Reserve Task 500 - Bidding Support Services Task 320 - Final Design Services Page 2 EXHIBIT B MILEAGE Location No. of Trips Miles Total Miles City Meetings 0 90 0 Site Visits 3 85 255 Total Miles 255 Total Cost at $ 0.725 per mile 185$ REPRODUCTIONS 600 Type Amount Unit Cost 180 Plotting and sheet preparation 300 10.00$3,000$ Photocopy (8 1/2" x 11")1500 0.11$165$ Photocopy (11" x 17")0 0.35$0$ Displays (24" x 36")0 80.00$0$ Mylars 0 24.00$0$ Total Reproductions 3,165$ TOTAL DIRECT EXPENSES 3,350$ TOTAL DIRECT EXPENSES (ROUNDED)3,400$ (Costs Rounded to the Nearest $1.00) Exhibit B - Direct Expenses City of Renton February 13, 2026 NE 24th and 16th St Asbestos-Cement (AC) Water Main Replacement Page 3 EXHIBIT B Page 13 BUDGET SUMMARY Kimley-Horn will perform the services in Tasks 100 – 510 on a labor and fee plus expense basis with the maximum labor fee shown below. Kimley-Horn reserves the right to reallocate amounts among tasks as necessary. Kimley-Horn rates in Exhibit B apply to this contract and are adjusted on an annual basis. Kimley-Horn will not exceed the total maximum labor fee shown without authorization from the Client. Labor fee will be billed on an hourly basis according to our then-current rates. As to these tasks, direct reimbursable expenses such as express delivery services, fees, and other direct expenses will be billed at 1.10 times cost. Administrative time related to the project may be billed hourly. All permitting, application, and similar project fees will be paid directly by the Client. Should the Client request Kimley-Horn to advance any such project fees on the Client’s behalf, an invoice for such fees, with a ten percent (10%) markup, will be immediately issued to and paid by the Client. TASK 100 – Project Management and Coordination $25,900 TASK 200 – Data Collection and Review $8,400 TASK 300 – Preliminary (30%) Design Services $51,600 TASK 310 – 60% Design Services $103,100 TASK 320 – Final Design Services $90,600 TASK 400 – Stormwater Report and Permitting Support Services $25,300 TASK 500 – Bidding Support Services $12,300 TASK 510 – Construction Phase Services $10,000 TASK 700 – Management Reserve $25,000 Kimley-Horn Labor Fee $352,200 TASK 601 – Survey Services (DHA)$68,300 TASK 602 – Potholing and Utility Locating Services (APS)$30,300 TASK 603 – Infiltration Study Services (GeoEngineers)$23,400 Outside Service Fee $122,000 Expenses $3,400 TOTAL:$ 477,600 EXHIBIT B Page 12 SCHEDULE Below is an approximate schedule for the services included in this contract. Notice to Proceed mid-March 2026 Kickoff Meeting mid-March 2026 Data Collection mid-March – April 2026 Utility Locating Services (APS)mid-March – late-March 2026 Survey Services (DHA)April – early-May 2026 Infiltration Testing (GeoEngineers)April – May 2026 Preliminary Design April – mid-June 2026 City Preliminary Review (2-weeks)mid-June to late-June 2026 Plan-in-Hand Site Walk-Through with City late-June 2026 60% Design late-June – August 2026 City 60% Review (3-weeks)late-August – mid-September 2026 Design Potholing (APS)late-August – late-October 2026 90% Design mid-September – early-November 2026 City 90% Review (3-weeks)November 2026 Bid-Ready PS&E December 2026 Bid Advertisement January 2027 Bid Opening February 2027 Construction March 2027 EXHIBIT C to December 2027 3,762627 NE 24th St AC Water Main Replacement Project - Project Limits WGS_1984_Web_Mercator_Auxiliary_Sphere Notes From Jones Ave NE to Aberdeen Ave NE 426 0 213 426 Feet All data, information, and maps are provided "as is" without warranty or any representation of accuracy, timeliness of completeness. The burden for determining accuracy, completeness, timeliness, merchantability and fitness for or the appropriateness for use rests solely on the user. Legend City and County Labels Addresses Parcels City and County Boundary Renton <all other values> Streets 2023.sid Red: Band_1 Green: Band_2 Blue: Band_3 Project Limits NE 24th St Ab e r d e e n A v e N E Da y t o n A v e N E Ed m o n d s A v e N E Jo n e s A v e N E Ke n n e w i c k A v e N E Mo n t e r e y A v e N E Bl a i n e A v e N E Ca m a s A v e N E Kennydale Lions Park EXHIBIT ANE 24th St - Project Location Map NEW 12-IN WATER MAIN FRONTAGE IMPROVEMENTS 941157 WGS_1984_Web_Mercator_Auxiliary_Sphere Notes None 107 0 53 107 Feet All data, information, and maps are provided "as is" without warranty or any representation of accuracy, timeliness of completeness. The burden for determining accuracy, completeness, timeliness, merchantability and fitness for or the appropriateness for use rests solely on the user. Legend City and County Labels Addresses Parcels City and County Boundary Renton <all other values> 2023.sid Red: Band_1 Green: Band_2 Blue: Band_3 Project Limits NEW 12-IN WATER MAIN EXHIBIT ANE 16th St - Project Location Map