HomeMy WebLinkAboutAgenda
AGENDA
Transportation Committee Regular Meeting
4:00 PM - Monday, June 20, 2016
Council Conference Room, 7th Floor, City Hall – 1055 S. Grady Way
1. NE 31st St. Bridge Replacement Project
BergerABAM Agreement
a) AB - 1664
2. Duvall Ave. NE Improvements Project
Parametrix Agreement
a) AB - 1654
3. Duvall Ave. NE Pavement Preservation Project
KBA Agreement
a) AB - 1670
4. Rainier Ave. S Project, KPG Supplemental Agreement
AB - 1679
5. Emerging Issues
AB - 1664
City Council Regular Meeting - 06 Jun 2016
SUBJECT/TITLE: Consultant Agreement with BergerABAM, Inc. for the NE 31st Street
Bridge Replacement Project (TIP #36), CAG-15-207
RECOMMENDED ACTION: Refer to Transportation (Aviation) Committee
DEPARTMENT: Transportation Systems Division
STAFF CONTACT: Derek Akesson, Transportation Design Project Manager
EXT.: 7245
FISCAL IMPACT SUMMARY:
The total project budget is $1,436,900. The grant revenue is $1,222,095. The budget for 2016 is $1,308,000
(per 2016 carryforward). The expenditure required is $329,204.
SUMMARY OF ACTION:
The NE 31st Street Bridge (Renton-23) is structurally deficient with a sufficiency rating of 27 out of 100. In 2015 the City
of Renton secured FHWA funding to replace this bridge.
BergerABAM, Inc. has been selected for engineering design, right-of-way acquisition and construction phase services of
the NE 31st Street Bridge Replacement Project (TIP #36). The purpose of this agreement is to complete the engineering
design and right-of-way acquisition for the project in the amount of $329,204.
EXHIBITS:
A. Agreement, CAG-15-207
B. Project Vicinity Map
STAFF RECOMMENDATION:
Authorize the Mayor and City Clerk to execute contract CAG-15-207 with BergerABAM, Inc. for the NE 31st
Street Bridge Replacement Project (TIP #36) in the amount of $329,204.
AGENDA ITEM #1. a)
Local Agency A&E Professional Services Negotiated Hourly Rate Consultant Agreement Page 1 of 14
Revised 4/10/2015
Local Agency A&E Professional Services
Negotiated Hourly Rate Consultant Agreement
Agreement Number:
Firm/Organization Legal Name (do not use dba’s):
Address Federal Aid Number
UBI Number Federal TIN or SSN Number
Execution Date Completion Date
1099 Form Required
Yes No
Federal Participation
Yes No
Project Title
Description of Work
Yes No DBE Participation
Yes No MBE Participation
Yes No WBE Participation
Yes No SBE Participation
Maximum Amount Payable:
Index of Exhibits
Exhibit A Scope of Work Exhibit B DBE Participation Exhibit C Preparation and Delivery of Electronic Engineering and Other Data Exhibit D Prime Consultant Cost Computations Exhibit E Sub-consultant Cost Computations Exhibit F Title VI Assurances Exhibit G Certification Documents Exhibit H Liability Insurance Increase Exhibit I Alleged Consultant Design Error Procedures Exhibit J Consultant Claim Procedures Agreement Number:
AGENDA ITEM #1. a)
Local Agency A&E Professional Services Negotiated Hourly Rate Consultant Agreement Page 2 of 14
Revised 4/10/2015
THIS AGREEMENT, made and entered into as shown in the “Execution Date” box on page one (1) of this
AGREEMENT, between the ,
hereinafter called the “AGENCY,” and the “Firm / Organization Name” referenced on page one (1) of this
AGREEMENT, hereinafter called the “CONSULTANT.”
WHEREAS, the AGENCY desires to accomplish the work referenced in “Description of Work” on page one (1)
of this AGREEMENT and hereafter called the “SERVICES;” and does not have sufficient staff to meet the required
commitment and therefore deems it advisable and desirable to engage the assistance of a CONSULTANT to provide
the necessary SERVICES; and
WHEREAS, the CONSULTANT represents that they comply with the Washington State Statutes relating
to professional registration, if applicable, and has signified a willingness to furnish consulting services to
the AGENCY.
NOW, THEREFORE, in consideration of the terms, conditions, covenants, and performance contained herein,
or attached and incorporated and made a part hereof, the parties hereto agree as follows:
I. General Description of Work
The work under this AGREEMENT shall consist of the above-described SERVICES as herein defined, and
necessary to accomplish the completed work for this project. The CONSULTANT shall furnish all services, labor,
and related equipment and, if applicable, sub-consultants and subcontractors necessary to conduct and complete the
SERVICES as designated elsewhere in this AGREEMENT.
II. General Scope of Work
The Scope of Work and projected level of effort required for these SERVICES is described in Exhibit “A” attached
hereto and by this reference made a part of this AGREEMENT. The General Scope of Work was developed
utilizing performance based contracting methodologies.
III. General Requirements
All aspects of coordination of the work of this AGREEMENT with outside agencies, groups, or individuals shall
receive advance approval by the AGENCY. Necessary contacts and meetings with agencies, groups, and/or
individuals shall be coordinated through the AGENCY. The CONSULTANT shall attend coordination, progress,
and presentation meetings with the AGENCY and/or such State, Federal, Community, City, or County officials,
groups or individuals as may be requested by the AGENCY. The AGENCY will provide the CONSULTANT
sufficient notice prior to meetings requiring CONSULTANT participation. The minimum required hours or days’
notice shall be agreed to between the AGENCY and the CONSULTANT and shown in Exhibit “A.”
The CONSULTANT shall prepare a monthly progress report, in a form approved by the AGENCY, which will
outline in written and graphical form the various phases and the order of performance of the SERVICES in
sufficient detail so that the progress of the SERVICES can easily be evaluated.
The CONSULTANT, any sub-consultants, and the AGENCY shall comply with all Federal, State, and local laws,
rules, codes, regulations, and all AGENCY policies and directives, applicable to the work to be performed under
this AGREEMENT. This AGREEMENT shall be interpreted and construed in accordance with the laws of the State
of Washington.
Agreement Number:
AGENDA ITEM #1. a)
Local Agency A&E Professional Services Negotiated Hourly Rate Consultant Agreement Page 3 of 14
Revised 4/10/2015
Participation for Disadvantaged Business Enterprises (DBE) or Small Business Enterprises (SBE), if required,
per 49 CFR Part 26, shall be shown on the heading of this AGREEMENT. If DBE firms are utilized at the
commencement of this AGREEMENT, the amounts authorized to each firm and their certification number will
be shown on Exhibit “B” attached hereto and by this reference made part of this AGREEMENT. If the Prime
CONSULTANT is a DBE certified firm they must comply with the Commercial Useful Function (CUF) regulation
outlined in the AGENCY’s “DBE Program Participation Plan” and perform a minimum of 30% of the total amount
of this AGREEMENT. It is recommended, but not required, that non-DBE Prime CONSULTANTS perform
a minimum of 30% of the total amount of this AGREEMENT.
The CONSULTANT, on a monthly basis, is required to submit DBE Participation of the amounts paid to all DBE
firms invoiced for this AGREEMENT.
All Reports, PS&E materials, and other data furnished to the CONSULTANT by the AGENCY shall be returned.
All electronic files, prepared by the CONSULTANT, must meet the requirements as outlined in Exhibit “C –
Preparation and Delivery of Electronic Engineering and other Data.”
All designs, drawings, specifications, documents, and other work products, including all electronic files, prepared
by the CONSULTANT prior to completion or termination of this AGREEMENT are instruments of service for
these SERVICES, and are the property of the AGENCY. Reuse by the AGENCY or by others, acting through or
on behalf of the AGENCY of any such instruments of service, not occurring as a part of this SERVICE, shall be
without liability or legal exposure to the CONSULTANT.
Any and all notices or requests required under this AGREEMENT shall be made in writing and sent to the other
party by (i) certified mail, return receipt requested, or (ii) by email or facsimile, to the address set forth below:
If to AGENCY:
Name:
Agency:
Address:
City: State: Zip:
Email:
Phone:
Facsimile:
If to CONSULTANT:
Name:
Agency:
Address:
City: State: Zip:
Email:
Phone:
Facsimile:
IV. Time for Beginning and Completion
The CONSULTANT shall not begin any work under the terms of this AGREEMENT until authorized in writing
by the AGENCY. All work under this AGREEMENT shall conform to the criteria agreed upon detailed in the
AGREEMENT documents. These SERVICES must be completed by the date shown in the heading of this
AGREEMENT titled “Completion Date.”
The established completion time shall not be extended because of any delays attributable to the CONSULTANT,
but may be extended by the AGENCY in the event of a delay attributable to the AGENCY, or because of
unavoidable delays caused by an act of GOD, governmental actions, or other conditions beyond the control of the
CONSULTANT. A prior supplemental AGREEMENT issued by the AGENCY is required to extend the established
completion time.
Agreement Number:
AGENDA ITEM #1. a)
Local Agency A&E Professional Services Negotiated Hourly Rate Consultant Agreement Page 4 of 14
Revised 4/10/2015
V. Payment Provisions
The CONSULTANT shall be paid by the AGENCY for completed SERVICES rendered under this AGREEMENT
as provided hereinafter. Such payment shall be full compensation for SERVICES performed or SERVICES
rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete SERVICES.
The CONSULTANT shall conform to all applicable portions of 48 CFR Part 31 (www.ecfr.gov).
A. Hourly Rates: Hourly rates are comprised of the following elements - Direct (Raw) Labor, Indirect Cost Rate,
and Fixed Fee (Profit). The CONSULTANT shall be paid by the AGENCY for work done, based upon the
negotiated hourly rates shown in Exhibits “D” and “E” attached hereto and by reference made part of this
AGREEMENT. These negotiated hourly rates will be accepted based on a review of the CONSULTANT’s
direct labor rates and indirect cost rate computations and agreed upon fixed fee. The accepted negotiated
rates shall be memorialized in a final written acknowledgement between the parties. Such final written
acknowledgement shall be incorporated into, and become a part of, this AGREEMENT. The initially accepted
negotiated rates shall be applicable from the approval date, as memorialized in a final written acknowledgement,
to 180 days following the CONSULTANT’s fiscal year end (FYE) date.
The direct (raw) labor rates and classifications, as shown on Exhibits “D” and “E” shall be subject to
renegotiations for each subsequent twelve (12) month period (180 days following FYE date to 180 days
following FYE date) upon written request of the CONSULTANT or the AGENCY. The written request must
be made to the other party within ninety (90) days following the CONSULTANT’s FYE date. If no such written
request is made, the current direct (raw) labor rates and classifications as shown on Exhibits “D” and “E”,
will remain in effect for the twelve (12) month period.
Conversely, if a timely request is made in the manner set forth above, the parties will commence negotiations
to determine the new direct (raw) labor rates and classifications that will be applicable for the twelve (12)
month period. Any agreed to renegotiated rates shall be memorialized in a final written acknowledgement
between the parties. Such final written acknowledgement shall be incorporated into, and become a part of, this
AGREEMENT. If requested, the CONSULTANT shall provide current payroll register and classifications to aid
in negotiations. If the parties cannot reach an agreement on the direct (raw) labor rates and classifications, the
AGENCY shall perform an audit of the CONSULTANT’s books and records to determine the CONSULTANT’s
actual costs. The audit findings will establish the direct (raw) labor rates and classifications that will be
applicable for the twelve (12) month period.
The fixed fee as identified in Exhibits “D” and “E” shall represent a value to be applied throughout the life
of the AGREEMENT.
The CONSULTANT shall submit annually to the AGENCY an updated indirect cost rate within 180 days of the
close of its fiscal year. An approved updated indirect cost rate shall be included in the current fiscal year rates
under this AGREEMENT, even if/when other components of the hourly rate are not renegotiated. These rates
will be applicable for the twelve (12) month period. At the AGENCY’s option, a provisional and/or conditional
indirect cost rate may be negotiated. This provisional or conditional indirect rate shall remain in effect until the
updated indirect cost rate is completed and approved. Indirect cost rate costs incurred during the provisional
or conditional period will not be adjusted. The CONSULTANT may request an extension of the last approved
indirect cost rate for the twelve (12) month period. These requests for provisional indirect cost rate and/or
extension will be considered on a case-by-case basis, and if granted, will be memorialized in a final written
acknowledgement.
The CONSULTANT shall maintain and have accessible support data for verification of the components of the
hourly rates, i.e., direct (raw) labor, indirect cost rate, and fixed fee (profit) percentage. The CONSULTANT
shall bill each employee’s actual classification, and actual salary plus indirect cost rate plus fixed fee.
Agreement Number:
AGENDA ITEM #1. a)
Local Agency A&E Professional Services Negotiated Hourly Rate Consultant Agreement Page 5 of 14
Revised 4/10/2015
B. Direct Non-Salary Costs: Direct Non-Salary Costs will be reimbursed at the actual cost to the CONSULTANT.
These charges may include, but are not limited to, the following items: travel, printing, long distance telephone,
supplies, computer charges and fees of sub-consultants. Air or train travel will be reimbursed only to lowest
price available, unless otherwise approved by the AGENCY. The CONSULTANT shall comply with the
rules and regulations regarding travel costs (excluding air, train, and rental car costs) in accordance with the
WSDOT’s Accounting Manual M 13-82, Chapter 10 – Travel Rules and Procedures, and all revisions thereto.
Air, train and rental card costs shall be reimbursed in accordance with 48 Code of Federal Regulations (CFR)
Part 31.205-46 “Travel Costs.” The billing for Direct Non-salary Costs shall include an itemized listing of the
charges directly identifiable with these SERVICES. The CONSULTANT shall maintain the original supporting
documents in their office. Copies of the original supporting documents shall be supplied to the STATE upon
request. All above charges must be necessary for the SERVICES provided under this AGREEMENT.
C. Maximum Amount Payable: The Maximum Amount Payable by the AGENCY to the CONSULTANT under
this AGREEMENT shall not exceed the amount shown in the heading of this AGREEMENT on page one (1.)
The Maximum Amount Payable does not include payment for extra work as stipulated in section XIII, “Extra
Work.” No minimum amount payable is guaranteed under this AGREEMENT.
D. Monthly Progress Payments: Progress payments may be claimed on a monthly basis for all costs authorized in
A and B above. The monthly billings shall be supported by detailed statements for hours expended at the rates
established in Exhibit “D,” including names and classifications of all employees, and billings for all direct non-
salary expenses. To provide a means of verifying the billed salary costs for the CONSULTANT’s employees,
the AGENCY may conduct employee interviews. These interviews may consist of recording the names, titles,
salary rates, and present duties of those employees performing work on the SERVICES at the time of the
interview.
E. Final Payment: Final Payment of any balance due the CONSULTANT of the gross amount earned will be
made promptly upon its verification by the AGENCY after the completion of the SERVICES under this
AGREEMENT, contingent upon receipt of all PS&E, plans, maps, notes, reports, electronic data, and other
related documents which are required to be furnished under this AGREEMENT. Acceptance of such Final
Payment by the CONSULTANT shall constitute a release of all claims for payment, which the CONSULTANT
may have against the AGENCY unless such claims are specifically reserved in writing and transmitted to the
AGENCY by the CONSULTANT prior to its acceptance. Said Final Payment shall not, however, be a bar to
any claims that the AGENCY may have against the CONSULTANT or to any remedies the AGENCY may
pursue with respect to such claims.
The payment of any billing will not constitute agreement as to the appropriateness of any item and at the time
of final audit all required adjustments will be made and reflected in a final payment. In the event that such
final audit reveals an overpayment to the CONSULTANT, the CONSULTANT will refund such overpayment
to the AGENCY within thirty (30) calendar days of notice of the overpayment. Such refund shall not
constitute a waiver by the CONSULTANT for any claims relating to the validity of a finding by the AGENCY
of overpayment. Per WSDOT’s “Audit Guide for Consultants,” Chapter 23 “Resolution Procedures,” the
CONSULTANT has twenty (20) working days after receipt of the final Post Audit to begin the appeal process to
the AGENCY for audit findings.
F. Inspection of Cost Records: The CONSULTANT and their sub-consultants shall keep available for inspection
by representatives of the AGENCY and the United States, for a period of six (6) years after receipt of final
payment, the cost records and accounts pertaining to this AGREEMENT and all items related to or bearing upon
these records with the following exception: if any litigation, claim or audit arising out of, in connection with,
or related to this AGREEMENT is initiated before the expiration of the six (6) year period, the cost records and
accounts shall be retained until such litigation, claim, or audit involving the records is completed.
An interim or post audit may be performed on this AGREEMENT. The audit, if any, will be performed by the
State Auditor, WSDOT’s Internal Audit Office and /or at the request of the AGENCY’s Project Manager.
Agreement Number:
AGENDA ITEM #1. a)
Local Agency A&E Professional Services Negotiated Hourly Rate Consultant Agreement Page 6 of 14
Revised 4/10/2015
VI. Sub-Contracting
The AGENCY permits subcontracts for those items of SERVICES as shown in Exhibit “A” attached hereto and by
this reference made part of this AGREEMENT.
The CONSULTANT shall not subcontract for the performance of any SERVICE under this AGREEMENT without
prior written permission of the AGENCY. No permission for subcontracting shall create, between the AGENCY
and sub-consultant, any contract or any other relationship.
Compensation for this sub-consultant SERVICES shall be based on the cost factors shown on Exhibit “E” attached
hereto and by this reference made part of this AGREEMENT.
The SERVICES of the sub-consultant shall not exceed its maximum amount payable identified in each sub-
consultant cost estimate unless a prior written approval has been issued by the AGENCY.
All reimbursable direct labor, indirect cost rate, direct non-salary costs and fixed fee costs for the sub-consultant
shall be negotiated and substantiated in accordance with section V “Payment Provisions” herein and shall be
memorialized in a final written acknowledgement between the parties.
All subcontracts shall contain all applicable provisions of this AGREEMENT, and the CONSULTANT shall require
each sub-consultant or subcontractor, of any tier, to abide by the terms and conditions of this AGREEMENT. With
respect to sub-consultant payment, the CONSULTANT shall comply with all applicable sections of the STATE’s
Prompt Payment laws as set forth in RCW 39.04.250 and RCW 39.76.011.
The CONSULTANT, sub-recipient, or sub-consultant shall not discriminate on the basis of race, color, national
origin, or sex in the performance of this AGREEMENT. The CONSULTANT shall carry out applicable
requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the
CONSULTANT to carry out these requirements is a material breach of this AGREEMENT, which may result in the
termination of this AGREEMENT or such other remedy as the recipient deems appropriate.
VII. Employment and Organizational Conflict of Interest
The CONSULTANT warrants that they have not employed or retained any company or person, other than a bona
fide employee working solely for the CONSULTANT, to solicit or secure this contract, and that it has not paid or
agreed to pay any company or person, other than a bona fide employee working solely for the CONSULTANT, any
fee, commission, percentage, brokerage fee, gift, or any other consideration, contingent upon or resulting from the
award or making of this contract. For breach or violation of this warrant, the AGENCY shall have the right to annul
this AGREEMENT without liability or, in its discretion, to deduct from this AGREEMENT price or consideration
or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee.
Any and all employees of the CONSULTANT or other persons while engaged in the performance of any work
or services required of the CONSULTANT under this AGREEMENT, shall be considered employees of the
CONSULTANT only and not of the AGENCY, and any and all claims that may arise under any Workmen’s
Compensation Act on behalf of said employees or other persons while so engaged, and any and all claims made
by a third party as a consequence of any act or omission on the part of the CONSULTANT’s employees or other
persons while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation
and responsibility of the CONSULTANT.
The CONSULTANT shall not engage, on a full- or part-time basis, or other basis, during the period of this
AGREEMENT, any professional or technical personnel who are, or have been, at any time during the period of this
AGREEMENT, in the employ of the United States Department of Transportation or the AGENCY, except regularly
retired employees, without written consent of the public employer of such person if he/she will be working on this
AGREEMENT for the CONSULTANT.
Agreement Number:
AGENDA ITEM #1. a)
Local Agency A&E Professional Services Negotiated Hourly Rate Consultant Agreement Page 7 of 14
Revised 4/10/2015
VIII. Nondiscrimination
During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, sub-consultants,
subcontractors and successors in interest, agrees to comply with the following laws and regulations:
• Title VI of the Civil Rights Act of 1964
(42 U.S.C. Chapter 21 Subchapter V § 2000d
through 2000d-4a)
• Federal-aid Highway Act of 1973
(23 U.S.C. Chapter 3 § 324)
• Rehabilitation Act of 1973
(29 U.S.C. Chapter 16 Subchapter V § 794)
• Age Discrimination Act of 1975
(42 U.S.C. Chapter 76 § 6101 et. seq.)
• Civil Rights Restoration Act of 1987
(Public Law 100-259)
• American with Disabilities Act of 1990
(42 U.S.C. Chapter 126 § 12101 et. seq.)
• 23 CFR Part 200
• 49 CFR Part 21
• 49 CFR Part 26
• RCW 49.60.180
In relation to Title VI of the Civil Rights Act of 1964, the CONSULTANT is bound by the provisions of Exhibit “F”
attached hereto and by this reference made part of this AGREEMENT, and shall include the attached Exhibit “F” in
every sub-contract, including procurement of materials and leases of equipment, unless exempt by the Regulations
or directives issued pursuant thereto.
IX. Termination of Agreement
The right is reserved by the AGENCY to terminate this AGREEMENT at any time with or without cause upon ten
(10) days written notice to the CONSULTANT.
In the event this AGREEMENT is terminated by the AGENCY, other than for default on the part of the
CONSULTANT, a final payment shall be made to the CONSULTANT for actual hours charged at the time of
termination of this AGREEMENT, plus any direct non-salary costs incurred up to the time of termination of this
AGREEMENT.
No payment shall be made for any SERVICES completed after ten (10) days following receipt by the
CONSULTANT of the notice to terminate. If the accumulated payment made to the CONSULTANT prior to Notice
of Termination exceeds the total amount that would be due when computed as set forth in paragraph two (2) of this
section, then no final payment shall be due and the CONSULTANT shall immediately reimburse the AGENCY for
any excess paid.
If the services of the CONSULTANT are terminated by the AGENCY for default on the part of the CONSULTANT,
the above formula for payment shall not apply.
In the event of a termination for default, the amount to be paid to the CONSULTANT shall be determined by the
AGENCY with consideration given to the actual costs incurred by the CONSULTANT in performing SERVICES
to the date of termination, the amount of SERVICES originally required which was satisfactorily completed to
date of termination, whether that SERVICE is in a form or a type which is usable to the AGENCY at the time of
termination, the cost to the AGENCY of employing another firm to complete the SERVICES required and the
time which may be required to do so, and other factors which affect the value to the AGENCY of the SERVICES
performed at the time of termination. Under no circumstances shall payment made under this subsection exceed the
amount, which would have been made using the formula set forth in paragraph two (2) of this section.
If it is determined for any reason that the CONSULTANT was not in default or that the CONSULTANT’s failure to
perform is without the CONSULTANT’s or its employee’s fault or negligence, the termination shall be deemed to
be a termination for the convenience of the AGENCY. In such an event, the CONSULTANT would be reimbursed
for actual costs in accordance with the termination for other than default clauses listed previously.
Agreement Number:
AGENDA ITEM #1. a)
Local Agency A&E Professional Services Negotiated Hourly Rate Consultant Agreement Page 8 of 14
Revised 4/10/2015
The CONSULTANT shall, within 15 days, notify the AGENCY in writing, in the event of the death of any member,
partner, or officer of the CONSULTANT or the death or change of any of the CONSULTANT’s supervisory and/or
other key personnel assigned to the project or disaffiliation of any principally involved CONSULTANT employee.
The CONSULTANT shall also notify the AGENCY, in writing, in the event of the sale or transfer of 50% or
more of the beneficial ownership of the CONSULTANT within 15 days of such sale or transfer occurring. The
CONSULTANT shall continue to be obligated to complete the SERVICES under the terms of this AGREEMENT
unless the AGENCY chooses to terminate this AGREEMENT for convenience or chooses to renegotiate any term(s)
of this AGREEMENT. If termination for convenience occurs, final payment will be made to the CONSULTANT as
set forth in the second and third paragraphs of this section.
Payment for any part of the SERVICES by the AGENCY shall not constitute a waiver by the AGENCY of
any remedies of any type it may have against the CONSULTANT for any breach of this AGREEMENT by the
CONSULTANT, or for failure of the CONSULTANT to perform SERVICES required of it by the AGENCY.
Forbearance of any rights under the AGREEMENT will not constitute waiver of entitlement to exercise those rights
with respect to any future act or omission by the CONSULTANT.
X. Changes of Work
The CONSULTANT shall make such changes and revisions in the completed work of this AGREEMENT as
necessary to correct errors appearing therein, without additional compensation thereof. Should the AGENCY
find it desirable for its own purposes to have previously satisfactorily completed SERVICES or parts thereof
changed or revised, the CONSULTANT shall make such revisions as directed by the AGENCY. This work shall be
considered as Extra Work and will be paid for as herein provided under section XIII “Extra Work.”
XI. Disputes
Any disputed issue not resolved pursuant to the terms of this AGREEMENT shall be submitted in writing within
10 days to the Director of Public Works or AGENCY Engineer, whose decision in the matter shall be final and
binding on the parties of this AGREEMENT; provided however, that if an action is brought challenging the
Director of Public Works or AGENCY Engineer’s decision, that decision shall be subject to judicial review. If the
parties to this AGREEMENT mutually agree, disputes concerning alleged design errors will be conducted under
the procedures found in Exhibit “J”. In the event that either party deem it necessary to institute legal action or
proceeding to enforce any right or obligation under this AGREEMENT, this action shall be initiated in the Superior
Court of the State of Washington, situated in the county in which the AGENCY is located. The parties hereto
agree that all questions shall be resolved by application of Washington law and that the parties have the right of
appeal from such decisions of the Superior Court in accordance with the laws of the State of Washington. The
CONSULTANT hereby consents to the personal jurisdiction of the Superior Court of the State of Washington,
situated in the county in which the AGENCY is located.
XII. Legal Relations
The CONSULTANT, any sub-consultants, and the AGENCY shall comply with all Federal, State, and local laws,
rules, codes, regulations and all AGENCY policies and directives, applicable to the work to be performed under this
AGREEMENT. This AGREEMENT shall be interpreted and construed in accordance with the laws of the State of
Washington.
The CONSULTANT shall defend, indemnify, and hold the State of Washington (STATE) and the AGENCY and
their officers and employees harmless from all claims, demands, or suits at law or equity arising in whole or in part
from the negligence of, or the breach of any obligation under this AGREEMENT by, the CONSULTANT or the
CONSULTANT’s agents, employees, sub consultants, subcontractors or vendors, of any tier, or any other persons
for whom the CONSULTANT may be legally liable; provided that nothing herein shall require a CONSULTANT
Agreement Number:
AGENDA ITEM #1. a)
Local Agency A&E Professional Services Negotiated Hourly Rate Consultant Agreement Page 9 of 14
Revised 4/10/2015
to defend or indemnify the STATE and the AGENCY and their officers and employees against and hold harmless
the STATE and the AGENCY and their officers and employees from claims, demands or suits based solely upon
the negligence of, or breach of any obligation under this AGREEMENT by the STATE and the AGENCY, their
agents, officers, employees, sub-consultants, subcontractors or vendors, of any tier, or any other persons for whom
the STATE and /or the AGENCY may be legally liable; and provided further that if the claims or suits are caused
by or result from the concurrent negligence of (a) the CONSULTANT or the CONSULTANT’s agents, employees,
sub-consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT is legally
liable, and (b) the STATE and/or AGENCY, their agents, officers, employees, sub-consultants, subcontractors and or
vendors, of any tier, or any other persons for whom the STATE and/or AGENCY may be legally liable, the defense
and indemnity obligation shall be valid and enforceable only to the extent of the CONSULTANT’s negligence or
the negligence of the CONSULTANT’s agents, employees, sub-consultants, subcontractors or vendors, of any tier,
or any other persons for whom the CONSULTANT may be legally liable. This provision shall be included in any
AGREEMENT between CONSULTANT and any sub-consultant, subcontractor and vendor, of any tier.
The CONSULTANT shall also defend, indemnify, and hold the STATE and the AGENCY and their officers
and employees harmless from all claims, demands, or suits at law or equity arising in whole or in part from the
alleged patent or copyright infringement or other allegedly improper appropriation or use of trade secrets, patents,
proprietary information, know-how, copyright rights or inventions by the CONSULTANT or the CONSULTANT’s
agents, employees, sub-consultants, subcontractors or vendors, of any tier, or any other persons for whom the
CONSULTANT may be legally liable, in performance of the Work under this AGREEMENT or arising out of any
use in connection with the AGREEMENT of methods, processes, designs, information or other items furnished or
communicated to STATE and/or the AGENCY, their agents, officers and employees pursuant to the AGREEMENT;
provided that this indemnity shall not apply to any alleged patent or copyright infringement or other allegedly
improper appropriation or use of trade secrets, patents, proprietary information, know-how, copyright rights or
inventions resulting from STATE and/or AGENCY’s, their agents’, officers’ and employees’ failure to comply
with specific written instructions regarding use provided to STATE and/or AGENCY, their agents, officers and
employees by the CONSULTANT, its agents, employees, sub-consultants, subcontractors or vendors, of any tier,
or any other persons for whom the CONSULTANT may be legally liable.
The CONSULTANT’s relation to the AGENCY shall be at all times as an independent contractor.
Notwithstanding any determination by the Executive Ethics Board or other tribunal, the AGENCY may, in its sole
discretion, by written notice to the CONSULTANT terminate this AGREEMENT if it is found after due notice and
examination by the AGENCY that there is a violation of the Ethics in Public Service Act, Chapter 42.52 RCW; or
any similar statute involving the CONSULTANT in the procurement of, or performance under, this AGREEMENT.
The CONSULTANT specifically assumes potential liability for actions brought by the CONSULTANT’s own
employees or its agents against the STATE and/or the AGENCY and, solely for the purpose of this indemnification
and defense, the CONSULTANT specifically waives any immunity under the state industrial insurance law, Title 51
RCW. This waiver has been mutually negotiated by the Parties.
Unless otherwise specified in this AGREEMENT, the AGENCY shall be responsible for administration of
construction contracts, if any, on the project. Subject to the processing of a new sole source, or an acceptable
supplemental AGREEMENT, the CONSULTANT shall provide On-Call assistance to the AGENCY during contract
administration. By providing such assistance, the CONSULTANT shall assume no responsibility for: proper
construction techniques, job site safety, or any construction contractor’s failure to perform its work in accordance
with the contract documents.
The CONSULTANT shall obtain and keep in force during the terms of this AGREEMENT, or as otherwise
required, the following insurance with companies or through sources approved by the State Insurance
Commissioner pursuant to Title 48 RCW.
Agreement Number:
AGENDA ITEM #1. a)
Local Agency A&E Professional Services Negotiated Hourly Rate Consultant Agreement Page 10 of 14
Revised 4/10/2015
Insurance Coverage
A. Worker’s compensation and employer’s liability insurance as required by the STATE.
B. Commercial general liability insurance written under ISO Form CG 00 01 12 04 or its equivalent with minimum
limits of one million dollars ($1,000,000.00) per occurrence and two million dollars ($2,000,000.00) in the
aggregate for each policy period.
C. Business auto liability insurance written under ISO Form CG 00 01 10 01 or equivalent providing coverage for
any “Auto” (Symbol 1) used in an amount not less than a one million dollar ($1,000,000.00) combined single
limit for each occurrence.
Excepting the Worker’s Compensation Insurance and any Professional Liability Insurance, the STATE and
AGENCY, their officers, employees, and agents will be named on all policies of CONSULTANT and any sub-
consultant and/or subcontractor as an additional insured (the “AIs”), with no restrictions or limitations concerning
products and completed operations coverage. This coverage shall be primary coverage and non-contributory and
any coverage maintained by the AIs shall be excess over, and shall not contribute with, the additional insured
coverage required hereunder. The CONSULTANT’s and the sub-consultant’s and/or subcontractor’s insurer shall
waive any and all rights of subrogation against the AIs. The CONSULTANT shall furnish the AGENCY with
verification of insurance and endorsements required by this AGREEMENT. The AGENCY reserves the right to
require complete, certified copies of all required insurance policies at any time.
All insurance shall be obtained from an insurance company authorized to do business in the State of Washington.
The CONSULTANT shall submit a verification of insurance as outlined above within fourteen (14) days of the
execution of this AGREEMENT to:
Name:
Agency:
Address:
City: State: Zip:
Email:
Phone:
Facsimile:
No cancellation of the foregoing policies shall be effective without thirty (30) days prior notice to the AGENCY.
The CONSULTANT’s professional liability to the AGENCY, including that which may arise in reference to
section IX “Termination of Agreement” of this AGREEMENT, shall be limited to the accumulative amount of the
authorized AGREEMENT or one million dollars ($1,000,000.00), whichever is greater, unless the limit of liability
is increased by the AGENCY pursuant to Exhibit H. In no case shall the CONSULTANT’s professional liability to
third parties be limited in any way.
The parties enter into this AGREEMENT for the sole benefit of the parties, and to the exclusion of any third party,
and no third party beneficiary is intended or created by the execution of this AGREEMENT.
The AGENCY will pay no progress payments under section V “Payment Provisions” until the CONSULTANT has
fully complied with this section. This remedy is not exclusive; and the AGENCY may take such other action as is
available to it under other provisions of this AGREEMENT, or otherwise in law.
Agreement Number:
AGENDA ITEM #1. a)
Local Agency A&E Professional Services Negotiated Hourly Rate Consultant Agreement Page 11 of 14
Revised 4/10/2015
XIII. Extra Work
A. The AGENCY may at any time, by written order, make changes within the general scope of this AGREEMENT
in the SERVICES to be performed.
B. If any such change causes an increase or decrease in the estimated cost of, or the time required for, performance
of any part of the SERVICES under this AGREEMENT, whether or not changed by the order, or otherwise
affects any other terms and conditions of this AGREEMENT, the AGENCY shall make an equitable adjustment
in the: (1) maximum amount payable; (2) delivery or completion schedule, or both; and (3) other affected terms
and shall modify this AGREEMENT accordingly.
C. The CONSULTANT must submit any “request for equitable adjustment,” hereafter referred to as “CLAIM,”
under this clause within thirty (30) days from the date of receipt of the written order. However, if the AGENCY
decides that the facts justify it, the AGENCY may receive and act upon a CLAIM submitted before final
payment of this AGREEMENT.
D. Failure to agree to any adjustment shall be a dispute under the section XI “Disputes” clause. However, nothing
in this clause shall excuse the CONSULTANT from proceeding with the AGREEMENT as changed.
E. Notwithstanding the terms and conditions of paragraphs (A.) and (B.) above, the maximum amount payable for
this AGREEMENT, shall not be increased or considered to be increased except by specific written supplement
to this AGREEMENT.
XIV. Endorsement of Plans
If applicable, the CONSULTANT shall place their endorsement on all plans, estimates, or any other engineering
data furnished by them.
XV. Federal Review
The Federal Highway Administration shall have the right to participate in the review or examination of the
SERVICES in progress.
XVI. Certification of the Consultant and the Agency
Attached hereto as Exhibit “G-1(a and b)” are the Certifications of the CONSULTANT and the AGENCY, Exhibit
“G-2” Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered
Transactions, Exhibit “G-3” Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying
and Exhibit “G-4” Certificate of Current Cost or Pricing Data. Exhibit “G-3” is required only in AGREEMENT’s
over one hundred thousand dollars ($100,000.00) and Exhibit “G-4” is required only in AGREEMENT’s over
five hundred thousand dollars ($500,000.00.) These Exhibits must be executed by the CONSULTANT, and
submitted with the master AGREEMENT, and returned to the AGENCY at the address listed in section III “General
Requirements” prior to its performance of any SERVICES under this AGREEMENT.
XVII. Complete Agreement
This document and referenced attachments contain all covenants, stipulations, and provisions agreed upon by the
parties. No agent, or representative of either party has authority to make, and the parties shall not be bound by or
be liable for, any statement, representation, promise or agreement not set forth herein. No changes, amendments, or
modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as a supplement
to this AGREEMENT.
Agreement Number:
AGENDA ITEM #1. a)
Local Agency A&E Professional Services Negotiated Hourly Rate Consultant Agreement Page 12 of 14
Revised 4/10/2015
XVIII. Execution and Acceptance
This AGREEMENT may be simultaneously executed in several counterparts, each of which shall be deemed
to be an original having identical legal effect. The CONSULTANT does hereby ratify and adopt all statements,
representations, warranties, covenants, and AGREEMENT’s contained in the proposal, and the supporting material
submitted by the CONSULTANT, and does hereby accept this AGREEMENT and agrees to all of the terms and
conditions thereof.
XIX. Protection of Confidential Information
The CONSULTANT acknowledges that some of the material and information that may come into its possession
or knowledge in connection with this AGREEMENT or its performance may consist of information that is exempt
from disclosure to the public or other unauthorized persons under either chapter 42.56 RCW or other local, state
or federal statutes (“State’s Confidential Information”). The “State’s Confidential Information” includes, but is
not limited to, names, addresses, Social Security numbers, e-mail addresses, telephone numbers, financial profiles,
credit card information, driver’s license numbers, medical data, law enforcement records (or any other information
identifiable to an individual), STATE and AGENCY source code or object code, STATE and AGENCY security
data, non-public Specifications, STATE and AGENCY non-publicly available data, proprietary software, STATE
and AGENCY security data, or information which may jeopardize any part of the project that relates to any of
these types of information. The CONSULTANT agrees to hold the State’s Confidential Information in strictest
confidence and not to make use of the State’s Confidential Information for any purpose other than the performance
of this AGREEMENT, to release it only to authorized employees, sub-consultants or subcontractors requiring such
information for the purposes of carrying out this AGREEMENT, and not to release, divulge, publish, transfer,
sell, disclose, or otherwise make it known to any other party without the AGENCY’s express written consent
or as provided by law. The CONSULTANT agrees to release such information or material only to employees,
sub-consultants or subcontractors who have signed a nondisclosure AGREEMENT, the terms of which have
been previously approved by the AGENCY. The CONSULTANT agrees to implement physical, electronic, and
managerial safeguards to prevent unauthorized access to the State’s Confidential Information.
Immediately upon expiration or termination of this AGREEMENT, the CONSULTANT shall, at the AGENCY’s
option: (i) certify to the AGENCY that the CONSULTANT has destroyed all of the State’s Confidential
Information; or (ii) returned all of the State’s Confidential Information to the AGENCY; or (iii) take whatever other
steps the AGENCY requires of the CONSULTANT to protect the State’s Confidential Information.
As required under Executive Order 00-03, the CONSULTANT shall maintain a log documenting the following:
the State’s Confidential Information received in the performance of this AGREEMENT; the purpose(s) for which
the State’s Confidential Information was received; who received, maintained and used the State’s Confidential
Information; and the final disposition of the State’s Confidential Information. The CONSULTANT’s records shall
be subject to inspection, review, or audit upon reasonable notice from the AGENCY.
The AGENCY reserves the right to monitor, audit, or investigate the use of the State’s Confidential Information
collected, used, or acquired by the CONSULTANT through this AGREEMENT. The monitoring, auditing, or
investigating may include, but is not limited to, salting databases.
Violation of this section by the CONSULTANT or its sub-consultants or subcontractors may result in termination of
this AGREEMENT and demand for return of all State’s Confidential Information, monetary damages, or penalties.
It is understood and acknowledged that the CONSULTANT may provide the AGENCY with information which
is proprietary and/or confidential during the term of this AGREEMENT. The parties agree to maintain the
confidentiality of such information during the term of this AGREEMENT and afterwards. All materials containing
such proprietary and/or confidential information shall be clearly identified and marked as “Confidential” and shall
be returned to the disclosing party at the conclusion of the SERVICES under this AGREEMENT.
Agreement Number:
AGENDA ITEM #1. a)
Local Agency A&E Professional Services Negotiated Hourly Rate Consultant Agreement Page 13 of 14
Revised 4/10/2015
The CONSULTANT shall provide the AGENCY with a list of all information and materials it considers confidential
and/or proprietary in nature: (a) at the commencement of the term of this AGREEMENT; or (b) as soon as such
confidential or proprietary material is developed, whichever is. “Proprietary and/or confidential information” is not
meant to include any information which, at the time of its disclosure: (i) is already known to the other party; (ii) is
rightfully disclosed to one of the parties by a third party that is not acting as an agent or representative for the other
party; (iii) is independently developed by or for the other party; (iv) is publicly known; or (v) is generally utilized
by unaffiliated third parties engaged in the same business or businesses as the CONSULTANT.
The parties also acknowledge that the AGENCY is subject to Washington State and federal public disclosure
laws. As such, the AGENCY shall maintain the confidentiality of all such information marked proprietary and/
or confidential or otherwise exempt, unless such disclosure is required under applicable state or federal law. If a
public disclosure request is made to view materials identified as “Proprietary and/or confidential information” or
otherwise exempt information, the AGENCY will notify the CONSULTANT of the request and of the date that such
records will be released to the requester unless the CONSULTANT obtains a court order from a court of competent
jurisdiction enjoining that disclosure. If the CONSULTANT fails to obtain the court order enjoining disclosure, the
AGENCY will release the requested information on the date specified.
The CONSULTANT agrees to notify the sub-consultant of any AGENCY communication regarding disclosure that
may include a sub-consultant’s proprietary and/or confidential information. The CONSULTANT notification to the
sub-consultant will include the date that such records will be released by the AGENCY to the requester and state
that unless the sub-consultant obtains a court order from a court of competent jurisdiction enjoining that disclosure
the AGENCY will release the requested information. If the CONSULTANT and/or sub-consultant fail to obtain
a court order or other judicial relief enjoining the AGENCY by the release date, the CONSULTANT shall waive
and release and shall hold harmless and indemnify the AGENCY from all claims of actual or alleged damages,
liabilities, or costs associated with the AGENCY’s said disclosure of sub-consultants’ information.
XX. Records Maintenance
During the progress of the Work and SERVICES provided hereunder and for a period of not less than six (6) years
from the date of final payment to the CONSULTANT, the CONSULTANT shall keep, retain and maintain all
“documents” pertaining to the SERVICES provided pursuant to this AGREEMENT. Copies of all “documents”
pertaining to the SERVICES provided hereunder shall be made available for review at the CONSULTANT’s place
of business during normal working hours. If any litigation, claim or audit is commenced, the CONSULTANT shall
cooperate with AGENCY and assist in the production of all such documents. “Documents” shall be retained until
all litigation, claims or audit findings have been resolved even though such litigation, claim or audit continues past
the six (6) year retention period.
For purposes of this AGREEMENT, “documents” means every writing or record of every type and description,
including electronically stored information (“ESI”), that is in the possession, control, or custody of the
CONSULTANT, including, without limitation, any and all correspondences, contracts, AGREEMENTs, appraisals,
plans, designs, data, surveys, maps, spreadsheets, memoranda, stenographic or handwritten notes, reports, records,
telegrams, schedules, diaries, notebooks, logbooks, invoices, accounting records, work sheets, charts, notes, drafts,
scribblings, recordings, visual displays, photographs, minutes of meetings, tabulations, computations, summaries,
inventories, and writings regarding conferences, conversations or telephone conversations, and any and all other
taped, recorded, written, printed or typed matters of any kind or description; every copy of the foregoing whether
or not the original is in the possession, custody, or control of the CONSULTANT, and every copy of any of the
foregoing, whether or not such copy is a copy identical to an original, or whether or not such copy contains any
commentary or notation whatsoever that does not appear on the original.
Agreement Number:
AGENDA ITEM #1. a)
Local Agency A&E Professional Services Negotiated Hourly Rate Consultant Agreement Page 14 of 14
Revised 4/10/2015
For purposes of this AGREEMENT, “ESI” means any and all computer data or electronic recorded media of any
kind, including “Native Files”, that are stored in any medium from which it can be retrieved and examined, either
directly or after translation into a reasonably useable form. ESI may include information and/or documentation
stored in various software programs such as: Email, Outlook, Word, Excel, Access, Publisher, PowerPoint, Adobe
Acrobat, SQL databases, or any other software or electronic communication programs or databases that the
CONSULTANT may use in the performance of its operations. ESI may be located on network servers, backup
tapes, smart phones, thumb drives, CDs, DVDs, floppy disks, work computers, cell phones, laptops or any other
electronic device that CONSULTANT uses in the performance of its Work or SERVICES hereunder, including any
personal devices used by the CONSULTANT or any sub-consultant at home.
“Native files” are a subset of ESI and refer to the electronic format of the application in which such ESI is normally
created, viewed, and /or modified.
The CONSULTANT shall include this section XX “Records Maintenance” in every subcontract it enters into in
relation to this AGREEMENT and bind the sub-consultant to its terms, unless expressly agreed to otherwise in
writing by the AGENCY prior to the execution of such subcontract.
In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year shown in the
“Execution Date” box on page one (1) of this AGREEMENT.
Signature Date
Signature Date
Any modification, change, or reformation of this AGREEMENT shall require approval as to form by the Office of the Attorney General.
Agreement Number:
AGENDA ITEM #1. a)
WSDOT Form 140-089 EF Exhibit A Page 1 of 1
Revised 10/30/2014
Exhibit A
Scope of Work
Project No.
Agreement Number:
AGENDA ITEM #1. a)
City of Renton BergerABAM, P16.0060.00
Northeast 31st Street Bridge Replacement May 2016
Renton, Washington Exhibit A Page 1 of 25
EXHIBIT A - SCOPE OF WORK
CITY OF RENTON – NORTHEAST 31ST STREET BRIDGE REPLACEMENT
PROJECT DESCRIPTION
Northeast 31st Street is a low-volume local access road that serves as the only public access to
several homes. The Northeast 31st Street Bridge (Structure ID: 08557300) spans over May
Creek. The bridge, built in 1950 by King County, is structurally deficient and has a sufficiency
rating of 27. It is a two-span bridge with precast channel girders supported on timber pile caps.
Each timber pile cap is supported on five timber piles. The center pier has two piles (middle and
adjacent) that have severe rot, diminishing their ability to carry vertical loads. In 2014,
temporary vertical supports were installed at the center pier to increase the load carrying
capacity. These temporary vertical supports are not resistant to scour resulting from high flows
in May Creek. This project will replace the existing bridge with a new single span precast
concrete structure with voided slab girders founded on steel round piles filled with concrete
and rebar.
In 2015, the City of Renton (hereinafter referred to as CITY) secured $1.2 million in Federal
Highway Administration (FHWA) Bridge Replacement Funds to design, acquire right-of-way
(ROW), and construct this project.
PROJECT IMPLEMENTATION
It is anticipated the project will be implemented in two phases. This scope of work addresses
Phase 1. Phase 2, construction period services, will be provided as a supplemental service when
the project is ready for construction. A brief description of the work to be completed in each
phase is provided below.
Phase 1 – Preliminary & Final Design
The completion of Phase 1 is anticipated to provide a completed set of plans, specifications and
estimates (PS&E) for the project and all necessary ROW. BergerABAM (hereinafter referred to
as CONSULTANT) shall coordinate with the CITY’s environmental consultant responsible for
completing all environmental documentation for the project and obtaining the necessary
permits for construction. A specific list of services to be provided by the CONSULTANT for
Phase 1 is provided in the task description below.
Phase 2 – Construction Phase Services
Construction phase services for the project are not included, but will be provided as
supplemental service in Phase 2.
AGENDA ITEM #1. a)
City of Renton BergerABAM, P16.0060.00
Northeast 31st Street Bridge Replacement May 2016
Renton, Washington Exhibit A Page 2 of 25
DESIGN CRITERIA
The CITY has developed a memo titled NE 31st St Bridge Replacement Project Information, dated
July 21, 2015, with recommendations for the design and configuration of the new bridge. While
there are some recommendations in this memo that need to be confirmed and/or verified, this
memo represents the basis of design and configuration of the new bridge.
In addition to the memo, the bridge design shall be in accordance with the following.
WSDOT Local Agency Guidelines, April 2016
WSDOT Bridge Design Manual LRFD (M 23-50), April 2015
AASHTO LRFD Bridge Design Specifications, 7th Edition, 2014
AASHTO Guide Specifications for LRFD Seismic Bridge Design, 2nd Edition, 2012
AASHTO Guidelines for Geometric Design of Very Low-Volume Roads, 1st Edition, 2001
The project construction specifications shall be based on the 2016 WSDOT Standard
Specifications
AGENDA ITEM #1. a)
City of Renton BergerABAM, P16.0060.00
Northeast 31st Street Bridge Replacement May 2016
Renton, Washington Exhibit A Page 3 of 25
GENERAL ASSUMPTIONS
The following scope and associated costs are based on the assumptions outlined below.
FHWA funds are being utilized for design services included in this contract. Therefore, this
contract is subject to all rules and regulations associated with this funding source.
It is assumed that the CITY will use federal funds to acquire ROW, so that completion of
National Environmental Policy Act (NEPA) is required to begin ROW acquisition.
Any task or deliverable requested by the CITY that is not specifically defined in this scope of
work will not be performed by the CONSULTANT unless one of the following occur.
The CONSULTANT provides a written request to the CITY to use Management Reserve
Funds. This request shall summarize the scope of additional work, estimated hours, and
associated direct salary costs by task and adjustment in total fee. Once received, the
CITY will evaluate the request. If approved, the CITY will issue a notice to proceed
(NTP) in writing. Once received, the CONSULTANT may proceed with the additional
work.
The CONSULTANT provides a draft supplemental agreement to the CITY for review
and negotiation. The supplemental agreement shall be complete, including the scope of
additional work, estimated hours, and associated direct salary costs by task, adjustment
in total fee, and total amount authorized for the contract. The CITY will review the
supplement agreement. Once complete, further negotiations may occur between the
parties. Once a scope of work and budget is agreed to, two (2) complete signed originals
will be delivered to the CITY, by the CONSULTANT, for execution by the CITY. Once
executed, the CITY will issue a NTP in writing. Once received, the CONSULTANT may
proceed with the additional work.
Other task-specific assumptions are provided with each task.
SCHEDULE
All work will be completed as required to allow in-water work to be completed in the summer
of 2017. Therefore, the work must be completed and advertised for construction no later March
2017. The budget shown in Exhibit D assumes that the design effort, from beginning to
completion of the “Ad Ready” PS&E will be 6 months in duration. The anticipated level of
effort for this phase is, therefore, based on a 6-month active duration with some potential for
“down time” for the engineering team.
The CONSULTANT shall prepare a project schedule as described in Subtask 1.4 below that
meets this objective. Unless noted otherwise in the scope of work, the completion dates for all
deliverables described in this scope of work will be defined in accordance with the project
schedule.
AGENDA ITEM #1. a)
City of Renton BergerABAM, P16.0060.00
Northeast 31st Street Bridge Replacement May 2016
Renton, Washington Exhibit A Page 4 of 25
SERVICES PROVIDED BY THE CITY
The CITY is responsible for the following, as necessary.
Environmental documentation and permitting will be provided by Widener & Associates
under a separate contract with the CITY.
Reserve and arrange conference room(s), as necessary, for meetings held at City Hall.
Prepare and mail project notices, as required.
All coordination with franchise and public utilities, as necessary.
All coordination with the U.S. Postal Service and the local waste management company for
the area.
Provide CONSULTANT with all available existing record drawings (as-built plans); ROW
plans; horizontal and vertical monument information; GIS maps; and other mapping
information (as available).
The CITY will assemble the construction contract and Division 1 specifications.
Provide CONSULTANT with pdf copies of the final NEPA and State Environmental
Protection Act (SEPA) checklists and associated determinations.
Review all submittals from CONSULTANT and provide written comments back to
CONSULTANT within 10 working days. Written comments may take the form of red line
markups. However, the CITY may summarize all comments on a review comment summary
form, as time allows.
The CITY will participate in comment resolution meetings as described in Task 1 of this
scope of work.
The CITY will acquire title reports as required and provide them to the CONSULTANT.
AGENDA ITEM #1. a)
City of Renton BergerABAM, P16.0060.00
Northeast 31st Street Bridge Replacement May 2016
Renton, Washington Exhibit A Page 5 of 25
SCOPE OF WORK
TASK 1.0 GENERAL ACTIVITIES
The following items are to be performed by the CONSULTANT, under this task.
Subtask 1.1 Administration, Coordination, and Supervision
Initiate project set-up, including establishment of timesheets (charge codes), creation of project
files (electronic and physical), and scheduling of personnel work activities and subconsultant
work activities. Supervision of personnel and activities to ensure compliance with contract
scope and schedule and proper charging of time against the contract. Oversite of subconsultant
activities to ensure compliance with contract scope, schedule, and budget.
Subtask 1.2 Invoicing
Preparation of monthly invoices with progress reports that include the following.
Summary of work accomplished for the invoice period.
Spreadsheet summary of budget, expenses to date, expenses for invoice period, estimate to
complete, and estimate at completion, for each task. This summary will include an estimate
of percent of work complete for the invoice period.
Summary of outstanding issues to be resolved by the CITY.
Backup detail that includes the name, direct salary rate, and hours charged by date, for each
individual charging time to this contract, for the work period.
Backup detail of all direct nonsalary costs included in the invoice for the work period.
Subtask 1.3 Project Meetings and Site Visits
Project Kickoff Meeting to Confirm Design
After receiving NTP from the CITY, set up a project kick-off meeting with key CITY and design
team personnel. The purpose of the meeting is to discuss key elements of the scope of work,
project schedule timelines, and critical path elements. The meeting shall be approximately
4 hours in duration and shall be attended by an average of five CONSULTANT team members,
including three of the CONSULTANT’s project management and/or project engineering staff
and two other consultant discipline specialists for bridge design, geotechnical, hydraulics,
ROW, etc., as required.
Comment Resolution Meetings and Coordination with CITY
The CONSULTANT’s project manager shall provide biweekly, check-in phone or email
coordination with the CITY and attend up to three (3) comment resolution meetings with the
CITY at the CITY’s Renton office location. Meetings at City Hall shall be approximately 4 hours
in duration and shall be attended by three CONSULTANT team member. The purpose of these
meetings will be to review and resolve CITY comments on four PS&E submittals: 30, 60, 90, and
100 percent. It is assumed these meetings will be held within two weeks after each submittal.
AGENDA ITEM #1. a)
City of Renton BergerABAM, P16.0060.00
Northeast 31st Street Bridge Replacement May 2016
Renton, Washington Exhibit A Page 6 of 25
Internal Design Coordination Meetings
The CONSULTANT’s project manager will conduct regular internal design coordination
meetings with key design team members including subconsultants. The meetings shall be
approximately 1 hour in duration and shall be attended by an average of four CONSULTANT
team members.
Site Visit for Conceptual Design Evaluation
CONSULTANT and CITY staff will perform one (1) site visit to evaluate project elements,
including stream hydraulics; roadway alignment and profile; bridge location; stormwater
runoff; and ROW acquisition needs. Meeting shall be approximately 2 hours in duration and
shall be attended by an average of five CONSULTANT team members, including three of the
CONSULTANT’s project management and/or project engineering staff and two other
consultant discipline specialists for bridge design, geotechnical, hydraulics, ROW, etc., as
required.
Additional meetings with the CITY’s environmental consultant will be required as described in
Task 7.
Subtask 1.4 Develop Project Schedule
CONSULTANT will develop a preliminary project schedule with assistance from the CITY. This
project schedule will cover the entire timeframe of the project from initiation of design activities
to completion of construction activities. It will incorporate estimated timelines for the following.
Completion of the PS&E
Completion of environmental permitting (NEPA and SEPA)
Duration of final engineering design, including all interim submittals
ROW plan approval and obligation of ROW funds
ROW certification and obligation of construction funds
Bid advertisement, evaluation, and award
Construction
Deliverable(s)
The following deliverables and delivery times are included in Task 1.
Meeting agenda(s) in Microsoft Word format – delivered to the CITY one (1) business day
before scheduled meeting
Sign-in sheet(s) in Microsoft Word or Excel format – delivered to the CITY at the scheduled
meeting
Draft record of meeting in Microsoft Word format – delivered to the CITY three (3) business
days after scheduled meeting
Final record of meeting in Microsoft Word format – delivered to the CITY three (3) business
days after comments received from CITY
AGENDA ITEM #1. a)
City of Renton BergerABAM, P16.0060.00
Northeast 31st Street Bridge Replacement May 2016
Renton, Washington Exhibit A Page 7 of 25
Monthly invoices with progress reports – delivered to the CITY monthly
Preliminary project schedule in Microsoft Project format – delivered to the CITY four (4)
weeks after NTP date
The project schedule will be reviewed and updated, if necessary, every month
TASK 2.0 SURVEYING AND BASE MAP
The following items are to be performed by the CONSULTANT, under this task.
Assumption(s)
The survey for this project has been completed by another consultant. The approximate
limits of the completed survey are shown in Figure 1. It is assumed that a base map for the
project has been prepared, or will be completed, and that this map will show the following
information.
Project datum: Horizontal – NAD 83/91, Vertical – NAVD 88
The base map is a 1”=20’ topographic base map and digital terrain model (DTM) of the
surface features within the survey limits described above.
The topographic base map and DTM shall be in AutoCAD format as specified in Exhibit C.
The base map provides 1-foot contour lines.
Topographic base map includes data points to establish the following.
Location of the existing bridge and associated amenities, including wing walls, curbs,
and guardrail at approaches
Street amenities, including paved surface limits, signs, lane markings (if any) and
monitoring well head(s)
Utilities, including utility poles and storm structures (beehive), and drainage ditches (as
applicable), with the exception of overhead utilities (PSE power, Comcast, and
CenturyLink communications), and a stormwater outfall (beehive) located
approximately 25 feet north of the northwest corner of the bridge, the CITY has
determined that there are no other utilities located within the project footprint.
General vegetation limits and significant trees, defined as taller than 15 feet with a trunk
diameter of 6 inches or greater (note type of tree if known)
Stream channel features, including thalweg, top and toe of slopes, ordinary high water
mark (flagged by others), large woody debris, large boulders and limits of rip rap
Sensitive areas, including wetland and wetland buffers (flagged by others)
AGENDA ITEM #1. a)
City of Renton BergerABAM, P16.0060.00
Northeast 31st Street Bridge Replacement May 2016
Renton, Washington Exhibit A Page 8 of 25
All other surface features within the survey limits necessary to design the project
Topographic base map includes data points to determine the existing pavement surface
elevations within the survey limits. Profiles of the existing street surface will be surveyed
along the edge of pavement and pavement crown. These points will be surveyed at intervals
of 10-foot minimum and/or 25-foot maximum.
It is assumed that the field survey work included cross sections of Northeast 31st Street and
May Creek stream channel within the survey limits shown in Figure 1.
Street cross section intervals will be spaced at a minimum of 10 feet and maximum of
25 feet.
At a minimum, the street cross sections shall include collection of data points at pavement
crown, edge of pavement, edge of shoulders (as applicable), face of guardrail (as applicable),
drainage ditches (as applicable), and approximate edges of ROW.
Stream cross section intervals will be spaced at a minimum of 10 feet and maximum of
15 feet.
At a minimum, the stream cross sections shall include collection of data points at the center
and edges of the creek thalweg, toe of channel slopes, ordinary high water mark (flagged by
others), top of channel slopes, base of bridge abutment walls and center pier.
The base map includes ROW boundaries within the limits shown in Figure 1.
Figure 1
AGENDA ITEM #1. a)
City of Renton BergerABAM, P16.0060.00
Northeast 31st Street Bridge Replacement May 2016
Renton, Washington Exhibit A Page 9 of 25
Subtask 2.1 Field Verify Base Map
The CONSULTANT shall visually inspect the site and compare the preliminary base map to
observed features at the site. Area of concern will be noted and provided to the CITY. For the
purpose of this scope of work, it is assumed that any areas of concern will be minor and will not
affect the completion of this scope of work.
Subtask 2.2 Additional Survey
At the conclusion of Phase 1, the CONSULTANT shall provide recommendations for additional
survey to be completed in a subsequent project design phase. These services, if required, will
be provided as a supplemental service and would be performed when setting survey control for
construction as described below.
Deliverable(s)
At the conclusion of this scope of work, if required, the CONSULTANT shall provide a brief
memorandum recommending additional survey information to be obtained prior to completing
the design of the project. This memorandum will be prepared in accordance with the schedule
to be developed under Subtask 1.4. Otherwise, there is no deliverable for this Task.
Subtask 2.3 Survey Control for Construction
The CONSULTANT shall provide survey control for construction of the project. This work will
be performed at the conclusion of Phase 1.
Deliverable(s)
Survey control will be added to the base map and design drawings.
TASK 3.0 PRELIMINARY HYDRAULIC ANALYSIS
Watershed Science & Engineering (WSE) will provide hydraulic engineering services for the
Northeast 31st Street bridge replacement project. Specific tasks to be completed by WSE are
described below. WSE will complete Subtasks 3.1 through 3.7 in eight weeks following NTP.
The schedule for the remaining tasks is not controlled by WSE; therefore, their schedule will be
determined by others.
Subtask 3.1 Data Collection and Review
WSE will collect and review existing data and information required to complete the
investigation. This may include existing bridge plans; stream channel and road survey data;
LiDAR data; bridge inspection/maintenance records; stream flow discharge records for May
Creek and/or neighboring gaged streams; current and historical aerial photographs; scour
evaluation report; and anecdotal information on past flood events.
A hydraulic investigation was started for this site by a previous consultant working for the
CITY. The consultant’s data will be provided to WSE for review and, to the extent possible, for
use in the hydraulic design investigation.
Deliverable(s)
None. Any data collected will be incorporated into the hydraulic report if appropriate.
AGENDA ITEM #1. a)
City of Renton BergerABAM, P16.0060.00
Northeast 31st Street Bridge Replacement May 2016
Renton, Washington Exhibit A Page 10 of 25
Subtask 3.2 Site Visit
A WSE principal and staff engineer will travel to the project site to examine the characteristics
of May Creek and how it interacts with the existing road and bridge. They will examine
channel and floodplain geomorphic characteristics; lateral migration and erosion activity; local
scour; large woody loading and debris transport potential; stream bed sediment characteristics;
and existing aquatic habitat features in the vicinity of the bridge.
Deliverable(s)
None. Any data collected will be incorporated into the hydraulic report if appropriate.
Subtask 3.3 Channel Survey
It is assumed that road and stream channel surveys have been completed and will be provided
to WSE. If upon review of the data, WSE determines that additional surveys are needed, WSE
will discuss the need with CONSULTANT and the CITY.
Deliverable(s)
Recommendations for additional survey if required.
Subtask 3.4 Hydrology
The plan at this time is that design flows will be based on the Federal Emergency Management
Agency (FEMA), Flood Insurance Study for King County, Washington and Incorporated Areas,
revised April 19, 2005. WSE will check the flows to determine if they need to be adjusted to
reflect changes in the flood frequency curve resulting from annual peaks observed in May
Creek after 2005. This will be accomplished by review gaging records for May Creek and/or
neighboring similar streams. The 100-year flood is the design event for the bridge, while the
200-year event will be used to compute maximum scour depths estimates.
Deliverable(s)
None. The results of this task will be incorporated in the scour analysis and summarized in the
hydraulic report.
Subtask 3.5 Hydraulic Analysis
WSE will develop an HEC-RAS model of the stream in the vicinity of the bridge. The model
will be calibrated using observed highwater marks if they are available. If highwater marks are
not available, engineering judgment will be used to refine the accuracy of the model. The
model will be used to determine water surface elevations and velocities for both the existing
and proposed crossings. The proposed project must minimize impacts to the 100-year water
surface elevations, possibly to the point of zero-rise. If the proposed crossing results in an
unacceptable rise, WSE will work with CONSULTANT and the CITY to modify the design to
minimize or eliminate impacts.
The HEC-RAS model will also be used to provide the data needed to assess lateral erosion
potential, estimate maximum scour depths for the 200-year flood, and if necessary provide data
required to design erosion/scour countermeasures.
AGENDA ITEM #1. a)
City of Renton BergerABAM, P16.0060.00
Northeast 31st Street Bridge Replacement May 2016
Renton, Washington Exhibit A Page 11 of 25
Should analysis show that a new bridge causes changes to the May Creek floodplain, a
Conditional Letter of Map Revision (CLOMR) and/or Letter of Map Revision (LOMR) may need
to be prepared to modify the Flood Insurance Rate Map (FIRM.) The work associated with this
effort is not included in this scope of work, but will be provided as a supplemental service if
required.
Deliverable(s)
None. The results of this task will be summarized in the hydraulic report.
Subtask 3.6 Geomorphic Assessment
Washington State Department of Fish and Wildlife (WDFW) will require the design team to
examine the geomorphic character of the existing stream channel to determine if the existing
crossing has adversely impacted stream processes and, therefore, habitat quality. If it has
adversely impacted habitat, WSE will need to demonstrate how the new crossing will eliminate
or mitigate (to an acceptable level) these impacts. To complete the geomorphic assessment,
WSE will examine the topographic data, sediment characteristics, and existing bank and bed
conditions to determine whether the existing crossing significantly limits the stream’s ability to
shift laterally, or has affected the stability of the stream’s longitudinal profile. If the crossing
has adversely influenced natural geomorphic processes, WSE will work with CONSULANT,
Widener & Associates (the environmental lead for the project) and the CITY to determine how
to modify the crossing design to mitigate unacceptable impacts.
Deliverable(s)
None. The results of this task will be summarized in the hydraulic report. Additional support
for permitting activities will be provided as described in Subtask 3.10.
Subtask 3.7 Scour/Erosion Assessment and Protection Concepts
For the proposed bridge, maximum scour depth estimates will be computed for the 200-year
flood. These estimates will be provided to the design engineers for consideration in the design
of the foundations for the bridge abutments. If countermeasures are required to prevent scour
or erosion, WSE will work with CONSULTANT, Widener & Associates, and the CITY to
develop an acceptable protection concept.
Deliverable(s)
None. The results of this task will be summarized in the hydraulic report. Additional support
for permitting activities will be provided as described in Subtask 3.10.
Subtask 3.8 Meetings
An allowance is provided for WSE to participate in the following meetings.
Two face-to-face design meetings with CONSULTANT in their Seattle office.
Up to three meetings with the CITY and/or Widener & Associates. These may include the
project kick-off meeting, an on-site project design coordination meeting, and an on-site
permit/environmental review meeting lead by Widener & Associates.
AGENDA ITEM #1. a)
City of Renton BergerABAM, P16.0060.00
Northeast 31st Street Bridge Replacement May 2016
Renton, Washington Exhibit A Page 12 of 25
Deliverable(s)
None. WSE will provide review and comment on meeting minutes if requested.
Subtask 3.9 Hydraulic Report
The results of the hydraulic engineering investigation will be summarized in a hydraulic report.
The draft report will be provided to CONSULTANT and the CITY for review and comment.
WSE will address the review comments, prepare, and submit the final report.
Note – The report will contain a brief write-up that will state the bridge will be “Not Scour
Critical” if it is built according to proposed plans. Once it is built and if it is constructed as
planned, the CITY will have the documentation they need to assign the bridge an NBIS Item 113
Scour Code of “8,” which means the bridge foundations are stable for the assessed scour
condition.
Deliverable(s)
Draft and final hydraulic report summarizing all work and recommendations for design of the
project. Two (2) compact disks with Preliminary Bridge Hydraulic Report in pdf format.
Subtask 3.10 Permitting Support
WSE will support Widener & Associates by providing relevant materials for permit applications
and in answering hydraulic related questions agency personnel may have.
Deliverable(s)
WSE will provide written response to regulatory agency questions as requested. It is assumed
that these responses can be developed based on the work described in this Task 3 and will not
require additional work not included in the scope of this Task 3. The results of this task will be
summarized in the hydraulic report.
Subtask 3.11 Design Reviews
WSE will be available to review 60 percent, 90 percent, and final design drawings of proposed
scour and erosion countermeasures and any other stream related project elements.
Deliverable(s)
WSE will review design drawings developed by CONSULTANT to verify consistency with the
recommendations contained in the hydraulic report. WSE will provide written comments
where required and update hydraulic design recommendation, if required, in the final
hydraulic report.
Subtask 3.12 Administration
WSE will maintain effective communication with CONSULTANT as needed to maintain
progress in the technical work and discuss any issues potentially affecting scope or budget.
WSE will prepare and submit monthly invoices that include a brief progress report.
Deliverable(s)
Monthly invoices and progress reports.
AGENDA ITEM #1. a)
City of Renton BergerABAM, P16.0060.00
Northeast 31st Street Bridge Replacement May 2016
Renton, Washington Exhibit A Page 13 of 25
TASK 4.0 PRELIMINARY PLANS AND COST ESTIMATE
The following items are to be performed by the CONSULTANT, under this task.
Assumption(s)
The budget shown in Exhibit D assumes the CITY will provide existing project plans that
were developed by another consultant. It is assumed that these plans will be significantly
revised.
The CITY will provide the standard CAD sheet border and title block information to be
utilized on the plan sheets for this project.
The list of proposed sheets to be included in the complete set of plans for the project is
shown under Exhibit D.2, along with those sheets to be included in the 30 percent submittal.
Bridge Design Assumptions - In addition to the recommendations outlined in the CITY’s
memo titled NE 31st St Bridge Replacement Project Information, dated July 21, 2015 (included
as Exhibit K), the following design assumptions have been made.
The bridge will be checked for Notional Rating Load (NRL) vehicles.
This is not a critical structure for calculation of importance factors.
No provision for lighting, utilities, conduits, or future incorporation of these items will
be provided in the design of the bridge.
All storm drainage design for this project will be in accordance with the City of Renton
amendments to the 2009 King County Surface Water Design Manual.
The total amount of new impervious area is assumed to be less than 5,000 square feet.
Therefore, it is anticipated that no stormwater detention or water quality treatment will be
required.
The CITY will provide one set of consolidated review comments for each submittal.
Subtask 4.1 Confirmation of Preliminary Bridge Design Assumptions
CONSULTANT will verify the CITY’s recommendations for the design and configuration of the
new bridge, as outlined in the memo titled NE 31st St Bridge Replacement Project Information,
dated July 21, 2015. The specific areas to verify are included in the list below.
Locate and orient proposed bridge to verify that all permanent improvements (e.g., bridge,
roadway approaches, including guardrail and end terminals) are located within the existing
ROW. Additional considerations for proposed bridge location and orientation include
stream channel grading (minimize), stream channel opening (maximize), and scour at
abutments (minimize risk). If the proposed bridge cannot fit within existing ROW, discuss
with CITY staff.
AGENDA ITEM #1. a)
City of Renton BergerABAM, P16.0060.00
Northeast 31st Street Bridge Replacement May 2016
Renton, Washington Exhibit A Page 14 of 25
Review the project layout with respect to construction and environmental issues, specifically
with respect to the location of the proposed sheet pile scour protection with respect to
existing rip-rap. Review and recommend alternate bridge lengths and structure types that
may reduce construction risks associated with encountering existing rip-rap during
installation of the sheet pile scour protection.
The CONSULTANT will conduct a coordination meeting with the CITY and the CITY’s
environmental consultant to review the outcome of the CONSULTANT’s review of the current
bridge design, and determine if a revised layout is required. The CONSULTANT will prepare
and present recommendations at this meeting. Meeting shall be approximately 2 hours in
duration and shall be attended by an average of five CONSULTANT team members, including
three of the CONSULTANT’s project management and/or project engineering staff and two
other consultant discipline specialists for bridge design, geotechnical, hydraulics, ROW, etc., as
required.
Subtask 4.2 Civil Design 30 Percent Plans
CONSULTANT will develop the 30 percent civil design plan listed below. The purpose of these
sheets as part of the 30 percent submittal is to develop the design to a point where all
environmental impacts are identified in order to begin the environmental permitting process.
Below is a description of the information to be included on each sheet.
Cover - Includes a vicinity map of the project location and sheet index.
Right-of-Way Plan - Includes two (2) plan views. The first will be of the project location
showing the ROW limits and any recorded easements in the vicinity of the project site, and
the proposed temporary construction easement limits. The second will be of the parcel with
the private driveway to be utilized as temporary access for the residents.
Site Preparation and TESC Plan – Includes demolition and construction limits. Shows
erosion control features to be installed for construction.
Construction Staging Plan – Includes step-by-step process for constructing this project. This
plan will account for the lack of access to the site from the east side of the bridge after the
street is closed and existing bridge is demolished.
Temporary Stream Bypass Plan and Details – Includes location and type of stream bypass.
The CITY’s environmental consultant has confirmed that all in water work must be isolated
from the water and construction of a stream bypass will be allowed in the project permits,
but is not required if there is another method of isolating in-water construction from the
stream.
Grading Plan – Includes all excavation for the project, including roadway and stream
channel, as applicable.
AGENDA ITEM #1. a)
City of Renton BergerABAM, P16.0060.00
Northeast 31st Street Bridge Replacement May 2016
Renton, Washington Exhibit A Page 15 of 25
Stream Channel Enhancement Plan – Includes plan view of stream channel showing
contours of channel after construction is complete. Placement areas for large rock and
stream bed materials and restoration areas for vegetation shall be determined in
consultation with the CITY’s environmental consultant and based on restoration design and
details to be provided by the CITY’s environmental consultant.
Roadway Plan and Profile – Includes plan and profile views of proposed roadway
improvements along with horizontal and vertical roadway alignments.
Typical Roadway Sections – Includes three typical roadway sections, one at each bridge
approach and if necessary, one for the bridge.
Subtask 4.3 Structural Design 30 Percent Plans
CONSULTANT will develop the 30 percent structural design plan sheets listed below. The
purpose of these sheets as part of the 30 percent submittal is to develop the bridge design to a
point where the type, size, and location of the new bridge is established. All geometry should be
understood once complete. No detailing is expected at this stage of design. Below is a
description of the information to be included on each sheet.
Bridge Plan and Profile – Includes a bridge plan view and bridge elevation view.
Foundation Plan – Includes a bridge foundation plan showing round pile locations and
associated numbering. Includes sheet pile locations for scour protection.
Abutment 1 Plan and Elevation – Includes a plan view and elevation view of the abutment.
For this submittal, the purpose is to establish the geometry and dimensions.
Abutment 2 Plan and Elevation – Includes a plan view and elevation view of the abutment.
For this submittal the purpose is to establish the geometry and dimensions.
Girder Framing Plan and Typical Section – Includes the girder layout and numbering along
with a typical bridge section.
Subtask 4.4 Preliminary Bid Item List and 30 percent Cost Estimate
CONSULTANT will prepare a preliminary list of bid items and associated quantities. Also,
CONSULTANT will prepare an Engineer’s Opinion of Probable Cost (cost estimate) for
30 percent, applying an appropriate unit cost to each bid item quantity and include an
appropriate contingency to the sum total.
Subtask 4.5 Quality Assurance/Quality Control Preliminary Design Phase Deliverables
CONSULTANT will perform an independent technical review of preliminary design phase
deliverables, including 30 percent plans, preliminary bid item list and 30 percent cost estimate,
preliminary hydraulic report, preliminary geotechnical report, and PFE.
AGENDA ITEM #1. a)
City of Renton BergerABAM, P16.0060.00
Northeast 31st Street Bridge Replacement May 2016
Renton, Washington Exhibit A Page 16 of 25
CONSULTANT will perform a constructability review of 30 percent plans with an emphasis on
construction staging. Comments from reviewer and responses from designer will be
summarized, as applicable.
Subtask 4.6 Preliminary Stormwater Design Memorandum
The following information will be summarized in a draft preliminary stormwater design
memorandum.
Total existing and new impervious areas within the project footprint to determine net
increase or decrease.
Total existing and new pervious area within the project footprint to determined new
increase or decrease.
Thresholds for detention and water quality design and determination regarding this project
meeting or exceeding thresholds.
Describe the existing drainage system(s) and drainage basin(s) for the project area.
Recommend drainage conveyance improvements for the project, as necessary.
CITY comments will be incorporated into the preliminary stormwater design memorandum.
Deliverable(s)
The following deliverables and delivery times are included in Task 4.
Meeting handouts and meeting minutes for the meeting described in Subtask 4.1.
Written confirmation of preliminary bridge design assumptions in the form of an e-mail or
design memo - delivered to the CITY within two (2) weeks after completion of the meeting
described in Subtask 4.1
Two (2) compact disks with the 30 percent plans (11x17 sheets), preliminary bid item list,
30 percent cost estimate, and summary of independent technical review comments and
responses in pdf format – delivered to the CITY within 10 weeks after NTP date.
Two (2) compact disks with draft preliminary stormwater design memorandum in pdf
format - delivered to the CITY within six (6) weeks after NTP date.
Two (2) compact disks with final stormwater design memorandum in pdf format –
delivered to the CITY within four (4) weeks after receiving CITY review comments on draft
report.
TASK 5.0 GEOTECHNICAL SERVICES
The following items are to be performed by the subconsultant, PanGEO Engineers, Inc., under
this task.
AGENDA ITEM #1. a)
City of Renton BergerABAM, P16.0060.00
Northeast 31st Street Bridge Replacement May 2016
Renton, Washington Exhibit A Page 17 of 25
Assumption(s)
The budget shown in Exhibit E-1 assumes the work already completed by the CITY’s
geotechnical consultant for this project is still applicable to any revisions to the bridge
design that may be required as described in Subtask 4.1.
CITY will furnish CONSULTANT with existing geotechnical data. It is assumed that
existing geotechnical data is sufficient to develop design parameters to support the
preliminary design.
The existing subsurface information for the Northeast 31st Street Bridge is sufficient for the
tasks listed below. Borings and field explorations are not included for this phase of work. If
additional field explorations are deemed necessary based on the outcomes of the work, they
will be completed under a supplemental scope of work. Alternately additional borings
and/or a test pile program may be included in the specifications for construction of the
project and the foundation design modified, if necessary, by change order during
construction.
No environmental evaluations, including assessment of the potential presence and location
of hazardous materials or wetlands, are included in this scope.
Subtask 5.1 Review Final Plans and Specifications
PanGEO will review and comment on final design plans and specifications provided by
BergerABAM to ensure consistency with the recommendations in the draft geotechnical report.
Subtask 5.2 Prepare Final Geotechnical Report
PanGEO will coordinate final design details and conform final recommendations in a draft final
design geotechnical report. A signed and sealed final design geotechnical report will be
provided after review and comment by CONSULTANT and CITY.
Deliverable(s)
The following deliverables and delivery times are included in Task 5.
Monthly invoices with progress reports – delivered to the CONSULTANT monthly
Final Design Geotechnical Report in pdf format – Delivered to the CONSULTANT within
two (2) weeks after the CITY draft report comments are received and comment resolution is
complete.
AGENDA ITEM #1. a)
City of Renton BergerABAM, P16.0060.00
Northeast 31st Street Bridge Replacement May 2016
Renton, Washington Exhibit A Page 18 of 25
TASK 6.0 RIGHT-OF-WAY SERVICES
Right-of-way (ROW) services will be provided by the subconsultant, Universal Field Services
(UFS.) The services to be provided are described in the attached scope of work provided by
UFS. This scope of work assumes the construction of this project will require the acquisition of
a Temporary Construction Easement (TCE) from two (2) separate tax parcels as described
below. Additional assumption s are provided with the attached scope of work.
The first parcel is owned by King County Parks (Parcel Number 3342103380). It is anticipated
that the permanent improvements will reside entirely within existing ROW. However, the
demolition of the existing bridge and some activities for construction of the new bridge will
require temporary access to the parcel. Therefore, temporary rights need to be secured from the
parcel. King County may agree/prefer to issue a construction permit for this work. However,
WSDOT/FHWA may request/require that a TCE be acquired. Therefore, the estimated level of
effort is based on the assumption that a TCE will be obtained.
The second parcel is private property owned by a resident (Parcel Number 3345100070). No
construction activities will occur on or near the parcel. However, the project, as currently
planned, will require a complete street closure for approximately two (2) months. In order to
close the street, a detour route needs to be established for residents to access their properties.
Since Northeast 31st Street is the only public access to these properties, an alternative route
must be provided for. This parcel has an existing driveway that connects Northeast 31st Street
with Northeast 33rd Street and represents the only viable route for access.
The CONSULTANT will track the cost of these services under two different subtasks, as
described below, and invoice the amounts separately.
Subtask 6.1 Design Phase Services for Right-of-Way
Items A through E in the attached scope of work will be accomplished with federally authorized
funding for design.
Subtask 6.2 ROW Phase Services for Right-of-Way
Items F through I in the attached scope of work will be accomplished with federally authorized
funding for right-of-way acquisition.
TASK 7.0 ENVIRONMENTAL DOCUMENTATION AND PERMITTING
Environmental documentation and permitting services for this project are being provided by
Widener & Associates under a separate agreement with the CITY. Environmental constraints
will influence the design of the project and Widener will require information and exhibits
describing project features and actions from the project design team. The following describes
the anticipated coordination effort required to support this activity.
Subtask 7.1 Coordination Meetings
The CONSULTANT shall schedule and facilitate two (2) meetings with the CITY’s
environmental consultant to identify and confirm the basic design and construction features of
AGENDA ITEM #1. a)
City of Renton BergerABAM, P16.0060.00
Northeast 31st Street Bridge Replacement May 2016
Renton, Washington Exhibit A Page 19 of 25
the project. It is assumed the project configuration currently contemplated will not need to be
significantly altered in order to facilitate regulatory approval.
Subtask 7.2 Exhibits and Information
The CONSULTANT shall provide the exhibits and information required to complete a JARPA
application. This information shall be developed in consultation with the CITY’s environmental
consultant and submitted to the CITY for review and subsequent use by the CITY’s
environmental consultant. The specific exhibits required have not yet been identified. The level
of effort required for preparing these exhibits is allowance that was arrived at in consultation
with the CITY’s environmental consultant and is based on previous experience with similar
projects.
TASK 8.0 FINAL PLANS, SPECIFICATIONS, AND ESTIMATES (PS&E)
Submittals
CONSULTANT will prepare the PS&E and project-specific technical special provisions
(Divisions 2 through 9.) It is assumed that the CITY will assemble the remainder of the
construction contract.
The submittal deliverables are as follows.
60 Percent Submittal - The draft permitting/30 percent submittal shall be revised and
resubmitted to the CITY for review and approval if necessary.
90 Percent Submittal - This submittal will have all important details needed to construct the
project, identify all anticipated pay items, and provide outline specifications (one half-size
set of plans, construction cost estimate, and project special provisions). This submittal shall
incorporate CITY comments on the 60 percent submittal and shall represent a complete
draft of the construction contract.
100 Percent Submittal - This submittal shall incorporate CITY comments on the 90 percent
submittal and is intended for final review by WSDOT to obligate construction funds for the
project.
Ad Ready Submittal - This submittal will incorporate WSDOT and CITY comments on the
100 percent submittal and is intended for Ad (one half-size and one full-size set of plans,
construction cost estimate, and project special provisions for Divisions 2 through 9).
Subtask 8.1 Roadway Design and Drawings
Roadway design and drawings will be produced by CONSULTANT. The profile and
alignment of the roadway will be per recommendations of the NE 31st St Bridge Replacement
Project Information, dated July 21, 2015,
AGENDA ITEM #1. a)
City of Renton BergerABAM, P16.0060.00
Northeast 31st Street Bridge Replacement May 2016
Renton, Washington Exhibit A Page 20 of 25
Roadway Drawings
CONSULTANT will complete final contract drawings indicated in the list of roadway drawings
provided in the attached fee estimate.
Roadway Specifications
The WSDOT Standard Specifications for Road, Bridge, and Municipal Construction (2016) will
be the standard specifications for the work. CONSULTANT will prepare the project-specific
special provisions required for the construction of the roadway improvements.
Roadway Quantities and Construction Cost Estimate
A list of bid items will be prepared, conforming to the WSDOT standard bid item table.
Quantities and unit prices will be estimated for each bid item. Unit prices will be estimated
based on the CITY’s recent bid experience with similar projects, WSDOT unit bid analysis,
contractor inquiries, and Means construction estimating manuals.
Subtask 8.2 Bridge Design and Drawings
The bridge design and drawings will be produced by CONSULTANT. The bridge type and size
will be similar to that outlined in the recommendations of the NE 31st St Bridge Replacement
Project Information, dated July 21, 2015.
Substructure Design Calculations
A seismic analysis of the bridge will be performed. Stability analysis and design of the
abutments and foundations will be performed for both static and seismic forces.
Superstructure Design Calculations
Calculations will be completed and designs will be prepared for an assumed single-span bridge,
determined at the end of the type and size study.
Bridge Drawings
CONSULTANT will complete the final contract drawings indicated in the list of bridge
drawings provided in Exhibit D.
Bridge Specifications
WSDOT Standard Specifications for Road, Bridge, and Municipal Construction (2016) will be
the standard specifications for the work. CONSULTANT will prepare the project specific
special provisions required for construction of the bridge.
Bridge Quantities and Construction Cost Estimate
A list of bid items will be prepared, conforming to the WSDOT standard item table. Each bid
item will have a description, measurement unit, and payment description somewhere in the
specifications. Quantities and unit prices will be estimated for each bid item. Unit prices will
be estimated from recent bid experience with similar projects, WSDOT unit bid analysis,
contractor inquiries, and Means construction estimating manuals.
AGENDA ITEM #1. a)
City of Renton BergerABAM, P16.0060.00
Northeast 31st Street Bridge Replacement May 2016
Renton, Washington Exhibit A Page 21 of 25
TASK 9.0 AD, BID, AND AWARD SERVICES
The CONSULTANT will support the CITY during the bidding of the project. The following
describes the anticipated coordination effort required to support this activity.
Subtask 9.1 Coordination Meetings
The CONSULTANT shall schedule and facilitate two (2) meetings with the CITY’s
environmental consultant to discuss potential responses to contractor questions that are related
to environmental commitments and restrictions contained in the permits for the project.
Subtask 9.2 Responses to Contractor Inquires
The CONSULTANT shall provide written responses to contractor questions when requested by
the CITY. It is assumed that up to 20 responses may be required.
Subtask 9.3 Addenda
The CONSULTANT shall assist in the preparation of one (1) addendum to the contract. It is
assumed that this addendum may require clarifications to special provisions and/or minor
changes to up to six project design drawings.
AGENDA ITEM #1. a)
March 16, 2016
1
Scope of Work
Right of Way Services
NE 31 Street Bridge Replacement Project
It is assumed federal funds will be participating in the project including the Right of Way phase,
therefore Universal Field Services, Inc. (UFS) will complete all Right of Way services in accordance with
the City of Renton’s (CITY) Washington State Department of Transportation’s (WSDOT) approved
Right of Way Acquisition Procedures, the federal Uniform Relocation Assistance and Real Property
Acquisitions Policies Act (URA), WSDOT Local Agency Guidelines – Section 25 (Right of Way
Procedures), and the Washington Administrative Code (WAC 468-100) state Uniform Relocation
Assistance and Real Property Acquisition.
This scope of work is based on the five items listed below and assumptions made. The number of tax
parcels and the real property rights required from each are shown in Table A below. Additional parcels
or real property rights and services required other than those described herein will require an
amendment to this scope of work and related fee estimate.
This scope of work is based on the following:
1.) Discussions with City and Berger Abam
3.) Tour of the project limits
4.) Review of limited public on-line information (mapping / ownership information)
5.) ROW Plans or Exhibits have not been provided
Work Elements:
A. Preparation and Administration - Discuss, strategize and plan overall process with CITY and
Berger. Attend project kickoff and up to four (4) progress meetings – CITY office. Progress
meetings can be facilitated by conference calling if preferred. Provide up to six (6) monthly
progress reports indicating the work completed for the invoiced month and identify issues
requiring the CITY’s or Berger’s input or assistance. UFS will provide sample acquisition
documents for the CITY’s review and approval for use. The CITY’s pre-approved forms and
documents will be used when provided. When appropriate, prepare parcel files to include fair
offer letters, recording and ancillary documents, a standard diary form indicating all contacts with
owner(s), and other items necessary for negotiations.
Deliverables:
Attend Project Kickoff Meeting – CITY office
Attend four (4) Progress Meetings – CITY office
Provide six (6) Monthly Progress Reports
Coordinate CITY approval of Acquisition documents and forms for project use
Prepare parcel acquisition files for negotiations
B. Title/Ownership Review – Since the real property rights assumed to be required for this project
are limited to Temporary Construction Easements (TCE), UFS does not require title reports for its
use. However, since title reports are being obtained by Berger for base mapping and design
purposes, UFS will review each to confirm ownership information. In-lieu of title reports, UFS can
alternatively rely on last deeds of conveyance from the King County’s assessor’s records for
ownership and signatory authority.
AGENDA ITEM #1. a)
March 16, 2016
2
Deliverable:
Review two title reports to be provided by Berger.
Obtain Last Deed of Conveyance for parcels requiring TCE only.
C. Project Funding Estimate – UFS will sub-contract and manage completion of the Project Funding
Estimate (PFE) with our WSDOT approved project appraiser. Generally, the PFE is a tool to be used
for confirming estimated Right of Way costs and primarily for consideration of utilizing the
Appraisal Waiver process when the estimated amount of just compensation to property owners
is at or below the CITY’s WSDOT approved Appraisal Waiver limit and when the acquisition is
uncomplicated.
The PFE will be prepared in accordance with the CITY’s WSDOT approved Right of Way Acquisition
procedures, and WSDOT’s Local Agency Guidelines – Section 25 (Right of Way Procedures). As
part of the PFE, individual parcel worksheets will be prepared to estimate the amount of just
compensation using comparable sales data and information obtained from project Right of Way
plans. Estimated amounts of just compensation from each parcel worksheet will be entered into
a project summary worksheet to include other items of right of way related costs for review and
use by the CITY.
Based on the information obtained to date, the two (2) separate tax parcels as shown in Table A
below may be impacted by the project. It is assumed both parcels will qualify for the Appraisal
Waiver process, whereas Appraisal and Appraisal review reports will not be required. In the event
Appraisals are required, an amendment to this scope of work and related fee estimate will be
required. Upon completion of the PFE, UFS will coordinate with the CITY and submit to WSDOT
for review.
Assumptions:
Parcels impacted will qualify for the Appraisal Waiver Process.
All properties are clean of hazardous materials.
Septic system modification or replacement is excluded.
Estimates for curing temporary changes in access are excluded.
Deliverables:
Project Funding Estimate (PFE) to include two (2) separate tax parcels.
D. Relocation Plan – There are no occupants or personal property displaced by the project, therefore
a Relocation Plan or related Relocation Assistance services are required.
Assumptions:
There are no occupants or personal property displaced by the project.
Deliverable: N/A – For informational purposes only.
E. FHWA Funds Authorization for ROW – Shortly after the Right of Way Plans and the PFE have been
submitted to WSDOT, and assuming NEPA clearance has been obtained, the CITY would typically
receive a letter (obligation of funds) from FHWA through WSDOT Local Programs authorizing the
use of federal funds to acquire Right of Way. This letter of authorization is required in order for
the CITY to receive federal funding reimbursement and to with making offers.
AGENDA ITEM #1. a)
March 16, 2016
3
Deliverable: N/A - For informational purposes only.
F. Appraisal & Appraisal Review – As stated in Task C above, both parcels impacted are assumed to
qualify for the Appraisal Waiver process. In lieu-of Appraisals, AOS worksheets will be prepared
as the basis for making offers to property owners per WSDOT LAG Manual – Section 25 (Right of
Way Procedures). Offers based on AOS worksheets are considered Administrative offers. The
City will be required to sign and approve each AOS worksheet establishing the amounts of just
compensation prior to making offers to property owners.
Assumptions:
Appraisal and Appraisal Review reports not required.
Deliverables:
Administrative Offer Summary (AOS) worksheets (2 each)
G. Acquisition Negotiation – Upon written approval from the CITY establishing the amount of just
compensation (Task F above), UFS will prepare the offer package(s) and promptly present offers
to purchase all required real property interests and negotiate in good faith to reach a settlement
with each property owner(s). Offers will be presented in person when at all possible. Offers based
on AOS worksheets are considered Administrative offers.
Note: Administrative Offers - For offers exceeding $10,000 and less than $25,000, property
owners must be informed if the offer is not based on an Appraisal and that one will be
prepared if requested. If the property owner elects, an appraisal report together with a
corresponding appraisal review report must be completed and a revised offer considered.
This requirement may have an impact on the approved right of way budget and project
schedule.
Negotiations will be conducted in accordance with statutory and regulatory requirements and will
include: Coordinate administrative settlement approvals with the CITY; Prepare and maintain
parcel files to include fair offer letters, acquisition documents, a standard diary form indicating all
contacts with owner(s), and other items necessary for negotiations. Since the acquisition of real
property rights is limited to Temporary Construction Easements only, it is assumed no title
clearing or escrow services will be necessary.
Negotiations shall not be deemed to have failed until at least four significant meaningful contacts
have been made and documented with each owner and/or their representative through direct
personal contacts. Out-of-area owner(s) will be contacted by telephone and by certified mail. If
negotiations reach an impasse, UFS will provide the CITY with written notification. The filing and
cost of condemnation proceedings shall be the responsibility of the CITY.
Assumptions:
It is assumed no title clearing or escrow services will be necessary.
Up to four (4) significant meaningful contacts will be made with each property owner
Deliverables:
Acquisition Negotiation services with owners the separate tax parcels as shown in Table
A below.
Completed parcel files including necessary records of all Right of Way Acquisition services.
AGENDA ITEM #1. a)
March 16, 2016
4
H. Parcel Closeout – Escrow Closing - Upon securing required acquisition agreements, UFS will
submit signed acquisition documents with payment instructions to the CITY. It is assumed no title
clearing or escrow services will be necessary.
Deliverable:
Deliver completed original Acquisition files to the City
I. Right-of-Way Certification –Right of Way Certification will be coordinated and completed through
WSDOT. UFS will complete the appropriate ROW Certification document for the City’s signature
and delivery to WSDOT. UFS will further coordinate right of way activities with WSDOT’s Local
Agency Coordinator as needed throughout the project.
Assumptions:
City to deliver to WSDOT the ROW Certification request letter.
Deliverables:
ROW Certification document for the City’s signature and delivery to WSDOT
CITY / Berger will provide the following:
1. Preliminary Commitments (Title Reports) for all parcels shown in Table A below.
2. Right of Way Plans and Drawings, Maps, Exhibits, Right of Way Staking, etc., as necessary.
3. Legal descriptions in electronic format for all real property rights to be acquired.
4. Form approval, in electronic format, of all legal conveyance documents prior to use (i.e. offer
letters, purchase and sale agreements, easements, deeds, leases and permits).
5. Review and approval of all determinations of value, established by the project appraiser, and
provide written authorization prior to offers being made to property owners.
6. Payment of any and all compensation payments to property owners, recording fees, legal services
and any incidental costs which may arise necessary to complete each transaction.
TABLE A
Parcel Data Real Property Rights to Acquire
No. Tax Parcel No. Owner / Taxpayer Partial Fee Simple Permanent Easement Temp Construction Easement Valuation Type (See Note 1) 1 334510-0070 Falaniko, Rose and Frank X AOS
2 334210-3380 King County - Parks X AOS
Notes:
1) AOS (Administrative Offer Summary) worksheet
AGENDA ITEM #1. a)
WSDOT Form 140-089 EF Exhibit B Page 1 of 1
Revised 10/30/2014
Exhibit B
DBE Participation
Agreement Number:
AGENDA ITEM #1. a)
WSDOT Form 140-089 EF Exhibit C Page 1 of 4
Revised 10/30/2014
Exhibit C
Preparation and Delivery of Electronic Engineering and Other Data
In this Exhibit the agency, as applicable, is to provide a description of the format and standards the consultant is
to use in preparing electronic files for transmission to the agency. The format and standards to be provided may
include, but are not limited to, the following:
I. Surveying, Roadway Design & Plans Preparation Section
A. Survey Data
B. Roadway Design Files
C. Computer Aided Drafting Files
Agreement Number:
AGENDA ITEM #1. a)
WSDOT Form 140-089 EF Exhibit C Page 2 of 4
Revised 10/30/2014
D. Specify the Agency’s Right to Review Product with the Consultant
E. Specify the Electronic Deliverables to Be Provided to the Agency
F. Specify What Agency Furnished Services and Information Is to Be Provided
Agreement Number:
AGENDA ITEM #1. a)
WSDOT Form 140-089 EF Exhibit C Page 3 of 4
Revised 10/30/2014
II. Any Other Electronic Files to Be Provided
III. Methods to Electronically Exchange Data
AGENDA ITEM #1. a)
WSDOT Form 140-089 EF Exhibit C Page 4 of 4
Revised 10/30/2014
A. Agency Software Suite
B. Electronic Messaging System
C. File Transfers Format
AGENDA ITEM #1. a)
WSDOT Form 140-089 EF Exhibit D Page 1 of 1
Revised 10/30/2014
Exhibit D
Prime Consultant Cost Computations
Agreement Number:
AGENDA ITEM #1. a)
EXHIBIT D-1 - CONSULTANT FEE DETERMINATION
CITY OF RENTON - NE 31ST STREET BRIDGE REPLACEMENT
Summary Sheet
5/12/2016
Page 1 of 9
DIRECT SALARY COSTS (DSC)
Personnel Hours Rate Cost
1 Project Manager 108 X $77.88 =8,411$
2 Project Engineer 397 X $53.13 =21,091$
3 Structural Engineer 444 X $41.97 =18,635$
4 Civil Engineer 294 X $35.34 =10,390$
5 Graphics/CADD 552 X $39.66 =21,893$
6 Dept. Coordinator/Admin 58 X $33.20 =1,926$
Total Hours 1,853 Subtotal Direct Salary Costs (DSC) =82,345$
Salary Escalation (SE) =5%of DSC =4,117$
Subtotal (DSC + SE) =86,463$
Overhead (OH)166.65%of (DSC + SE) =144,090$
Fixed Fee (FF)30.00%of (DSC + SE) =25,939$
TOTAL SALARY COSTS (DSC + SE + OH + FF) =256,491$
DIRECT NONSALARY COSTS (DNSC)
Mileage 350 @ 0.54$ 189$
-$
-$
TOTAL REIMBURSABLE EXPENSES (DNSC) =189$
SUBCONSULTANTS
PanGEO (Geotechnical)3,924.00$
Universal Field Services (Right of Way)17,345.00$
Watershed Science & Engineering (Hydraulics)21,327.00$
TOTAL SUBCONSULTANTS =42,596$
TOTAL AUTHORIZED AMOUNT =299,276$
MANAGEMENT RESERVE (10%) =29,928$
TOTAL CONTRACT AMOUNT =329,204$
AGENDA ITEM #1. a)
EXHIBIT D-1: PROJECT FEE DETERMINATION
BergerABAM
5/12/2016
Page 2 of 9
City of Renton - NE 31st Street Bridge Replacement
Project Manager
Classification Name
Base Wage
Rate % Participation
Blended Hourly
Rate
Project Manager Bob Fernandes $87.50 20%
Chuck Spry $75.48 80%
$77.88
Project Engineer Greg Banks $54.95 60%
Naomi Selove $50.39 40%
$53.13
Structural Engineer Santiago $41.97 100%
Iman Ghorbani $40.77 0%
Miranda Hagadorn $35.75 0%
$41.97
Civil Engineer Naomi Selove $50.39 0%
Brook Emry $35.34 100%
$35.34
Graphics/CADD John Reyes $38.61 45%
Lee Childress $39.57 45%
Jef Blake $51.73 5%
Andrew D'sylva $70.00 0%
Aaron Savage $37.86 5%
Kim Crow $35.50
$39.66
Dept. Coordinator/Admin Nora Bretana $32.67 0%
Kelly Robinson $33.20 100%
$33.20
AGENDA ITEM #1. a)
EXHIBIT D-1: CONSULTANT FEE DETERMINATION
CITY OF RENTON - NE 31ST STREET BRIDGE REPLACEMENT
ABAM 30% PS&E5/12/2016
Page 3 of 9
Task
TASK DESCRIPTION
Number Totals
DSC $77.88 $53.13 $41.97 $35.34 $39.66 $33.20
TASK 1.0 - GENERAL ACTIVITIES (6 months)1 86 54 14 22 - 26 202
Administration, Coordination, and Supervision 1.1 12 12 24
Invoicing 1.2 12 12 24
Project Meetings and Site Visits 1.3 50 54 14 22 - - 140
Project Kick-off Meeting 8 8 8 24
Project Communication (weekly 1/2 hour phone/email)12 12
PS&E Comment Resolution Meetings (4)16 32 48
Internal Team Meetings (8 total)8 8 8 8 32
Site Visit for Conceptual Design Evaluation 6 6 6 6 24
Site Visit for Design Coordination Assumed not required -
Develop Preliminary Project Schedule 1.4 12 2 14
TASK 2.0 - SURVEYING 2 - 28 - - 16 - 44
Field Verify Base Map 2.1 16 4 20
Additional Survey 2.2 Not in scope -
Survey Control for Construction 2.3 12 12 24
TASK 3.0 - PRELIMINARY HYDRAULIC ANALYSIS 3 - 4 - - 4 - 8
HEC-RAS Modeling 3.1 2 2 4
Preliminary Bridge Hydraulic Report 3.2 2 2 4 Dept. Coord./AdminProject ManagerProject EngineerStructural EngineerGraphics/CADDCivil EngineerAGENDA ITEM #1. a)
EXHIBIT D-1: CONSULTANT FEE DETERMINATION
CITY OF RENTON - NE 31ST STREET BRIDGE REPLACEMENT
ABAM 30% PS&E5/12/2016
Page 4 of 9
Task
TASK DESCRIPTION
Number Totals
DSC $77.88 $53.13 $41.97 $35.34 $39.66 $33.20Dept. Coord./AdminProject ManagerProject EngineerStructural EngineerGraphics/CADDCivil EngineerTASK 4.0 - PRELIMINARY PLANS AND COST ESTIMATE 4 14 77 68 130 128 14 431
Confirmation of Preliminary Bridge Design Assumptions 4.1 10 20 16 10 - 2 58
Provide Written Confirmation of Bridge Design Assumptions 2 2 4 2 10
Prepare Materials for Meeting with City 2 4 2 8
Attend Meeting to Review Bridge Design 8 16 8 8 40
Prepare Civil Design 30 Percent Plans 4.2 - 12 - 44 40 - 96
Prepare Structural Design 30 Percent Plans 4.3 - 5 40 - 60 - 105
Preliminary Bid Item List and 30 Percent Cost Estimate 4.4 4 12 12 8 - 36
QA/QC Preliminary Design Phase Deliverables 4.5 4 24 - - - - 28
Stormwater Design Memorandum 4.6 - 12 - 64 20 12 108
Prepare DRAFT 8 48 16 8 80
Prepare FINAL 4 16 4 4 28
TASK 5.0 - PRELIMINARY GEOTECHNICAL SERVICES 5 - 8 8 - - - 16
See PanGeo's Fee Estimate
TOTAL PHASE 1 HOURS 100 171 90 152 148 40 701 AGENDA ITEM #1. a)
EXHIBIT D-1: CONSULTANT FEE DETERMINATION
CITY OF RENTON - NE 31ST STREET BRIDGE REPLACEMENT
ABAM 30% PS&E5/12/2016
Page 5 of 9
Task
TASK DESCRIPTION
Number Totals
DSC $77.88 $53.13 $41.97 $35.34 $39.66 $33.20Dept. Coord./AdminProject ManagerProject EngineerStructural EngineerGraphics/CADDCivil EngineerBERGER/
TASK 4.1 - Civil 30% Plans Proj.Proj.Structural Civil Graphics
Dept
Coord.ABAM
Mgr.Engr.Engr.Engr./ CAD / Admin Totals
COVER SHEET WITH VICINITY MAP & SHEET INDEX 1 4 4 9
GENERAL NOTES LEGEND & ABBREVIATIONS 1 4 4 9
SURVEY CONTROL, ALIGNMENT, AND RIGHT-OF-WAY PLAN 2 8 8 18
TEMPORARY EROSION & SEDIMENT CONTROL PLAN - GENERAL NOTES
SITE PREPARATION AND TEMPORARY ESC PLAN (20 SCALE)
ROADWAY SECTIONS 2 4 8 14
ROADWAY PLAN & PROFILE (20 SCALE)2 8 8 18
ROADWAY, GRADING & DRAINAGE DETAILS 2 8 4 14
STREAM CHANNEL GRADING DETAILS 2 8 4 14
MISCELLANEOUS ROADWAY DETAILS
SUBTOTAL TASK 4.1 - 30% CIVIL DRAWINGS 12 44 40 96
BERGER/
TASK 4.2 - Structural 30% Plans Proj.Proj.Structural Civil Graphics
Dept
Coord.ABAM
Mgr.Engr.Engr.Engr./ CAD / Admin Totals
BRIDGE PLAN & PROFILE 1 8 12 21
FOUNDATION PLAN 1 8 12 21
ABUTMENT 1 PLAN & ELEVATION 1 8 12 21
ABUTMENT 2 PLAN & ELEVATION 1 8 12 21
GIRDER FRAMING PLAN & TYPICAL BRIDGE SECTION 1 8 12 21
SUBTOTAL TASK 4.2 - 30% STRUCTURAL DRAWINGS 5 40 60 105 AGENDA ITEM #1. a)
EXHIBIT D-1: CONSULTANT FEE DETERMINATION
CITY OF RENTON - NE 31ST STREET BRIDGE REPLACEMENT
ABAM Permit Support & ROW
5/12/2016
Page 6 of 9
Task
TASK DESCRIPTION
Number Totals
DSC $77.88 $53.13 $41.97 $35.34 $39.66 $33.20
TASK 6.0 - PRELIMINARY RIGHT-OF-WAY SERVICES 6 - 24 - 28 16 - 68
Falaniko, Rose and Frank Exhibits - 4 8 4 16
King County Easement Exhibits - 4 8 4 16
Obtain Titlel Reports/Prepare Legal Descriptions 8 8
ROW Plans - 8 12 8 28
See Universal Field Services Fee Estimate -
TASK 7.0 - ENVIRONMENTAL DOCUMENTATION & PERMITTING 7 - 8 12 40 2 62
See Widener & Associates Fee Estimate
TOTAL PHASE 2 HOURS - 32 - 40 56 2 130 Dept. Coord./AdminProject ManagerProject EngineerStructural EngineerCivil EngineerGraphics/CADDAGENDA ITEM #1. a)
EXHIBIT D-1: CONSULTANT FEE DETERMINATION
CITY OF RENTON - NE 31ST STREET BRIDGE REPLACEMENT
ABAM 100% PS&E
5/12/2016
Page 7 of 9
Task
TASK DESCRIPTION
Number Totals
DSC $77.88 $53.13 $41.97 $35.34 $39.66 $33.20
TASK 8.0 - FINAL PLANS, SPECIFICATION AND ENGINEER'S ESTIMATE 8 8 178 346 86 332 16 966
Roadway Design and Drawings 8.1 8 56 12 86 80 8 250
Prepare Civil PS&E Drawings (see below)- 22 - 46 72 - 140
Roadway Specifications 4 4 16 - 8 32
QA/QC 4 24 8 36
Construction Schedule 2 12 - - - 14
Roadway Quantities and Cost Estimate 4 16 8 28
Bridge Design and Drawings 8.2 - 122 334 - 252 8 716
Substructure Design Calculations 8 80 88
Superstructure Design Calculations 4 24 28
Bridge Drawings (see below)- 62 166 - 252 - 480
Specifications 8 24 32
QA/QC 32 16 8 56
Bridge Quantities and Cost Estimate 8 24 32
TASK 9.0 AD, BID & AWARD 9 - 16 8 16 16 - 56
Meetings -
Response to RFI's - 12 8 20
Addendum 4 8 8 16 36
TOTAL PHASE 3 HOURS 8 194 354 102 348 16 1022Dept. Coord./AdminProject ManagerProject EngineerStructural EngineerCivil EngineerGraphics/CADDAGENDA ITEM #1. a)
EXHIBIT D-1: CONSULTANT FEE DETERMINATION
CITY OF RENTON - NE 31ST STREET BRIDGE REPLACEMENT
ABAM 100% PS&E
5/12/2016
Page 8 of 9
Task
TASK DESCRIPTION
Number Totals
DSC $77.88 $53.13 $41.97 $35.34 $39.66 $33.20Dept. Coord./AdminProject ManagerProject EngineerStructural EngineerCivil EngineerGraphics/CADDBERGER/
TASK 8.1 - FINAL CIVIL PS&E DRAWINGS Proj.Proj.Structural Civil Graphics
Dept
Coord.ABAM
Mgr.Engr.Engr.Engr./ CAD / Admin Totals
COVER SHEET WITH VICINITY MAP & SHEET INDEX 1 2 2 5
GENERAL NOTES LEGEND & ABBREVIATIONS 1 2 2 5
SURVEY CONTROL, ALIGNMENT, AND RIGHT-OF-WAY PLAN 2 2 4 8
TEMPORARY EROSION & SEDIMENT CONTROL PLAN - GENERAL NOTES 2 4 8 14
SITE PREPARATION AND TEMPORARY ESC PLAN (20 SCALE)4 8 16 28
ROADWAY SECTIONS 2 4 8 14
ROADWAY PLAN & PROFILE (20 SCALE)2 4 8 14
ROADWAY, GRADING & DRAINAGE DETAILS 2 4 8 14
STREAM CHANNEL GRADING DETAILS 2 8 4 14
MISCELLANEOUS ROADWAY DETAILS 4 8 12 24
SUBTOTAL TASK 8.1 - FINAL CIVIL DRAWINGS 22 46 72 140
AGENDA ITEM #1. a)
EXHIBIT D-1: CONSULTANT FEE DETERMINATION
CITY OF RENTON - NE 31ST STREET BRIDGE REPLACEMENT
ABAM 100% PS&E
5/12/2016
Page 9 of 9
Task
TASK DESCRIPTION
Number Totals
DSC $77.88 $53.13 $41.97 $35.34 $39.66 $33.20Dept. Coord./AdminProject ManagerProject EngineerStructural EngineerCivil EngineerGraphics/CADDBERGER/
TASK 8.2 - FINAL STRUCTURAL DRAWINGS Proj.Proj.Structural Civil Graphics
Dept
Coord.ABAM
Mgr.Engr.Engr.Engr./ CAD / Admin Totals
BRIDGE PLAN & PROFILE 1 2 4 7
STRUCTURAL NOTES & BRIDGE CONSTRUCTION SEQUENCE 2 8 12 22
FOUNDATION PLAN 4 8 12 24
SHEET PILE WALL ELEVATIONS 4 8 16 28
SHEET PILE WALL SECTIONS 4 6 12 22
SHEET PILE WALL DETAIL 8 16 24 48
SHEET PILE WALL CAP DETAILS 4 6 16 26
ABUTMENT 1 PLAN & ELEVATION 2 4 4 10
ABUTMENT 1 DETAILS 4 12 16 32
ABUTMENT 2 PLAN & ELEVATION 2 4 4 10
ABUTMENT 2 DETAILS 4 12 16 32
GIRDER FRAMING PLAN & TYPICAL BRIDGE SECTION 1 4 4 9
GIRDER DETAILS - SHEET 01 4 12 16 32
GIRDER DETAILS - SHEET 02 4 12 16 32
DECK DETAILS 4 12 16 32
BEARING DETAILS 2 12 16 30
EXPANSION JOINT DETAILS 2 4 12 18
TRAFFIC BARRIER - SHEET 01 2 8 12 22
TRAFFIC BARRIER - SHEET 02 2 8 8 18
MISCELLANEOUS DETAILS 2 8 16 26
SUBTOTAL TASK 8.2 - FINAL STRUCTURAL DRAWINGS 62 166 252 480 AGENDA ITEM #1. a)
Job Classifications
Low NTE Low NTE Low NTE Low NTE
Engineer IX - Officer 72.00$ 117.00$ 119.99$ 194.98$ 21.60$ 35.10$ 213.59$ 347.08$
Engineer VII/VIII - Project Manager 50.00$ 85.00$ 83.33$ 141.65$ 15.00$ 25.50$ 148.33$ 252.15$
Engineer V/VI - Project Engineer 35.00$ 61.00$ 58.33$ 101.66$ 10.50$ 18.30$ 103.83$ 180.96$
Engineer IV - Senior Engineer 31.00$ 43.00$ 51.66$ 71.66$ 9.30$ 12.90$ 91.96$ 127.56$
Engineer I/II/III 24.00$ 39.00$ 40.00$ 64.99$ 7.20$ 11.70$ 71.20$ 115.69$
Planners 25.00$ 62.00$ 41.66$ 103.32$ 7.50$ 18.60$ 74.16$ 183.92$
Scienstist/Environmental/Landscape Architect 25.00$ 72.00$ 41.66$ 119.99$ 7.50$ 21.60$ 74.16$ 213.59$
Public Involvement 31.00$ 42.00$ 51.66$ 69.99$ 9.30$ 12.60$ 91.96$ 124.59$
Applications Programmer II 50.00$ 56.00$ 83.33$ 93.32$ 15.00$ 16.80$ 148.33$ 166.12$
CAD Operator IV/V/VI 31.00$ 45.00$ 51.66$ 74.99$ 9.30$ 13.50$ 91.96$ 133.49$
CAD Operator II/III 25.00$ 34.00$ 41.66$ 56.66$ 7.50$ 10.20$ 74.16$ 100.86$
Construction Specialist/Inspector/Assistant 27.00$ 61.00$ 45.00$ 101.66$ 8.10$ 18.30$ 80.10$ 180.96$
Surveyors/Geomatics 21.00$ 54.00$ 35.00$ 89.99$ 6.30$ 16.20$ 62.30$ 160.19$
Designer I/II/III/IV/V 22.00$ 43.00$ 36.66$ 71.66$ 6.60$ 12.90$ 65.26$ 127.56$
Coordinators/Graphics/Administration 10.00$ 75.00$ 16.67$ 124.99$ 3.00$ 22.50$ 29.67$ 222.49$
Note: Invoiced labor rates may be less than the low rate shown per job classification. Direct Labor Cost NTE (Not to Exceed) is the
maximum rate for each labor classification. Invoices shall be based on the actual Direct Labor Cost of the staff working on the project,
but will not exceed the NTE.
Rates valid through 30 June 2017
166.65%30%Billing Rate
City of Renton - Northeast 31st Street Bridge Replacement
Direct Salary Cost Overhead Fixed Fee All Inclusive Hourly
Exhibit D-2
BergerABAM Inc.
33301 Ninth Avenue South, Suite 300
Federal Way, WA 98003
Actuals Not to Exceed Table
AGENDA ITEM #1. a)
AGENDA ITEM #1. a)
AGENDA ITEM #1. a)
AGENDA ITEM #1. a)
AGENDA ITEM #1. a)
AGENDA ITEM #1. a)
AGENDA ITEM #1. a)
WSDOT Form 140-089 EF Exhibit E Page 1 of 1
Revised 10/30/2014
Exhibit E
Sub-consultant Cost Computations
There isn’t any sub-consultant participation at this time. The CONSULTANT shall not sub-contract for
the performance of any work under this AGREEMENT without prior written permission of the AGENCY.
Refer to section VI “Sub-Contracting” of this AGREEMENT.
Agreement Number:
AGENDA ITEM #1. a)
EXHIBIT E-1 - SUBCONSULTANT FEE DETERMINATION
PanGEO
31st Bridge
5/12/2016
NE 31st Street Bridge Replacement Proj. No.: 15-323
City of Renton, WA Date: 4/1/2016
Prepared By: REK
Revised: Prepared for: Mr. Bob Fernandes, BergerABAM
ESTIMATED LABOR:
Principal Geot. Proj. Mgr.Sr. Geot. Eng.Sr. Geologist Proj. Eng./Geol.Admin,
$72.15 $62.05 $45.20 $38.00 $36.05 $28.85 COST
Final Design Geotechnical Services
Review Final Plans and Specs 4 $248.20
Revise Prelim. Design Geotechnical Report 8 4 $640.60
Final Geotechnical Report 4 4 $392.40
Meetings & Project Management 4 $248.20
TOTAL LABOR:0 20 0 0 8 0 $1,529.40
LABORATORY TEST SUMMARY OVERHEAD & PROFIT:
Est. No.Unit Total Overhead @ 126.55% of DSC $1,935
Test Tests Cost Cost Profit @ 30% of DSC $459
Shear Strength (rock core or soil)0 $225 $0 TOTAL LABOR COSTS:$3,924
Sieve Analysis 0 $165 $0
Percent Fines 0 $45 $0 ESTIMATED DIRECT EXPENSES:
Atterberg Limits 0 $240 $0 Mileage 0 @ $0.54/mi. $0
Moisture Content 0 $12 $0 Reproduction & Field Consumables $0
TOTAL LABORATORY TESTING:$0 TOTAL DIRECT EXPENSES:$0
SUBCONTRACTOR COSTS:
Assumed Conditions:Mobilization $0
1. As stated in Scope of Work.Drilling $0
Piezometer Installation $0
TOTAL DIRECT EXPENSES:$0
COST SUMMARY:
Total Labor Cost $3,924
Lab Testing $0
Direct Expenses $0
Subcontractor Costs $0
TOTAL ESTIMATE:$3,924
WORK TASK DESCRIPTION PanGEO Labor Hours & 2016 Direct Hourly Rates
PanGEO, Inc.
AGENDA ITEM #1. a)
EXHIBIT E-1 - SUBCONSULTANT FEE DETERMINATION
Universal Field Services
City of Renton
NE 31st Street Bridge Replacement
Right of Way Acquisition Services - Fee Estimate
Estimate
5/12/2016
1 of 2
DIRECT SALARY COSTS (DSC)
Personnel Hours Rate Cost
1 Quality Assurance 9.0 X $55.30 =497.70
2 Project Manager 29.0 X $44.00 =1,276.00
3 Acquisition Specialist 100.0 X $39.00 =3,900.00
4 Sr Administrative Specialist 29.5 X $30.00 =885.00
Total Hours 167.5 6,558.70
Overhead (OH)40.42%of DSC =2,651.03
Fixed Fee (FF)30.00%of DSC =1,967.61
TOTAL DSC =11,177.34
DIRECT NONSALARY COSTS (DNSC)
Mileage 780 miles @ 0.540$ 421.20
Miscellaneous Expenses (see note 4 below)136.06
TOTAL DNSC =557.26
SUBCONSULTANTS
Project Funding Estimate Valbridge Appraisal (See Note 5 below)5,500.00
Administrative 2% (B&O taxes etc.)110.00
5,610.00
TOTAL ESTIMATED AMOUNT =17,344.60
Notes:
1.) Universal reserves the right to re-negotiate estimate total if Notice to Proceed not provided
within 180 days from the date of this estimate.
2.) Mileage to be billed at $0.540/mile or the approved IRS rate at the time mileage is incurred.
3.) See Estimated Hours worksheet (next page) for list of parcels impacted and the real property
rights to be acquired from each.
4.) Reimbursable miscellaneous expenses, including but not limited to: ferry fees, postage, parking
printing, long distance telephone, etc., at cost - no markup.
5.) It is assumed Appraisal and Appraisal review reports not required. AOS worksheets
will be the basis of offers to property owners in lieu-of Appraisal reoprts.
TOTAL SUBCONSULTANT FEES =
Subtotal DSC =
AGENDA ITEM #1. a)
EXHIBIT E-1 - SUBCONSULTANT FEE DETERMINATION
Universal Field Services
City of Renton
NE 31st Street Bridge Replacement
Right of Way Acquisition Services - Fee Estimate
Hours-Mileage Worksheet
5/12/2016
2 of 2
No. Tax Parcel No.Owner / Taxpayer
Partial Fee SimpleTemp Const EasementQAPMNegAdminMileage1 3345100070 Falaniko, Rose & Frank X 1 6 55 10 180
2 3342103380 King County - Parks X 1 3.5 30 6 120
4 4 0 0 60
0 0 3 3 0
0 8 8 0 360
0 1.5 1.5 3 0
0 1.5 0 1.5 0
0.5 1 0 1 0
1 1 0 1 0
1.5 1.5 0 0 0
0 1 2.5 4 60
9 29 100 29.5 780
Parcel File Closeout - Deliver to City
Assist City with developing "Introduction Informational Letter"
Negotiation HoursParcel Data
Provide PFE input being completed by Appraiser
Rights to be Acquired
Provide six (6) monthly progress and tracking reports
Attend four (4) Progress Meetings - City office
Coordinate CITY approval of sample acquisition documents
Attend Kick off meeting - City office
Subcontract with and manage Appraisal (PFE)
Review title reports to be provided by Berger Abam AGENDA ITEM #1. a)
EXHIBIT E-1 - SUBCONSULTANT FEE DETERMINATION NE 31st Bridge
5/12/2016
Estimate of Professional Services
Prepared for: ABAM/City of Renton
110 Prefontaine Place South, Suite 508 Project: NE 31st Bridge Replacement
Seattle, WA 98104 Hydraulic Design Investigation
Tel. (206) 521-3000 Date:
Prepared By:Jeff Johnson
Hours
TASK DESCRIPTION Prin Sr. Eng. I Sr. Eng. II Staff Eng.Jr. Eng.GIS Specialist Contract Admin Totals
1. Data Collection and Review 2 4 $767
2. Site Inspection 5 5 $1,459
3. Channel Survey (assume complete)$0
4. Hydrology 2 4 $767
5. Hydraulic Analysis 4 1 24 $3,171
6. Geomorphic Assessment 4 4 $1,168
7. Scour / Erosion Assessment and Protection Concepts 4 4 16 $2,776
8. Meetings 14 6 $3,354
9. Hydraulic Report 16 2 20 $5,380
10. Permit Support 2 2 $584
11. 60%, 90%, and Final Design Support 4 2 $984
12. Administration 2 1 3 $760
Total Hours and Direct Labor Cost (DL)52.0 3.0 4.0 0.0 79.0 0.0 3.0
Labor Rate ($/hr) (WSDOT approved OH 167.60% and 30% fee)$200.31 $171.69 $127.34 $107.31 $91.57 $104.16 $89.28
TOTAL LABOR COST $10,416 $515 $509 $0 $7,234 $0 $268 $21,169
Direct Expense Detail
Units Rate Cost
Mileage 200 $0.540 $108.00
Reproduction and Communication $50.00
Total $158.00
Cost Summary
Total Labor $21,169
Total Direct Expenses $158
Total $21,327
May 12, 2016
AGENDA ITEM #1. a)
Job Classifications
Direct
Salary
Costs
Overhead
126.55%
Fixed Fee
30%
All Inclusive
Hourly
Billing Rate
NTE NTE NTE NTE
Principal 75.96$ 96.13$ 22.79$ 194.88$
Geotechnical Project Manager 64.90$ 82.13$ 19.47$ 166.50$
Sr. Geotechnical Engineer 52.88$ 66.92$ 15.86$ 135.66$
Sr. Geologist 43.27$ 54.76$ 12.98$ 111.01$
Project Engineer 39.42$ 49.89$ 11.83$ 101.13$
Project Geologist 38.46$ 48.67$ 11.54$ 98.67$
Staff Engineer 33.94$ 42.95$ 10.18$ 87.07$
Staff Geologist 25.00$ 31.64$ 7.50$ 64.14$
Administration 30.29$ 38.33$ 9.09$ 77.71$
Note: Invoiced labor rates may be less than the low rate shown per job classification.
Direct Labor Cost NTE (Not to Exceed) is the maximum rate for each labor classification.
Invoices shall be based on the actual Direct Labor Cost of the staff working on the project,
but will not exceed the NTE.
Rates valid through 30 June 2017
City of Renton - Northeast 31st Street Bridge Replacement
Exhibit E-2
PanGEO
Actuals Not to Exceed Table
AGENDA ITEM #1. a)
Job Classifications
Direct
Salary
Costs
Overhead
40.42%
Fixed Fee
30%
All Inclusive
Hourly
Billing Rate
NTE NTE NTE NTE
Quality Assurance 57.00$ 23.04$ 17.10$ 97.14$
Project Manager 45.32$ 18.32$ 13.60$ 77.23$
Acquisition Specialist 40.17$ 16.24$ 12.05$ 68.46$
Sr. Administrative Specialist 31.00$ 12.53$ 9.30$ 52.83$
Note: Invoiced labor rates may be less than the low rate shown per job classification.
Direct Labor Cost NTE (Not to Exceed) is the maximum rate for each labor classification.
Invoices shall be based on the actual Direct Labor Cost of the staff working on the project,
but will not exceed the NTE.
Rates valid through 30 June 2017
City of Renton - Northeast 31st Street Bridge Replacement
Exhibit E-2
Universal Field Services
Actuals Not to Exceed Table
AGENDA ITEM #1. a)
Job Classifications
Direct
Salary
Costs
Overhead
167.60%
Fixed Fee
30%
All Inclusive
Hourly
Billing Rate
NTE NTE NTE NTE
Principal 67.31$ 112.81$ 20.19$ 200.31$
Sr. Engineer I 57.69$ 96.69$ 17.31$ 171.69$
Sr. Engineer II 42.79$ 71.72$ 12.84$ 127.34$
Senior Geomorphologist 42.07$ 70.51$ 12.62$ 125.20$
Staff Engineer 36.06$ 60.44$ 10.82$ 107.31$
Jr. Engineer 30.77$ 51.57$ 9.23$ 91.57$
GIS Specialist 35.00$ 58.66$ 10.50$ 104.16$
Technician/Drafter 25.00$ 41.90$ 7.50$ 74.40$
Engineering Intern 20.00$ 33.52$ 6.00$ 59.52$
Contract Admin 30.00$ 50.28$ 9.00$ 89.28$
Note: Invoiced labor rates may be less than the low rate shown per job classification.
Direct Labor Cost NTE (Not to Exceed) is the maximum rate for each labor classification.
Invoices shall be based on the actual Direct Labor Cost of the staff working on the project,
but will not exceed the NTE.
Rates valid through 30 June 2017
City of Renton - Northeast 31st Street Bridge Replacement
Exhibit E-2
Watershed
Actuals Not to Exceed Table
AGENDA ITEM #1. a)
AGENDA ITEM #1. a)
AGENDA ITEM #1. a)
AGENDA ITEM #1. a)
AGENDA ITEM #1. a)
AGENDA ITEM #1. a)
AGENDA ITEM #1. a)
AGENDA ITEM #1. a)
AGENDA ITEM #1. a)
AGENDA ITEM #1. a)
AGENDA ITEM #1. a)
AGENDA ITEM #1. a)
AGENDA ITEM #1. a)
AGENDA ITEM #1. a)
WSDOT Form 140-089 EF Exhibit F Page 1 of 1
Revised 10/30/2014
Exhibit F
Title VI Assurances
During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, and successors
in interest agrees as follows:
1. Compliance with Regulations: The CONSULTANT shall comply with the Regulations relative to non-
discrimination in federally assisted programs of the AGENCY, Title 49, Code of Federal Regulations,
Part 21, as they may be amended from time to time (hereinafter referred to as the “REGULATIONS”),
which are herein incorporated by reference and made a part of this AGREEMENT.
2. Non-discrimination: The CONSULTANT, with regard to the work performed during this AGREEMENT,
shall not discriminate on the grounds of race, color, sex, or national origin in the selection and retention
of sub-consultants, including procurement of materials and leases of equipment. The CONSULTANT
shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the
REGULATIONS, including employment practices when this AGREEMENT covers a program set forth
in Appendix B of the REGULATIONS.
3. Solicitations for Sub-consultants, Including Procurement of Materials and Equipment: In all solicitations
either by competitive bidding or negotiations made by the CONSULTANT for work to be performed
under a sub-contract, including procurement of materials or leases of equipment, each potential sub-
consultant or supplier shall be notified by the CONSULTANT of the CONSULTANT’s obligations under
this AGREEMENT and the REGULATIONS relative to non-discrimination on the grounds of race, color,
sex, or national origin.
4. Information and Reports: The CONSULTANT shall provide all information and reports required by the
REGULATIONS or directives issued pursuant thereto, and shall permit access to its books, records,
accounts, other sources of information, and its facilities as may be determined by the AGENCY, the
STATE, or the Federal Highway Administration (FHWA) to be pertinent to ascertain compliance with such
REGULATIONS, orders and instructions. Where any information required of a CONSULTANT is in the
exclusive possession of another who fails or refuses to furnish this information, the CONSULTANT shall
so certify to the AGENCY, the STATE, or the FHWA as appropriate, and shall set forth what efforts it has
made to obtain the information.
5. Sanctions for Non-compliance: In the event of the CONSULTANT’s non-compliance with the non-
discrimination provisions of this AGREEMENT, the AGENCY shall impose such AGREEMENT sanctions
as it, the STATE, or the FHWA may determine to be appropriate, including, but not limited to:
• Withholding of payments to the CONSULTANT under this AGREEMENT until the CONSULTANT
complies, and/or;
• Cancellation, termination, or suspension of this AGREEMENT, in whole or in part.
6. Incorporation of Provisions: The CONSULTANT shall include the provisions of paragraphs (1) through
(5) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the
REGULATIONS, or directives issued pursuant thereto. The CONSULTANT shall take such action with
respect to any sub-consultant or procurement as the STATE, the AGENCY, or FHWA may direct as a means
of enforcing such provisions including sanctions for non-compliance.
Provided, however, that in the event a CONSULTANT becomes involved in, or is threatened with,
litigation with a sub-consultant or supplier as a result of such direction, the CONSULTANT may request
the AGENCY enter into such litigation to protect the interests of the STATE and/or the AGENCY and, in
addition, the CONSULTANT may request the United States enter into such litigation to protect the interests
of the United States.Agreement Number:
AGENDA ITEM #1. a)
WSDOT Form 140-089 EF Exhibit G Page 1 of 1
Revised 10/30/2014
Exhibit G
Certification Documents
Exhibit G-1(a) Certification of Consultant
Exhibit G-1(b) Certification of _______________________________
Exhibit G-2 Certification Regarding Debarment, Suspension and Other Responsibility Matters -
Primary Covered Transactions
Exhibit G-3 Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying
Exhibit G-4 Certificate of Current Cost or Pricing Data
Agreement Number:
AGENDA ITEM #1. a)
WSDOT Form 140-089 EF Exhibit G Page 1 of 1
Revised 10/30/2014
Exhibit G-1(a) Certification of Consultant
I hereby certify that I am the and duly authorized representative of the firm of
whose address is
and that neither the above firm nor I have:
a) Employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration,
any firm or person (other than a bona fide employee working solely for me or the above CONSULTANT)
to solicit or secure this AGREEMENT;
b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of
any firm or person in connection with carrying out this AGREEMENT; or
c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely
for me or the above CONSULTANT) any fee, contribution, donation, or consideration of any kind for, or in
connection with, procuring or carrying out this AGREEMENT; except as hereby expressly stated (if any);
I acknowledge that this certificate is to be furnished to the
and the Federal Highway Administration, U.S. Department of Transportation in connection with this
AGREEMENT involving participation of Federal-aid highway funds, and is subject to applicable State and
Federal laws, both criminal and civil.
Consultant (Firm Name)
Signature (Authorized Official of Consultant)Date
Agreement Number:
AGENDA ITEM #1. a)
WSDOT Form 140-089 EF Exhibit G Page 1 of 1
Revised 10/30/2014
Exhibit G-1(b) Certification of
I hereby certify that I am the:
Other
of the , and
or its representative has not been required, directly or indirectly as an express or implied condition in connection
with obtaining or carrying out this AGREEMENT to:
a) Employ or retain, or agree to employ to retain, any firm or person; or
b) Pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or consideration
of any kind; except as hereby expressly stated (if any):
I acknowledge that this certificate is to be furnished to the
and the Federal Highway Administration, U.S. Department of Transportation, in connection with this
AGREEMENT involving participation of Federal-aid highway funds, and is subject to applicable State and
Federal laws, both criminal and civil.
Signature Date
Agreement Number:
AGENDA ITEM #1. a)
WSDOT Form 140-089 EF Exhibit G Page 1 of 1
Revised 10/30/2014
Exhibit G-2 Certification Regarding Debarment, Suspension and Other
Responsibility Matters - Primary Covered Transactions
I. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals:
A. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded from covered transactions by any Federal department or agency;
B. Have not within a three (3) year period preceding this proposal been convicted of or had a civil judgment
rendered against them for commission of fraud or a criminal offense in connection with obtaining,
attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under
a public transaction; violation of Federal or State anti-trust statues or commission of embezzlement,
theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving
stolen property;
C. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity
(Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b)
of this certification; and
D. Have not within a three (3) year period preceding this application / proposal had one or more public
transactions (Federal, State and local) terminated for cause or default.
II. Where the prospective primary participant is unable to certify to any of the statements in this certification,
such prospective participant shall attach an explanation to this proposal.
Consultant (Firm Name)
Signature (Authorized Official of Consultant)Date
Agreement Number:
AGENDA ITEM #1. a)
WSDOT Form 140-089 EF Exhibit G Page 1 of 1
Revised 10/30/2014
Exhibit G-3 Certification Regarding the Restrictions of the Use of Federal Funds
for Lobbying
The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her
knowledge and belief, that:
1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any
person for influencing or attempting to influence an officer or employee of any Federal agency, a Member
of Congress, a officer or employee of Congress, or any employee of a Member of Congress in connection
with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan,
the entering into of any cooperative AGREEMENT, and the extension, continuation, renewal, amendment,
or modification of Federal contract, grant, loan or cooperative AGREEMENT.
2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress,
an officer or employee of Congress, or an employee of a Member of Congress in connection with this
Federal contract, grant, loan or cooperative AGREEMENT, the undersigned shall complete and submit
Standard Form - LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions.
This certification is a material representation of fact upon which reliance was placed when this transaction
was made or entered into. Submission of this certification is a prerequisite for making or entering into
this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required
certification shall be subject to a civil penalty of not less than $10,000.00, and not more than $100,000.00,
for each such failure.
The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require
that the language of this certification be included in all lower tier sub-contracts, which exceed $100,000,
and that all such sub-recipients shall certify and disclose accordingly.
Consultant (Firm Name)
Signature (Authorized Official of Consultant)Date
Agreement Number:
AGENDA ITEM #1. a)
WSDOT Form 140-089 EF Exhibit G Page 1 of 1
Revised 10/30/2014
Exhibit G-4 Certificate of Current Cost or Pricing Data
This is to certify that, to the best of my knowledge and belief, the cost or pricing data (as defined in section
2.101 of the Federal Acquisition Regulation (FAR) and required under FAR subsection 15.403-4) submitted,
either actually or by specific identification in writing, to the Contracting Officer or to the Contracting Officer’s
representative in support of * are accurate, complete, and current
as of **.
This certification includes the cost or pricing data supporting any advance AGREEMENT’s and forward pricing
rate AGREEMENT’s between the offer or and the Government that are part of the proposal.
Firm:
Signature Title
Date of Execution***:
*Identify the proposal, quotation, request for pricing adjustment, or other submission involved, giving the appropriate identifying number (e.g. project title.)
**Insert the day, month, and year, when price negotiations were concluded and price AGREEMENT was reached.
***Insert the day, month, and year, of signing, which should be as close as practicable to the date when the price negotiations were concluded and the
contract price was agreed to.
Agreement Number:
AGENDA ITEM #1. a)
WSDOT Form 140-089 EF Exhibit H Page 1 of 1
Revised 10/30/2014
Exhibit H
Liability Insurance Increase
To Be Used Only If Insurance Requirements Are Increased
The professional liability limit of the CONSULTANT to the AGENCY identified in Section XIII, Legal Relations
and Insurance of this Agreement is amended to $.
The CONSULTANT shall provide Professional Liability insurance with minimum per occurrence limits in the
amount of $.
Such insurance coverage shall be evidenced by one of the following methods:
• Certificate of Insurance.
• Self-insurance through an irrevocable Letter of Credit from a qualified financial institution.
Self-insurance through documentation of a separate fund established exclusively for the payment of professional
liability claims, including claim amounts already reserved against the fund, safeguards established for payment
from the fund, a copy of the latest annual financial statements, and disclosure of the investment portfolio for
those funds.
Should the minimum Professional Liability insurance limit required by the AGENCY as specified above exceed
$1 million per occurrence or the value of the contract, whichever is greater, then justification shall be submitted
to the Federal Highway Administration (FHWA) for approval to increase the minimum insurance limit.
If FHWA approval is obtained, the AGENCY may, at its own cost, reimburse the CONSULTANT for the additional
professional liability insurance required.
Notes: Cost of added insurance requirements: $.
• Include all costs, fee increase, premiums.
• This cost shall not be billed against an FHWA funded project.
• For final contracts, include this exhibit.
Agreement Number:
AGENDA ITEM #1. a)
WSDOT Form 140-089 EF Exhibit I Page 1 of 2
Revised 10/30/2014
Exhibit I
Alleged Consultant Design Error Procedures
The purpose of this exhibit is to establish a procedure to determine if a consultant’s alleged design error is of a
nature that exceeds the accepted standard of care. In addition, it will establish a uniform method for the resolution
and/or cost recovery procedures in those instances where the agency believes it has suffered some material damage
due to the alleged error by the consultant.
Step 1 Potential Consultant Design Error(s) is Identified by Agency’s Project Manager
At the first indication of potential consultant design error(s), the first step in the process is for the Agency’s
project manager to notify the Director of Public Works or Agency Engineer regarding the potential design
error(s). For federally funded projects, the Region Local Programs Engineer should be informed and
involved in these procedures. (Note: The Director of Public Works or Agency Engineer may appoint an
agency staff person other than the project manager, who has not been as directly involved in the project,
to be responsible for the remaining steps in these procedures.)
Step 2 Project Manager Documents the Alleged Consultant Design Error(s)
After discussion of the alleged design error(s) and the magnitude of the alleged error(s), and with the
Director of Public Works or Agency Engineer’s concurrence, the project manager obtains more detailed
documentation than is normally required on the project. Examples include: all decisions and descriptions
of work; photographs, records of labor, materials and equipment.
Step 3 Contact the Consultant Regarding the Alleged Design Error(s)
If it is determined that there is a need to proceed further, the next step in the process is for the project
manager to contact the consultant regarding the alleged design error(s) and the magnitude of the alleged
error(s). The project manager and other appropriate agency staff should represent the agency and the
consultant should be represented by their project manger and any personnel (including sub-consultants)
deemed appropriate for the alleged design error(s) issue.
Step 4 Attempt to Resolve Alleged Design Error with Consultant
After the meeting(s) with the consultant have been completed regarding the consultant’s alleged design
error(s), there are three possible scenarios:
• It is determined via mutual agreement that there is not a consultant design error(s). If this is the case,
then the process will not proceed beyond this point.
• It is determined via mutual agreement that a consultant design error(s) occurred. If this is the case,
then the Director of Public Works or Agency Engineer, or their representatives, negotiate a settlement
with the consultant. The settlement would be paid to the agency or the amount would be reduced from
the consultant’s agreement with the agency for the services on the project in which the design error
took place. The agency is to provide LP, through the Region Local Programs Engineer, a summary
of the settlement for review and to make adjustments, if any, as to how the settlement affects federal
reimbursements. No further action is required.
• There is not a mutual agreement regarding the alleged consultant design error(s). The consultant may
request that the alleged design error(s) issue be forwarded to the Director of Public Works or Agency
Engineer for review. If the Director of Public Works or Agency Engineer, after review with their legal
counsel, is not able to reach mutual agreement with the consultant, proceed to Step 5.
Agreement Number:
AGENDA ITEM #1. a)
WSDOT Form 140-089 EF Exhibit I Page 2 of 2
Revised 10/30/2014
Step 5 Forward Documents to Local Programs
For federally funded projects all available information, including costs, should be forwarded through the
Region Local Programs Engineer to LP for their review and consultation with the FHWA. LP will meet
with representatives of the agency and the consultant to review the alleged design error(s), and attempt
to find a resolution to the issue. If necessary, LP will request assistance from the Attorney General’s Office
for legal interpretation. LP will also identify how the alleged error(s) affects eligibility of project costs
for federal reimbursement.
• If mutual agreement is reached, the agency and consultant adjust the scope of work and costs
to reflect the agreed upon resolution. LP, in consultation with FHWA, will identify the amount
of federal participation in the agreed upon resolution of the issue.
• If mutual agreement is not reached, the agency and consultant may seek settlement by arbitration
or by litigation.
Agreement Number:
AGENDA ITEM #1. a)
WSDOT Form 140-089 EF Exhibit J Page 1 of 2
Revised 10/30/2014
Exhibit J Consultant Claim Procedures
The purpose of this exhibit is to describe a procedure regarding claim(s) on a consultant agreement. The following
procedures should only be utilized on consultant claims greater than $1,000. If the consultant’s claim(s) are a total
of $1,000 or less, it would not be cost effective to proceed through the outlined steps. It is suggested that the
Director of Public Works or Agency Engineer negotiate a fair and reasonable price for the consultant’s claim(s)
that total $1,000 or less.
This exhibit will outline the procedures to be followed by the consultant and the agency to consider a potential
claim by the consultant.
Step 1 Consultant Files a Claim with the Agency Project Manager
If the consultant determines that they were requested to perform additional services that were outside
of the agreement’s scope of work, they may be entitled to a claim. The first step that must be completed
is the request for consideration of the claim to the Agency’s project manager.
The consultant’s claim must outline the following:
• Summation of hours by classification for each firm that is included in the claim;
• Any correspondence that directed the consultant to perform the additional work;
• Timeframe of the additional work that was outside of the project scope;
• Summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with
the additional work; and
• Explanation as to why the consultant believes the additional work was outside of the agreement
scope of work.
Step 2 Review by Agency Personnel Regarding the Consultant’s Claim for Additional Compensation
After the consultant has completed step 1, the next step in the process is to forward the request to the
Agency’s project manager. The project manager will review the consultant’s claim and will met with the
Director of Public Works or Agency Engineer to determine if the Agency agrees with the claim. If the
FHWA is participating in the project’s funding, forward a copy of the consultant’s claim and the Agency’s
recommendation for federal participation in the claim to the WSDOT Local Programs through the Region
Local Programs Engineer. If the claim is not eligible for federal participation, payment will need to be from
agency funds.
If the Agency project manager, Director of Public Works or Agency Engineer, WSDOT Local Programs
(if applicable), and FHWA (if applicable) agree with the consultant’s claim, send a request memo, including
backup documentation to the consultant to either supplement the agreement, or create a new agreement
for the claim. After the request has been approved, the Agency shall write the supplement and/or new
agreement and pay the consultant the amount of the claim. Inform the consultant that the final payment for
the agreement is subject to audit. No further action in needed regarding the claim procedures.
If the Agency does not agree with the consultant’s claim, proceed to step 3 of the procedures.
Agreement Number:
AGENDA ITEM #1. a)
WSDOT Form 140-089 EF Exhibit J Page 2 of 2
Revised 10/30/2014
Step 3 Preparation of Support Documentation Regarding Consultant’s Claim(s)
If the Agency does not agree with the consultant’s claim, the project manager shall prepare a summary
for the Director of Public Works or Agency Engineer that included the following:
• Copy of information supplied by the consultant regarding the claim;
• Agency’s summation of hours by classification for each firm that should be included in the claim;
• Any correspondence that directed the consultant to perform the additional work;
• Agency’s summary of direct labor dollars, overhead costs, profit and reimbursable costs associated
with the additional work;
• Explanation regarding those areas in which the Agency does/does not agree with the consultant’s
claim(s);
• Explanation to describe what has been instituted to preclude future consultant claim(s); and
• Recommendations to resolve the claim.
Step 4 Director of Public Works or Agency Engineer Reviews Consultant Claim and Agency Documentation
The Director of Pubic Works or Agency Engineer shall review and administratively approve or disapprove
the claim, or portions thereof, which may include getting Agency Council or Commission approval (as
appropriate to agency dispute resolution procedures). If the project involves federal participation, obtain
concurrence from WSDOT Local Programs and FHWA regarding final settlement of the claim. If the claim
is not eligible for federal participation, payment will need to be from agency funds.
Step 5 Informing Consultant of Decision Regarding the Claim
The Director of Public Works or Agency Engineer shall notify (in writing) the consultant of their final
decision regarding the consultant’s claim(s). Include the final dollar amount of the accepted claim(s)
and rationale utilized for the decision.
Step 6 Preparation of Supplement or New Agreement for the Consultant’s Claim(s)
The agency shall write the supplement and/or new agreement and pay the consultant the amount
of the claim. Inform the consultant that the final payment for the agreement is subject to audit.
Agreement Number:
AGENDA ITEM #1. a)
20,000 1,667
NE 31st Street Culvert Repair Project - Vicinity Map
This map is a user generated static output from an Internet mapping site and
is for reference only. Data layers that appear on this map may or may not be
accurate, current, or otherwise reliable.
None
6/23/2014
Legend
1,1330567
THIS MAP IS NOT TO BE USED FOR NAVIGATION
Feet
Notes
1,133
WGS_1984_Web_Mercator_Auxiliary_Sphere
Information Technology - GIS
RentonMapSupport@Rentonwa.gov
Streams (Classified)
1
2
3
4
AGENDA ITEM #1. a)
AB - 1654
City Council Regular Meeting - 06 Jun 2016
SUBJECT/TITLE: Consultant Agreement with Parametrix, Inc. for the Duvall Avenue
NE (NE 10th Street to NE Sunset Blvd/SR 900) Improvements Project
RECOMMENDED ACTION: Refer to Transportation (Aviation) Committee
DEPARTMENT: Transportation Systems Division
STAFF CONTACT: Flora Lee, Transportation Design Project Manager
EXT.: 7303
FISCAL IMPACT SUMMARY:
The project has a total budget of $4,670,000 and is funded through a combination of a Washington State
Transportation Improvement Board (TIB) grant in the amount of $3,468,289 and a City match in the amount of
$1,201,711. The amount budgeted for design engineering is $667,000. The proposed consultant agreement
with Parametrix, Inc. for design is $390,848 and is within budget.
SUMMARY OF ACTION:
The City was awarded the State of Washington Transportation Improvement Board (TIB) grant in the amount of
$3,468,289 for the design and construction to improve Duvall Avenue NE from NE 10th Street to NE Sunset Blvd (SR
900).
This project may begin design work now and is anticipated to construct in mid-2017. Improvements will
include:
1. Full depth reclamation of the roadway from NE 10th Street to NE 12th Street.
2. Complete the missing link sidewalk separated by a planter strip on the west side from NE 10th Street to
NE 12th Street.
3. Channelize new bicycle lanes to connect to existing bicycle lanes at NE Sunset Blvd.
4. Illumination on the west side from NE 10th Street to NE 12th Street.
5. Overlay and channelization from NE 12th Street to NE Sunset Blvd, a left turn-lane into NE 12th Street,
and two-way left-turn lanes.
This project will increase mobility for all modes of travel in a north-south corridor connecting South King County to the
Eastside (utilized by commuters as an alternative to the congested I-405) and will also significantly improve safety for
non-motorized users. The proposed agreement is within budget and considered reasonable.
EXHIBITS:
A. Agreement
B. Project Vicinity Map
STAFF RECOMMENDATION:
Authorize the Mayor and City Clerk to execute the Local Agency A&E Professional Services Negotiated Hourly
Rate Consultant Agreement for consultant services for the Duvall Avenue NE (NE 10th Street to NE Sunset
Blvd/SR 900) Improvements Project with Parametrix, Inc. in the amount of $390,848.
AGENDA ITEM #2. a)
Local Agency A&E Professional Services Negotiated Hourly Rate Consultant Agreement Page 1 of 14
Revised 4/10/2015
Local Agency A&E Professional Services
Negotiated Hourly Rate Consultant Agreement
Agreement Number:
Firm/Organization Legal Name (do not use dba’s):
Address Federal Aid Number
UBI Number Federal TIN or SSN Number
Execution Date Completion Date
1099 Form Required
Yes No
Federal Participation
Yes No
Project Title
Description of Work
Yes No DBE Participation
Yes No MBE Participation
Yes No WBE Participation
Yes No SBE Participation
Maximum Amount Payable:
Index of Exhibits
Exhibit A Scope of Work
Exhibit B DBE Participation
Exhibit C Preparation and Delivery of Electronic Engineering and Other Data
Exhibit D Prime Consultant Cost Computations
Exhibit E Sub-consultant Cost Computations
Exhibit F Title VI Assurances
Exhibit G &HUWL¿FDWLRQ'RFXPHQWV
Exhibit H Liability Insurance Increase
Exhibit I Alleged Consultant Design Error Procedures
Exhibit J Consultant Claim Procedures
([KLELW.7,%*UDQW$JUHHPHQWand Grant Application
CAG-16-063
Parametrix, Inc.
1019 39th Ave SE, Suite 100, Puyallup, WA 98374 N/A
600 135 349 91-0914810
April 30, 2018
Duvall Avenue NE, NE 10th Street to Sunset Boulevard
Engineering services for design improvements on Duvall Avenue NE, NE 10th Street to Sunset Boulevard
to restore the paved surface, and fill in missing non-motorized facilities such as sidewalks and bicycle
lanes, illumination, and channelization.
$390,848
Agreement Number:CAG-16-063
AGENDA ITEM #2. a)
Local Agency A&E Professional Services Negotiated Hourly Rate Consultant Agreement Page 2 of 14
Revised 4/10/2015
THIS AGREEMENT, made and entered into as shown in the “Execution Date” box on page one (1) of this
AGREEMENT, between the ,
hereinafter called the “AGENCY,” and the “Firm / Organization Name” referenced on page one (1) of this
AGREEMENT, hereinafter called the “CONSULTANT.”
WHEREAS, the AGENCY desires to accomplish the work referenced in “Description of Work” on page one (1)
RIWKLV$*5((0(17DQGKHUHDIWHUFDOOHGWKH³6(59,&(6´DQGGRHVQRWKDYHVXI¿FLHQWVWDIIWRPHHWWKHUHTXLUHG
commitment and therefore deems it advisable and desirable to engage the assistance of a CONSULTANT to provide
the necessary SERVICES; and
WHEREAS, the CONSULTANT represents that they comply with the Washington State Statutes relating
WRSURIHVVLRQDOUHJLVWUDWLRQLIDSSOLFDEOHDQGKDVVLJQL¿HGDZLOOLQJQHVVWRIXUQLVKFRQVXOWLQJVHUYLFHVWR
the AGENCY.
NOW, THEREFORE, in consideration of the terms, conditions, covenants, and performance contained herein,
or attached and incorporated and made a part hereof, the parties hereto agree as follows:
I. General Description of Work
7KHZRUNXQGHUWKLV$*5((0(17VKDOOFRQVLVWRIWKHDERYHGHVFULEHG6(59,&(6DVKHUHLQGH¿QHGDQG
necessary to accomplish the completed work for this project. The CONSULTANT shall furnish all services, labor,
DQGUHODWHGHTXLSPHQWDQGLIDSSOLFDEOHVXEFRQVXOWDQWVDQGVXEFRQWUDFWRUVQHFHVVDU\WRFRQGXFWDQGFRPSOHWHWKH
SERVICES as designated elsewhere in this AGREEMENT.
II. General Scope of Work
7KH6FRSHRI:RUNDQGSURMHFWHGOHYHORIHIIRUWUHTXLUHGIRUWKHVH6(59,&(6LVGHVFULEHGLQ([KLELW³$´DWWDFKHG
hereto and by this reference made a part of this AGREEMENT. The General Scope of Work was developed
utilizing performance based contracting methodologies.
III. General Requirements
All aspects of coordination of the work of this AGREEMENT with outside agencies, groups, or individuals shall
receive advance approval by the AGENCY. Necessary contacts and meetings with agencies, groups, and/or
individuals shall be coordinated through the AGENCY. The CONSULTANT shall attend coordination, progress,
DQGSUHVHQWDWLRQPHHWLQJVZLWKWKH$*(1&<DQGRUVXFK6WDWH)HGHUDO&RPPXQLW\&LW\RU&RXQW\RI¿FLDOV
JURXSVRULQGLYLGXDOVDVPD\EHUHTXHVWHGE\WKH$*(1&<7KH$*(1&<ZLOOSURYLGHWKH&2168/7$17
VXI¿FLHQWQRWLFHSULRUWRPHHWLQJVUHTXLULQJ&2168/7$17SDUWLFLSDWLRQ7KHPLQLPXPUHTXLUHGKRXUVRUGD\V¶
notice shall be agreed to between the AGENCY and the CONSULTANT and shown in Exhibit “A.”
The CONSULTANT shall prepare a monthly progress report, in a form approved by the AGENCY, which will
outline in written and graphical form the various phases and the order of performance of the SERVICES in
VXI¿FLHQWGHWDLOVRWKDWWKHSURJUHVVRIWKH6(59,&(6FDQHDVLO\EHHYDOXDWHG
The CONSULTANT, any sub-consultants, and the AGENCY shall comply with all Federal, State, and local laws,
rules, codes, regulations, and all AGENCY policies and directives, applicable to the work to be performed under
this AGREEMENT. This AGREEMENT shall be interpreted and construed in accordance with the laws of the State
of Washington.
Agreement Number: CAG-16-063
City of Renton
AGENDA ITEM #2. a)
Local Agency A&E Professional Services Negotiated Hourly Rate Consultant Agreement Page 3 of 14
Revised 4/10/2015
3DUWLFLSDWLRQIRU'LVDGYDQWDJHG%XVLQHVV(QWHUSULVHV'%(RU6PDOO%XVLQHVV(QWHUSULVHV6%(LIUHTXLUHG
SHU&)53DUWVKDOOEHVKRZQRQWKHKHDGLQJRIWKLV$*5((0(17,I'%(¿UPVDUHXWLOL]HGDWWKH
FRPPHQFHPHQWRIWKLV$*5((0(17WKHDPRXQWVDXWKRUL]HGWRHDFK¿UPDQGWKHLUFHUWL¿FDWLRQQXPEHUZLOO
be shown on Exhibit “B” attached hereto and by this reference made part of this AGREEMENT. If the Prime
&2168/7$17LVD'%(FHUWL¿HG¿UPWKH\PXVWFRPSO\ZLWKWKH&RPPHUFLDO8VHIXO)XQFWLRQ&8)UHJXODWLRQ
RXWOLQHGLQWKH$*(1&<¶V³'%(3URJUDP3DUWLFLSDWLRQ3ODQ´DQGSHUIRUPDPLQLPXPRIRIWKHWRWDODPRXQW
RIWKLV$*5((0(17,WLVUHFRPPHQGHGEXWQRWUHTXLUHGWKDWQRQ'%(3ULPH&2168/7$176SHUIRUP
DPLQLPXPRIRIWKHWRWDODPRXQWRIWKLV$*5((0(17
7KH&2168/7$17RQDPRQWKO\EDVLVLVUHTXLUHGWRVXEPLW'%(3DUWLFLSDWLRQRIWKHDPRXQWVSDLGWRDOO'%(
¿UPVLQYRLFHGIRUWKLV$*5((0(17
All Reports, PS&E materials, and other data furnished to the CONSULTANT by the AGENCY shall be returned.
$OOHOHFWURQLF¿OHVSUHSDUHGE\WKH&2168/7$17PXVWPHHWWKHUHTXLUHPHQWVDVRXWOLQHGLQ([KLELW³&±
Preparation and Delivery of Electronic Engineering and other Data.”
$OOGHVLJQVGUDZLQJVVSHFL¿FDWLRQVGRFXPHQWVDQGRWKHUZRUNSURGXFWVLQFOXGLQJDOOHOHFWURQLF¿OHVSUHSDUHG
by the CONSULTANT prior to completion or termination of this AGREEMENT are instruments of service for
these SERVICES, and are the property of the AGENCY. Reuse by the AGENCY or by others, acting through or
on behalf of the AGENCY of any such instruments of service, not occurring as a part of this SERVICE, shall be
without liability or legal exposure to the CONSULTANT.
$Q\DQGDOOQRWLFHVRUUHTXHVWVUHTXLUHGXQGHUWKLV$*5((0(17VKDOOEHPDGHLQZULWLQJDQGVHQWWRWKHRWKHU
SDUW\E\LFHUWL¿HGPDLOUHWXUQUHFHLSWUHTXHVWHGRULLE\HPDLORUIDFVLPLOHWRWKHDGGUHVVVHWIRUWKEHORZ
If to AGENCY:
Name:
Agency:
Address:
City: State: Zip:
Email:
Phone:
Facsimile:
If to CONSULTANT:
Name:
Agency:
Address:
City: State: Zip:
Email:
Phone:
Facsimile:
IV. Time for Beginning and Completion
The CONSULTANT shall not begin any work under the terms of this AGREEMENT until authorized in writing
by the AGENCY. All work under this AGREEMENT shall conform to the criteria agreed upon detailed in the
AGREEMENT documents. These SERVICES must be completed by the date shown in the heading of this
AGREEMENT titled “Completion Date.”
The established completion time shall not be extended because of any delays attributable to the CONSULTANT,
but may be extended by the AGENCY in the event of a delay attributable to the AGENCY, or because of
unavoidable delays caused by an act of GOD, governmental actions, or other conditions beyond the control of the
&2168/7$17$SULRUVXSSOHPHQWDO$*5((0(17LVVXHGE\WKH$*(1&<LVUHTXLUHGWRH[WHQGWKHHVWDEOLVKHG
completion time.
Agreement Number: CAG-16-063
Flora Lee
City of Renton
1055 S Grady Way, 5th Floor
Renton WA 98055
flee@rentonwa.gov
425-430-7303
425-430-7376
Happy Longfellow
Parametrix, Inc.
1019 39th Avenue SE, Suite 100
Puyallup WA 98374
hlongfellow@parametrix.com
253-604-6600
855-542-6353
AGENDA ITEM #2. a)
Local Agency A&E Professional Services Negotiated Hourly Rate Consultant Agreement Page 4 of 14
Revised 4/10/2015
V. Payment Provisions
The CONSULTANT shall be paid by the AGENCY for completed SERVICES rendered under this AGREEMENT
as provided hereinafter. Such payment shall be full compensation for SERVICES performed or SERVICES
UHQGHUHGDQGIRUDOOODERUPDWHULDOVVXSSOLHVHTXLSPHQWDQGLQFLGHQWDOVQHFHVVDU\WRFRPSOHWH6(59,&(6
7KH&2168/7$17VKDOOFRQIRUPWRDOODSSOLFDEOHSRUWLRQVRI&)53DUWwww.ecfr.gov).
A.Hourly Rates: Hourly rates are comprised of the following elements - Direct (Raw) Labor, Indirect Cost Rate,
DQG)L[HG)HH3UR¿W7KH&2168/7$17VKDOOEHSDLGE\WKH$*(1&<IRUZRUNGRQHEDVHGXSRQWKH
negotiated hourly rates shown in Exhibits “D” and “E” attached hereto and by reference made part of this
$*5((0(177KHVHQHJRWLDWHGKRXUO\UDWHVZLOOEHDFFHSWHGEDVHGRQDUHYLHZRIWKH&2168/7$17¶V
GLUHFWODERUUDWHVDQGLQGLUHFWFRVWUDWHFRPSXWDWLRQVDQGDJUHHGXSRQ¿[HGIHH7KHDFFHSWHGQHJRWLDWHG
UDWHVVKDOOEHPHPRULDOL]HGLQD¿QDOZULWWHQDFNQRZOHGJHPHQWEHWZHHQWKHSDUWLHV6XFK¿QDOZULWWHQ
acknowledgement shall be incorporated into, and become a part of, this AGREEMENT. The initially accepted
QHJRWLDWHGUDWHVVKDOOEHDSSOLFDEOHIURPWKHDSSURYDOGDWHDVPHPRULDOL]HGLQD¿QDOZULWWHQDFNQRZOHGJHPHQW
WRGD\VIROORZLQJWKH&2168/7$17¶V¿VFDO\HDUHQG)<(GDWH
7KHGLUHFWUDZODERUUDWHVDQGFODVVL¿FDWLRQVDVVKRZQRQ([KLELWV³'´DQG³(´VKDOOEHVXEMHFWWR
UHQHJRWLDWLRQVIRUHDFKVXEVHTXHQWWZHOYHPRQWKSHULRGGD\VIROORZLQJ)<(GDWHWRGD\V
IROORZLQJ)<(GDWHXSRQZULWWHQUHTXHVWRIWKH&2168/7$17RUWKH$*(1&<7KHZULWWHQUHTXHVWPXVW
EHPDGHWRWKHRWKHUSDUW\ZLWKLQQLQHW\GD\VIROORZLQJWKH&2168/7$17¶V)<(GDWH,IQRVXFKZULWWHQ
UHTXHVWLVPDGHWKHFXUUHQWGLUHFWUDZODERUUDWHVDQGFODVVL¿FDWLRQVDVVKRZQRQ([KLELWV³'´DQG³(´
will remain in effect for the twelve (12) month period.
&RQYHUVHO\LIDWLPHO\UHTXHVWLVPDGHLQWKHPDQQHUVHWIRUWKDERYHWKHSDUWLHVZLOOFRPPHQFHQHJRWLDWLRQV
WRGHWHUPLQHWKHQHZGLUHFWUDZODERUUDWHVDQGFODVVL¿FDWLRQVWKDWZLOOEHDSSOLFDEOHIRUWKHWZHOYH
PRQWKSHULRG$Q\DJUHHGWRUHQHJRWLDWHGUDWHVVKDOOEHPHPRULDOL]HGLQD¿QDOZULWWHQDFNQRZOHGJHPHQW
EHWZHHQWKHSDUWLHV6XFK¿QDOZULWWHQDFNQRZOHGJHPHQWVKDOOEHLQFRUSRUDWHGLQWRDQGEHFRPHDSDUWRIWKLV
$*5((0(17,IUHTXHVWHGWKH&2168/7$17VKDOOSURYLGHFXUUHQWSD\UROOUHJLVWHUDQGFODVVL¿FDWLRQVWRDLG
LQQHJRWLDWLRQV,IWKHSDUWLHVFDQQRWUHDFKDQDJUHHPHQWRQWKHGLUHFWUDZODERUUDWHVDQGFODVVL¿FDWLRQVWKH
$*(1&<VKDOOSHUIRUPDQDXGLWRIWKH&2168/7$17¶VERRNVDQGUHFRUGVWRGHWHUPLQHWKH&2168/7$17¶V
DFWXDOFRVWV7KHDXGLW¿QGLQJVZLOOHVWDEOLVKWKHGLUHFWUDZODERUUDWHVDQGFODVVL¿FDWLRQVWKDWZLOOEH
applicable for the twelve (12) month period.
7KH¿[HGIHHDVLGHQWL¿HGLQ([KLELWV³'´DQG³(´VKDOOUHSUHVHQWDYDOXHWREHDSSOLHGWKURXJKRXWWKHOLIH
of the AGREEMENT.
7KH&2168/7$17VKDOOVXEPLWDQQXDOO\WRWKH$*(1&<DQXSGDWHGLQGLUHFWFRVWUDWHZLWKLQGD\VRIWKH
FORVHRILWV¿VFDO\HDU$QDSSURYHGXSGDWHGLQGLUHFWFRVWUDWHVKDOOEHLQFOXGHGLQWKHFXUUHQW¿VFDO\HDUUDWHV
under this AGREEMENT, even if/when other components of the hourly rate are not renegotiated. These rates
ZLOOEHDSSOLFDEOHIRUWKHWZHOYHPRQWKSHULRG$WWKH$*(1&<¶VRSWLRQDSURYLVLRQDODQGRUFRQGLWLRQDO
indirect cost rate may be negotiated. This provisional or conditional indirect rate shall remain in effect until the
updated indirect cost rate is completed and approved. Indirect cost rate costs incurred during the provisional
RUFRQGLWLRQDOSHULRGZLOOQRWEHDGMXVWHG7KH&2168/7$17PD\UHTXHVWDQH[WHQVLRQRIWKHODVWDSSURYHG
LQGLUHFWFRVWUDWHIRUWKHWZHOYHPRQWKSHULRG7KHVHUHTXHVWVIRUSURYLVLRQDOLQGLUHFWFRVWUDWHDQGRU
H[WHQVLRQZLOOEHFRQVLGHUHGRQDFDVHE\FDVHEDVLVDQGLIJUDQWHGZLOOEHPHPRULDOL]HGLQD¿QDOZULWWHQ
acknowledgement.
7KH&2168/7$17VKDOOPDLQWDLQDQGKDYHDFFHVVLEOHVXSSRUWGDWDIRUYHUL¿FDWLRQRIWKHFRPSRQHQWVRIWKH
KRXUO\UDWHVLHGLUHFWUDZODERULQGLUHFWFRVWUDWHDQG¿[HGIHHSUR¿WSHUFHQWDJH7KH&2168/7$17
VKDOOELOOHDFKHPSOR\HH¶VDFWXDOFODVVL¿FDWLRQDQGDFWXDOVDODU\SOXVLQGLUHFWFRVWUDWHSOXV¿[HGIHH
Agreement Number: CAG-16-063
AGENDA ITEM #2. a)
Local Agency A&E Professional Services Negotiated Hourly Rate Consultant Agreement Page 5 of 14
Revised 4/10/2015
B. Direct Non-Salary Costs: Direct Non-Salary Costs will be reimbursed at the actual cost to the CONSULTANT.
These charges may include, but are not limited to, the following items: travel, printing, long distance telephone,
supplies, computer charges and fees of sub-consultants. Air or train travel will be reimbursed only to lowest
price available, unless otherwise approved by the AGENCY. The CONSULTANT shall comply with the
rules and regulations regarding travel costs (excluding air, train, and rental car costs) in accordance with the
:6'27¶V$FFRXQWLQJ0DQXDO0&KDSWHU±7UDYHO5XOHVDQG3URFHGXUHVDQGDOOUHYLVLRQVWKHUHWR
Air, train and rental card costs shall be reimbursed in accordance with 48 Code of Federal Regulations (CFR)
3DUW³7UDYHO&RVWV´7KHELOOLQJIRU'LUHFW1RQVDODU\&RVWVVKDOOLQFOXGHDQLWHPL]HGOLVWLQJRIWKH
FKDUJHVGLUHFWO\LGHQWL¿DEOHZLWKWKHVH6(59,&(67KH&2168/7$17VKDOOPDLQWDLQWKHRULJLQDOVXSSRUWLQJ
GRFXPHQWVLQWKHLURI¿FH&RSLHVRIWKHRULJLQDOVXSSRUWLQJGRFXPHQWVVKDOOEHVXSSOLHGWRWKH67$7(XSRQ
UHTXHVW$OODERYHFKDUJHVPXVWEHQHFHVVDU\IRUWKH6(59,&(6SURYLGHGXQGHUWKLV$*5((0(17
C. Maximum Amount Payable: The Maximum Amount Payable by the AGENCY to the CONSULTANT under
this AGREEMENT shall not exceed the amount shown in the heading of this AGREEMENT on page one (1.)
The Maximum Amount Payable does not include payment for extra work as stipulated in section XIII, “Extra
Work.” No minimum amount payable is guaranteed under this AGREEMENT.
D. Monthly Progress Payments: Progress payments may be claimed on a monthly basis for all costs authorized in
A and B above. The monthly billings shall be supported by detailed statements for hours expended at the rates
HVWDEOLVKHGLQ([KLELW³'´LQFOXGLQJQDPHVDQGFODVVL¿FDWLRQVRIDOOHPSOR\HHVDQGELOOLQJVIRUDOOGLUHFWQRQ
VDODU\H[SHQVHV7RSURYLGHDPHDQVRIYHULI\LQJWKHELOOHGVDODU\FRVWVIRUWKH&2168/7$17¶VHPSOR\HHV
the AGENCY may conduct employee interviews. These interviews may consist of recording the names, titles,
salary rates, and present duties of those employees performing work on the SERVICES at the time of the
interview.
E. Final Payment: Final Payment of any balance due the CONSULTANT of the gross amount earned will be
PDGHSURPSWO\XSRQLWVYHUL¿FDWLRQE\WKH$*(1&<DIWHUWKHFRPSOHWLRQRIWKH6(59,&(6XQGHUWKLV
AGREEMENT, contingent upon receipt of all PS&E, plans, maps, notes, reports, electronic data, and other
UHODWHGGRFXPHQWVZKLFKDUHUHTXLUHGWREHIXUQLVKHGXQGHUWKLV$*5((0(17$FFHSWDQFHRIVXFK)LQDO
Payment by the CONSULTANT shall constitute a release of all claims for payment, which the CONSULTANT
PD\KDYHDJDLQVWWKH$*(1&<XQOHVVVXFKFODLPVDUHVSHFL¿FDOO\UHVHUYHGLQZULWLQJDQGWUDQVPLWWHGWRWKH
AGENCY by the CONSULTANT prior to its acceptance. Said Final Payment shall not, however, be a bar to
any claims that the AGENCY may have against the CONSULTANT or to any remedies the AGENCY may
pursue with respect to such claims.
The payment of any billing will not constitute agreement as to the appropriateness of any item and at the time
RI¿QDODXGLWDOOUHTXLUHGDGMXVWPHQWVZLOOEHPDGHDQGUHÀHFWHGLQD¿QDOSD\PHQW,QWKHHYHQWWKDWVXFK
¿QDODXGLWUHYHDOVDQRYHUSD\PHQWWRWKH&2168/7$17WKH&2168/7$17ZLOOUHIXQGVXFKRYHUSD\PHQW
WRWKH$*(1&<ZLWKLQWKLUW\FDOHQGDUGD\VRIQRWLFHRIWKHRYHUSD\PHQW6XFKUHIXQGVKDOOQRW
FRQVWLWXWHDZDLYHUE\WKH&2168/7$17IRUDQ\FODLPVUHODWLQJWRWKHYDOLGLW\RID¿QGLQJE\WKH$*(1&<
RIRYHUSD\PHQW3HU:6'27¶V³$XGLW*XLGHIRU&RQVXOWDQWV´&KDSWHU³5HVROXWLRQ3URFHGXUHV´WKH
&2168/7$17KDVWZHQW\ZRUNLQJGD\VDIWHUUHFHLSWRIWKH¿QDO3RVW$XGLWWREHJLQWKHDSSHDOSURFHVVWR
WKH$*(1&<IRUDXGLW¿QGLQJV
F. Inspection of Cost Records: The CONSULTANT and their sub-consultants shall keep available for inspection
E\UHSUHVHQWDWLYHVRIWKH$*(1&<DQGWKH8QLWHG6WDWHVIRUDSHULRGRIVL[\HDUVDIWHUUHFHLSWRI¿QDO
payment, the cost records and accounts pertaining to this AGREEMENT and all items related to or bearing upon
these records with the following exception: if any litigation, claim or audit arising out of, in connection with,
or related to this AGREEMENT is initiated before the expiration of the six (6) year period, the cost records and
accounts shall be retained until such litigation, claim, or audit involving the records is completed.
An interim or post audit may be performed on this AGREEMENT. The audit, if any, will be performed by the
6WDWH$XGLWRU:6'27¶V,QWHUQDO$XGLW2I¿FHDQGRUDWWKHUHTXHVWRIWKH$*(1&<¶V3URMHFW0DQDJHU
Agreement Number: CAG-16-063
AGENDA ITEM #2. a)
Local Agency A&E Professional Services Negotiated Hourly Rate Consultant Agreement Page 6 of 14
Revised 4/10/2015
VI. Sub-Contracting
The AGENCY permits subcontracts for those items of SERVICES as shown in Exhibit “A” attached hereto and by
this reference made part of this AGREEMENT.
The CONSULTANT shall not subcontract for the performance of any SERVICE under this AGREEMENT without
prior written permission of the AGENCY. No permission for subcontracting shall create, between the AGENCY
and sub-consultant, any contract or any other relationship.
Compensation for this sub-consultant SERVICES shall be based on the cost factors shown on Exhibit “E” attached
hereto and by this reference made part of this AGREEMENT.
7KH6(59,&(6RIWKHVXEFRQVXOWDQWVKDOOQRWH[FHHGLWVPD[LPXPDPRXQWSD\DEOHLGHQWL¿HGLQHDFKVXE
consultant cost estimate unless a prior written approval has been issued by the AGENCY.
$OOUHLPEXUVDEOHGLUHFWODERULQGLUHFWFRVWUDWHGLUHFWQRQVDODU\FRVWVDQG¿[HGIHHFRVWVIRUWKHVXEFRQVXOWDQW
shall be negotiated and substantiated in accordance with section V “Payment Provisions” herein and shall be
PHPRULDOL]HGLQD¿QDOZULWWHQDFNQRZOHGJHPHQWEHWZHHQWKHSDUWLHV
$OOVXEFRQWUDFWVVKDOOFRQWDLQDOODSSOLFDEOHSURYLVLRQVRIWKLV$*5((0(17DQGWKH&2168/7$17VKDOOUHTXLUH
each sub-consultant or subcontractor, of any tier, to abide by the terms and conditions of this AGREEMENT. With
UHVSHFWWRVXEFRQVXOWDQWSD\PHQWWKH&2168/7$17VKDOOFRPSO\ZLWKDOODSSOLFDEOHVHFWLRQVRIWKH67$7(¶V
3URPSW3D\PHQWODZVDVVHWIRUWKLQ5&:DQG5&:
The CONSULTANT, sub-recipient, or sub-consultant shall not discriminate on the basis of race, color, national
origin, or sex in the performance of this AGREEMENT. The CONSULTANT shall carry out applicable
UHTXLUHPHQWVRI&)53DUWLQWKHDZDUGDQGDGPLQLVWUDWLRQRI'27DVVLVWHGFRQWUDFWV)DLOXUHE\WKH
&2168/7$17WRFDUU\RXWWKHVHUHTXLUHPHQWVLVDPDWHULDOEUHDFKRIWKLV$*5((0(17ZKLFKPD\UHVXOWLQWKH
termination of this AGREEMENT or such other remedy as the recipient deems appropriate.
9,, (PSOR\PHQWDQG2UJDQL]DWLRQDO&RQÀLFWRI,QWHUHVW
The CONSULTANT warrants that they have not employed or retained any company or person, other than a bona
¿GHHPSOR\HHZRUNLQJVROHO\IRUWKH&2168/7$17WRVROLFLWRUVHFXUHWKLVFRQWUDFWDQGWKDWLWKDVQRWSDLGRU
DJUHHGWRSD\DQ\FRPSDQ\RUSHUVRQRWKHUWKDQDERQD¿GHHPSOR\HHZRUNLQJVROHO\IRUWKH&2168/7$17DQ\
fee, commission, percentage, brokerage fee, gift, or any other consideration, contingent upon or resulting from the
award or making of this contract. For breach or violation of this warrant, the AGENCY shall have the right to annul
this AGREEMENT without liability or, in its discretion, to deduct from this AGREEMENT price or consideration
or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee.
Any and all employees of the CONSULTANT or other persons while engaged in the performance of any work
RUVHUYLFHVUHTXLUHGRIWKH&2168/7$17XQGHUWKLV$*5((0(17VKDOOEHFRQVLGHUHGHPSOR\HHVRIWKH
&2168/7$17RQO\DQGQRWRIWKH$*(1&<DQGDQ\DQGDOOFODLPVWKDWPD\DULVHXQGHUDQ\:RUNPHQ¶V
Compensation Act on behalf of said employees or other persons while so engaged, and any and all claims made
E\DWKLUGSDUW\DVDFRQVHTXHQFHRIDQ\DFWRURPLVVLRQRQWKHSDUWRIWKH&2168/7$17¶VHPSOR\HHVRURWKHU
persons while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation
and responsibility of the CONSULTANT.
The CONSULTANT shall not engage, on a full- or part-time basis, or other basis, during the period of this
AGREEMENT, any professional or technical personnel who are, or have been, at any time during the period of this
AGREEMENT, in the employ of the United States Department of Transportation or the AGENCY, except regularly
retired employees, without written consent of the public employer of such person if he/she will be working on this
AGREEMENT for the CONSULTANT.
Agreement Number: CAG-16-063
AGENDA ITEM #2. a)
Local Agency A&E Professional Services Negotiated Hourly Rate Consultant Agreement Page 7 of 14
Revised 4/10/2015
VIII. Nondiscrimination
During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, sub-consultants,
subcontractors and successors in interest, agrees to comply with the following laws and regulations:
7LWOH9,RIWKH&LYLO5LJKWV$FWRI
86&&KDSWHU6XEFKDSWHU9G
WKURXJKGD
)HGHUDODLG+LJKZD\$FWRI
86&&KDSWHU
5HKDELOLWDWLRQ$FWRI
86&&KDSWHU6XEFKDSWHU9
$JH'LVFULPLQDWLRQ$FWRI
86&&KDSWHUet. seq.)
&LYLO5LJKWV5HVWRUDWLRQ$FWRI
3XEOLF/DZ
$PHULFDQZLWK'LVDELOLWLHV$FWRI
86&&KDSWHUet. seq.)
&)53DUW
&)53DUW
&)53DUW
5&:
In relation to Title VI of the Civil Rights Act of 1964, the CONSULTANT is bound by the provisions of Exhibit “F”
attached hereto and by this reference made part of this AGREEMENT, and shall include the attached Exhibit “F” in
HYHU\VXEFRQWUDFWLQFOXGLQJSURFXUHPHQWRIPDWHULDOVDQGOHDVHVRIHTXLSPHQWXQOHVVH[HPSWE\WKH5HJXODWLRQV
or directives issued pursuant thereto.
IX. Termination of Agreement
The right is reserved by the AGENCY to terminate this AGREEMENT at any time with or without cause upon ten
GD\VZULWWHQQRWLFHWRWKH&2168/7$17
In the event this AGREEMENT is terminated by the AGENCY, other than for default on the part of the
&2168/7$17D¿QDOSD\PHQWVKDOOEHPDGHWRWKH&2168/7$17IRUDFWXDOKRXUVFKDUJHGDWWKHWLPHRI
termination of this AGREEMENT, plus any direct non-salary costs incurred up to the time of termination of this
AGREEMENT.
1RSD\PHQWVKDOOEHPDGHIRUDQ\6(59,&(6FRPSOHWHGDIWHUWHQGD\VIROORZLQJUHFHLSWE\WKH
CONSULTANT of the notice to terminate. If the accumulated payment made to the CONSULTANT prior to Notice
of Termination exceeds the total amount that would be due when computed as set forth in paragraph two (2) of this
VHFWLRQWKHQQR¿QDOSD\PHQWVKDOOEHGXHDQGWKH&2168/7$17VKDOOLPPHGLDWHO\UHLPEXUVHWKH$*(1&<IRU
any excess paid.
If the services of the CONSULTANT are terminated by the AGENCY for default on the part of the CONSULTANT,
the above formula for payment shall not apply.
In the event of a termination for default, the amount to be paid to the CONSULTANT shall be determined by the
AGENCY with consideration given to the actual costs incurred by the CONSULTANT in performing SERVICES
WRWKHGDWHRIWHUPLQDWLRQWKHDPRXQWRI6(59,&(6RULJLQDOO\UHTXLUHGZKLFKZDVVDWLVIDFWRULO\FRPSOHWHGWR
date of termination, whether that SERVICE is in a form or a type which is usable to the AGENCY at the time of
WHUPLQDWLRQWKHFRVWWRWKH$*(1&<RIHPSOR\LQJDQRWKHU¿UPWRFRPSOHWHWKH6(59,&(6UHTXLUHGDQGWKH
WLPHZKLFKPD\EHUHTXLUHGWRGRVRDQGRWKHUIDFWRUVZKLFKDIIHFWWKHYDOXHWRWKH$*(1&<RIWKH6(59,&(6
performed at the time of termination. Under no circumstances shall payment made under this subsection exceed the
amount, which would have been made using the formula set forth in paragraph two (2) of this section.
,ILWLVGHWHUPLQHGIRUDQ\UHDVRQWKDWWKH&2168/7$17ZDVQRWLQGHIDXOWRUWKDWWKH&2168/7$17¶VIDLOXUHWR
SHUIRUPLVZLWKRXWWKH&2168/7$17¶VRULWVHPSOR\HH¶VIDXOWRUQHJOLJHQFHWKHWHUPLQDWLRQVKDOOEHGHHPHGWR
be a termination for the convenience of the AGENCY. In such an event, the CONSULTANT would be reimbursed
for actual costs in accordance with the termination for other than default clauses listed previously.
Agreement Number: CAG-16-063
AGENDA ITEM #2. a)
Local Agency A&E Professional Services Negotiated Hourly Rate Consultant Agreement Page 8 of 14
Revised 4/10/2015
7KH&2168/7$17VKDOOZLWKLQGD\VQRWLI\WKH$*(1&<LQZULWLQJLQWKHHYHQWRIWKHGHDWKRIDQ\PHPEHU
SDUWQHURURI¿FHURIWKH&2168/7$17RUWKHGHDWKRUFKDQJHRIDQ\RIWKH&2168/7$17¶VVXSHUYLVRU\DQGRU
RWKHUNH\SHUVRQQHODVVLJQHGWRWKHSURMHFWRUGLVDI¿OLDWLRQRIDQ\SULQFLSDOO\LQYROYHG&2168/7$17HPSOR\HH
7KH&2168/7$17VKDOODOVRQRWLI\WKH$*(1&<LQZULWLQJLQWKHHYHQWRIWKHVDOHRUWUDQVIHURIRU
PRUHRIWKHEHQH¿FLDORZQHUVKLSRIWKH&2168/7$17ZLWKLQGD\VRIVXFKVDOHRUWUDQVIHURFFXUULQJ7KH
CONSULTANT shall continue to be obligated to complete the SERVICES under the terms of this AGREEMENT
unless the AGENCY chooses to terminate this AGREEMENT for convenience or chooses to renegotiate any term(s)
RIWKLV$*5((0(17,IWHUPLQDWLRQIRUFRQYHQLHQFHRFFXUV¿QDOSD\PHQWZLOOEHPDGHWRWKH&2168/7$17DV
set forth in the second and third paragraphs of this section.
Payment for any part of the SERVICES by the AGENCY shall not constitute a waiver by the AGENCY of
any remedies of any type it may have against the CONSULTANT for any breach of this AGREEMENT by the
&2168/7$17RUIRUIDLOXUHRIWKH&2168/7$17WRSHUIRUP6(59,&(6UHTXLUHGRILWE\WKH$*(1&<
Forbearance of any rights under the AGREEMENT will not constitute waiver of entitlement to exercise those rights
with respect to any future act or omission by the CONSULTANT.
X. Changes of Work
The CONSULTANT shall make such changes and revisions in the completed work of this AGREEMENT as
necessary to correct errors appearing therein, without additional compensation thereof. Should the AGENCY
¿QGLWGHVLUDEOHIRULWVRZQSXUSRVHVWRKDYHSUHYLRXVO\VDWLVIDFWRULO\FRPSOHWHG6(59,&(6RUSDUWVWKHUHRI
changed or revised, the CONSULTANT shall make such revisions as directed by the AGENCY. This work shall be
considered as Extra Work and will be paid for as herein provided under section XIII “Extra Work.”
XI. Disputes
Any disputed issue not resolved pursuant to the terms of this AGREEMENT shall be submitted in writing within
GD\VWRWKH'LUHFWRURI3XEOLF:RUNVRU$*(1&<(QJLQHHUZKRVHGHFLVLRQLQWKHPDWWHUVKDOOEH¿QDODQG
binding on the parties of this AGREEMENT; provided however, that if an action is brought challenging the
'LUHFWRURI3XEOLF:RUNVRU$*(1&<(QJLQHHU¶VGHFLVLRQWKDWGHFLVLRQVKDOOEHVXEMHFWWRMXGLFLDOUHYLHZ,IWKH
parties to this AGREEMENT mutually agree, disputes concerning alleged design errors will be conducted under
the procedures found in Exhibit “J”. In the event that either party deem it necessary to institute legal action or
proceeding to enforce any right or obligation under this AGREEMENT, this action shall be initiated in the Superior
Court of the State of Washington, situated in the county in which the AGENCY is located. The parties hereto
DJUHHWKDWDOOTXHVWLRQVVKDOOEHUHVROYHGE\DSSOLFDWLRQRI:DVKLQJWRQODZDQGWKDWWKHSDUWLHVKDYHWKHULJKWRI
appeal from such decisions of the Superior Court in accordance with the laws of the State of Washington. The
CONSULTANT hereby consents to the personal jurisdiction of the Superior Court of the State of Washington,
situated in the county in which the AGENCY is located.
XII. Legal Relations
The CONSULTANT, any sub-consultants, and the AGENCY shall comply with all Federal, State, and local laws,
rules, codes, regulations and all AGENCY policies and directives, applicable to the work to be performed under this
AGREEMENT. This AGREEMENT shall be interpreted and construed in accordance with the laws of the State of
Washington.
The CONSULTANT shall defend, indemnify, and hold the State of Washington (STATE) and the AGENCY and
WKHLURI¿FHUVDQGHPSOR\HHVKDUPOHVVIURPDOOFODLPVGHPDQGVRUVXLWVDWODZRUHTXLW\DULVLQJLQZKROHRULQSDUW
from the negligence of, or the breach of any obligation under this AGREEMENT by, the CONSULTANT or the
&2168/7$17¶VDJHQWVHPSOR\HHVVXEFRQVXOWDQWVVXEFRQWUDFWRUVRUYHQGRUVRIDQ\WLHURUDQ\RWKHUSHUVRQV
IRUZKRPWKH&2168/7$17PD\EHOHJDOO\OLDEOHSURYLGHGWKDWQRWKLQJKHUHLQVKDOOUHTXLUHD&2168/7$17
Agreement Number: CAG-16-063
AGENDA ITEM #2. a)
Local Agency A&E Professional Services Negotiated Hourly Rate Consultant Agreement Page 9 of 14
Revised 4/10/2015
WRGHIHQGRULQGHPQLI\WKH67$7(DQGWKH$*(1&<DQGWKHLURI¿FHUVDQGHPSOR\HHVDJDLQVWDQGKROGKDUPOHVV
WKH67$7(DQGWKH$*(1&<DQGWKHLURI¿FHUVDQGHPSOR\HHVIURPFODLPVGHPDQGVRUVXLWVEDVHGVROHO\XSRQ
the negligence of, or breach of any obligation under this AGREEMENT by the STATE and the AGENCY, their
DJHQWVRI¿FHUVHPSOR\HHVVXEFRQVXOWDQWVVXEFRQWUDFWRUVRUYHQGRUVRIDQ\WLHURUDQ\RWKHUSHUVRQVIRUZKRP
the STATE and /or the AGENCY may be legally liable; and provided further that if the claims or suits are caused
E\RUUHVXOWIURPWKHFRQFXUUHQWQHJOLJHQFHRIDWKH&2168/7$17RUWKH&2168/7$17¶VDJHQWVHPSOR\HHV
sub-consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT is legally
OLDEOHDQGEWKH67$7(DQGRU$*(1&<WKHLUDJHQWVRI¿FHUVHPSOR\HHVVXEFRQVXOWDQWVVXEFRQWUDFWRUVDQGRU
vendors, of any tier, or any other persons for whom the STATE and/or AGENCY may be legally liable, the defense
DQGLQGHPQLW\REOLJDWLRQVKDOOEHYDOLGDQGHQIRUFHDEOHRQO\WRWKHH[WHQWRIWKH&2168/7$17¶VQHJOLJHQFHRU
WKHQHJOLJHQFHRIWKH&2168/7$17¶VDJHQWVHPSOR\HHVVXEFRQVXOWDQWVVXEFRQWUDFWRUVRUYHQGRUVRIDQ\WLHU
or any other persons for whom the CONSULTANT may be legally liable. This provision shall be included in any
AGREEMENT between CONSULTANT and any sub-consultant, subcontractor and vendor, of any tier.
7KH&2168/7$17VKDOODOVRGHIHQGLQGHPQLI\DQGKROGWKH67$7(DQGWKH$*(1&<DQGWKHLURI¿FHUV
DQGHPSOR\HHVKDUPOHVVIURPDOOFODLPVGHPDQGVRUVXLWVDWODZRUHTXLW\DULVLQJLQZKROHRULQSDUWIURPWKH
alleged patent or copyright infringement or other allegedly improper appropriation or use of trade secrets, patents,
SURSULHWDU\LQIRUPDWLRQNQRZKRZFRS\ULJKWULJKWVRULQYHQWLRQVE\WKH&2168/7$17RUWKH&2168/7$17¶V
agents, employees, sub-consultants, subcontractors or vendors, of any tier, or any other persons for whom the
CONSULTANT may be legally liable, in performance of the Work under this AGREEMENT or arising out of any
use in connection with the AGREEMENT of methods, processes, designs, information or other items furnished or
FRPPXQLFDWHGWR67$7(DQGRUWKH$*(1&<WKHLUDJHQWVRI¿FHUVDQGHPSOR\HHVSXUVXDQWWRWKH$*5((0(17
provided that this indemnity shall not apply to any alleged patent or copyright infringement or other allegedly
improper appropriation or use of trade secrets, patents, proprietary information, know-how, copyright rights or
LQYHQWLRQVUHVXOWLQJIURP67$7(DQGRU$*(1&<¶VWKHLUDJHQWV¶RI¿FHUV¶DQGHPSOR\HHV¶IDLOXUHWRFRPSO\
ZLWKVSHFL¿FZULWWHQLQVWUXFWLRQVUHJDUGLQJXVHSURYLGHGWR67$7(DQGRU$*(1&<WKHLUDJHQWVRI¿FHUVDQG
employees by the CONSULTANT, its agents, employees, sub-consultants, subcontractors or vendors, of any tier,
or any other persons for whom the CONSULTANT may be legally liable.
7KH&2168/7$17¶VUHODWLRQWRWKH$*(1&<VKDOOEHDWDOOWLPHVDVDQLQGHSHQGHQWFRQWUDFWRU
Notwithstanding any determination by the Executive Ethics Board or other tribunal, the AGENCY may, in its sole
discretion, by written notice to the CONSULTANT terminate this AGREEMENT if it is found after due notice and
H[DPLQDWLRQE\WKH$*(1&<WKDWWKHUHLVDYLRODWLRQRIWKH(WKLFVLQ3XEOLF6HUYLFH$FW&KDSWHU5&:RU
any similar statute involving the CONSULTANT in the procurement of, or performance under, this AGREEMENT.
7KH&2168/7$17VSHFL¿FDOO\DVVXPHVSRWHQWLDOOLDELOLW\IRUDFWLRQVEURXJKWE\WKH&2168/7$17¶VRZQ
HPSOR\HHVRULWVDJHQWVDJDLQVWWKH67$7(DQGRUWKH$*(1&<DQGVROHO\IRUWKHSXUSRVHRIWKLVLQGHPQL¿FDWLRQ
DQGGHIHQVHWKH&2168/7$17VSHFL¿FDOO\ZDLYHVDQ\LPPXQLW\XQGHUWKHVWDWHLQGXVWULDOLQVXUDQFHODZ7LWOH
RCW. This waiver has been mutually negotiated by the Parties.
8QOHVVRWKHUZLVHVSHFL¿HGLQWKLV$*5((0(17WKH$*(1&<VKDOOEHUHVSRQVLEOHIRUDGPLQLVWUDWLRQRI
construction contracts, if any, on the project. Subject to the processing of a new sole source, or an acceptable
supplemental AGREEMENT, the CONSULTANT shall provide On-Call assistance to the AGENCY during contract
administration. By providing such assistance, the CONSULTANT shall assume no responsibility for: proper
FRQVWUXFWLRQWHFKQLTXHVMREVLWHVDIHW\RUDQ\FRQVWUXFWLRQFRQWUDFWRU¶VIDLOXUHWRSHUIRUPLWVZRUNLQDFFRUGDQFH
with the contract documents.
The CONSULTANT shall obtain and keep in force during the terms of this AGREEMENT, or as otherwise
UHTXLUHGWKHIROORZLQJLQVXUDQFHZLWKFRPSDQLHVRUWKURXJKVRXUFHVDSSURYHGE\WKH6WDWH,QVXUDQFH
Commissioner pursuant to Title 48 RCW.
Agreement Number: CAG-16-063
AGENDA ITEM #2. a)
Local Agency A&E Professional Services Negotiated Hourly Rate Consultant Agreement Page 10 of 14
Revised 4/10/2015
Insurance Coverage
$ :RUNHU¶VFRPSHQVDWLRQDQGHPSOR\HU¶VOLDELOLW\LQVXUDQFHDVUHTXLUHGE\WKH67$7(
% &RPPHUFLDOJHQHUDOOLDELOLW\LQVXUDQFHZULWWHQXQGHU,62)RUP&*RULWVHTXLYDOHQWZLWKPLQLPXP
OLPLWVRIRQHPLOOLRQGROODUVSHURFFXUUHQFHDQGWZRPLOOLRQGROODUVLQWKH
aggregate for each policy period.
& %XVLQHVVDXWROLDELOLW\LQVXUDQFHZULWWHQXQGHU,62)RUP&*RUHTXLYDOHQWSURYLGLQJFRYHUDJHIRU
DQ\³$XWR´6\PEROXVHGLQDQDPRXQWQRWOHVVWKDQDRQHPLOOLRQGROODUFRPELQHGVLQJOH
limit for each occurrence.
([FHSWLQJWKH:RUNHU¶V&RPSHQVDWLRQ,QVXUDQFHDQGDQ\3URIHVVLRQDO/LDELOLW\,QVXUDQFHWKH67$7(DQG
$*(1&<WKHLURI¿FHUVHPSOR\HHVDQGDJHQWVZLOOEHQDPHGRQDOOSROLFLHVRI&2168/7$17DQGDQ\VXE
consultant and/or subcontractor as an additional insured (the “AIs”), with no restrictions or limitations concerning
products and completed operations coverage. This coverage shall be primary coverage and non-contributory and
any coverage maintained by the AIs shall be excess over, and shall not contribute with, the additional insured
FRYHUDJHUHTXLUHGKHUHXQGHU7KH&2168/7$17¶VDQGWKHVXEFRQVXOWDQW¶VDQGRUVXEFRQWUDFWRU¶VLQVXUHUVKDOO
waive any and all rights of subrogation against the AIs. The CONSULTANT shall furnish the AGENCY with
YHUL¿FDWLRQRILQVXUDQFHDQGHQGRUVHPHQWVUHTXLUHGE\WKLV$*5((0(177KH$*(1&<UHVHUYHVWKHULJKWWR
UHTXLUHFRPSOHWHFHUWL¿HGFRSLHVRIDOOUHTXLUHGLQVXUDQFHSROLFLHVDWDQ\WLPH
All insurance shall be obtained from an insurance company authorized to do business in the State of Washington.
7KH&2168/7$17VKDOOVXEPLWDYHUL¿FDWLRQRILQVXUDQFHDVRXWOLQHGDERYHZLWKLQIRXUWHHQGD\VRIWKH
execution of this AGREEMENT to:
Name:
Agency:
Address:
City: State: Zip:
Email:
Phone:
Facsimile:
1RFDQFHOODWLRQRIWKHIRUHJRLQJSROLFLHVVKDOOEHHIIHFWLYHZLWKRXWWKLUW\GD\VSULRUQRWLFHWRWKH$*(1&<
7KH&2168/7$17¶VSURIHVVLRQDOOLDELOLW\WRWKH$*(1&<LQFOXGLQJWKDWZKLFKPD\DULVHLQUHIHUHQFHWR
section IX “Termination of Agreement” of this AGREEMENT, shall be limited to the accumulative amount of the
DXWKRUL]HG$*5((0(17RURQHPLOOLRQGROODUVZKLFKHYHULVJUHDWHUXQOHVVWKHOLPLWRIOLDELOLW\
LVLQFUHDVHGE\WKH$*(1&<SXUVXDQWWR([KLELW+,QQRFDVHVKDOOWKH&2168/7$17¶VSURIHVVLRQDOOLDELOLW\WR
third parties be limited in any way.
7KHSDUWLHVHQWHULQWRWKLV$*5((0(17IRUWKHVROHEHQH¿WRIWKHSDUWLHVDQGWRWKHH[FOXVLRQRIDQ\WKLUGSDUW\
DQGQRWKLUGSDUW\EHQH¿FLDU\LVLQWHQGHGRUFUHDWHGE\WKHH[HFXWLRQRIWKLV$*5((0(17
The AGENCY will pay no progress payments under section V “Payment Provisions” until the CONSULTANT has
fully complied with this section. This remedy is not exclusive; and the AGENCY may take such other action as is
available to it under other provisions of this AGREEMENT, or otherwise in law.
Agreement Number: CAG-16-063
Flora Lee
City of Renton
1055 S Grady Way, 5th Floor
Renton WA 98055
flee@rentonwa.gov
425-430-7303
425-430-7376
AGENDA ITEM #2. a)
Local Agency A&E Professional Services Negotiated Hourly Rate Consultant Agreement Page 11 of 14
Revised 4/10/2015
XIII. Extra Work
A. The AGENCY may at any time, by written order, make changes within the general scope of this AGREEMENT
in the SERVICES to be performed.
% ,IDQ\VXFKFKDQJHFDXVHVDQLQFUHDVHRUGHFUHDVHLQWKHHVWLPDWHGFRVWRIRUWKHWLPHUHTXLUHGIRUSHUIRUPDQFH
of any part of the SERVICES under this AGREEMENT, whether or not changed by the order, or otherwise
DIIHFWVDQ\RWKHUWHUPVDQGFRQGLWLRQVRIWKLV$*5((0(17WKH$*(1&<VKDOOPDNHDQHTXLWDEOHDGMXVWPHQW
LQWKHPD[LPXPDPRXQWSD\DEOHGHOLYHU\RUFRPSOHWLRQVFKHGXOHRUERWKDQGRWKHUDIIHFWHGWHUPV
and shall modify this AGREEMENT accordingly.
& 7KH&2168/7$17PXVWVXEPLWDQ\³UHTXHVWIRUHTXLWDEOHDGMXVWPHQW´KHUHDIWHUUHIHUUHGWRDV³&/$,0´
XQGHUWKLVFODXVHZLWKLQWKLUW\GD\VIURPWKHGDWHRIUHFHLSWRIWKHZULWWHQRUGHU+RZHYHULIWKH$*(1&<
GHFLGHVWKDWWKHIDFWVMXVWLI\LWWKH$*(1&<PD\UHFHLYHDQGDFWXSRQD&/$,0VXEPLWWHGEHIRUH¿QDO
payment of this AGREEMENT.
D. Failure to agree to any adjustment shall be a dispute under the section XI “Disputes” clause. However, nothing
in this clause shall excuse the CONSULTANT from proceeding with the AGREEMENT as changed.
E. Notwithstanding the terms and conditions of paragraphs (A.) and (B.) above, the maximum amount payable for
WKLV$*5((0(17VKDOOQRWEHLQFUHDVHGRUFRQVLGHUHGWREHLQFUHDVHGH[FHSWE\VSHFL¿FZULWWHQVXSSOHPHQW
to this AGREEMENT.
XIV. Endorsement of Plans
If applicable, the CONSULTANT shall place their endorsement on all plans, estimates, or any other engineering
data furnished by them.
XV. Federal Review
The Federal Highway Administration shall have the right to participate in the review or examination of the
SERVICES in progress.
;9, &HUWL¿FDWLRQRIWKH&RQVXOWDQWDQGWKH$JHQF\
$WWDFKHGKHUHWRDV([KLELW³*DDQGE´DUHWKH&HUWL¿FDWLRQVRIWKH&2168/7$17DQGWKH$*(1&<([KLELW
³*´&HUWL¿FDWLRQ5HJDUGLQJ'HEDUPHQW6XVSHQVLRQDQG2WKHU5HVSRQVLELOLW\0DWWHUV3ULPDU\&RYHUHG
7UDQVDFWLRQV([KLELW³*´&HUWL¿FDWLRQ5HJDUGLQJWKH5HVWULFWLRQVRIWKH8VHRI)HGHUDO)XQGVIRU/REE\LQJ
DQG([KLELW³*´&HUWL¿FDWHRI&XUUHQW&RVWRU3ULFLQJ'DWD([KLELW³*´LVUHTXLUHGRQO\LQ$*5((0(17¶V
RYHURQHKXQGUHGWKRXVDQGGROODUVDQG([KLELW³*´LVUHTXLUHGRQO\LQ$*5((0(17¶VRYHU
¿YHKXQGUHGWKRXVDQGGROODUV7KHVH([KLELWVPXVWEHH[HFXWHGE\WKH&2168/7$17DQG
submitted with the master AGREEMENT, and returned to the AGENCY at the address listed in section III “General
5HTXLUHPHQWV´SULRUWRLWVSHUIRUPDQFHRIDQ\6(59,&(6XQGHUWKLV$*5((0(17
XVII. Complete Agreement
This document and referenced attachments contain all covenants, stipulations, and provisions agreed upon by the
parties. No agent, or representative of either party has authority to make, and the parties shall not be bound by or
be liable for, any statement, representation, promise or agreement not set forth herein. No changes, amendments, or
PRGL¿FDWLRQVRIWKHWHUPVKHUHRIVKDOOEHYDOLGXQOHVVUHGXFHGWRZULWLQJDQGVLJQHGE\WKHSDUWLHVDVDVXSSOHPHQW
to this AGREEMENT.
Agreement Number: CAG-16-063
AGENDA ITEM #2. a)
Local Agency A&E Professional Services Negotiated Hourly Rate Consultant Agreement Page 12 of 14
Revised 4/10/2015
XVIII. Execution and Acceptance
This AGREEMENT may be simultaneously executed in several counterparts, each of which shall be deemed
to be an original having identical legal effect. The CONSULTANT does hereby ratify and adopt all statements,
UHSUHVHQWDWLRQVZDUUDQWLHVFRYHQDQWVDQG$*5((0(17¶VFRQWDLQHGLQWKHSURSRVDODQGWKHVXSSRUWLQJPDWHULDO
submitted by the CONSULTANT, and does hereby accept this AGREEMENT and agrees to all of the terms and
conditions thereof.
;,; 3URWHFWLRQRI&RQ¿GHQWLDO,QIRUPDWLRQ
The CONSULTANT acknowledges that some of the material and information that may come into its possession
or knowledge in connection with this AGREEMENT or its performance may consist of information that is exempt
IURPGLVFORVXUHWRWKHSXEOLFRURWKHUXQDXWKRUL]HGSHUVRQVXQGHUHLWKHUFKDSWHU5&:RURWKHUORFDOVWDWH
RUIHGHUDOVWDWXWHV³6WDWH¶V&RQ¿GHQWLDO,QIRUPDWLRQ´7KH³6WDWH¶V&RQ¿GHQWLDO,QIRUPDWLRQ´LQFOXGHVEXWLV
QRWOLPLWHGWRQDPHVDGGUHVVHV6RFLDO6HFXULW\QXPEHUVHPDLODGGUHVVHVWHOHSKRQHQXPEHUV¿QDQFLDOSUR¿OHV
FUHGLWFDUGLQIRUPDWLRQGULYHU¶VOLFHQVHQXPEHUVPHGLFDOGDWDODZHQIRUFHPHQWUHFRUGVRUDQ\RWKHULQIRUPDWLRQ
LGHQWL¿DEOHWRDQLQGLYLGXDO67$7(DQG$*(1&<VRXUFHFRGHRUREMHFWFRGH67$7(DQG$*(1&<VHFXULW\
GDWDQRQSXEOLF6SHFL¿FDWLRQV67$7(DQG$*(1&<QRQSXEOLFO\DYDLODEOHGDWDSURSULHWDU\VRIWZDUH67$7(
and AGENCY security data, or information which may jeopardize any part of the project that relates to any of
WKHVHW\SHVRILQIRUPDWLRQ7KH&2168/7$17DJUHHVWRKROGWKH6WDWH¶V&RQ¿GHQWLDO,QIRUPDWLRQLQVWULFWHVW
FRQ¿GHQFHDQGQRWWRPDNHXVHRIWKH6WDWH¶V&RQ¿GHQWLDO,QIRUPDWLRQIRUDQ\SXUSRVHRWKHUWKDQWKHSHUIRUPDQFH
RIWKLV$*5((0(17WRUHOHDVHLWRQO\WRDXWKRUL]HGHPSOR\HHVVXEFRQVXOWDQWVRUVXEFRQWUDFWRUVUHTXLULQJVXFK
information for the purposes of carrying out this AGREEMENT, and not to release, divulge, publish, transfer,
VHOOGLVFORVHRURWKHUZLVHPDNHLWNQRZQWRDQ\RWKHUSDUW\ZLWKRXWWKH$*(1&<¶VH[SUHVVZULWWHQFRQVHQW
or as provided by law. The CONSULTANT agrees to release such information or material only to employees,
sub-consultants or subcontractors who have signed a nondisclosure AGREEMENT, the terms of which have
been previously approved by the AGENCY. The CONSULTANT agrees to implement physical, electronic, and
PDQDJHULDOVDIHJXDUGVWRSUHYHQWXQDXWKRUL]HGDFFHVVWRWKH6WDWH¶V&RQ¿GHQWLDO,QIRUPDWLRQ
,PPHGLDWHO\XSRQH[SLUDWLRQRUWHUPLQDWLRQRIWKLV$*5((0(17WKH&2168/7$17VKDOODWWKH$*(1&<¶V
RSWLRQLFHUWLI\WRWKH$*(1&<WKDWWKH&2168/7$17KDVGHVWUR\HGDOORIWKH6WDWH¶V&RQ¿GHQWLDO
,QIRUPDWLRQRULLUHWXUQHGDOORIWKH6WDWH¶V&RQ¿GHQWLDO,QIRUPDWLRQWRWKH$*(1&<RULLLWDNHZKDWHYHURWKHU
VWHSVWKH$*(1&<UHTXLUHVRIWKH&2168/7$17WRSURWHFWWKH6WDWH¶V&RQ¿GHQWLDO,QIRUPDWLRQ
$VUHTXLUHGXQGHU([HFXWLYH2UGHUWKH&2168/7$17VKDOOPDLQWDLQDORJGRFXPHQWLQJWKHIROORZLQJ
WKH6WDWH¶V&RQ¿GHQWLDO,QIRUPDWLRQUHFHLYHGLQWKHSHUIRUPDQFHRIWKLV$*5((0(17WKHSXUSRVHVIRUZKLFK
WKH6WDWH¶V&RQ¿GHQWLDO,QIRUPDWLRQZDVUHFHLYHGZKRUHFHLYHGPDLQWDLQHGDQGXVHGWKH6WDWH¶V&RQ¿GHQWLDO
,QIRUPDWLRQDQGWKH¿QDOGLVSRVLWLRQRIWKH6WDWH¶V&RQ¿GHQWLDO,QIRUPDWLRQ7KH&2168/7$17¶VUHFRUGVVKDOO
be subject to inspection, review, or audit upon reasonable notice from the AGENCY.
7KH$*(1&<UHVHUYHVWKHULJKWWRPRQLWRUDXGLWRULQYHVWLJDWHWKHXVHRIWKH6WDWH¶V&RQ¿GHQWLDO,QIRUPDWLRQ
FROOHFWHGXVHGRUDFTXLUHGE\WKH&2168/7$17WKURXJKWKLV$*5((0(177KHPRQLWRULQJDXGLWLQJRU
investigating may include, but is not limited to, salting databases.
Violation of this section by the CONSULTANT or its sub-consultants or subcontractors may result in termination of
WKLV$*5((0(17DQGGHPDQGIRUUHWXUQRIDOO6WDWH¶V&RQ¿GHQWLDO,QIRUPDWLRQPRQHWDU\GDPDJHVRUSHQDOWLHV
It is understood and acknowledged that the CONSULTANT may provide the AGENCY with information which
LVSURSULHWDU\DQGRUFRQ¿GHQWLDOGXULQJWKHWHUPRIWKLV$*5((0(177KHSDUWLHVDJUHHWRPDLQWDLQWKH
FRQ¿GHQWLDOLW\RIVXFKLQIRUPDWLRQGXULQJWKHWHUPRIWKLV$*5((0(17DQGDIWHUZDUGV$OOPDWHULDOVFRQWDLQLQJ
VXFKSURSULHWDU\DQGRUFRQ¿GHQWLDOLQIRUPDWLRQVKDOOEHFOHDUO\LGHQWL¿HGDQGPDUNHGDV³&RQ¿GHQWLDO´DQGVKDOO
be returned to the disclosing party at the conclusion of the SERVICES under this AGREEMENT.
Agreement Number: CAG-16-063
AGENDA ITEM #2. a)
Local Agency A&E Professional Services Negotiated Hourly Rate Consultant Agreement Page 13 of 14
Revised 4/10/2015
7KH&2168/7$17VKDOOSURYLGHWKH$*(1&<ZLWKDOLVWRIDOOLQIRUPDWLRQDQGPDWHULDOVLWFRQVLGHUVFRQ¿GHQWLDO
and/or proprietary in nature: (a) at the commencement of the term of this AGREEMENT; or (b) as soon as such
FRQ¿GHQWLDORUSURSULHWDU\PDWHULDOLVGHYHORSHG³3URSULHWDU\DQGRUFRQ¿GHQWLDOLQIRUPDWLRQ´LVQRWPHDQWWR
include any information which, at the time of its disclosure: (i) is already known to the other party; (ii) is rightfully
disclosed to one of the parties by a third party that is not acting as an agent or representative for the other party;
(iii) is independently developed by or for the other party; (iv) is publicly known; or (v) is generally utilized by
XQDI¿OLDWHGWKLUGSDUWLHVHQJDJHGLQWKHVDPHEXVLQHVVRUEXVLQHVVHVDVWKH&2168/7$17
The parties also acknowledge that the AGENCY is subject to Washington State and federal public disclosure
ODZV$VVXFKWKH$*(1&<VKDOOPDLQWDLQWKHFRQ¿GHQWLDOLW\RIDOOVXFKLQIRUPDWLRQPDUNHGSURSULHWDU\DQG
RUFRQ¿GHQWLDORURWKHUZLVHH[HPSWXQOHVVVXFKGLVFORVXUHLVUHTXLUHGXQGHUDSSOLFDEOHVWDWHRUIHGHUDOODZ,ID
SXEOLFGLVFORVXUHUHTXHVWLVPDGHWRYLHZPDWHULDOVLGHQWL¿HGDV³3URSULHWDU\DQGRUFRQ¿GHQWLDOLQIRUPDWLRQ´RU
RWKHUZLVHH[HPSWLQIRUPDWLRQWKH$*(1&<ZLOOQRWLI\WKH&2168/7$17RIWKHUHTXHVWDQGRIWKHGDWHWKDWVXFK
UHFRUGVZLOOEHUHOHDVHGWRWKHUHTXHVWHUXQOHVVWKH&2168/7$17REWDLQVDFRXUWRUGHUIURPDFRXUWRIFRPSHWHQW
jurisdiction enjoining that disclosure. If the CONSULTANT fails to obtain the court order enjoining disclosure, the
$*(1&<ZLOOUHOHDVHWKHUHTXHVWHGLQIRUPDWLRQRQWKHGDWHVSHFL¿HG
The CONSULTANT agrees to notify the sub-consultant of any AGENCY communication regarding disclosure that
PD\LQFOXGHDVXEFRQVXOWDQW¶VSURSULHWDU\DQGRUFRQ¿GHQWLDOLQIRUPDWLRQ7KH&2168/7$17QRWL¿FDWLRQWRWKH
VXEFRQVXOWDQWZLOOLQFOXGHWKHGDWHWKDWVXFKUHFRUGVZLOOEHUHOHDVHGE\WKH$*(1&<WRWKHUHTXHVWHUDQGVWDWH
that unless the sub-consultant obtains a court order from a court of competent jurisdiction enjoining that disclosure
WKH$*(1&<ZLOOUHOHDVHWKHUHTXHVWHGLQIRUPDWLRQ,IWKH&2168/7$17DQGRUVXEFRQVXOWDQWIDLOWRREWDLQ
a court order or other judicial relief enjoining the AGENCY by the release date, the CONSULTANT shall waive
and release and shall hold harmless and indemnify the AGENCY from all claims of actual or alleged damages,
OLDELOLWLHVRUFRVWVDVVRFLDWHGZLWKWKH$*(1&<¶VVDLGGLVFORVXUHRIVXEFRQVXOWDQWV¶LQIRUPDWLRQ
XX. Records Maintenance
During the progress of the Work and SERVICES provided hereunder and for a period of not less than six (6) years
IURPWKHGDWHRI¿QDOSD\PHQWWRWKH&2168/7$17WKH&2168/7$17VKDOONHHSUHWDLQDQGPDLQWDLQDOO
“documents” pertaining to the SERVICES provided pursuant to this AGREEMENT. Copies of all “documents”
SHUWDLQLQJWRWKH6(59,&(6SURYLGHGKHUHXQGHUVKDOOEHPDGHDYDLODEOHIRUUHYLHZDWWKH&2168/7$17¶VSODFH
of business during normal working hours. If any litigation, claim or audit is commenced, the CONSULTANT shall
cooperate with AGENCY and assist in the production of all such documents. “Documents” shall be retained until
DOOOLWLJDWLRQFODLPVRUDXGLW¿QGLQJVKDYHEHHQUHVROYHGHYHQWKRXJKVXFKOLWLJDWLRQFODLPRUDXGLWFRQWLQXHVSDVW
the six (6) year retention period.
For purposes of this AGREEMENT, “documents” means every writing or record of every type and description,
including electronically stored information (“ESI”), that is in the possession, control, or custody of the
CONSULTANT, including, without limitation, any and all correspondences, contracts, AGREEMENTs, appraisals,
plans, designs, data, surveys, maps, spreadsheets, memoranda, stenographic or handwritten notes, reports, records,
telegrams, schedules, diaries, notebooks, logbooks, invoices, accounting records, work sheets, charts, notes, drafts,
scribblings, recordings, visual displays, photographs, minutes of meetings, tabulations, computations, summaries,
inventories, and writings regarding conferences, conversations or telephone conversations, and any and all other
taped, recorded, written, printed or typed matters of any kind or description; every copy of the foregoing whether
or not the original is in the possession, custody, or control of the CONSULTANT, and every copy of any of the
foregoing, whether or not such copy is a copy identical to an original, or whether or not such copy contains any
commentary or notation whatsoever that does not appear on the original.
Agreement Number: CAG-16-063
AGENDA ITEM #2. a)
Local Agency A&E Professional Services Negotiated Hourly Rate Consultant Agreement Page 14 of 14
Revised 4/10/2015
For purposes of this AGREEMENT, “ESI” means any and all computer data or electronic recorded media of any
kind, including “Native Files”, that are stored in any medium from which it can be retrieved and examined, either
directly or after translation into a reasonably useable form. ESI may include information and/or documentation
stored in various software programs such as: Email, Outlook, Word, Excel, Access, Publisher, PowerPoint, Adobe
Acrobat, SQL databases, or any other software or electronic communication programs or databases that the
CONSULTANT may use in the performance of its operations. ESI may be located on network servers, backup
WDSHVVPDUWSKRQHVWKXPEGULYHV&'V'9'VÀRSS\GLVNVZRUNFRPSXWHUVFHOOSKRQHVODSWRSVRUDQ\RWKHU
electronic device that CONSULTANT uses in the performance of its Work or SERVICES hereunder, including any
personal devices used by the CONSULTANT or any sub-consultant at home.
³1DWLYH¿OHV´DUHDVXEVHWRI(6,DQGUHIHUWRWKHHOHFWURQLFIRUPDWRIWKHDSSOLFDWLRQLQZKLFKVXFK(6,LVQRUPDOO\
FUHDWHGYLHZHGDQGRUPRGL¿HG
The CONSULTANT shall include this section XX “Records Maintenance” in every subcontract it enters into in
relation to this AGREEMENT and bind the sub-consultant to its terms, unless expressly agreed to otherwise in
writing by the AGENCY prior to the execution of such subcontract.
In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year shown in the
“Execution Date” box on page one (1) of this AGREEMENT.
Signature Date
Signature Date
$Q\ PRGL¿FDtLRQ FKDQJe RU UeIRUPDtLRQ RI tKLs $*5((0(17 sKDOO UeqXLUe DSSURYDO Ds tR IRUP E\ tKe 2I¿Fe
RI tKe $ttRUQe\ *eQeUDO.
Agreement Number: CAG-16-063
AGENDA ITEM #2. a)
City of Renton 214-1779-878
Duvall Avenue NE Improvements: 1 April 2016
NE 10th Street to Sunset Boulevard
Scope of Work
Exhibit A
Scope of Work
City of Renton
Duvall Avenue NE, NE 10th Street to Sunset Boulevard
PROJECT OVERVIEW
The City of Renton Transportation Systems Division (AGENCY), as part of its Capital Improvement
Program, has identified improvements on Duvall Avenue NE, NE 10th Street to Sunset Boulevard to
restore the paved surface, and fill in missing non-motorized facilities, such as sidewalks and bicycle lanes,
illumination, and channelization.
SCOPE OF SERVICES
The CONSULTANT will assist the AGENCY by providing the following services:
•Project Management for the full design phase.
•Public Outreach including:
Targeted Stakeholder Meeting(s).
•Concepts Development and/or Alternatives Workshop with AGENCY staff.
•Stormwater Analysis.
•Preliminary and Final PS&E Design.
•Concepts Development and Alternatives Workshop with AGENCY staff.
•Engineering support during the bidding phase.
Assumption(s)
•The project schedule assumes that this design and bidding phase of the project will be completed
by April 30 2017. However, the overall completion date of this AGREEMENT is April 30, 2018
to account for future supplements to the AGREEMENT which may include construction
assistance.
•Time is a material consideration in the performance of all work by the CONSULTANT under this
AGREEMENT. The CONSULTANT shall complete its work and services within its control to
meet the agreed upon schedule. The CONSULTANT shall provide to the AGENCY monthly
updates to the project schedule that identify tasks and deliverables that require time extensions
due to reasonable and/or unforeseen circumstances. The AGENCY shall not unreasonably
withhold written acceptance of the time extensions.
•Right of Way and construction easement acquisition is not included in the Scope.
AGENDA ITEM #2. a)
City of Renton 214-1779-878
Duvall Avenue NE Improvements: 2 April 2016
NE 10th Street to Sunset Boulevard
Scope of Work
•A Management Reserve Fund of $20,000 is included for items not included in the Scope. The
Management Reserve Fund will not be used without written authorization by the AGENCY.
•All deliverable formats indicated below shall be in software versions as listed under Exhibit C of
the Agreement.
•Roadway improvements are assumed as follows:
Duvall Avenue NE from just south of NE 10th Street to NE 12th Street:
New curb, gutter, sidewalks and landscape strip along the westerly side. If determined
feasible sidewalk shall be made of pervious concrete.
Storm drainage improvements.
Stormwater treatment and detention. If right of way is needed for SW facilities, this will
be part of a future amendment.
Complete pavement restoration.
Channelization and signage improvements, including new bicycle lanes.
Illumination along the westerly side.
Duvall Avenue NE between NE 12th Street to just south of Sunset Boulevard:
Overlay of existing roadway.
Rechannelization of the existing roadway to accommodate bicycle lanes.
Existing curb, gutter and sidewalk will remain in place.
PHASE 1 – PRELIMINARY AND FINAL DESIGN WORK
Task 1 – Project Management (Notice to Proceed (NTP) through April 30, 2017)
Work will include providing the tools for tracking the project schedule, budget, and status of deliverables,
coordination with Subconsultants and management of internal staff, as follows:
•Preparation and update of a design schedule in Microsoft Project format.
•Coordination with the AGENCY through emails, conference calls, and meetings.
•Conduct a project walk through upon Notice to Proceed to establish project definition.
•Preparation of AGENCY-provided Monthly Progress Reports spreadsheets to be included in
invoicing.
•Preparation of a QA/QC Plan.
•Preparation of a preliminary layout and cost estimate that schematically lay out the project
definition as determined during the walk through.
•Conformance to the TIB design grant conditions, as shown in Exhibit K.
AGENDA ITEM #2. a)
City of Renton 214-1779-878
Duvall Avenue NE Improvements: 3 April 2016
NE 10th Street to Sunset Boulevard
Scope of Work
Assumption(s)
• The project schedule assumes that this design and bidding phase of the project will be completed
by April 2017. Therefore, the hours estimated in the budget are for project management costs
from Notice to Proceed (NTP) through April 2017. Project management costs beyond those dates,
including during the construction phase, will be included in a future supplement.
• A total of six meetings between the CONSULTANT AND AGENCY will take place during the
project at the AGENCY’S office.
• Conference calls between AGENCY and CONSULTANT project managers on a weekly basis
will average approximately 1/2 hour in duration. The CONSULTANT project manager will
document the weekly conference calls with an email including an updated copy of the issues log,
if applicable.
Deliverable(s):
• Project Schedule, with weekly updates, in Microsoft Project and PDF format. (Submitted
5/18/2016, with monthly updates)
• Up to four requests for schedule extensions. (Submitted throughout project duration)
• Miscellaneous correspondence to document project management issues, in email format. (Notice
to Proceed through April 30, 2017)
• Monthly Progress Report and invoice (one hard copy to be mailed to the AGENCY each month).
(First Progress Report will arrive in mid-July, with monthly invoices ending in mid-May, 2017)
• Project meeting agendas and minutes, in Microsoft Word format. Agenda will be submitted two
days before the meeting and minutes will be submitted two days after the meeting.
• QA/QC Plan, in PDF format. (Delivered to the AGENCY within two weeks after Notice to
Proceed)
• Preliminary plan (roll plot) and cost estimate, delivered to the AGENCY within two weeks after
the initial project walk-through
Task 2 – Surveying and Base Mapping (NTP through two months post-NTP)
Work will include conducting a field survey and preparation of an electronic base map of the project area
as defined below, to be used in engineering design.
Approach
The CONSULTANT shall establish horizontal and vertical control along Duvall Avenue NE from the
southerly terminus of NE 10th Street to approximately 150 feet south of Sunset Boulevard, and along NE
12th Street from Duvall Avenue NE to the westerly edge of Chelan Avenue NE. From this control,
surveyors will map existing improvements and ground conditions in order to prepare a topographic base
map.
Mapping will include (but not be limited to):
• Monuments which control right-of-way alignments of Duvall Avenue NE and abutting streets.
AGENDA ITEM #2. a)
City of Renton 214-1779-878
Duvall Avenue NE Improvements: 4 April 2016
NE 10th Street to Sunset Boulevard
Scope of Work
•Control points for construction staking.
•Traffic channelization, including islands, left turn pockets, stripping, curb and gutter, sidewalks,
wheel chair ramps, landscaping, and driveway approaches.
•Underground utility locations, including measure down of all stormwater structures. The
CONSULTANT will arrange for APS to mark utility locations prior to the field survey.
•Mapping will also include ground conditions and improvements within the current right-of-way
on both sides of Duvall Avenue NE.
•The base map will show parcel lines and right-of-way limits of Duvall Avenue NE, within the
mapping limits.
Limits of the mapping including utilities:
•Duvall Avenue NE, including between the existing right-of-way on each side, beginning at a
point approximately 100 feet south of the southerly margin of NE 10th Street and terminating
approximately at the southerly curb returns of Sunset Boulevard.
•NE 10th Street, including between the existing right-of-way on each side, beginning at a point
approximately 50 feet east and west of the easterly/westerly margins of Duvall Avenue NE.
•NE 12th Street, including between the existing right-of-way on each side, beginning at a point
approximately 50 feet east of the easterly margin of Duvall Avenue NE to the intersection of NE
12th Street and Chelan Avenue NE.
Assumption(s)
•Base maps will be prepared following the City of Renton Drafting Standards for Road, Bridge,
and Municipal Construction, 2004 Edition.
•One day of traffic control will be required to obtain measure-downs in storm and sanitary sewer
structures within the Duvall Avenue NE travelled way. Traffic control will be provided by the
CONSULTANT.
•The AGENCY will attempt to provide the right of entry to field survey the southerly side of NE
12th Street west of Duvall Avenue NE, which is privately owned.
Task 2 Deliverable(s)
•Electronic Base Map in AutoCAD 2015 format. (Delivered to the AGENCY within two months
post NTP)
Task 3 – Geotechnical Analysis – To be conducted by HWA Geosciences (NTP to three
months post-NTP)
Work anticipated is to update the Geotechnical and Pavement Engineering Investigation prepared by
HWA Geosciences to include recommendations for pervious concrete sidewalk, if feasible.
AGENDA ITEM #2. a)
City of Renton 214-1779-878
Duvall Avenue NE Improvements: 5 April 2016
NE 10th Street to Sunset Boulevard
Scope of Work
Assumption(s)
Additional field work within the existing shoulders may be necessary to determine the feasibility of
pervious concrete sidewalk.
Task 3 Deliverable(s)
•Revised memorandum including pervious concrete sidewalk recommendations, in PDF format.
(Delivered to the AGENCY within three months post-NTP)
Task 4 – Public Outreach (Two months post-NTP through April 30, 2017)
Work will include soliciting input from adjacent property owners and informing adjacent property owners
of proposed solutions and present recommendations to AGENCY through one-on-one meetings to help
shape potential design solutions for the project.
4.1 One-On-One Meetings
The CONSULTANT shall schedule and facilitate up to three one-on-one meetings with stakeholders as
determined by the AGENCY. A minimum of 3 working days’ notice shall be given to the AGENCY’s
project manager to coordinate participation of other AGENCY staff in the one-on-one meetings.
Assumption(s)
•Up to three (3) one-on-one meetings will be required. One CONSULTANT staff member and at
least one AGENCY staff member will attend each meeting. Graphics from other efforts on the
project will be utilized for one-on-one meetings. No graphics will be prepared specifically for
one-on-one meetings beyond one figure showing a close up of the project design for specific
property owners.
Deliverable(s)
One-On-One Meetings: Additional meeting notes from one-on-one meetings – PDF format (Delivered
to the AGENCY within two days after meeting date)
Task 5 – Design Report (NTP through four months post-NTP)
To verify and document design criteria for use on the project.
5.1 Design Report
The CONSULTANT shall prepare a report to summarize the predesign efforts.
Key issues to be addressed in the Design Report:
•Project limits and cost estimate.
•Widths of planter strips and sidewalks on Duvall Avenue NE.
•Coordination with other planned projects and/or utility upgrades.
•Stormwater requirements.
•Public outreach plan.
AGENDA ITEM #2. a)
City of Renton 214-1779-878
Duvall Avenue NE Improvements: 6 April 2016
NE 10th Street to Sunset Boulevard
Scope of Work
The Design Report shall address the following specific design criteria to be used as the basis for
completing formal design for the project:
• Roadway Classifications.
• Pavement Design.
• Pervious Concrete locations (if applicable).
• Posted Speed.
• Design Speed.
• Design Vehicle.
• Curb Return Radii.
• Lane Widths.
• Planter Widths.
• Sidewalk Widths.
• Clear Zone.
• Illumination Light Levels and Uniformity.
Assumption(s)
Design report will be three to seven pages in length, not including graphics and appendices.
Deliverable(s)
• Draft Design Report – PDF format. (Delivered to the AGENCY within three months post-NTP)
• Final Design Report – PDF format. (Delivered to the AGENCY within two weeks after receipt of
AGENCY review comments)
Task 6 – Stormwater Analysis (One month post-NTP through five months post-NTP)
Work will include preparation of a Technical Information Report (TIR) that reflects the stormwater
management approach for project improvements on Duvall Avenue NE generally between NE 10th Street
and NE 12th Street and associated access restoration on adjacent properties.
Coordinate with AGENCY to obtain copies of stormwater TIRs for:
• AGENCY-owned stormwater management facilities within Duvall Avenue NE right-of-way.
• AGENCY-owned stormwater management facilities within the NE 10th Street and NE 12th Street
right-of-way.
• Private stormwater management facilities within the adjacent properties Review the basis of design
of the facility(ies) for contributing area, level of treatment, and level of flow control. Confirm if
the facility(ies) was designed for any new impervious surface within the project area.
AGENDA ITEM #2. a)
City of Renton 214-1779-878
Duvall Avenue NE Improvements: 7 April 2016
NE 10th Street to Sunset Boulevard
Scope of Work
Coordinate with the AGENCY to obtain copies of storm system maps or record drawings to review
drainage patterns for off-site areas adjacent to the project limits. This information will be used to
determine where an equivalent area can be designated for stormwater management.
Perform a Level 1 Downstream Analysis. The Downstream Analysis will extend one mile downstream of
the project location as required by the AGENCY’s amendments to the King County Surface Water
Design Manual (SWDM). The Downstream Analysis will include visual observations of locations that are
readily accessible. Coordinate with the AGENCY to identify any documented downstream drainage
problems or system concerns. The Downstream Analysis will be summarized in a technical memorandum
and include a vicinity map, sketches, and photos. The technical memorandum will be submitted to the
AGENCY for informational purposes and to identify any issues that need to be resolved before the
stormwater analysis can proceed. The technical memorandum will also be included as an appendix in the
Draft and Final TIR.
Meet with the AGENCY up to one time to discuss the approach, on or around July 1, 2016. Proceed with
final design and analysis of the option selected by the AGENCY.
Prepare the Draft TIR, based on Section 2.3.1.1 of the AGENCY’s amendments to the King County
SWDM.
Meet with the AGENCY to discuss comments on the Draft TIR, on or around August 12, 2016. Prepare
the Final TIR.
Assumption(s)
• The project improvements will fall within four threshold discharge areas (TDAs), each having
more than 2,000 square feet of new or redeveloped impervious surface and will require Full
Drainage Review.
• Stormwater mitigation within AGENCY right-of-way could be applied to an equivalent area
rather than the actual new or redeveloped impervious areas.
• Basic water quality treatment will be required.
• Stormwater mitigation for the targeted areas will be provided.
• The project is located in Aquifer Protection Zone 2.
• Because of the roadway profile grades and the Zone 2 Aquifer Protection Zone, pervious
pavement will not be used for any new or redeveloped roadway, but shall be used for sidewalk
construction.
• There may be more than 0.1 cfs increase in the runoff rate for the 100-year flow frequency
between existing and proposed conditions.
• The flow control duration standard for forested conditions will be required.
• Any existing AGENCY-owned stormwater management facility will not be modified for any new
or redeveloped impervious surfaces.
• Existing storm system components will be added to the base map as part of the survey services.
• New stormwater management facilities may be constructed within public right of way.
AGENDA ITEM #2. a)
City of Renton 214-1779-878
Duvall Avenue NE Improvements: 8 April 2016
NE 10th Street to Sunset Boulevard
Scope of Work
Deliverable(s)
••••Downstream Analysis technical memorandum, in PDF format. (Delivered to the AGENCY
within 3 months post-NTP)
••••One unbound copy of the draft TIR including an electronic copy (MS Word) of the report text
and in PDF format. (Delivered to the AGENCY within 3 monts post-NTP)
••••Two bound and one unbound copies of the final TIR. Submittal of the final TIR will include an
electronic copy (MS Word and PDF format) of the final report, graphs, tables, and electronic
versions of other information contained in the Final TIR. Submittal of the final TIR will also
include an electronic copy of all computer modeling files used in the analysis including input and
output files. (Delivered to the AGENCY within two weeks after receipt of AGENCY comments
and/or review meeting with AGENCY)
••••The Draft and Final TIR will include the Downstream Analysis technical memorandum as an
appendix.
Task 7 – Preliminary Design (Two months post-NTP to five months post-NTP)
The Consultant will prepare preliminary design plans to sort out design issues and gain AGENCY
consensus on the preliminary plan set before proceeding into preparation of bid plans and specifications.
7.1 Preliminary Design Workshop
The CONSULTANT shall prepare a preliminary layout and facilitate a workshop-type meeting with
AGENCY staff to review on or around three months post-NTP. The CONSULTANT will work
collaboratively with AGENCY staff to identify any modifications necessary to gain consensus on the
preferred layout.
Assumption(s)
One preferred alternative will be presented going into the workshop. It will be based on the
channelization recommendations by the AGENCY and Design Report process with minor refinements
directed by the AGENCY’s project manager based on input received from the one-on-one meetings with
property owners. The alternative may be either hand drawn or CAD drawn and will show at a minimum
the following elements of the design:
•Curb returns/radii.
•Channelization, including lane configuration, turn storage lengths, median islands, and curbing.
•Type and location of signal controller, poles, heads, displays, phasing, junction boxes, and light
standards.
•Type and location of retaining walls – including hand/guard rails.
•Utility relocation needs.
Deliverable(s)
•Preliminary layout for workshop. (Delivered to the AGENCY two months post-NTP.)
•Meeting attendance – up to three staff.
AGENDA ITEM #2. a)
City of Renton 214-1779-878
Duvall Avenue NE Improvements: 9 April 2016
NE 10th Street to Sunset Boulevard
Scope of Work
• Meeting notes and/or revised layout sketches, in Microsoft Word and PDF format. Agenda will
be submitted to the AGENCY two days before meeting and meeting notes will be submitted to
the AGENCY two days after meeting.
7.2 Preliminary Plans
The CONSULTANT shall prepare preliminary plans for AGENCY review.
Assumption(s)
Up to 30 plan sheets will be included in the Preliminary Plan review submittal. The plans are intended to
be in-progress versions of the following plan sheets:
• Cover and Sheet Index (one sheet).
• Legend and Abbreviations (one sheet).
• Typical Sections (two sheets).
• Right-of-Way, Alignment, and Site Preparation Plans (three sheets). These will include survey
control points.
• Plan and Profile Sheets (five sheets).
• Storm Drainage Plans and Details (three sheets).
• Wall Plan (two sheets).
• Wall Profiles (two sheets).
• Channelization, Signing, and Illumination (three sheets).
• Planting Plans and Detail Sheet (four sheets).
• Franchise Utility Conflict Plans and (three sheets).
The Franchise Utility Conflict Plans will be prepared for the AGENCY to forward to all franchise utility
companies within the project area. The AGENCY shall be responsible for coordination with these
companies for relocation efforts, if necessary.
7.3 Specification Outline
The CONSULTANT shall prepare a list of bid items indicating if a particular item is a WSDOT Standard
Item, requires a WSDOT or APWA GSP, or will require a special provision.
Assumption(s)
• Specifications for the project will be developed using the 2016 WSDOT Standard Specification
for Roads and Bridges by reference, and supplemented, amended, or replaced by WSDOT or
APWA GSPs or project-specific special provisions.
AGENDA ITEM #2. a)
City of Renton 214-1779-878
Duvall Avenue NE Improvements: 10 April 2016
NE 10th Street to Sunset Boulevard
Scope of Work
7.4 Preliminary Opinion of Cost
The CONSULTANT shall prepare a preliminary opinion of construction cost and latest information
regarding anticipated right-of-way acquisition costs.
Assumption(s)
As much as reasonably possible, WSDOT standard bid items and bid cost tabulations will be used as the
basis of the preliminary opinion of cost. However, because the design will not be fully developed at this
time, some items may need to be estimated as ‘square foot’ costs or lump sums. The preliminary opinion
of cost will have both a design estimating contingency to account for the uncertainties at this stage of
design, and a construction contingency to account for unforeseen issues during construction.
Deliverable(s)
• Preliminary Plans – PDF (CD) and five sets of 11-inch by 17-inch hard copy. (Delivered to the
AGENCY within five months post-NTP)
• Specification Outline – PDF (CD) and photo-ready hard copy. (Delivered to the AGENCY within
five months post-NTP)
• Preliminary Opinion of Cost – PDF (CD) and hard copy. (Delivered to the AGENCY within five
months post-NTP)
Task 8 – Environmental Assistance (Notice to Proceed through April 30, 2017)
To provide information to the AGENCY’s Environmental Consultant (under a separate contract) for
completion of a SEPA checklist.
Approach
Under a separate contract, the Environmental Consultant shall prepare a SEPA environmental checklist
for the AGENCY’s use in obtaining SEPA approvals. The CONSULTANT shall assist this effort by
providing information for the checklist. The CONSULTANT shall coordinate with the Environmental
Consultant to determine the method and timing of the delivery of project information.
Assumption(s)
• A determination on non-significance is anticipated for this project.
• The Environmental Consultant shall notify the CONSULTANT of what information is needed for
the Environmental Consultant to complete the SEPA checklist. Ten hours of Project Engineer
and four hours for Project Manager are included in the scope.
• Ten hours for graphics for the Environmental Consultant is included in the Scope.
• The AGENCY will be responsible for obtaining all environmental documentation and permits if
required by the project.
AGENDA ITEM #2. a)
City of Renton 214-1779-878
Duvall Avenue NE Improvements: 11 April 2016
NE 10th Street to Sunset Boulevard
Scope of Work
Deliverable(s)
•Graphic and project information support for the Environmental Consultant. (Delivered to the
Environmental Consultant within four weeks of their request).
Task 9 – Bid Documents (Five months post-NTP through nine months post-NTP)
Goal(s)
To provide a complete package of bid-ready documents.
Assumption(s)
•Up to 33 plan sheets will be included in the 90%, 100%, and Bid submittals:
Cover and Sheet Index (one sheet).
Legend and Abbreviations (one sheet).
Typical Sections (two sheets).
Right-of-Way, Alignment, and Site Preparation Plans (four sheets).
Plan and Profile Sheets (five sheets).
Storm Drainage Plans and Details (three sheets).
Wall Plan (two sheets).
Wall Profiles (two sheets).
Roadway and Wall Details (three sheets).
Channelization, Signing, and Illumination (three sheets).
Intersection Grading Details (1 sheet)
Franchise Utility Conflict Plans (two sheets).
Planting Schedule, Plan, and Details (four sheets).
•Only one type of wall will be evaluated.
•All work will be constructed within existing right of way.
•Sign specifications will be shown on Signing Plans. No sign schedule will be required.
•The Franchise Utility Conflict Plans will be prepared for the AGENCY to forward to all franchise
utility companies within the project area. The AGENCY shall be responsible for coordination
with these companies for relocation efforts, if necessary. One utility coordination meeting is
included. The meeting shall be at City Hall and arranged by the AGENCY.
Deliverable(s)
•90% Review Plans – PDF (CD) and five sets of half-size plans for AGENCY review. (Delivered
to the AGENCY within eight months post-NTP)
•90% Review Project Bid Documents – PDF (CD) and five paper copies for AGENCY review.
(Delivered to the AGENCY within eight months post-NTP)
AGENDA ITEM #2. a)
City of Renton 214-1779-878
Duvall Avenue NE Improvements: 12 April 2016
NE 10th Street to Sunset Boulevard
Scope of Work
•90% Review Opinion of Cost – PDF (CD) and five paper copies for AGENCY review.
(Delivered to the AGENCY within eight months post-NTP)
•Submittal list to assist the AGENCY with project submittals during construction. (Delivered to
the AGENCY within eight months post-NTP)
•100% Plans – One set of full-size paper plans and AutoCAD files for AGENCY’s project
manager check print review. (Delivered to the AGENCY within three weeks after receipt of the
AGENCY review comments)
•100% Bid Documents – One set of photo-ready specifications for AGENCY’s project manager
check print review. (Delivered to the AGENCY within three weeks after receipt of the AGENCY
review comments)
•Contract Documents – Upload to online Builders Exchange of Washington (BXWA) (plans
/specifications in PDF format). (Delivered to the AGENCY within three weeks after receipt of the
AGENCY review comments)
Task 9 – Bidding Assistance (Nine months post-NTP through April 30, 2017)
Goal(s)
To provide assistance to the AGENCY during the biding phase of the project.
Assumption(s)
•Up to four RFI responses (via email) and two Addenda will be prepared during the bidding phase.
•The bidding phase will last three weeks between Construction Advertisement and Bid Opening.
Deliverable(s)
•Four email responses to Contractor request for information. (Delivered to the AGENCY within
ten months post-NTP)
•Two addenda in PDF format. (Delivered to the AGENCY within ten months post-NTP)
•Bid tabs, debarment, analyze for unbalanced bids. (Delivered to the AGENCY within one week
of bid opening)
AGENDA ITEM #2. a)
WSDOT Form 140-089 EF Exhibit B Page 1 of 1
Revised 10/30/2014
Exhibit B
DBE Participation
Agreement Number: CAG-16-063
N/A
AGENDA ITEM #2. a)
WSDOT Form 140-089 EF Exhibit C Page 1 of 4
Revised 10/30/2014
Exhibit C
Preparation and Delivery of Electronic Engineering and Other Data
In this Exhibit the agency, as applicable, is to provide a description of the format and standards the consultant is
WRXVHLQSUHSDULQJHOHFWURQLF¿OHVIRUWUDQVPLVVLRQWRWKHDJHQF\7KHIRUPDWDQGVWDQGDUGVWREHSURYLGHGPD\
include, but are not limited to, the following:
I. Surveying, Roadway Design & Plans Preparation Section
A. Survey Data
B. Roadway Design Files
C. Computer Aided Drafting Files
Agreement Number: CAG-16-063
Standard: City of Renton Survey Control Network and Standards, 2000
Format: Autodesk, AutoCAD Civil 3D - Note: Consultant’sversion shall be compatible with City of
Renton’sversion, at the time of submission of deliverables. For 2015, City of Renton version is AutoCAD
Civil 3D 2015.
Transmission: Compact Disk, DVD and/or Flash Drive
Standard: Washington State Department of Transportation, Local Agency Guidelines, December 2015
Format: Autodesk, AutoCAD Civil 3D - Note: Consultant’sversion shall be compatible with City of
Renton’sversion, at the time of submission of deliverables. For 2015, City of Renton version is AutoCAD
Civil 3D 2015. Adobe pdf for plan sheets and/or roll plots.
Standard: City of Renton Drafting Standards for Road, Bridge and Municipal Construction, 2004
Format: Autodesk, AutoCAD Civil 3D - Note: Consultant’sversion shall be compatible with City of
Renton’sversion, at the time of submission of deliverables. For 2015, City of Renton version is AutoCAD
Civil 3D 2015.
Transmission: Compact Disk, DVD and/or Flash Drive
AGENDA ITEM #2. a)
WSDOT Form 140-089 EF Exhibit C Page 2 of 4
Revised 10/30/2014
' 6SHFLI\WKH$JHQF\¶V5LJKWWR5HYLHZ3URGXFWZLWKWKH&RQVXOWDQW
E. Specify the Electronic Deliverables to Be Provided to the Agency
F. Specify What Agency Furnished Services and Information Is to Be Provided
Agreement Number: CAG-16-063
See Exhibit A.
Agency retains the right to review all deliverables listed in the Scope of Work as shown in Exhibit A.
See Exhibit A.
AGENDA ITEM #2. a)
WSDOT Form 140-089 EF Exhibit C Page 3 of 4
Revised 10/30/2014
II. Any Other Electronic Files to Be Provided
III. Methods to Electronically Exchange Data
E-mail, Compact Disk, DVD and/or Flash Drive
See Exhibit A.
AGENDA ITEM #2. a)
WSDOT Form 140-089 EF Exhibit C Page 4 of 4
Revised 10/30/2014
A. Agency Software Suite
B. Electronic Messaging System
C. File Transfers Format
Microsoft Office Outlook 2010
Adobe pdf, ZIP files, Microsoft Office: Word (2010), Excel (2010), Project (2010), PowerPoint (2010),
Publisher (2010).
Microsoft Windows 7, Microsoft Office 2010
AGENDA ITEM #2. a)
WSDOT Form 140-089 EF Exhibit D Page 1 of 1
Revised 10/30/2014
Exhibit D
Prime Consultant Cost Computations
Agreement Number: CAG-16-063
See budget estimate on following page.
AGENDA ITEM #2. a)
Client: City of RentonProject: Duvall Avenue NE, 10th to 12th StreetBUDGET ESTIMATEExhibit DPrime Consultant Cost ComputationsCindy ClarkChuck SchottMarc KendallChris ClarkJack WrightRonnie BennettJared KremitzScott SpeesAdam BeauprezAmanda LucasDarren SandenoChristy PopeJoe MerthMichelle LiangiProject ManagerSr EngineerQA/QCSr EngineerLead Design EngineerLead DesignerStormwater EngineerCM ManagerSurvey SupervisorSurveyor IIISurveryor IIWord ProcessingLandscape DesignProject CoordinatorStructural EngineerProject Accountant$65.77 $64.55 $39.87 $43.16 $50.23 $56.63 $44.00 $33.15 $26.64 $27.31 $52.66 $34.35 $61.92 $27.81$211.12 $207.21 $127.98 $138.54 $161.24 $181.78 $141.24 $106.41 $85.51 $87.67 $169.04 $110.26 $198.76 $89.27Phase Task Description Labor Dollars Labor Hours 462 97 682 482 162 16 72 68 58 71 40 60 52 17DESIGN $354,548.4501 01 PROJECT MANAGEMENT $66,906.58 367 243 5 50 0 18 0 0 0 0 0 0 34 0 17 Contract Set Up $2,083.68 16 48 4 Subconsultant Coordination $520.92 4 12 1Conference Calls $5,489.16 26 26Progress Meetings (6) $10,073.37 60 24 24 12 Schedule Preparation & Updates $2,533.46 12 12Extension Analysis & Requests $10,556.09 50 50 Misc. Corrrespondence $16,889.74 80 80 Kickoff/Walkthough $3,086.16 18 4 4 6 4Roll Plot preparation $2,487.72 17 2 1 12 2Draft Cost Estimate $1,868.35 12 4 8 Progress Report(12) $11,317.95 72 3624 1201 02 SURVEY AND MAPPING $22,576.22 199 1 0 0 0 0 0 72 68 58 0 0 0 00 Records Research $1,906.00 13 112 Field Work $12,195.82 12668 58 Basemap Preparation $8,191.92 5858 APS Coordination $282.48 2201 03 GEOTECHNICAL ANALYSIS $0.00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 See Subconsultant Cost (Below) $0.00 001 04 OUTREACH $4,879.97 30 13 0 16 0 0 0 0 0 0 1 0 0 0 0 One-on-One Meetings (3) $4,069.25 24 12 12 Meeting notes $810.72 6 1 4101 05 DESIGN REPORT $3,103.33 21 5 0 16 0 0 0 0 0 0 0 0 0 0 0 Draft Memo $2,380.28 16 4 12 Final Memo$723.05 5 1 401 06 STORMWATER ANALYSIS $14,504.87 89 9 0 0 0 76 0 0 0 0 4 0 0 0 0 Gather Info$644.95 44 Offsite Analtysis $1,934.86 1212Downstream Analysis $3,224.77 2020 Meeting with City $1,489.44 8 44 Prepare Draft TIR $3,400.10 22202 Meeting with City $1,489.44 8 44 Prepare Final TIR $2,321.31 15 112201 07 PRELIMINARY DESIGN $109,795.03 744 58 32 280 224 36 12 00 0 24 40 4 34 0 Preliminary Plan & Profile $5,846.44 44404 Worskshop Meeting w/City $2,728.50 16 4 4 4 4 Cover Sheet $1,211.95 9 0.5 8 Legend$1,211.95 9 0.5 8 Typical Sections $5,664.46 41 1 8 32 Demo$10,173.13 72 2 2 8 60 Plan & Profile Sheets $9,539.48 72 2 2 68 Storm Drainage Plans $12,119.29 88 2 2 68 16 Storm Drainage Details $3,396.31 24 2 2 20 Wall Plan$8,377.84 48 2 2 2024 Wall Profiles $5,595.16 34 2 2 2010 Channelization, Signing & Illumination$9,703.44 68 2 2 64 Utility Conflict Plans $6,999.98 48 2 2 28 16 Planting Plans & Details $9,645.92 60 2 2 1640Draft Specifications $8,477.87 52 24 820Preliminary Opinion of Cost $3,383.28 22 2 4 8 801Salaried Rates: Project Rates: Page 1 of 25/20/2016AGENDA ITEM #2. a)
Client: City of RentonProject: Duvall Avenue NE, 10th to 12th StreetBUDGET ESTIMATEExhibit DPrime Consultant Cost ComputationsCindy ClarkChuck SchottMarc KendallChris ClarkJack WrightRonnie BennettJared KremitzScott SpeesAdam BeauprezAmanda LucasDarren SandenoChristy PopeJoe MerthMichelle LiangiProject ManagerSr EngineerQA/QCSr EngineerLead Design EngineerLead DesignerStormwater EngineerCM ManagerSurvey SupervisorSurveyor IIISurveryor IIWord ProcessingLandscape DesignProject CoordinatorStructural EngineerProject Accountant$65.77 $64.55 $39.87 $43.16 $50.23 $56.63 $44.00 $33.15 $26.64 $27.31 $52.66 $34.35 $61.92 $27.81$211.12 $207.21 $127.98 $138.54 $161.24 $181.78 $141.24 $106.41 $85.51 $87.67 $169.04 $110.26 $198.76 $89.27Phase Task Description Labor Dollars Labor Hours 462 97 682 482 162 16 72 68 58 71 40 60 52 17Salaried Rates: Project Rates: Utility Coordination Meeting $1,356.42 8 4 4Assemble and Submit Prelim PS&E $2,280.06 18 2 4 44 4Review Meeting with City $2,083.55 12 4 44$0.00 001 08 ENVIRONMENTAL ASSISTANCE $3,509.75 24 4 0 10 10 0 0 0 0 0 00 0 0 0 Coordinate with Widener & Assoc. $3,509.75 24 4 10 10 $0.00 001 09 BID DOCUMENTS $119,959.91 799 113 60 276 248 32 4 0 0 0 34 014 18 0 Incorporate Prelim Comments $56,356.30 376 40 40 120 12032 420 Update Plan Sheets $23,443.66 156 24 60 6012 Update Specs $4,874.32 28 1684 Update Estimate $2,343.33 17 1 8 8 Submit 90% PS&E $2,749.75 22 2 124 4 Review Meeting with City $1,356.42 8 4 4 Update PS&E $24,755.65 162 20 20 60 602 Submit Final PS&E $1,330.03 10 2 42 2 Post to Builders Exchange $2,750.46 20 4 88$0.0001 10 BIDDING ASSISTANCE $9,312.79 66 16 0 34 0 0 0 0 0 0 8 0 8 0 0 4 RFIs, 2 Addenda $7,188.47 52 12 248 8Bid Tabs$2,124.31 14 4 10Labor Totals:$354,548.452339$97,538.23$20,098.93$87,284.20$66,778.02$26,120.60$2,908.52$10,169.28$7,235.98$4,959.84$6,224.22$6,761.54$6,615.81$10,335.69$1,517.59TOTAL$354,548$2,500$10,000$12,500Amount$1,500$1,500$200$200$400Reserve Fund$20,000$23,800$390,848Expense Total:Expenses (non-survey)HWASubconsultant Total:DIRECT EXPENSES:DescriptionPlotter BondMileageProject Total:LABORLabor TotalApplied Professional Services, Inc.WA Survey EquipmentWa Survey VehicleSUBCONSULTANTSSubconsultant Name Page 2 of 25/20/2016AGENDA ITEM #2. a)
WSDOT Form 140-089 EF Exhibit E Page 1 of 1
Revised 10/30/2014
Exhibit E
Sub-consultant Cost Computations
7KHUHLVQ¶WDQ\VXEFRQVXOWDQWSDUWLFLSDWLRQDWWKLVWLPH7KH&2168/7$17VKDOOQRWVXEFRQWUDFWIRU
the performance of any work under this AGREEMENT without prior written permission of the AGENCY.
Refer to section VI “Sub-Contracting” of this AGREEMENT.
Agreement Number:
The following subconsultants are being added to the project:
Applied Professional Services Inc. = $2,500
CAG-16-063
AGENDA ITEM #2. a)
WSDOT Form 140-089 EF Exhibit F Page 1 of 1
Revised 10/30/2014
Exhibit F
Title VI Assurances
During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, and successors
in interest agrees as follows:
1. Compliance with Regulations: The CONSULTANT shall comply with the Regulations relative to non-
discrimination in federally assisted programs of the AGENCY, Title 49, Code of Federal Regulations,
Part 21, as they may be amended from time to time (hereinafter referred to as the “REGULATIONS”),
which are herein incorporated by reference and made a part of this AGREEMENT.
2. Non-discrimination: The CONSULTANT, with regard to the work performed during this AGREEMENT,
shall not discriminate on the grounds of race, color, sex, or national origin in the selection and retention
RIVXEFRQVXOWDQWVLQFOXGLQJSURFXUHPHQWRIPDWHULDOVDQGOHDVHVRIHTXLSPHQW7KH&2168/7$17
VKDOOQRWSDUWLFLSDWHHLWKHUGLUHFWO\RULQGLUHFWO\LQWKHGLVFULPLQDWLRQSURKLELWHGE\6HFWLRQRIWKH
REGULATIONS, including employment practices when this AGREEMENT covers a program set forth
in Appendix B of the REGULATIONS.
6ROLFLWDWLRQVIRU6XEFRQVXOWDQWV,QFOXGLQJ3URFXUHPHQWRI0DWHULDOVDQG(TXLSPHQW,QDOOVROLFLWDWLRQV
either by competitive bidding or negotiations made by the CONSULTANT for work to be performed
XQGHUDVXEFRQWUDFWLQFOXGLQJSURFXUHPHQWRIPDWHULDOVRUOHDVHVRIHTXLSPHQWHDFKSRWHQWLDOVXE
FRQVXOWDQWRUVXSSOLHUVKDOOEHQRWL¿HGE\WKH&2168/7$17RIWKH&2168/7$17¶VREOLJDWLRQVXQGHU
this AGREEMENT and the REGULATIONS relative to non-discrimination on the grounds of race, color,
sex, or national origin.
,QIRUPDWLRQDQG5HSRUWV7KH&2168/7$17VKDOOSURYLGHDOOLQIRUPDWLRQDQGUHSRUWVUHTXLUHGE\WKH
REGULATIONS or directives issued pursuant thereto, and shall permit access to its books, records,
accounts, other sources of information, and its facilities as may be determined by the AGENCY, the
STATE, or the Federal Highway Administration (FHWA) to be pertinent to ascertain compliance with such
5(*8/$7,216RUGHUVDQGLQVWUXFWLRQV:KHUHDQ\LQIRUPDWLRQUHTXLUHGRID&2168/7$17LVLQWKH
exclusive possession of another who fails or refuses to furnish this information, the CONSULTANT shall
so certify to the AGENCY, the STATE, or the FHWA as appropriate, and shall set forth what efforts it has
made to obtain the information.
6DQFWLRQVIRU1RQFRPSOLDQFH,QWKHHYHQWRIWKH&2168/7$17¶VQRQFRPSOLDQFHZLWKWKHQRQ
discrimination provisions of this AGREEMENT, the AGENCY shall impose such AGREEMENT sanctions
as it, the STATE, or the FHWA may determine to be appropriate, including, but not limited to:
:LWKKROGLQJRISD\PHQWVWRWKH&2168/7$17XQGHUWKLV$*5((0(17XQWLOWKH&2168/7$17
complies, and/or;
&DQFHOODWLRQWHUPLQDWLRQRUVXVSHQVLRQRIWKLV$*5((0(17LQZKROHRULQSDUW
6. Incorporation of Provisions: The CONSULTANT shall include the provisions of paragraphs (1) through
LQHYHU\VXEFRQWUDFWLQFOXGLQJSURFXUHPHQWRIPDWHULDOVDQGOHDVHVRIHTXLSPHQWXQOHVVH[HPSWE\WKH
REGULATIONS, or directives issued pursuant thereto. The CONSULTANT shall take such action with
respect to any sub-consultant or procurement as the STATE, the AGENCY, or FHWA may direct as a means
of enforcing such provisions including sanctions for non-compliance.
Provided, however, that in the event a CONSULTANT becomes involved in, or is threatened with,
OLWLJDWLRQZLWKDVXEFRQVXOWDQWRUVXSSOLHUDVDUHVXOWRIVXFKGLUHFWLRQWKH&2168/7$17PD\UHTXHVW
the AGENCY enter into such litigation to protect the interests of the STATE and/or the AGENCY and, in
DGGLWLRQWKH&2168/7$17PD\UHTXHVWWKH8QLWHG6WDWHVHQWHULQWRVXFKOLWLJDWLRQWRSURWHFWWKHLQWHUHVWV
of the United States.Agreement Number: CAG-16-063
AGENDA ITEM #2. a)
WSDOT Form 140-089 EF Exhibit G Page 1 of 1
Revised 10/30/2014
Exhibit G
&HUWL¿FDWLRQ'RFXPHQWV
Exhibit G-1(a) &HUWL¿FDWLRQRI&RQVXOWDQW
Exhibit G-1(b) &HUWL¿FDWLRQRIBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB
Exhibit G-2 &HUWL¿FDWLRQ5HJDUGLQJ'HEDUPHQW6XVSHQVLRQDQG2WKHU5HVSRQVLELOLW\0DWWHUV
Primary Covered Transactions
([KLELW* &HUWL¿FDWLRQ5HJDUGLQJWKH5HVWULFWLRQVRIWKH8VHRI)HGHUDO)XQGVIRU/REE\LQJ
Exhibit G-4 &HUWL¿FDWHRI&XUUHQW&RVWRU3ULFLQJ'DWD
Agreement Number:
Agency
AGENDA ITEM #2. a)
WSDOT Form 140-089 EF Exhibit G Page 1 of 1
Revised 10/30/2014
([KLELW*D &HUWL¿FDWLRQRI&RQVXOWDQW
,KHUHE\FHUWLI\WKDW,DPWKHDQGGXO\DXWKRUL]HGUHSUHVHQWDWLYHRIWKH¿UPRI
whose address is
DQGWKDWQHLWKHUWKHDERYH¿UPQRU,KDYH
a) Employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration,
DQ\¿UPRUSHUVRQRWKHUWKDQDERQD¿GHHPSOR\HHZRUNLQJVROHO\IRUPHRUWKHDERYH&2168/7$17
to solicit or secure this AGREEMENT;
b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of
DQ\¿UPRUSHUVRQLQFRQQHFWLRQZLWKFDUU\LQJRXWWKLV$*5((0(17RU
F 3DLGRUDJUHHGWRSD\WRDQ\¿UPRUJDQL]DWLRQRUSHUVRQRWKHUWKDQDERQD¿GHHPSOR\HHZRUNLQJVROHO\
for me or the above CONSULTANT) any fee, contribution, donation, or consideration of any kind for, or in
connection with, procuring or carrying out this AGREEMENT; except as hereby expressly stated (if any);
,DFNQRZOHGJHWKDWWKLVFHUWL¿FDWHLVWREHIXUQLVKHGWRWKH
and the Federal Highway Administration, U.S. Department of Transportation in connection with this
AGREEMENT involving participation of Federal-aid highway funds, and is subject to applicable State and
Federal laws, both criminal and civil.
Consultant (Firm Name)
Signature ($utKori]eG 2I¿Fial oI Consultant) Date
Agreement Number:
Parametrix, Inc.
1019 39th Avenue SE, Suite 100, Puyallup, WA 98374
Parametrix, Inc.
AGENDA ITEM #2. a)
WSDOT Form 140-089 EF Exhibit G Page 1 of 1
Revised 10/30/2014
([KLELW*E &HUWL¿FDWLRQRI
I hereby certify that I am the:
Other
of the , and
RULWVUHSUHVHQWDWLYHKDVQRWEHHQUHTXLUHGGLUHFWO\RULQGLUHFWO\DVDQH[SUHVVRULPSOLHGFRQGLWLRQLQFRQQHFWLRQ
with obtaining or carrying out this AGREEMENT to:
D (PSOR\RUUHWDLQRUDJUHHWRHPSOR\WRUHWDLQDQ\¿UPRUSHUVRQRU
E 3D\RUDJUHHWRSD\WRDQ\¿UPSHUVRQRURUJDQL]DWLRQDQ\IHHFRQWULEXWLRQGRQDWLRQRUFRQVLGHUDWLRQ
of any kind; except as hereby expressly stated (if any):
,DFNQRZOHGJHWKDWWKLVFHUWL¿FDWHLVWREHIXUQLVKHGWRWKH
and the Federal Highway Administration, U.S. Department of Transportation, in connection with this
AGREEMENT involving participation of Federal-aid highway funds, and is subject to applicable State and
Federal laws, both criminal and civil.
Signature Date
Agreement Number:
City of Renton Parametrix, Inc.
AGENDA ITEM #2. a)
WSDOT Form 140-089 EF Exhibit G Page 1 of 1
Revised 10/30/2014
([KLELW* &HUWL¿FDWLRQ5HJDUGLQJ'HEDUPHQW6XVSHQVLRQDQG2WKHU
Responsibility Matters - Primary Covered Transactions
, 7KHSURVSHFWLYHSULPDU\SDUWLFLSDQWFHUWL¿HVWRWKHEHVWRILWVNQRZOHGJHDQGEHOLHIWKDWLWDQGLWVSULQFLSDOV
A. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded from covered transactions by any Federal department or agency;
% +DYHQRWZLWKLQDWKUHH\HDUSHULRGSUHFHGLQJWKLVSURSRVDOEHHQFRQYLFWHGRIRUKDGDFLYLOMXGJPHQW
rendered against them for commission of fraud or a criminal offense in connection with obtaining,
attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under
a public transaction; violation of Federal or State anti-trust statues or commission of embezzlement,
WKHIWIRUJHU\EULEHU\IDOVL¿FDWLRQRUGHVWUXFWLRQRIUHFRUGVPDNLQJIDOVHVWDWHPHQWVRUUHFHLYLQJ
stolen property;
C. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity
(Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b)
RIWKLVFHUWL¿FDWLRQDQG
' +DYHQRWZLWKLQDWKUHH\HDUSHULRGSUHFHGLQJWKLVDSSOLFDWLRQSURSRVDOKDGRQHRUPRUHSXEOLF
transactions (Federal, State and local) terminated for cause or default.
,, :KHUHWKHSURVSHFWLYHSULPDU\SDUWLFLSDQWLVXQDEOHWRFHUWLI\WRDQ\RIWKHVWDWHPHQWVLQWKLVFHUWL¿FDWLRQ
such prospective participant shall attach an explanation to this proposal.
Consultant (Firm Name)
Signature ($utKori]eG 2I¿Fial oI Consultant) Date
Agreement Number:
Parametrix, Inc.
AGENDA ITEM #2. a)
WSDOT Form 140-089 EF Exhibit G Page 1 of 1
Revised 10/30/2014
([KLELW* &HUWL¿FDWLRQ5HJDUGLQJWKH5HVWULFWLRQVRIWKH8VHRI)HGHUDO)XQGV
for Lobbying
7KHSURVSHFWLYHSDUWLFLSDQWFHUWL¿HVE\VLJQLQJDQGVXEPLWWLQJWKLVELGRUSURSRVDOWRWKHEHVWRIKLVRUKHU
knowledge and belief, that:
1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any
SHUVRQIRULQÀXHQFLQJRUDWWHPSWLQJWRLQÀXHQFHDQRI¿FHURUHPSOR\HHRIDQ\)HGHUDODJHQF\D0HPEHU
RI&RQJUHVVDRI¿FHURUHPSOR\HHRI&RQJUHVVRUDQ\HPSOR\HHRID0HPEHURI&RQJUHVVLQFRQQHFWLRQ
with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan,
the entering into of any cooperative AGREEMENT, and the extension, continuation, renewal, amendment,
RUPRGL¿FDWLRQRI)HGHUDOFRQWUDFWJUDQWORDQRUFRRSHUDWLYH$*5((0(17
2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for
LQÀXHQFLQJRUDWWHPSWLQJWRLQÀXHQFHDQRI¿FHURUHPSOR\HHRIDQ\)HGHUDODJHQF\D0HPEHURI&RQJUHVV
DQRI¿FHURUHPSOR\HHRI&RQJUHVVRUDQHPSOR\HHRID0HPEHURI&RQJUHVVLQFRQQHFWLRQZLWKWKLV
Federal contract, grant, loan or cooperative AGREEMENT, the undersigned shall complete and submit
Standard Form - LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions.
7KLVFHUWL¿FDWLRQLVDPDWHULDOUHSUHVHQWDWLRQRIIDFWXSRQZKLFKUHOLDQFHZDVSODFHGZKHQWKLVWUDQVDFWLRQ
ZDVPDGHRUHQWHUHGLQWR6XEPLVVLRQRIWKLVFHUWL¿FDWLRQLVDSUHUHTXLVLWHIRUPDNLQJRUHQWHULQJLQWR
WKLVWUDQVDFWLRQLPSRVHGE\6HFWLRQ7LWOH86&RGH$Q\SHUVRQZKRIDLOVWR¿OHWKHUHTXLUHG
FHUWL¿FDWLRQVKDOOEHVXEMHFWWRDFLYLOSHQDOW\RIQRWOHVVWKDQDQGQRWPRUHWKDQ
for each such failure.
7KHSURVSHFWLYHSDUWLFLSDQWDOVRDJUHHVE\VXEPLWWLQJKLVRUKHUELGRUSURSRVDOWKDWKHRUVKHVKDOOUHTXLUH
WKDWWKHODQJXDJHRIWKLVFHUWL¿FDWLRQEHLQFOXGHGLQDOOORZHUWLHUVXEFRQWUDFWVZKLFKH[FHHG
and that all such sub-recipients shall certify and disclose accordingly.
Consultant (Firm Name)
Signature ($utKori]eG 2I¿Fial oI Consultant) Date
Agreement Number:
Parametrix, Inc.
AGENDA ITEM #2. a)
WSDOT Form 140-089 EF Exhibit G Page 1 of 1
Revised 10/30/2014
([KLELW* &HUWL¿FDWHRI&XUUHQW&RVWRU3ULFLQJ'DWD
7KLVLVWRFHUWLI\WKDWWRWKHEHVWRIP\NQRZOHGJHDQGEHOLHIWKHFRVWRUSULFLQJGDWDDVGH¿QHGLQVHFWLRQ
RIWKH)HGHUDO$FTXLVLWLRQ5HJXODWLRQ)$5DQGUHTXLUHGXQGHU)$5VXEVHFWLRQVXEPLWWHG
HLWKHUDFWXDOO\RUE\VSHFL¿FLGHQWL¿FDWLRQLQZULWLQJWRWKH&RQWUDFWLQJ2I¿FHURUWRWKH&RQWUDFWLQJ2I¿FHU¶V
representative in support of * are accurate, complete, and current
as of **.
7KLVFHUWL¿FDWLRQLQFOXGHVWKHFRVWRUSULFLQJGDWDVXSSRUWLQJDQ\DGYDQFH$*5((0(17¶VDQGIRUZDUGSULFLQJ
UDWH$*5((0(17¶VEHWZHHQWKHRIIHURUDQGWKH*RYHUQPHQWWKDWDUHSDUWRIWKHSURSRVDO
Firm:
Signature Title
Date of Execution***:
*,GHQWLI\WKHSURSRVDOTXRWDWLRQUHTXHVWIRUSULFLQJDGMXVWPHQWRURWKHUVXEPLVVLRQLQYROYHGJLYLQJWKHDSSURSULDWHLGHQWLI\LQJQXPEHUHJSURMHFWWLWOH
**Insert the day, month, and year, when price negotiations were concluded and price AGREEMENT was reached.
***Insert the day, month, and year, of signing, which should be as close as practicable to the date when the price negotiations were concluded and the
contract price was agreed to.
Agreement Number:
Duvall Ave NE: 10th-Sunset Improvements
May 12, 2016
Parametrix, Inc.
Senior Consultant
CAG-16-063
AGENDA ITEM #2. a)
WSDOT Form 140-089 EF Exhibit H Page 1 of 1
Revised 10/30/2014
Exhibit H
Liability Insurance Increase
To Be Used Only If Insurance Requirements Are Increased
7KHSURIHVVLRQDOOLDELOLW\OLPLWRIWKH&2168/7$17WRWKH$*(1&<LGHQWL¿HGLQ6HFWLRQ;,,,/HJDO5HODWLRQV
and Insurance of this Agreement is amended to $ .
The CONSULTANT shall provide Professional Liability insurance with minimum per occurrence limits in the
amount of $ .
Such insurance coverage shall be evidenced by one of the following methods:
&HUWL¿FDWHRI,QVXUDQFH
6HOILQVXUDQFHWKURXJKDQLUUHYRFDEOH/HWWHURI&UHGLWIURPDTXDOL¿HG¿QDQFLDOLQVWLWXWLRQ
Self-insurance through documentation of a separate fund established exclusively for the payment of professional
liability claims, including claim amounts already reserved against the fund, safeguards established for payment
IURPWKHIXQGDFRS\RIWKHODWHVWDQQXDO¿QDQFLDOVWDWHPHQWVDQGGLVFORVXUHRIWKHLQYHVWPHQWSRUWIROLRIRU
those funds.
6KRXOGWKHPLQLPXP3URIHVVLRQDO/LDELOLW\LQVXUDQFHOLPLWUHTXLUHGE\WKH$*(1&<DVVSHFL¿HGDERYHH[FHHG
PLOOLRQSHURFFXUUHQFHRUWKHYDOXHRIWKHFRQWUDFWZKLFKHYHULVJUHDWHUWKHQMXVWL¿FDWLRQVKDOOEHVXEPLWWHG
to the Federal Highway Administration (FHWA) for approval to increase the minimum insurance limit.
If FHWA approval is obtained, the AGENCY may, at its own cost, reimburse the CONSULTANT for the additional
SURIHVVLRQDOOLDELOLW\LQVXUDQFHUHTXLUHG
1RWHV&RVWRIDGGHGLQVXUDQFHUHTXLUHPHQWV.
,QFOXGHDOOFRVWVIHHLQFUHDVHSUHPLXPV
7KLVFRVWVKDOOQRWEHELOOHGDJDLQVWDQ)+:$IXQGHGSURMHFW
)RU¿QDOFRQWUDFWVLQFOXGHWKLVH[KLELW
Agreement Number:
N/A
N/A
N/A
CAG-16-063
AGENDA ITEM #2. a)
WSDOT Form 140-089 EF Exhibit I Page 1 of 2
Revised 10/30/2014
Exhibit I
Alleged Consultant Design Error Procedures
7KHSXUSRVHRIWKLVH[KLELWLVWRHVWDEOLVKDSURFHGXUHWRGHWHUPLQHLIDFRQVXOWDQW¶VDOOHJHGGHVLJQHUURULVRID
nature that exceeds the accepted standard of care. In addition, it will establish a uniform method for the resolution
and/or cost recovery procedures in those instances where the agency believes it has suffered some material damage
due to the alleged error by the consultant.
6WHS3RWHQWLDO&RQVXOWDQW'HVLJQ(UURUVLV,GHQWL¿HGE\$JHQF\¶V3URMHFW0DQDJHU
$WWKH¿UVWLQGLFDWLRQRISRWHQWLDOFRQVXOWDQWGHVLJQHUURUVWKH¿UVWVWHSLQWKHSURFHVVLVIRUWKH$JHQF\¶V
project manager to notify the Director of Public Works or Agency Engineer regarding the potential design
error(s). For federally funded projects, the Region Local Programs Engineer should be informed and
involved in these procedures. (Note: The Director of Public Works or Agency Engineer may appoint an
agency staff person other than the project manager, who has not been as directly involved in the project,
to be responsible for the remaining steps in these procedures.)
6WHS3URMHFW0DQDJHU'RFXPHQWVWKH$OOHJHG&RQVXOWDQW'HVLJQ(UURUV
After discussion of the alleged design error(s) and the magnitude of the alleged error(s), and with the
'LUHFWRURI3XEOLF:RUNVRU$JHQF\(QJLQHHU¶VFRQFXUUHQFHWKHSURMHFWPDQDJHUREWDLQVPRUHGHWDLOHG
GRFXPHQWDWLRQWKDQLVQRUPDOO\UHTXLUHGRQWKHSURMHFW([DPSOHVLQFOXGHDOOGHFLVLRQVDQGGHVFULSWLRQV
RIZRUNSKRWRJUDSKVUHFRUGVRIODERUPDWHULDOVDQGHTXLSPHQW
6WHS&RQWDFWWKH&RQVXOWDQW5HJDUGLQJWKH$OOHJHG'HVLJQ(UURUV
If it is determined that there is a need to proceed further, the next step in the process is for the project
manager to contact the consultant regarding the alleged design error(s) and the magnitude of the alleged
error(s). The project manager and other appropriate agency staff should represent the agency and the
consultant should be represented by their project manger and any personnel (including sub-consultants)
deemed appropriate for the alleged design error(s) issue.
6WHS$WWHPSWWR5HVROYH$OOHJHG'HVLJQ(UURUZLWK&RQVXOWDQW
$IWHUWKHPHHWLQJVZLWKWKHFRQVXOWDQWKDYHEHHQFRPSOHWHGUHJDUGLQJWKHFRQVXOWDQW¶VDOOHJHGGHVLJQ
error(s), there are three possible scenarios:
,WLVGHWHUPLQHGYLDPXWXDODJUHHPHQWWKDWWKHUHLVQRWDFRQVXOWDQWGHVLJQHUURUV,IWKLVLVWKHFDVH
then the process will not proceed beyond this point.
,WLVGHWHUPLQHGYLDPXWXDODJUHHPHQWWKDWDFRQVXOWDQWGHVLJQHUURUVRFFXUUHG,IWKLVLVWKHFDVH
then the Director of Public Works or Agency Engineer, or their representatives, negotiate a settlement
with the consultant. The settlement would be paid to the agency or the amount would be reduced from
WKHFRQVXOWDQW¶VDJUHHPHQWZLWKWKHDJHQF\IRUWKHVHUYLFHVRQWKHSURMHFWLQZKLFKWKHGHVLJQHUURU
took place. The agency is to provide LP, through the Region Local Programs Engineer, a summary
of the settlement for review and to make adjustments, if any, as to how the settlement affects federal
UHLPEXUVHPHQWV1RIXUWKHUDFWLRQLVUHTXLUHG
7KHUHLVQRWDPXWXDODJUHHPHQWUHJDUGLQJWKHDOOHJHGFRQVXOWDQWGHVLJQHUURUV7KHFRQVXOWDQWPD\
UHTXHVWWKDWWKHDOOHJHGGHVLJQHUURUVLVVXHEHIRUZDUGHGWRWKH'LUHFWRURI3XEOLF:RUNVRU$JHQF\
Engineer for review. If the Director of Public Works or Agency Engineer, after review with their legal
FRXQVHOLVQRWDEOHWRUHDFKPXWXDODJUHHPHQWZLWKWKHFRQVXOWDQWSURFHHGWR6WHS
Agreement Number: CAG-16-063
AGENDA ITEM #2. a)
WSDOT Form 140-089 EF Exhibit I Page 2 of 2
Revised 10/30/2014
Step 5 Forward Documents to Local Programs
For federally funded projects all available information, including costs, should be forwarded through the
Region Local Programs Engineer to LP for their review and consultation with the FHWA. LP will meet
with representatives of the agency and the consultant to review the alleged design error(s), and attempt
WR¿QGDUHVROXWLRQWRWKHLVVXH,IQHFHVVDU\/3ZLOOUHTXHVWDVVLVWDQFHIURPWKH$WWRUQH\*HQHUDO¶V2I¿FH
for legal interpretation. LP will also identify how the alleged error(s) affects eligibility of project costs
for federal reimbursement.
,IPXWXDODJUHHPHQWLVUHDFKHGWKHDJHQF\DQGFRQVXOWDQWDGMXVWWKHVFRSHRIZRUNDQGFRVWV
WRUHÀHFWWKHDJUHHGXSRQUHVROXWLRQ/3LQFRQVXOWDWLRQZLWK)+:$ZLOOLGHQWLI\WKHDPRXQW
of federal participation in the agreed upon resolution of the issue.
,IPXWXDODJUHHPHQWLVQRWUHDFKHGWKHDJHQF\DQGFRQVXOWDQWPD\VHHNVHWWOHPHQWE\DUELWUDWLRQ
or by litigation.
Agreement Number: CAG-16-063
AGENDA ITEM #2. a)
WSDOT Form 140-089 EF Exhibit J Page 1 of 2
Revised 10/30/2014
Exhibit J
Consultant Claim Procedures
The purpose of this exhibit is to describe a procedure regarding claim(s) on a consultant agreement. The following
SURFHGXUHVVKRXOGRQO\EHXWLOL]HGRQFRQVXOWDQWFODLPVJUHDWHUWKDQ,IWKHFRQVXOWDQW¶VFODLPVDUHDWRWDO
RIRUOHVVLWZRXOGQRWEHFRVWHIIHFWLYHWRSURFHHGWKURXJKWKHRXWOLQHGVWHSV,WLVVXJJHVWHGWKDWWKH
'LUHFWRURI3XEOLF:RUNVRU$JHQF\(QJLQHHUQHJRWLDWHDIDLUDQGUHDVRQDEOHSULFHIRUWKHFRQVXOWDQW¶VFODLPV
WKDWWRWDORUOHVV
This exhibit will outline the procedures to be followed by the consultant and the agency to consider a potential
claim by the consultant.
6WHS&RQVXOWDQW)LOHVD&ODLPZLWKWKH$JHQF\3URMHFW0DQDJHU
,IWKHFRQVXOWDQWGHWHUPLQHVWKDWWKH\ZHUHUHTXHVWHGWRSHUIRUPDGGLWLRQDOVHUYLFHVWKDWZHUHRXWVLGH
RIWKHDJUHHPHQW¶VVFRSHRIZRUNWKH\PD\EHHQWLWOHGWRDFODLP7KH¿UVWVWHSWKDWPXVWEHFRPSOHWHG
LVWKHUHTXHVWIRUFRQVLGHUDWLRQRIWKHFODLPWRWKH$JHQF\¶VSURMHFWPDQDJHU
7KHFRQVXOWDQW¶VFODLPPXVWRXWOLQHWKHIROORZLQJ
6XPPDWLRQRIKRXUVE\FODVVL¿FDWLRQIRUHDFK¿UPWKDWLVLQFOXGHGLQWKHFODLP
$Q\FRUUHVSRQGHQFHWKDWGLUHFWHGWKHFRQVXOWDQWWRSHUIRUPWKHDGGLWLRQDOZRUN
7LPHIUDPHRIWKHDGGLWLRQDOZRUNWKDWZDVRXWVLGHRIWKHSURMHFWVFRSH
6XPPDU\RIGLUHFWODERUGROODUVRYHUKHDGFRVWVSUR¿WDQGUHLPEXUVDEOHFRVWVDVVRFLDWHGZLWK
the additional work; and
([SODQDWLRQDVWRZK\WKHFRQVXOWDQWEHOLHYHVWKHDGGLWLRQDOZRUNZDVRXWVLGHRIWKHDJUHHPHQW
scope of work.
6WHS5HYLHZE\$JHQF\3HUVRQQHO5HJDUGLQJWKH&RQVXOWDQW¶V&ODLPIRU$GGLWLRQDO&RPSHQVDWLRQ
$IWHUWKHFRQVXOWDQWKDVFRPSOHWHGVWHSWKHQH[WVWHSLQWKHSURFHVVLVWRIRUZDUGWKHUHTXHVWWRWKH
$JHQF\¶VSURMHFWPDQDJHU7KHSURMHFWPDQDJHUZLOOUHYLHZWKHFRQVXOWDQW¶VFODLPDQGZLOOPHWZLWKWKH
Director of Public Works or Agency Engineer to determine if the Agency agrees with the claim. If the
)+:$LVSDUWLFLSDWLQJLQWKHSURMHFW¶VIXQGLQJIRUZDUGDFRS\RIWKHFRQVXOWDQW¶VFODLPDQGWKH$JHQF\¶V
recommendation for federal participation in the claim to the WSDOT Local Programs through the Region
Local Programs Engineer. If the claim is not eligible for federal participation, payment will need to be from
agency funds.
If the Agency project manager, Director of Public Works or Agency Engineer, WSDOT Local Programs
LIDSSOLFDEOHDQG)+:$LIDSSOLFDEOHDJUHHZLWKWKHFRQVXOWDQW¶VFODLPVHQGDUHTXHVWPHPRLQFOXGLQJ
backup documentation to the consultant to either supplement the agreement, or create a new agreement
IRUWKHFODLP$IWHUWKHUHTXHVWKDVEHHQDSSURYHGWKH$JHQF\VKDOOZULWHWKHVXSSOHPHQWDQGRUQHZ
DJUHHPHQWDQGSD\WKHFRQVXOWDQWWKHDPRXQWRIWKHFODLP,QIRUPWKHFRQVXOWDQWWKDWWKH¿QDOSD\PHQWIRU
the agreement is subject to audit. No further action in needed regarding the claim procedures.
,IWKH$JHQF\GRHVQRWDJUHHZLWKWKHFRQVXOWDQW¶VFODLPSURFHHGWRVWHSRIWKHSURFHGXUHV
Agreement Number: CAG-16-063
AGENDA ITEM #2. a)
WSDOT Form 140-089 EF Exhibit J Page 2 of 2
Revised 10/30/2014
6WHS3UHSDUDWLRQRI6XSSRUW'RFXPHQWDWLRQ5HJDUGLQJ&RQVXOWDQW¶V&ODLPV
,IWKH$JHQF\GRHVQRWDJUHHZLWKWKHFRQVXOWDQW¶VFODLPWKHSURMHFWPDQDJHUVKDOOSUHSDUHDVXPPDU\
for the Director of Public Works or Agency Engineer that included the following:
&RS\RILQIRUPDWLRQVXSSOLHGE\WKHFRQVXOWDQWUHJDUGLQJWKHFODLP
$JHQF\¶VVXPPDWLRQRIKRXUVE\FODVVL¿FDWLRQIRUHDFK¿UPWKDWVKRXOGEHLQFOXGHGLQWKHFODLP
$Q\FRUUHVSRQGHQFHWKDWGLUHFWHGWKHFRQVXOWDQWWRSHUIRUPWKHDGGLWLRQDOZRUN
$JHQF\¶VVXPPDU\RIGLUHFWODERUGROODUVRYHUKHDGFRVWVSUR¿WDQGUHLPEXUVDEOHFRVWVDVVRFLDWHG
with the additional work;
([SODQDWLRQUHJDUGLQJWKRVHDUHDVLQZKLFKWKH$JHQF\GRHVGRHVQRWDJUHHZLWKWKHFRQVXOWDQW¶V
claim(s);
([SODQDWLRQWRGHVFULEHZKDWKDVEHHQLQVWLWXWHGWRSUHFOXGHIXWXUHFRQVXOWDQWFODLPVDQG
5HFRPPHQGDWLRQVWRUHVROYHWKHFODLP
6WHS'LUHFWRURI3XEOLF:RUNVRU$JHQF\(QJLQHHU5HYLHZV&RQVXOWDQW&ODLPDQG$JHQF\'RFXPHQWDWLRQ
The Director of Pubic Works or Agency Engineer shall review and administratively approve or disapprove
the claim, or portions thereof, which may include getting Agency Council or Commission approval (as
appropriate to agency dispute resolution procedures). If the project involves federal participation, obtain
FRQFXUUHQFHIURP:6'27/RFDO3URJUDPVDQG)+:$UHJDUGLQJ¿QDOVHWWOHPHQWRIWKHFODLP,IWKHFODLP
is not eligible for federal participation, payment will need to be from agency funds.
6WHS,QIRUPLQJ&RQVXOWDQWRI'HFLVLRQ5HJDUGLQJWKH&ODLP
7KH'LUHFWRURI3XEOLF:RUNVRU$JHQF\(QJLQHHUVKDOOQRWLI\LQZULWLQJWKHFRQVXOWDQWRIWKHLU¿QDO
GHFLVLRQUHJDUGLQJWKHFRQVXOWDQW¶VFODLPV,QFOXGHWKH¿QDOGROODUDPRXQWRIWKHDFFHSWHGFODLPV
and rationale utilized for the decision.
6WHS3UHSDUDWLRQRI6XSSOHPHQWRU1HZ$JUHHPHQWIRUWKH&RQVXOWDQW¶V&ODLPV
The agency shall write the supplement and/or new agreement and pay the consultant the amount
RIWKHFODLP,QIRUPWKHFRQVXOWDQWWKDWWKH¿QDOSD\PHQWIRUWKHDJUHHPHQWLVVXEMHFWWRDXGLW
Agreement Number: CAG-16-063
AGENDA ITEM #2. a)
Exhibit KAGENDA ITEM #2. a)
AGENDA ITEM #2. a)
AGENDA ITEM #2. a)
AGENDA ITEM #2. a)
AGENDA ITEM #2. a)
RENTON-DuvallAveNE2015UrbanFundingApplicationforUrbanArterialProgram(UAP)MailONEsignedapplicationandrequiredattachmentstotheTIBOfficepostmarkednolaterthanAugust21,2015.ThemailingaddressfortheTIBOffice:PostOfficeBox40901•:•OlympiaWA98504-0901..ArterialNameDuvallAveNEProjectLimitsNE10thSttoNESunsetBlvdAverageDaily_
_
_
_
_
_
_LengthinMiles0.40milesTraffic(ADT)15,000FederalRoute1113FunctionalClassUrbanMinorAgencyContactJimSeitzPhoneNumber425-430-7245EmailAddressJseitz@Rentonwa.govPROJECTINFORMATIONFilloutthissectionbeforecontinuingtherestoftheapplication.EnterRequestedTotalTIBFunds$3,468,289ProjectTypeFullDepthReclamationIsthisprojectanintersectiononly?NOIsthisprojectconstructionready?NODoesthisprojectsupportaspecificeconomicdevelopmentsite?NOIsthisaNationalHighwaySystem(NHS)Route?NOEntercompletedortargetdatesStartDesignEngineering___
__
_
_
_
__
__EnvironmentalDocumentationComplete&PermitsApproved___
__
_
_
_
__
__RightofWayAcquisitionComplete___
__
_
_
_
__
__PS&EComplete___
_
_
____
_
_ContractAdvertisementContractCompletionAgencyNameRENTONLegislativeDistrict(s)11CongressionalDistrict(s)9FindLegislativeorCongressionalDistrictDateDec2015Mar2016Dec2015Apr2016May2016Dec2016UrbanFundingApplicationRevised11May2015Page1AGENDA ITEM #2. a)
PROJECTFUNDINGRENTON-DuvallAveNEAreTIBfundsdistributedproportionallythroughtheprojectphases?NOMaxTIBRatio80.0%EnterjustificationforthedisproportionalTIBFundDistributioninthecellbelow:Ifthisapplicationissuccessful,theCitywillstartwithdesigninDecember2015,tohavetheprojectunderconstructioninthesummerof2016.EntertheTotalProjectCoststothenearestdollarincellsF36toF40IfTIBFundDistributionisunbalanced,enterTIBfundsincellsG36toG40PhaseTotalCostTOTAL4,668,8943,468,289NONEUGIBLEENGINEERINGEngineeringexceeding30%ofeligibleconstructioncostsisnoteligibleforTIBreimbursementOTHERNONELIGIBLECOSTS(forexample,landscapinggreaterthan5%ofeligibleconstructioncosts,newutilities)TOTALELIGIBLECOSTTIBMATCHINGRATIOTotalTIBFunds/TotalEligibleCostsTOTAL1,200,605LocalfundsarecorrectAreyouseekingotherfundingfortheproject?Ifyes,listotherfundingbeingsought:NOTIBFundsLocalFundsDesignEngineering667,000266,792400,208RightofWayConstructionEngineering667,000533,582133,418t<1)ConstructionOtheracConstructionContract3,334,8942,667,915666,9791,200,605333,5324,335,36280%Amount1,200,605FUNDINGPARTNERSCommitmentSourcePublicorPrivate___
_
_
___LetterorStatusRENTONPublicInCIPurbanFundingApplicationRevised11May2015Page2AGENDA ITEM #2. a)
RENTON-DuvallAveNEAPPLICATIONATIACHMENTSIncludethefollowingattachmentswithallapplicationsLJExcerptfromadoptedSix-YearTransportationImprovementProgramshowingprojectLIDetailedvicinitymapclearlyshowingprojectlimitsDetailedprojectcostestimatesignedbyaprofessionalengineerregisteredinWashingtonStateLITypicalroadwaysection(s)LIFundingcommitmentlettersfromallfundingpartnersNumberAttached0CrashAnalysisworksheetLinktoRequestCrashDatafromWSDOTLIIntersectionconfigurationworkshcetLIExcerptfromcurrentagencyComprehensivePlandefiningagencyCBD&UrbanActivityCenter(s)LIWrittenconcurrencefromWSDOTifprojectisonorconnectstoastatehighwayAdoptedBicyclePlanitprojectincludesbicyclefacilitiesLIDevelopmentmapshowingeconomicdevelopmentsite(s)LIExcerptfromcurrentagencyrI1IIuiiIIILIISeconomicdevelopmentprojectLIBridgesufficiencyratingreportLIDepartmentofArchaeology&HistoricPreservation(DAHP)documentation,ifcompletedCERTIFICATIONCertificationisherebygiventhattheinformationprovidedisaccurateandtheapplicableattachmentsarecompleteandincludedaspartofthelicationpacgeAencyOfficialSignatureateSignedOI\I1f(7Ep’tlp(f{LYPrintedorTypedName&Title(N15TTkTVI-UrbanFundingApplicationRevised11May2015Page3AGENDA ITEM #2. a)
RENTON-DuvallAveNEPROJECTDESCRIPTIONDescribetheexistingconditionsDuvallAveNEhas4lanesoftrafficwithashoulder,intermittentsidewalksonboththeeastandwestsidesofDuvallAveNE(shortsections,with5footwidth),nobicyclelanesexistoneitherside,andsporadicstreetlighting.Thereare2crosswalks,whicharecontrolledbyapedestriantrafficsignal(atNE10thSt)andapedestrianactuatedhigh-intensityactivatedcrosswalk(atNE12thSt).TheroadwayabutstheplayfieldofHazenHighSchool.PedestriansandbicyclistsutilizetheshouldertowalktoandfromtheSchoolandtotheresidentialareasadjacenttotheproject.Theroadwaypavementhasdeterioratedtoapointthatroadwayfulldepthreclamation(NE10thSttoNE12thSt)andoverlayofexistingpavement(NE12thSttoNESunsetBlvd)isnecessary.DescribetheproposedimprovementsThisprojectincludesroadwayfulldepthreclamation(withonsiterecycling)fromNE10thSttoNE12thStandoverlayofexistingpavementfromNE12thSttoNESunsetBlvd,additionofbicyclelanesonbothsides.Installationofcurb,gutterandsidewalk,separatedfromthetravellanebyalandscapedbufferandstreetlightsonthewestsideofDuvallAveNE.Improvementsincluderoadwaydrainage,channelizationandsigning(includingLEDandSolarSignage).Oncethissegmentiscompleted,theDuvallAvecorridorwillhavecontinuousbicyclelanesfromNE4thSttoNorthCitylimits,andcontinuoussidewalk(onthewestside),completingthemissinglinksinthesenon-motorizedfacilities.DescribetheprojectbenefitsanditsimpactonthecommunityThisprojectwillprovideimprovementsfromNE10thSttoNESunsetBlvd,includingurbanroadwayamenitiestoimplement“CompleteStreets”practicewithfocusonwalking,bikingandsafetyimprovementsalongthecorridor.DuvallAveNEisaWalktoSchoolRouteforbothHoneyDewElementarySchoolandHazenHighSchool.Theprojectwilladdresssafetyproblemsforpedestriansandbicyclists,whilesupportingmulti-modaltransportationassuringasafe,confortableandattractivemotorist/pedestrian!bicyclistenvironment.UTILITYCONDITIONFillinforeachutilitypresentorbeinginstalled.Fillinrow96foranyothers.TypeAge(years)ConditionTreatmentNotes(materials,funding,coordination,etc)SewermainisnotanticipatedforthissegmentofSewerNotPresentNotPresentNonetheDuvallAveNEcorridor.Anticipateutilizingcorrugatedpolyehylenefordrainage.Fundingfromroadwayproject.WillStormDrainageNotPresentNotPresentNewcoordinatewithUtilitiesforinstallation.UseofFilterrasforpollutantsremoval.A16”transmissionlinewasinstalled8yearsagoWater0to10GoodNoneandfundedbyUtilities.UrbanFundingApplicationRevised11May2015Page4AGENDA ITEM #2. a)
RENTON-DuvallAveNEROADWAYGEOMETRICS&FEATURESFilloutthesegmentdetailsbelowandintersectiondetailsinrows145to155SignificantdifferenceincrosssectionorADTconstituteanewsegment.Additionalsegmentscanbeaddedonthe“AdditionalSegments”tab.Iftheprojectisanintersectiononly,skipthissectionSEGMENTONESEGMENTTWONE12thSttoNESunsetSegmentTerminiNE10thSttoNE12thStBlvdLength(infeet)1,350800AverageDailyTrafficVolume14,200J15,000Existing_______ProposedExistingProposedCurbtoCurborEdgetoEdge48feetS4feet60feet60feetNumberofGeneralPurposeLanesDonotincludeTransit/HOVorContinuousLtTurnLane4lanes4lanes4lanes4laneslNumberofHOV/TransitLanesDonotincludeContinuousLeftTurnLane0lanes0lanes0lanes0lanesContinuousLeftTurnLaneWidth0feet0feet12feet10feetIsthereamedian?NoNoNoNoShoulderorParkingWidthEnteraveragewidth(feet)perside6feet0feet0feet0feetShoulderorParkingPlacementBothSidesNoneNoneNoneShoulderorParkingSurfacingSurfacedNoneNoneNoneParkingTypeNoneNoneNoneNonePercentageofthesegmentthathasonstreetQ0/0°/00/0°/parking(e.g.parkingonesideis50%)0000CurbPlacementIntermittentOneSideBothSidesBothSidesNoBicycleNoBicycleBicycleLaneTypeBikeLaneBikeLaneFacilitiesFacilitiesBicycleLaneWidth0feet5feet0feet5feetPedestrianBufferWidthbetweenCurbandSidewalk0feet3feet0feet0feetSidewalkPlacementIntermittentOneSideBothSidesBothSidesSidewalkWidth’5feet6feet5feet5feet1SidewalkwithcurborphysicalseparationonbothsidesisrequiredbyTIBpolicyMinimumwidthisfivefeetwithnoobstructionsP/easeattachjustificationifthesidewa/kdoesnotmeetthesestandardsUrbanFundingAppiicationRevised11May2015Page5AGENDA ITEM #2. a)
SegmentmeetsADAstandardsIsthereanystreetlightingpresent?Howmanymajordriveways(servesmorethan50parkingspaces)arepresent?Howmanyminordriveways(serveslessthan50parkingspaces)arepresent?Howmanyfixedobjectsarepresent?Whatistheaveragedistance(infeet)fromtheedgeoftravelwaytothefixedobjects?••RENION-Ouval[Aye.NESEGMENTTWO(cont’d)NE12thSttoNESunsetBlvdExistingProposedNoYesYesYes3311767feet6feetSegmentTerminiSEGMENTONE(cont’d)NE10thSttoNE12thStExistingProposedNoYesNoYes0033665feet5feetAdditionalsegmentscanbeenteredontab4“AdditionalSegments”.Afterprintingputanyadditionalsegmentsintotheapplicationinorder.CrashInformation(InformationautomaticallygeneratedfromCrashAnalysisworksheet)Multiple-vehicleFatalandInjury01drivewaycrashesPropertydamageonly02Multiple-vehicleFatalandInjury00nondriveway—-
-—
-
--
-
--
-
-crashesPropertydamageonly10SinglevehicleFatalandInjury00crashesPropertydamageonly00PedestrianorPedestrian00Bic
yc
le
r
e
l
a
t
ed
—--
-
__
___
___
-
-—
-
-
---
-
-—--
-——-—
-——crashesBicycle01.UrbanFundingApplicationRevised11May2015Page6AGENDA ITEM #2. a)
INTERSECTIONGEOMETRICS&FEATURESEntertheexistingandproposedgeometricsforeachintersectionINTERSECTIONONEIntersectionlocation:DuvallAveNE&NE10thStMajorApproachAverageDailyVolume114,200MinorApproachAverageDailyTrafficVolumel1,500ExistingProposedStopcontrolledStopcontrolledIntersectioncontrolminorapproachesminorapproachesIntersectiontype4-Leg4-LegIntersectionmeetsADAstandardsNoYesIsthereintersectionlightingpresent?YesYesIsthereadedicatedleftturnlaneNoYesIsthereadedicatedrightturnlaneNoNoIsthereprotectedleftturnphasing?NoNoRENTON-DuvallAveNEurbanFundingApplicationRevised11May2015Page7INTERSECTIONTWODuvallAveNE&NE12thSt15,000ExistingProposedStopcontrolledStopcontrolledminorapproachesminorapproaches4-Leg4-LegNoYesYesYesNoYesNoNoNoNoAdditionalintersectionscanbeenteredontab3“AdditionalIntersections”.AfterprintingputanyadditionalIntersectionsintotheapplicationinorder.CrashInformation(InformationautomaticalycieneratedfromCrashAnalysisworksheet)Multiple-vehicleFatalandInjury00crashesPropertydamageonly21SinglevehicleFatalandInjury00crashesPropertydamageonly00PedestrianorPedestrian01BicyclerelatedcrashesBicycle00AGENDA ITEM #2. a)
RENTON-DuvallAveNEPROJECTDEFICIENCIESSelectDeficiencyTypefromthescrollingdropdownmenu.DescribetheexistingdeficiencywithintheprojectlimitsDescribethecorrectivemeasure(s)thateliminatesormitigatesthedeficiency.DEFICIENCY1OBSTRUCTIONSDescribe:Roadwaypavementisinpoorcondition.Motoristsslowingdownorswervingtoavoidlocationsofdeterioratedpavement.CorrectiveWillreconstructroadwaypavementincludingnewmarkingsandsignage.Measure(s)DEFICIENCY2SIGHTDISTANCEDescribe:Therearenosidewalksineitherdirection.HazenHighSchoolisabuttingtotheeastofDuvallAveNE,andisaccessedonfootviaNE10thStandNE12thSt.AccordingtotheHazenHighSchoolprincipal,75studentswalktoschoolandcrossDuvallAveNEatNE10thStorNE12thSt.CorrectiveInstallationofsidewalkwillallowstudentsandresidentstosafelywalkalongDuvallAveNE.TheMeasure(s)sidewalkwillcompletethemissinqlinkfromNE4thSttoNorthCitylimits.DEFICIENCY3SIGHTDISTANCEDescribe:Therearenobicyclelaneswithintheprojectlimits.Bicyclistsinconflictwithvehiclestravellinginamajorarterial(speedlimitof35mph-with85percentiletravellingat45mph),sharingthesamelane.CorrectiveProvide5-footbicyclelanestoseparatebicyclistsfromthegeneraltraffic,andcompletingamissingMeasure(s)linkbicyclelanefromNE4thSttoNorthCitylimits.DEFICIENCY4DRAINAGEDescribe:Therearenodrainagefacilities.Surfacewaterrunoffstoditchesoneachsideoftheroadway.CorrectiveStormwaterconveyancesytemwillbeprovided(westsideofDuvallAveNE).TheprojectwillalsoMeasure(s)providewaterquality,improvincirunoffbeforedischarqincjintoHoneyCreek,afishbearincistream.DEFICIENCY5ALIGNMENTDescribe:Lackofleftturnlanesattheintersectionshavecontributedtoaccidents.CorrectiveInstallationofasouthboundleftturnlaneatNE10thStandanorthboundleftturnlaneatNE12thMeasure(s)st.DEFICIENCY6ILLUMINATIONDescribe:Noilluminationforthemostpartoftheprojectlimits.CorrectiveNewLEDstreetlightingwillincreasevisibilityalongthecorridorandintersections.22%ofaccidentsMeasure(s)occurredduringthedark.DEFICIENCY7ALIGNMENTDescribe:Vehiclesdrivingabovethespeedlimit.Thespeedlimitis35mph.Aspeedstudyconductedshowedthatthe85percentilespeedwas45mph(10mphabovethespeedlimit),with15%ofthevehiclesover45mph.CorrectiveAsolarpoweredLEDradarspeeddisplaysignwillbeinstalledinformingthemotoristthespeedtheyMeasure(s)aredriving.ProvidesGradeSeparationbetweenandUrbanFundingApplicationRevised11May2015Page8AGENDA ITEM #2. a)
RENTON-DuvallAveNEMOBILITYCONGESTIONProjectaddressescongestiononthesystemorspecificadjacentroute.PleasedescribebelowDuvallAveNEisutilizedbycommutersasanalternativeroute(tothecongested1-405)connectingthesoutheastKingCounty(Renton,MapleValley,Kent)toBellevue,Redmondandotheremploymentcenters.Mobilityforthemotorizedtravelwillbeimprovedbyreclamation/overlayoftheroadway.Mobilityforpedestrianswillbeimprovedbycompletingthemissinglinkinthesidewalksystem,andprovidingresidentswithsafeaccesstotransitandtotheshoppingcenteratDuvallAveNEandNESunsetBlvd.MobilityforbicyclistswillbeimprovedbycompletingthemissinglinkbikelanesandprovidingsaferouteforbicyclistsfromeastRentontoBellevueandothercenters.NETWORKDEVELOPMENTSelecttheappropriateoptionfromthefollowinglistElCompletescorridorEnterterminiofcorridorbeingcompletedDuvallAveNEcorridorfromNE4thSttoNorthCitylimits-2.1mileslongProjectmustmeetALLofthefollowingcriteriatoqualifyasCOMPLETESCORRIDORProjectislaststageofcorridorbetweenlogicallimitsCorridorisaminimumof2milesinlengthTheentirecorridormeetsurbanstandardsElCompletesgapbetweenexistingimprovementsExistingimprovementsmustmeeturbanstandardsLIExtendsexistingimprovementsExistingimprovementsmustmeeturbanstandardsLIProjectdoesnotcompleteorextendanyexistingimprovementsurbanFundingApplicationRevised11May2015VPage9AGENDA ITEM #2. a)
RENTON-DuvallAveNEMODALACCESSSelecttransitfacilityaccessprovidedbyprojectOnebusstopwithinprojectlimits_
___
_
_
_
_
_
_
_
_SelectnonmotorizedpathaccessprovidedbyprojectAccesstodesignatedunpavedpathDescribenonmotorizedpathaccessTheprojectwillprovidedirectaccesstotwodesignatedunpavedpaths:atNE10thStandatNE12thSt.AtbothlocationsstudentsandnearbyresidentsutilizethepathtoaccesstoHazenHighSchoolandtheschoolsballfieldsandrunningtrack.SelectfreightfacilityaccessprovidedbyprojectImprovesaccesstoFreightFacility(trucktotruck)within1/2mileofprojectonsamerouteMarkALLfreight-carryingmodesaccessingthefacilityAirplaneRailDShipTruckEnterTrucksperDay1,170trucksperdayProjectrelievesabottleneck.Pleasedescribebottleneckandthesolutionbelow:DriverscommutingfromSouthKingCounty(MapleValley,Kent,Auburn)areawarethat1-405iscongestedmostoftheday,anddiverttoDuvallAveNE.Forexample,astudyshowsthatofthevehiclesenteringRentonfromthesoutheastareasofKingCounty,64%iscut-throughtrafficusingDuvallAveNE.TheroadwaypavementimprovementsalongDuvallAveNEwillenhancemobilityandsafety,creatingaconvenientroutetosavetraveltime.CENTRALBUSINESSDISTRICT!URBANACTIVITYCENTERACCESSSelectCBD/UrbanActivityCenterAccessprovidedbyprojectBrieflydescribetheCBD/ActivityCenteraccessimprovementTheprojectimprovesasegmentofanorth-southcorridorthatistheonlyalternativerouteontheeastsideof1-405connectingthesoutheastKingCounty(Renton,MapleValley,Kent)toBellevue,Redmondandotheractivitycenters.Thisnorth-southcorridoralsoservesasadirectlinktoSunsetBlvd(onthenorth)andNE4thSt(onthesouth),bothofwhichprovideconnectivityfromtheeasttoRentonsCentralBusinessDistrict.SIGNALMANAGEMENTElProjectaddssignalinterconnectElProjectconnectstoTrafficManagementCenter(TMC)UrbanFundingApplicationRevised11May2015Page10AGENDA ITEM #2. a)
GROWTH&DEVELOPMENTRENTON-DuvallAveNEYoudonotneedtofilloutthissection,pointswillonlybegiveninthissectionifthereisaspecificplanneddevelopmentactivity.Choosethedescriptionthatbestdescribeswheretheeconomicdevelopmentsiteislocated.Choosethedescriptionthatbestdescribestheproximityoftheprojecttotheeconomicdevelopmentsite.aspecificeconomicdevelopmentsiteincellG19Choosethedescriptionthatbestdescribeshowprojectaffectsthecomprehensiveplan.Choosethedescriptionthatbestdescribesthestatusofthezoningfortheeconomicdevelopmentsite.developmenChoosethedescri’tdescribesthestatusoftwinfrastructuretiedtotheeconomicdevelopmentsite?Powerat,developmentsdevelopmentPercentofpermitsissued_
_
____
_
_
_
_
_
_
___developmentagreement,ifoneexists:PleaseprovidethefollowinginformationrerardingtheECONOMICDEVELOPMENTSITEthisNumberofdwellingunitsTotaldevelopmentsiteNumberofjobscreatedDevelopmentTypeCommercialbuildingsquarefootageurbanFundingApplicationRevised11May2015Page11AGENDA ITEM #2. a)
RENTON-DuvallAveNEPHYSICALCONDITIONDoestheprojectfixanyofthefollowingissues?Ifyes,brieflyBridgesNodescribe:BridgeSufficiencyRatingIfyes,brieflyWallsNodescribe:Forthemostpartoftheprojecttherearenostormwaterfacilities.Roadwayrunoffiscollectedinaditchalongtheroad.StormwaterIfyes,brieflyDrainagecollectionandtreatmentimprovementswillbeconveyanceYesdescribe:incorporatedintothisproject.Yes,PoorIfyes,brieflyAculvertunderadrivewaywillberemovedasdrainageisCulvertsConditiondescribe:installedalongtheroadway.Ifyes,brieflySlopeStabilityNodescribe:LinktoFreightandGoodsManSelectTruckRouteClassificationfromdropdownlist:T-24to10MillionTonsAnnually_
__
__
__
_
_
_Numberofpeakhourbuses6UrbanFundingAppiicatianRevi5ed11May2015Page12AGENDA ITEM #2. a)
RENTON-DuvallAveNESUSTAINABILITYMODALMEASURESSelectmodalmeasureswithintheprojectlimitsECompletesgapinHOVsystemEnterGapLocationAddsHOVlanesineachdirectionEAddsQueueJumporTransitOnlyLaneEnterLocation(s)-
-____________________BicycleFacilitySelectoptionthatappliesProjectCOMPLETESGAPinbçycIelaneorpath_
__
__
_
__
__
_
__
__ENVIRONMENTALMEASURESSelectenvironmentalmeasureswithintheprojectlimitsE1AgencyhasAdoptedGreenhouseGasEmissionsPolicyEnterPolicyNumberOrd5517AdoptionDateDecember14,2009jJIncorporateslowimpactdrainageorenhancedtreatmentstormwatercontrolsNopermanentirrigationoruseofnon-potablewaterforirrigationDescribethemeasuresbelow:Theprojectwillimplementbioretentionplanterand/orbioretentiontechnology,suchasFilterra,toremovemetalsandbacteria,andimprovewaterquality.Theprojectincludeslowimpactdevelopment(perviousconcretesidewalk)toeliminatewaterdetentionandallowingrainwatertoenterthesoilsandrechargetheacquifer.Nopermanentirrigationwillbeinstalledintheplanterstrip,insteadonlydroughttolerantvegetationwillbeselected.IncorporatesHardscapingornativeplantingDescribethemeasuresbelow:Thelandscapedarea(pedbuffer)willbeutilizingnativeanddroughtresistantvarieties(trees,smallshrubsandgroundcover)toconservewaterandlowermaintenancecosts(usinglittletonochemicalfertilizersandpesticides).Willprojectremoveallfishbarrierswithinprojectlimits?NoDescribefishbarrierworktobedoneandanyadditionalfundinggivenspecificallyforthefishbarrier.ProjectenhancesstreambankconditionDescribeanystreambankenhancement.TheprojectisdischargesstormwaterrunnofintoHoneyCreek,whichisadegradedwaterbody.TheroadwayrunoffgoesthroughaditchanddischargestoHoneyCreek.Thisprojectwillimprovewaterqualitybytreatingroadwayrunoff.Projectrestoresexistingimpactedsensitivearea(s)Describetherestorationeffort.UrbanFundingApplicationRevised11May2015Page13AGENDA ITEM #2. a)
RENTON-DuvallAveNEENERGYMEASURESSelectenergymeasureswithintheprojectlimitsReplaceorinstallLowEnergyLightingAddSolar-poweredSignageDescribethemeasuresbelowAllstreetlightswillutilizeLEDbulbs.Solarschoolzonesignsaller[ingdriversofthepedestriancrosswalks,andsolarLEDradarspeeddisplaysignswillbeinstalled.RECYCLINGMEASURESIn-placepavementrecyclingorstructuralretrofitDescribethemeasuresbelowTheprojectwillprovidein-placefulldepthrecycling.CONSTRUCTIONREADINESSDescribewhereintheprocesstheprojectisforeachcomponentatthetimeofapplicationPlans,specs,estimatepercentcomplete5%PermitsNotstartedRightofwayNoneneededCulturalresourcesNotStartedSensitiveareasNosensitiveareasUtilitiesNoutilityworkneededArefederalpermitsrequiredforthisproject?NoACCELERATEDCONSTRUCTIONMETHODSElRoadwillbeclosedduringconstructionDescribebelowanyotheracceleratedconstructionmethodsthatwillbeused.Willencourageearlypurchasingofmaterialssuchasstreetlightpolesandprecastvaultsandmanholes.SpecialprovisionswillbeincludedinthecontracttoutilizetheCriticalPathMethodSchedules(CPMschedules).urbanFundingApplicationRevised11May2015Page14AGENDA ITEM #2. a)
RENTON-DuvallAveNEGROWTHMANAGEMENTINFORMATIONCompletethequestionsbelowtoaddressLandUseImplicationsasdirectedbyRevisedCodeofWashington(RCW)47.26.282.DescribehowtheprojectsupportsorrevitalizesexistingurbandevelopmentinthedowntownThisprojectencompassesasegmentofDuvallAveNEthatprovidesadirectlinktotwomajoreast-westarterials(NESunsetBlvdandNE4thSt),bothofwhichprovidedirectaccessfromEastRentonPlateautodowntownRenton,includingdowntownparks,thelibrary,communitycenter,performingartscenter,transitcenter,anddowntownretailstores.Improvementstothiscorridor,suchasthoseproposedbythisprojectwillenhancemulti-modalconnectivitybetweenthedevelopingEastRentonPlateauandthedowntownarea.Describehowtheprojectincludesorencouragesinfill/densiflcationofresidentialorcommercialdevelopmentconsistentwithyourlocalcomprehensiveplan?TheCityComprehensivePlandesignatestheareasurroundingtheprojectasresidential:multiandsingle-familyhome,andcommercialarterial.TheprojectaddressRentonsComprehensivePlanpoliciesrelatedtoencourageinfilldevelopment/densificationonvacantandunderutilizedparcelsinresidentialareas.Theimprovementswillprovideasaferpedestrian/bicyclistenvironmentwhilealsoimprovingtrafficflowandattractivenessofthecorridor.DescribehowtheprojectpromotestheuseoftransitandothermultimodaltransportationTheprojectwillpromotemultimodaltransportationbyimprovingvehicular,pedestrianandbicyclesafetyandmobilityandbycompletingamissinglinkinthesidewalksandbicyclesystemsnetwork.Pedestrianandbicyclesafetyandmobilitywillbeimprovedthroughinstallationofsidewalkseparatedfromthetravellanebyalandscapedbuffer,ADAcompliantrampsandbicyclelanes.TheprojectwillprovideaccesstotransitalongDuvallAveNEandNESunsetBlvd,byinstallingmissingsidewalk/bikelane,andestablishinganon-motorizedconnectionthatisnot-existing.Indicatetheproject’smultimodaltransportationcomponentsMarkALLexistingorplannedcomponentsL21SidewalkBicycleLanesLIHOVLanesLIAccesstoTransitCenterorPassengerTerminalLIOther-ExplaininspacebelowReclamationandoverlayoftheroadwaypavementwillimprovetrafficflowandfreightmovement.UrbanFundingApplicationRevised11May2015Page15AGENDA ITEM #2. a)
RENTON-DuvallAveNETransportationImprovementBoard(TIB)CommerceCopyGrowthManagementInformationFundingProgramUrbanArterialProgram(UAP)AgencyNameRENTONProjectNameDuvallAveNE-NE10thsttoNESunsetBlvdProjectIntentThisprojectwillprovideimprovementsfromNE10thSttoNESunsetBlvd,includingurbanroadwayamenitiestoimplementCompleteStreetspracticewithfocusonwalking,bikingandsafetyimprovementsalongthecorridor.DuvallAveNEisaWalktoSchoolRouteforbothHoneyDewElementarySchoolandHazenHighSchool.Theprojectwilladdresssafetyproblemsforpedestriansandbicyclists,whilesupportingmulti-modaltransportationassuringasafe,confortableandattractivemotorist/pedestrian!bicyclistenvironment.DescribehowtheprojectsuppoitsorrevitalizesexistingurbandevelopmentinthedowntownThisprojectencompassesasegmentofDuvallAveNEthatprovidesadirectlinktotwomajoreast-westarterials(NESunsetBlvdandNE4thSt),bothofwhichprovidedirectaccessfromEastRentonPlateautodowntownRenton,includingdowntownparks,thelibrary,communitycenter,performingartscenter,transitcenter,anddowntownretailstores.Improvementstothiscorridor,suchasthoseproposedbythisprojectwillenhancemulti-modalconnectivitybetweenthedevelopingEastRentonPlateauandthedowntownarea.DescribehowtheprojectpromotestheuseoftransitandothermultimodaltransportationTheprojectwillpromotemultimodaltransportationbyimprovingvehicular,pedestrianandbicyclesafetyandmobilityandbycompletingamissinglinkinthesidewalksandbicyclesystemsnetwork.Pedestrianandbicyclesafetyandmobilitywillbeimprovedthroughinstallationofsidewalkseparatedfromthetravellanebyalandscapedbuffer,ADAcompliantrampsandbicyclelanes.TheprojectwillprovideaccesstotransitalongDuvallAveNEandNESunsetBlvdbyinstallingmissingsidewalkibikelane,andestablishinganon-motorizedconnectionthatisnot-existing.Theprojectaddsthefollowingmultimodalcomponents:SidewalkBicycleLanesOtherMultimodalComponents:Reclamationandoverlayoftheroadwaypavementwillimprovetrafficflowandfreightmovement.UrbanFundingApplicationRevised11May2015Page16AGENDA ITEM #2. a)
RENTON-DuvallAveNETransportationImprovementBoard(TIB)CommerceCopyGrowthManagementInformationFundingProgramUrbanArterialProgram(UAP)AgencyNameRENTONProjectNameDuvallAveNENE10thSttoNESunsetBlvdProjectIntentThisprojectwillprovideimprovementsfromNE10thSttoNESunsetBlvd,includingurbanroadwayamenitiestoimplement“CompleteStreets”practicewithfocusonwalking,bikingandsafetyimprovementsalongthecorridor.DuvallAveNEisaWalktoSchoolRouteforbothHoneyDewElementarySchoolandHazenHighSchool.Theprojectwilladdresssafetyproblemsforpedestriansandbicyclists,whilesupportingmulti-modaltransportationassuringasafe,confortableandattractivemotorist/pedestrian!bicyclistenvironment.DescribehowtheprojectsupportsorrevitalizesexistingurbandevelopmentinthedowntownThisprojectencompassesasegmentofDuvallAveNEthatprovidesadirectlinktotwomajoreast-westarterials(NESunsetBlvdandNE4thSt),bothofwhichprovidedirectaccessfromEastRentonPlateautodowntownRenton,includingdowntownparks,thelibrary,communitycenter,performingartscenter,transitcenter,anddowntownretailstores.Improvementstothiscorridor,suchasthoseproposedbythisprojectwillenhancemulti-modalconnectivitybetweenthedevelopingEastRentonPlateauandthedowntownarea.DescribehowtheprojectpromotestheuseoftransitandothermultimodaltransportationTheprojectwillpromotemultimodaltransportationbyimprovingvehicular,pedestrianandbicyclesafetyandmobilityandbycompletingamissinglinkinthesidewalksandbicyclesystemsnetwork.Pedestrianandbicyclesafetyandmobilitywillbeimprovedthroughinstallationofsidewalkseparatedfromthetravellanebyalandscapedbuffer,ADAcompliantrampsandbicyclelanes.TheprojectwillprovideaccesstotransitalongDuvallAveNEandNESunsetBlvd,byinstallingmissingsidewalk/bikelane,andestablishinganon-motorizedconnectionthatisnot-existing.Theprojectaddsthefollowingmultimodalcomponents:SidewalkBicycleLanesOtherMultimodalComponents:Reclamationandoverlayoftheroadwaypavementwillimprovetrafficflowandfreightmovement.UrbanFundingApplicationRevised11May2015Page16AGENDA ITEM #2. a)
TransportationImprovementBoard2015ApplicationUrbanFundingApplicationApplicationAttachmentsDuvallAveNENE10thSttoNESunsetBlvd1.ExcerptfromadoptedSix-YearTIP2.ProjectVicinityMapwithprojectlimits3.DetailCostEstimate4.TypicalRoadwaySection5.CrashAnalysisworksheet6.ExcerptfromCompPlandefiningUrbanActivityCenter7.AdoptedBicyclePlan8.ExistingConditionsPhotos9.ProjectLocationDepictingWalktoSchoolRoutetoElementarySchoolwithinprojectlimits.AGENDA ITEM #2. a)
CITY OF RENTON
PUBLIC WORKS
TRANSPORTATION SYSTEMS DIVISION
2016 -2021 TRANSPORTATION IMPROVEMENT PROGRAM -AMENDED
Duvall Ave NE -NE 4th St to Sunset Blvd NE Functional Classification:MinorArterial Fund:317
Proj.Length:0.67 mi Proj:122702
Community Planning Area:Highlands &East Plateau TIP No.6 CONTACT:Doug Jacobson 425.430.7242
DESCRIPTION:STATUS:
Widening roadway to five lanes,including new pavement,curb,gutter,sidewalk,street lights,storm Construction of the project pending outside funding.Project will enhance safety for
drainage,channelization and bike lanes from NE 7th St to the intersection with Sunset Blvd NE.pedestrians,bicyclists and vehicular along this corridor.The cost estimate has been
revised to City’s complete Street standards.A STP Preservation grant in the amount of
$1,237,000 was awarded in 2014 for the overlay of Duvall Ave NE from NE 4th St to NE
1 0th St.
JUSTIFICATION:CHANGES:
Complete a missing link of 5-lane roadway,bicycle lanes and sidewalks on Duvall Ave NE,from NE 4th
St to Sunset Blvd NE.Condition of the existing roadway pavement requires road reconstruction.
I Funded :1 2,097,0001 Unfunded :1 14,165,000
Project Totals Programmed Pre-2016 Six Year Program
ITEM Programmed Spent Pre-2015 2015 Total 2016 2017 2018 2019 2020 2021
EXPENSES:
Planning 20,000 20,000 10,000 10,000
Preliminary Engineering 1,941,000 241,000 1,700,000 800,000 900,000
R-O-W (includes Admin)2,500,000 2,500,000 1,100,000 1,400,000
Construction 9,892,000 9,892,000 1,392,000 4,000,000 4,500,000
Construction Services 1,909,000 1,909,000 464,000 680,000 765,000
Post Construction Services
TOTAL EXPENSES 16,262,000 241,000 16,021,000 1,856,000 1,910,000 2,310,000 4,680,000 5,265,000
SOURCES OF FUNDS:
Vehicle Fuel Tax
Business License Fee 610,000 99,000 511,000 511,000
Fund Balance +Held reserve 250,000 ----250,OQO 250,000 ---
Grants In-Hand (STP)--1,237,000 142,000 1,095,000 1,095,000 --—
Grants In-Hand (2)-——--
Mitigationln-Hand ——----
Other In-Hand (1)
Other In-Hand (2)
‘Jndetermined 14,165,000 14,165,000 1,910,000 2,310,000 4,680,000 5,265,000
TOTAL SOURCES 16,262,000 241,000 16,021,000 1,856,000 1,910,000 2,310,000 4,680,000 5,265,000
Th11812015 39/1872015939D,vII7Th 87 S87,OI
5-6 FINAL AGENDA ITEM #2. a)
->ci)Cl)DCl)LjJz0.c.1Z.2LiJC.)zci)—>C.)=0ICU>,=ci)AGENDA ITEM #2. a)
CostEstimateProject:DuvallAveNENE10thSttoSunsetBlvd08/10/2015ItemDescriptionUnitQuantityUnitCostCostperIf1ClearingandGrubbingSF22,200$2$44,4002SawcutExistingPavement_
__
_
__
_LF0$3$-3RemoveExistingPavementSY___
_
_9,000$15$135,0004GrindingACP3”SV_
_
___5,460$6$32,7605RemoveExistingCurb&GutterLF0$5$-6RemoveExistingSidewalkSV0$10$-7Excavation___
_
_
_
___
_
_
_
___CV3,539$25$88,4728BackfillMaterial____
_
__
_CV192$25$4,7929.1Recyclepavementforbase_
____
_
_
_
___
_
_
_TONS___
__
__3,004$15$45,0669.2CrushedSurfacing______________________TONS1,111$30$33,31810PlaningAsphaltPavement__
__
__
_
__
__SY0$4$-iiAsphaltConcretePavement-3”OverlayTONS934$120$112,03912AsphaltConcretePavement-6’HMATONS2,953$120$354,31213ADAcomplianceEA_
_
__
_
__
_
_4$5,000$20,00014CementConcretePavementCV0$500$-15CementConcreteCurb&GutterLF_____1,150$30$34,50016PerviousCementConcreteSidewalkSY767$60$46,00017Drainage__
_
_
__LF1,150$300$345,00018StormwaterDetention/Quality-Filterra,etcLS7$30,000$210,00019StreetLighting-AluminumpolesEA12$8,500$97,75020StreetTrees___
__
__
__
__
__
__EA38$500$19,16721TreeGrates_
_
_
_
_
_
_0$-22Landscaping(hardscape)SF3,450$5$17,25023TrafficSignalsEA_
__
__
__
_
_0$400,000$-24Channelization&Signing(includes_solarsigns)LS___
__
__
__
__1$48,000$48,00025ErosionControlLS__
_
_
__1$110,000$110,00026TrafficControlLS_
_
_
__
_1$180,000$180,00027Modularblockwall-4-footSF4,600$30$138,00028GravelbackfillforwallCY170$25$4,25929Miscelaneous(utilities,etc-10%)LS1$212,009$212,009—Sub-Total$2,332,09430Mobilization10%oftotalitems(1-29)$233,209.Sub-TotalConstructionCost$2,565,30330%Contingencies$769,591TotalConstructionCost$3,334,894:Design(20%)$667,000CM(20%)$667,000TOTAl.STREETIMPROVEMENTCOS1$4,668,894Design$667,000SharebetweencostsROW$0Construction+CM$4,001,894Total$4,668,894D//1H:\Divisicn.s\TRAN5POR.TAT\PLANNfNG\juIiana\DuvaIIAve\2015\Estimate10thtoSunsetTIB_2015REVI5ED.xls08/13/201sAGENDA ITEM #2. a)
UIIa)4-,0a)QJQ)-Ja)C‘U-ja)>CU1Ia)C(U-Ja)>(U2I—a)C‘U-Ja)>(UI—a)C‘U-Ja)>II—-J1a)C0(Ua)-DU,UI‘-I-1-IUImC0G)Cl)C.)0.I-:wzci)>C’,>Q—%—-.——fr--.-—I—AGENDA ITEM #2. a)
RENTON -Duvall Ave NE
TIB Urban Crash Analysis Worksheet Agency RENTON
for Urban Arterial Program (UAP)Project Name Duvall Ave NE -NE 10th stto NE Sunset Blvd
INSTRUCTIONS
•Fill out the roadway geometrics and features (segments and intersections)information on application first
•Use crash data from the three most current years
•Fill out one line per crash
•Enter the location from the dropdown the appropriate intersection or segment where the crash occured
•Specify if it is a Property Damage Only (PDO)crash or the number of Injuries and Fatalities for each crash
•Enter the number of Vehicles involved
•Enter the Primary Countermeasure to eliminate or mitigate the crash
Select Crash Location Enter Enter Number of
(Choose from intersections and segments Select Crash Type Is this a PDO Number of Number of Vehicles Enter Primary Countermeasurecrash?identified in application)hijuries Fatalities involved_____________
Intersection 2:DuvaII Ave NE &NE 10th St Intersection yes 0 2 Adding a left turn lane on
Duvall Ave NE into NE 10th St
Intersection 2:Duvall Ave NE &NE 10th St Intersection yes 0 0 2 Adding a left turn lane on
Duvall Ave NE at NE 10th St
Intersection 1:Duvall Ave NE &NE 12th St Pedestrian no 1 0 1 Adding missing link sidewalk
and connecting to crosswalk
Intersection 2:Duvall Ave NE &NE 10th St Intersection yes 0 0 2 Adding left turn lane onDuvall
Ave NE into NE 12th St
Segment 1:NE 10th Stto NE 12th St Vehicle non-yes 0 0 2 Improving pavement condition
driveway will avoid swerving
Segment 2:NE 12th Stto NE Sunset Blvd Vehicle in —Channelization including a
Driveway yes 0 0 2 TWLTL for vehicles going NB
Segment 2:NE 12th St to NE Sunset Blvd Bicycle no 1 0 1 Channelization will add a
bicycle lane
Segment 2:NE 12th St to NE Sunset Blvd Vehicle in Channelization including ano102DrivewayTWLTLforvehiclesgoingNB
Segment 2:NE 12th St to NE Sunset Blvd Vehicle in Channelization including a
Driveway yes 0 0 TWLTL for vehicles going NB
TIB Urban Accident Analysis Page 1 AGENDA ITEM #2. a)
LANDUSEELEMENTLANDUSEELEMENT-Guidingfuturegrowthanddevelopmenttoensureourcommunityflourishes-DISCUSSIONUndertheGrowthManagementAct(RCW36.70a)Rentonhasanobligationtomeetthedemandsoflocalandregionalgrowth.ManaginggrowthisnotanendeavorthatRentontakesonalone.ThePugetSoundRegionalCouncil’sVISION2040establishesgoalsandpoliciesthattietheregiontogetherandsupportpeople,prosperity,andtheenvironment.ThroughtheCountywidePlanningPolicies,KingCountyjurisdictionsfurtherdefinetheirrolesinaccommodatinggrowthusingsustainableandenvironmentallyresponsibledevelopmentpractices.Renton’sComprehensivePlanoutlinesthewaysthatthesegoalsandpoliciescombinewithouruniquecommunityvisiontobethecenterofopportunitywherefamiliesandbusinessesthrive.MEETINGDEMANDSOFGROWTHGOALSGoalL-A:ComplywiththeMulti-countyPlanningPoliciesestablishedbythePugetSoundRegionalCouncilandtheCountywidePlanningPoliciesadoptedbyKingCounty.GoalL-B:ContinuetobuildRenton’sRegionalGrowthCenterconsistentwithVISION2040toprovidecompact,pedestrian-oriented,mixed-usedevelopmenttomeetthedemandsofpopulationandemploymentgrowth,whilereducingthetransportation-relatedandenvironmentalimpactsofgrowth.GoalL-C:EnsuresufficientlandcapacitytomeetthegrowthtargetsasshowninTableL-1.GoalL-D:Meetregionalandlocalobligationstoprovideessentialpublicfacilitiesthroughcollaborationwithotherjurisdictionswhenpossible.GoalL-E:PromoteannexationwhereandwhenitisinRenton’sbestinterests.POLICIESMEETINGDEMANDSOFGROWrHPolicy1-1:Supportusesthatsustainminimumemploymentlevelsof50employeespergrossacreandresidentiallevelsof15householdspergrossacrewithinRenton’sGrowthCenter.Accommodateapproximately2,000householdsand3,500jobsfromtheCity’sGrowth2035TargetswithintheGrowthCenter.Policy1-2:Supportcompacturbandevelopmenttoimprovehealthoutcomes,supporttransituse,maximizelanduseefficiency,andmaximizepublicinvestmentininfrastructureandservices.Policy1-3:Encourageinfilldevelopmentofsingle-familyunitsasameanstomeetgrowthtargetsandprovidenewhousing.Policy1-4:Considersurpluspublicpropertyforotherpublicusesbeforechangingownership.Table1-1:GrowthTargets2012-2035GrowthTargetper2014BuildableLandsReportGrowthCapacityEstimated2012BLRaridLandUseElementUpdate15,351-26,090-16,74131,076ThecityofRentonmustplanforover14,000newhouseholdsand28,000newemployeesfortheyear2035.HousingEmploymentTargetTarget14,05028,755CITYOFRENTON—COMPREHENSIVEPlANAGENDA ITEM #2. a)
r*LANDUs€ELEMENTPolicy1-6:Siteanddesignessentialpublicfacilitiestobeefficientandconvenientwhileminimizingimpactsonsurroundinguses.Facilitiesshouldbesitedonanarterialstreet,wherethereisgoodaccesstotransportation,includingtransitservice,location,andwhereparkingrequirementsareappropriatetotheuse.Iftheuseispeopleintensive,itshouldbeinaCenter,compatiblewithsurroundinguses,andco-locatedwithotheruseswhenpossible.Policy1-7:CoordinatewithKingCountytoensureconsistentlanddevelopmentpoliciesinthePotentialAnnexationArea.Policy1-8:Supportannexationwhereinfrastructureandservicesallowforurbandensitiesanditwouldconsolidateserviceprovidersand/orfacilitatetheefficientdeliveryofservices.Policy1-9:Considerfiscalimpactsforeachproposedannexation.PLANSINCORPORATEDBYREFERENCEKingCountyCountywidePlanningPolicies,2012Vision2040andthemulti-countywideplanningpolicies,2008AutoMallImprovementPlan,updated2000PAGE4FigureLU-IRegionalGrowthCenters&ManufactudngflndustrlalCentersCITYOFRENTON—COMPREHENSIVEPLANAGENDA ITEM #2. a)
LANDUSEELEMENTPLANNINGFORTHEEFFICIENTUSEOFLANDDISCUSSIONTomeetandexceedRenton’stargetsforhousingandemploymentgrowthlandusemustbeorganizedefficiently,consistentwiththecommunity’svision.ConcentratedgrowthinhousingandemploymentwilloccurinGrowthCenters,increasingtheintensityofactivitiesinthesedistrictstocreatealively,vibrant,urbanenvironment.OutsideoftheGrowthCenters,residentialareaswillprovideforarangeofhousingtypesandlifestyleoptionsthatareservedbymixed-usecommercialdevelopmentnodesthatprovidedailygoodsandservices.AdditionalopportunitiestogrowemploymentandmaintainanindustrialandmanufacturingbaseareintheEmploymentArea.GOALSEFFICIENTUSEOFLANDGoal1-F:Minimizeriskassociatedwithpotentialaviationincidentsonthegroundandforaircraftoccupants.GoalL-G:Pursuetransitionofnon-conformingusesandstructurestoencouragedevelopmentpatternsconsistentwithRenton’slanduseplan.GoalL-H:Planforhigh-qualityresidentialgrowththatsupportstransitbyprovidingurbandensities,promotesefficientlandutilization,promotesgoodhealthandphysicalactivity,buildssocialconnections,andcreatesstableneighborhoodsbyincorporatingbothbuiltamenitiesandnaturalfeatures.Goal1-I:Utilizemultiplestrategiestoaccommodateresidentialgrowth,including:•Developmentofnewsingle-familyneighborhoodsonlargetractsoflandoutsidetheCityCenter,•Developmentofnewmulti-familyandmixed-useintheCityCenterandintheResidentialHighDensityandCommercialMixedUsedesignations,and•Infilldevelopmentonvacantandunderutilizedlandinestablishedneighborhoodsandmultifamilyareas.GoalL-i:Developwell-balanced,attractive,convenientCentersservingtheCityandtheregionthatcreateinvestmentopportunitiesinurbanscaledevelopment,promotehousingclosetoemploymentandcommercialareas,reducedependencyonautomobiles,maximizepublicinvestmentininfrastructureandservices,andpromotehealthycommunities.GoalL-K:Provideanenergeticbusinessenvironmentforcommercialactivityprovidingarangeofservice,office,commercial,andmixeduseresidentialusesthatenhancetheCity’semploymentandtaxbasealongarterialstreetsandinCenters.Goal1-1:Transformconcentrationsofpre-existinglinearformcommercialareasinintomulti-useneighborhoodcenterscharacterizedbyenhancedsiteplanning,efficientparkingdesign,coordinatedaccessforallmodesoftransportation,pedestrianlinkagesfromadjacentusesandnearbyneighborhoods,andboulevardtreatment.GoalL-M:StrengthenRenton’semploymentbaseandeconomicgrowthbyachievingamixofindustrial,hightechnology,office,andcommercialactivitiesinEmploymentAreas.Goal1-N:Sustainindustrialareasthatfunctionasintegratedemploymentactivityareasandincludeacoreofindustrialusesandotherrelatedbusinessesandservices,transitfacilities,andamenities.Goal1-0:SupporttheAutoMalltoconcentrateautoandvehicularrelatedbusinessesandincreasetheirrevenueandsalestaxbasefortheCityandtopresentanattractiveenvironmentfordoingautorelatedbusiness.PAGECITYOFRENTON—CoMPREHENsIvEPLANAGENDA ITEM #2. a)
t.ANDUSEELEMENTPAGE1OFigureLU-2:CftyofRentoncomprehensivePlanLandUseMaprfrsr-;-----.ComprehensivePlanningLandUseMap!•fëlr——I/Neitca,tte/]fl-a1lbRenlonCityLimitsLJPMLandUseDesignationLanduseRLD-ResidentialLo’DensityRMD-ResidentialMediumDensityRI-ID-ResidentialHighDensityEA-EmplojmentAreaCMU-CommercialMixedUseCOR-Comrnercia’-Office-Residential7;,_I}i.1\\--y;4l.nlrJ—--p-lb:\.‘g.(lt44it_i*%I7:1.1I)ICommunity&EconomicoevelopmentUpdatedbyOrcbnsnceCandeltectiveasotCitybowdaryellectiveasciSeptember2420140002051M,lest65000CiTyOFRETON—COMPREHENSIVEPLRNAGENDA ITEM #2. a)
TRANSPORTATIONELEMENTFigureT-1:ConceptualArterialStreetsCrrvOFRENTON—COMPREHENSIVEPLAN-PAGE2000.51__________•MilesFefltOnCftyL1itSRigionli:.thArterialClassificationsPnnti—ial’,MinorCollectorsPirparedbyB1:R)forAGENDA ITEM #2. a)
Renton Trails and Bicycle Master Plan
Proposed Improvements
DUVALL AVENUE NE BICYCLE LANES
TYPICAL CROSS-SECTION(s)
•JF it $
,--._r•
il
-
-
—-
V
‘:•R
.
8 -/
Project Status
Origin and
Destination
Project Length
Existing Condition
Proposed
Cross-section
User Groups
Connections
EXISTING,WITH PROPOSED EXTENSIONS
SE 136th Street!Maplewood Heights Elementary
School to northern City Limits
V 2.9 miles (1.15 existing)
Principal arterial,with bicycle lanes NE 4th to SR
900
Extension of bicycle lane north of SR 900 and
south of NE 4th
III Ii i III II
Bicyclists,with pedestrians on sidewalks
Newcastle and May Valley
PARKS AND SCHOOLS:Maplewood Park,Maple-
wood Heights Elementary,Oliver Hazen High
School,May Creek Park,May Valley
,,:/
/
.4,
W !-
_.\!
I.
V Constraintsand
Considerations
A north-south neighborhood connector.Also
provides connections north to Newcastle,access
to commercial areas,shopping.
Ensure bicycle facilities are carried through inter
sections at SR 900.
MAP (scale varies)
V
,Va
PV
V V
.jVVV
t4L1P4 --V’
)_,____
Project
Description
110 AGENDA ITEM #2. a)
DuvallAveNEatNE10thSt-Access1toHazenHighSchoolDuvallAveNEatNE12thSt-Access2toHazenHighSchoolDuvallAveNEatNE12thSt—PavementconditionRenton—DuvallAveNEProject—ExistingconditionsAGENDA ITEM #2. a)
dMoNov 1 1 r-v
-‘C r
CD
3,H
Ln
3.
C
CD
o
CD I2*1°
3
\LL S z
rt0)
-S
3S(dfl
0)
JERI 0
o
0 -fr(J AVSE lU)Cs,
NILEC
2.-Ale
4Q z‘1
ciCDAt0)
Ob
5.A nN
CD
D
C
C
IC0)
ICCD
zm
NMflooji,
P IN ONAV E
NO d
LYNN
LANDAV
DAVNE
t HimFrZtGaIIym
Sb3ik
L to
Cs,
aiM
ldVIOOVl[_
_
—r
3141\
IiNir*tTE
m
3Nij
1-4;
v N
33 flb
zm
CD
V NE
=1 %
tpyc138TH
—
VASH
ANACOR
LNPLNE
•z4
jAV ONVL
3Si&1
Cs)m
9%
cm)jz
1tIrnCs)
zU)Irn
3
m ‘4
37THAVSE
C NE
VS9.OO a-BREMERTC
-m
_____
liLA
p9k
14 ThAVSE
1 7TH
14644F 3 rn
145THAS
z_e_
LI
0mU’
a.
C
4PLSE
-I
N”
ç
—41’AGENDA ITEM #2. a)
->ci)Cl)DCl)LjJz0.c.1Z.2LiJC.)zci)—>C.)=0ICU>,=ci)AGENDA ITEM #2. a)
AB - 1670
City Council Regular Meeting - 06 Jun 2016
SUBJECT/TITLE: Consultant Agreement with KBA, Inc. for the Duvall Avenue NE
Pavement Preservation Project (NE 4th Street to NE 10th Street)
RECOMMENDED ACTION: Refer to Transportation (Aviation) Committee
DEPARTMENT: Transportation Systems Division
STAFF CONTACT: Flora Lee, Transportation Design Project Manager
EXT.: 7303
FISCAL IMPACT SUMMARY:
The project has a total budget of $2,097,000 and is funded through a combination of a Surface Transportation
Program (STP) grant in the amount of $1,237,000 and a City match in the amount of $860,000. The amount
budgeted for the construction management and consultant inspection services for this project is $224,000.
The proposed consultant agreement with KBA, Inc. is in the amount of $131,350 and is within budget.
SUMMARY OF ACTION:
The City was awarded a Surface Transportation Program (STP) grant in the amount of $1,237,000 for the
design and construction to improve Duvall Avenue NE from NE 4th Street to NE 10th Street.
The City was authorized to advertise this project from WSDOT Local Programs on May 10, 2016. The bid
opening for this project will be on June 7, 2016, and construction is anticipated to commence this fall. Project
improvements will include:
1.Resurfacing Duvall Avenue NE from NE 4th to NE 10th Street.
2.Construct curbed center median islands with landscaping and irrigation.
3.Install solar radar speed feedback signs.
This project will improve the overall pavement condition, extend its lifespan and increase corridor safety along
this important north-south arterial, which is an alternate route to I-405 connecting Renton to Newcastle and
Bellevue. The proposed agreement is within budget and considered reasonable.
EXHIBITS:
A. Agreement
B. Project Vicinity Map
STAFF RECOMMENDATION:
Authorize the Mayor and City Clerk to execute the Local Agency Professional Services Negotiated Hourly Rate
Consultant Agreement for consultant services for the Duvall Avenue NE Pavement Preservation (NE 4th Street
to NE 10th Street) Project with KBA, Inc. in the amount of $131,350.
AGENDA ITEM #3. a)
Local Agency Professional Services
Negotiated Hourly Rate Consultant Agreement
Agreement Number:CAG-16-090 Does this Require DES ?ling?E]Yes D No
Firm/Organization Legal Name (do not use dba’s):
KBA,Inc.
Address Federal Aid Number
11201 SE 8th Street,Suite 160,Bellevue,WA 98004 STPUL lll3(003)
UBl Number Federal TINor SSN Number
60l—426-427 9l—l58l4l6
Execution Date Completion Date
December 31,2016
1099 Form Required Federal Participation
I:]Yes No Yes E]No
Project Title
Duvall Avenue NE Preservation Project
Description of Work
This Agreement provides for the removal of curb,gutter,sidewalk,and asphalt pavement;construction of
curbed median islands with landscaping and irrigation;installation of electrical conduit and solar radar speed
feedback signs;asphalt grinding,installation of approximately 6,500 tons of asphalt for pavement repair and
overlay,17 curb ramps,utility adjustments,and channelization of Duvall Ave NE,and other Work.
I:Yes %No DBE Participation Maximum Amount Payable:$131,350.00
E]Yes %No MBE Participation
El Yes %No WBE Participation
El Yes %No SBE Participation
Index of Exhibits
Exhibit A Scope of Work
Exhibit B DBE Participation
Exhibit C Preparation and Delivery of Electronic Engineering and Other Data
Exhibit D Prime Consultant Cost Computations
Exhibit E Sub-consultant Cost Computations
Exhibit F Title VI Assurances
Exhibit G Certi?cation Documents
Exhibit—l=l N/A
Ex-h~i-bit—l %N/A
Exhibit J Consultant Claim Procedures Agreement Number:CAG_1 6_090
Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Page 1 of 14
Revised 4/10/2015
AGENDA ITEM #3. a)
THIS AGREEMENT,made and entered into as shown in the “Execution Date”box on page one (1)of this
AGREEMENT,between the City of Renton,
hereinafter called the “AGENCY,”and the “Firm/Organization Name”referenced on page one (I)of this
AGREEMENT,hereinafter called the “CONSULTANT.”
WHEREAS,the AGENCY desires to accomplish the work referenced in “Description of Work”on page one (1)
of this AGREEMENT and hereafter called the “SERVICES,”and does not have suf?cient staff to meet the required
commitment and therefore deems it advisable and desirable to engage the assistance of a CONSULTANT to provide
the necessary SERVICES;and
WHEREAS,the CONSULTANT represents that they comply with the Washington State Statutes relating
to professional registration,if applicable,and has signi?ed a willingness to furnish consulting services to
the AGENCY.
NOW,THEREFORE,in consideration of the terms,conditions,covenants,and performance contained herein,
or attached and incorporated and made a part hereof,the parties hereto agree as follows:
I.General Description of Work
The work under this AGREEMENT shall consist of the above~describedSERVICES as herein de?ned,and
necessary to accomplish the completedwork for this project.The CONSULTANT shall furnish all services,labor,
and related equipment and,if applicable,sub-consultants and subcontractors necessary to conduct and complete the
SERVICES as designated elsewhere in this AGREEMENT.
ll.Scope of Work
The Scope of Work and projected level of effort required for these SERVICES is described in Exhibit “A”attached
hereto and by this reference made a part of this AGREEMENT.The Scope of Work was developed utilizing
performance based contracting methodologies.
Ill.General Requirements
All aspects of coordination of the work of this AGREEMENT with outside agencies,groups,or individuals shall
receive advance approval by the AGENCY.Necessary contacts and meetings with agencies,groups,and/or
individuals shall be coordinated through the AGENCY.The CONSULTANT shall attend coordination,progress,
and presentationmeetings with the AGENCY and/or such State,Federal,Community,City,or County of?cials,
groups or individuals as may be requestedby the AGENCY.The AGENCY will provide the CONSULTANT
suf?cient notice prior to meetings requiring CONSULTANT participation.The minimum required hours or days’
notice shall be agreed to between the AGENCY and the CONSULTANT and shown in Exhibit “A.”
The CONSULTANT shall prepare a monthly progress report,in a form approved by the AGENCY,which will
outline in written and graphical form the various phases and the order of performance of the SERVICES in
suf?cient detail so that the progress of the SERVICES can easily be evaluated.
The CONSULTANT,any sub-consultants,and the AGENCY shall comply with all Federal,State,and local laws,
rules,codes,regulations,and all AGENCY policies and directives,applicable to the work to be performed under
this AGREEMENT.This AGREEMENT shall be interpretedand construed in accordance with the laws of the State
of Washington.
Agreement Number:CAG—16-090
Local Agency Professional Services Negotiated Hourly Rate ConsuItantAgreement Page 2 of 14
Revised 4/10/2015
AGENDA ITEM #3. a)
Participation for Disadvantaged Business Enterprises (DBE)or Small Business Enterprises (SBE),if required,
per 49 CFR Part 26 shall be shown on the heading of this AGREEMENT.If DBE ?rms are utilized at the
commencement of this AGREEMENT,the amounts authorized to each ?rm and their certi?cation number will
be shown on Exhibit “B”attached hereto and by this reference made part of this AGREEMENT.If the Prime
CONSULTANT is a DBE certi?ed ?rm they must comply with the Commercial Use?ll Function (CUF)regulation
outlined in the AGENCY’s “DBE Program Participation Plan”and perform a minimum of 30%of the total amount
of this AGREEMENT.It is recommended,but not required,that non—DBEPrime CONSULTANTS perform
a minimum of 30%of the total amount of this AGREEMENT.
The CONSULTANT,on a monthlybasis,is required to submit DBE Participation of the amounts paid to all DBE
?rms invoiced for this AGREEMENT.
All Reports,PS&E materials,and other data furnished to the CONSULTANT by the AGENCY shall be returned.
All electronic ?les,prepared by the CONSULTANT,must meet the requirements as outlined in Exhibit“C —
Preparation and Delivery of Electronic Engineering and other Data.”
All designs,drawings,speci?cations,documents,and other work products,including all electronic ?les,prepared
by the CONSULTANT prior to completion or termination of this AGREEMENT are instruments of service for
these SERVICES,and are the property of the AGENCY.Reuse by the AGENCY or by others,acting through or
on behalf of the AGENCY of any such instruments of service,not occurring as a part of this SERVICE,shall be
without liability or legal exposure to the CONSULTANT.
Any and all notices or requests requiredunder this AGREEMENT shall be made in writing and sent to the other
party by (i)certi?ed mail,return receipt requested,or (ii)by email or facsimile,to the address set forth below:
If to AGENCY:If to CONSULTANT:
Name:Flora Lee,Project Manager Name:Sam Schuyler,Project Manager
Agency:City of Renton Agency:KBA,Inc.
Address:1055 S.Grady Way Address:11201 SE 8th Street,Suite 160
City:Renton State:WA Zip:98057 City:Bellevue State:WA Zip:98004
Email:FLee@Rentonwa.goV Email:sschuyler@kbacm.com
Phone:425-430-7303 Phone:425-455-9720 x103
Facsimile;425-430-7376 Facsimile:425-455-9732
IV.Time for Beginning and Completion
The CONSULTANT shall not begin any work under the terms of this AGREEMENT until authorizedin writing
by the AGENCY.This AGREEMENT may require ?ling with the Department of Enterprise Services (DES)
pursuant to RCW 39.26.140.If such approval is required by DES,this AGREEMENT shall not bind the
AGENCY until approved by DES.If the AGREEMENT must be approved by DES,work cannot begin,nor
payment made until ten (10)or more working days following the date of ?ling,anduntil approvedby DES.Any
subsequent SUPPLEMENTAL AGREEMENT may also be subject to ?ling and/or approval from DES.All
work under this AGREEMENT shall be completedby the date shown in the heading of this AGREEMENT titled
“Completion Date.”
The established completiontime shall not be extended because of any delays attributable to the CONSULTANT,
but may be extended by the AGENCY in the event of a delay attributable to the AGENCY,or because of
unavoidable delays caused by an act of GOD,governmental actions,or other conditions beyond the control of the
CONSULTANT.A prior supplementalAGREEMENT issued by the AGENCY is required to extend the established
completiontime.
Agreement Number:CAG—l 6-090
Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Page 3 of 14
Revised 4/10/2015
AGENDA ITEM #3. a)
V.Payment Provisions
The CONSULTANT shall be paid by the AGENCY for completed SERVICES rendered under this AGREEMENT
as provided hereinafter.Such payment shall be full compensation for SERVICES performed or SERVICES
rendered and for all labor,materials,supplies,equipment,and incidentals necessary to complete SERVICES.
The CONSULTANT shall conform to all applicableportions of 48 CFR Part 31 (www.ecfr.gov).
A.Hourly Rates:Hourly rates are comprised of the following elements -Direct (Raw)Labor,Indirect Cost Rate,
and Fixed Fee (Pro?t).The CONSULTANT shall be paid by the AGENCY for work done,based upon the
negotiated hourly rates shown in Exhibits “D”and “E”attached hereto and by reference made part of this
AGREEMENT.These negotiated hourly rates will be accepted based on a review of the CONSULTANT’s
direct labor rates and indirect cost rate computations and agreed upon ?xed fee.The accepted negotiated
rates shall be memorialized in a ?nal written acknowledgement between the parties.Such ?nal written
acknowledgement shall be incorporatedinto,and become a part of,this AGREEMENT.The initially accepted
negotiated rates shall be applicable from the approval date,as memorialized in a ?nal written acknowledgement,
to l80 days following the CONSULTANT’s ?scal year end (FYE)date.
The direct (raw)labor rates and classi?cations,as shown on Exhibits “D”and “E”shall be subject to
renegotiations for each subsequent twelve (12)month period (180 days following FYE date to 180 days
following FYE date)upon written request of the CONSULTANT or the AGENCY.The written request must be
made to the other party within ninety (90)days following the CONSULTANT’s FYE date.If no such written
request is made,the current direct (raw)labor rates and classi?cations as shown on Exhibits “D”and “E”,will
remain in effect for the twelve (12)month period.
Conversely,if a timely request is made in the manner set forth above,the parties will commence negotiations
to determine the new direct (raw)labor rates and classi?cations that will be applicable for the twelve (12)
month period.Any agreed to renegotiated rates shall be memorialized in a ?nal written acknowledgement
between the parties.Such ?nal written acknowledgement shall be incorporated into,and become a part of,this
AGREEMENT.If requested,the CONSULTANT shall provide current payroll register and classi?cations to aid
in negotiations.If the parties cannot reach an agreement on the direct (raw)labor rates and classi?cations,the
AGENCY shall perform an audit of the CONSULTANT’s books and records to determine the CONSULTANT’s
actual costs.The audit ?ndings will establish the direct (raw)labor rates and classi?cations that will be
applicablefor the twelve (12)month period.
The ?xed fee as identi?ed in Exhibits “D”and “E”shall represent a value to be applied throughout the life
of the AGREEMENT.
The CONSULTANT shall submit annually to the AGENCY an updated indirect cost rate within 180 days of
the close of its ?scal year.An approved updated indirect cost rate shall be included in the current ?scal year
rates under this AGREEMENT,even if/when other components of the hourly rate are not renegotiated.These
rates will be applicable for the twelve (12)month period.At the AGENCY’s option,a provisional and/or
conditional indirect cost rate may be negotiated.This provisional or conditional indirect rate shall remain in
effect until the updated indirect cost rate is completed and approved.Indirect cost rate costs incurred during
the provisional or conditional period will not be adjusted.The CONSULTANT may request an extension of the
last approved indirect cost rate for the twelve (12)month period.These requests for provisional indirect cost
rate and/or extension will be considered on a case-by-case basis,and if granted,will be memorialized in a ?nal
written acknowledgement.
The CONSULTANT shall maintain and have accessible support data for veri?cation of the components of the
hourly rates,i.e.,direct (raw)labor,indirect cost rate,and ?xed fee (pro?t)percentage.The CONSULTANT
shall bill each employee’s actual classi?cation,and actual salary plus indirect cost rate plus ?xed fee.
Agreement Number:CAG—l 6-090
Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Page 4 of 14
Revised 4/10/2015
AGENDA ITEM #3. a)
B.Direct Non-Salary Costs:Direct Non-Salary Costs will be reimbursed at the actual cost to the CONSULTANT.
These charges may include,but are not limited to,the following items:travel,printing,long distance telephone,
supplies,computer charges.The CONSULTANT shall comply with the rules and regulations regarding travel
costs (excluding air,train,and rental car costs)in accordance with the WSDOT’S Accounting Manual M 13-
82,Chapter 10 —Travel Rules and Procedures,and all revisions thereto.Air,train and rental card costs shall
be reimbursed in accordance with 48 Code of Federal Regulations (CFR)Part 31.205 -46 “Travel Costs.”The
billing for direct non-salary costs shall include an itemized listing of the charges directly identi?able with these
SERVICES.The CONSULTANT shall maintain the original supporting documents in their of?ce.Copies of
the original supporting documents shall be supplied to the AGENCY upon request.All above charges must be
necessary for the SERVICES provided under this AGREEMENT.
C.Maximum Amount Payable:The Maximum Amount Payable by the AGENCY to the CONSULTANT under
this AGREEMENT shall not exceed the amount shown in the heading of this AGREEMENT on page one (1.)
The Maximum Amount Payable does not include payment for extra work as stipulated in section XIII,“Extra
Work.”No minimum amount payable is guaranteed under this AGREEMENT.
D.Monthly Progress Payments:Progress payments may be claimed on a monthly basis for all costs authorized in
A and B above.The monthly billings shall be supportedby detailed statements for hours expended at the rates
established in Exhibit “D,”including names and classi?cations of all employees,and billings for all direct non-
salary expenses.To provide a means of verifying the billed salary costs for the CONSULTANT’s employees,
the AGENCY may conduct employee interviews.These interviews may consist of recording the names,
titles,salary rates,and present duties of those employees performing work on the SERVICES at the time of
the interview.
E.Final Payment:Final Payment of any balance due the CONSULTANT of the gross amount earned will be
made promptly upon its veri?cation by the AGENCY after the completion of the SERVICES under this
AGREEMENT,contingent upon receipt of all PS&E,plans,maps,notes,reports,electronic data,and other
related documents which are required to be furnished under this AGREEMENT.Acceptance of such Final
Payment by the CONSULTANT shall constitute a release of all claims for payment,which the CONSULTANT
may have against the AGENCY unless such claims are speci?cally reserved in writing and transmitted to the
AGENCY by the CONSULTANT prior to its acceptance.Said Final Payment shall not,however,be a bar to
any claims that the AGENCY may have against the CONSULTANT or to any remedies the AGENCY may
pursue with respect to such claims.
The payment of any billing will not constitute agreement as to the appropriateness of any item and at the time
of ?nal audit all required adjustments will be made and re?ected in a ?nal payment.In the event that such ?nal
audit reveals an overpayment to the CONSULTANT,the CONSULTANT will refund such overpayment to
the AGENCY within thirty (30)calendar days of notice of the overpayment.Such refund shall not constitute
a waiver by the CONSULTANT for any claims relating to the validity of a ?nding by the AGENCY of
overpayment.Per the WSDOT’s “Audit Guide for Consultants,”Chapter 23 “Resolution Procedures,”the
CONSULTANT has twenty (20)working days after receipt of the ?nal Post Audit to begin the appeal process
to the AGENCY for audit ?ndings.
F.Inspection of Cost Records:The CONSULTANT and their sub—consultantsshall keep available for inspection
by representatives of the AGENCY and the United States,for a period of six (6)years after receipt of ?nal
payment,the cost records and accounts pertaining to this AGREEMENT and all items related to or bearing upon
these records with the following exception:if any litigation,claim or audit arising out of,in connection with,
or related to this AGREEMENT is initiated before the expirationof the six (6)year period,the cost records and
accounts shall be retained until such litigation,claim,or audit involving the records is completed.
An interim or post audit may be performed on this AGREEMENT.The audit,if any,will be performed by the
State Auditor,WSDOT’s Internal Audit Of?ce and /or at the request of the AGENCY’s Project Manager.
Agreement Number:CAG-16-090
Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Page 5 of 14
Revised 4/10/2015
AGENDA ITEM #3. a)
VI.Sub-Contracting
The AGENCY permits subcontracts for those items of SERVICES as shown in Exhibit “A”attached hereto and by
this reference made part of this AGREEMENT.
The CONSULTANT shall not subcontract for the performance of any SERVICE under this AGREEMENT without
prior written permission of the AGENCY.No permission for subcontracting shall create,between the AGENCY
and sub-consultant,any contract or any other relationship.
Compensation for this sub-consultant SERVICES shall be based on the cost factors shown on Exhibit “E”attached
hereto and by this reference made part of this AGREEMENT.
The SERVICES of the sub-consultant shall not exceed its maximum amount payable identi?ed in each Task Order
unless a prior written approval has been issued by the AGENCY.
All reimbursable direct labor,indirect cost rate,direct non-salary costs and ?xed fee costs for the sub-consultant
shall be negotiated and substantiated in accordance with section V “Payment Provisions”herein and shall be
memorialized in a ?nal written acknowledgement between the parties.
All subcontracts shall contain all applicable provisions of this AGREEMENT,and the CONSULTANT shall require
each sub-consultant or subcontractor,of any tier,to abide by the terms and conditions of this AGREEMENT.With
respect to sub-consultant payment,the CONSULTANT shall comply with all applicable sections of the STATE’s
Prompt Payment laws as set forth in RCW 3904.250 and RCW 3976.011.
The CONSULTANT,sub—recipient,or sub-consultant shall not discriminate on the basis of race,color,national
origin,or sex in the performance of this AGREEMENT.The CONSULTANT shall carry out applicable
requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts.Failure by the
CONSULTANT to carry out these requirements is a material breach of this AGREEMENT,which may result
in the termination of this AGREEMENT or such other remedy as the recipient deems appropriate.
VII.Employment and Organizational Conflict of Interest
The CONSULTANT warrants that they have not employed or retained any company or person,other than a bona
?de employee working solely for the CONSULTANT,to solicit or secure this contract,and that it has not paid or
agreed to pay any company or person,other than a bona ?de employee working solely for the CONSULTANT,any
fee,commission,percentage,brokerage fee,gift,or any other consideration,contingent upon or resulting from the
award or making of this contract.For breach or Violation of this warrant,the AGENCY shall have the right to annul
this AGREEMENT without liability or,in its discretion,to deduct from this AGREEMENT price or consideration
or otherwise recover the full amount of such fee,commission,percentage,brokerage fee,gift,or contingent fee.
Any and all employees of the CONSULTANT or other persons while engaged in the performance of any work
or services required of the CONSULTANT under this AGREEMENT,shall be considered employees of the
CONSULTANT only and not of the AGENCY,and any and all claims that may arise under any Workmen’s
CompensationAct on behalf of said employees or other persons while so engaged,and any and all claims made
by a third party as a consequence of any act or omission on the part of the CONSULTANT’s employees or other
persons while so engaged on any of the work or services provided to be rendered herein,shall be the sole obligation
and responsibility of the CONSULTANT.
The CONSULTANT shall not engage,on a full-or part-time basis,or other basis,during the period of this
AGREEMENT,any professional or technical personnel who are,or have been,at any time during the period of this
AGREEMENT,in the employ of the United States Department of Transportation or the AGENCY,except regularly
retired employees,without written consent of the public employer of such person if he/she will be working on this
AGREEMENT for the CONSULTANT.
Agreement Number:CAG-16-090
Local Agency Professional Services Negotiated Hourly Rate ConsuItantAgreement Page 6 of 14
Revised 4/10/2015
AGENDA ITEM #3. a)
VIII.Nondiscrimination
During the performance of this AGREEMENT,the CONSULTANT,for itself,its assignees,sub-consultants,
subcontractors and successors in interest,agrees to comply with the following laws and regulations:
°Title VI of the Civil Rights Act of 1964 -Civil Rights Restoration Act of 1987
(42 U.S.C.Chapter 21 Subchapter V §2000d (Public Law 100-259)
thmugh 2000d‘43)-American with Disabilities Act of 1990
-Federal-aid Highway Act of 1973 (42 U.S.C.Chapter 126 §12101 et.seq.)
(23 U.S.C.Chapter 3 §324).23 CFR part 200
-Rehabilitation Act of 1973 .49 CFR part 21
(29 U.S.C.Chapter 16 Subchapter V §794)
-Age Discrimination Act of 1975
(42 U.S.C.Chapter 76 §6101 et.seq.)
-49 CFR Part 26
-RCW 49.60.180
In relation to Title VI of the Civil Rights Act of 1964,the CONSULTANT is bound by the provisions of Exhibit
“F”attached hereto and by this reference made part of this AGREEMENT,and shall include the attached Exhibit
“F”in every sub-contract,including procurement of materials and leases of equipment,unless exempt by the
Regulations or directives issued pursuant thereto.
IX.Termination of Agreement
The right is reserved by the AGENCY to terminate this AGREEMENT at any time with or without cause upon ten
(10)days written notice to the CONSULTANT.
In the event this AGREEMENT is terminated by the AGENCY,other than for default on the part of the
CONSULTANT,a ?nal payment shall be made to the CONSULTANT for actual hours charged at the time of
termination of this AGREEMENT,plus any direct non-salary costs incurred up to the time of termination of this
AGREEMENT.
No payment shall be made for any SERVICES completed after ten (10)days following receipt by the
CONSULTANT of the notice to terminate.If the accumulated payment made to the CONSULTANT prior to Notice
of Termination exceeds the total amount that would be due when computed as set forth in paragraph two (2)of this
section,then no ?nal payment shall be due and the CONSULTANT shall immediately reimburse the AGENCY for
any excess paid.
If the services of the CONSULTANT are terminated by the AGENCY for default on the part of the CONSULTANT,
the above formula for payment shall not apply.
In the event of a termination for default,the amount to be paid to the CONSULTANT shall be determinedby the
AGENCY with consideration given to the actual costs incurred by the CONSULTANTinperforming SERVICES
to the date of termination,the amount of SERVICES originally required which was satisfactorily completed to
date of termination,whether that SERVICE is in a form or a type which is usable to the AGENCY at the time of
termination,the cost to the AGENCY of employing another ?rm to complete the SERVICES required and the
time which may be required to do so,and other factors which affect the value to the AGENCY of the SERVICES
performed at the time of termination.Under no circumstances shall payment made under this subsectionexceed the
amount,which would have been made using the formula set forth in paragraph two (2)of this section.
If it is determined for any reason that the CONSULTANT was not in default or that the CONSULTANT’s failure to
perform is without the CONSULTANT’s or its employee’s fault or negligence,the termination shall be deemed to
be a termination for the convenience of the AGENCY.In such an event,the CONSULTANT would be reimbursed
for actual costs in accordance with the termination for other than default clauses listed previously.
Agreement Number:CAG-16-090
Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Page 7 of 14
Revised 4/10/2015
AGENDA ITEM #3. a)
The CONSULTANT shall,within 15 days,notify the AGENCY in writing,in the event of the death of any member,
partner,or of?cer of the CONSULTANT or the death or change of any of the CONSULTANT’s supervisory and/or
other key personnel assigned to the project or disaf?liation of any principally involved CONSULTANT employee.
The CONSULTANT shall also notify the AGENCY,in writing,in the event of the sale or transfer of 50%or
more of the bene?cial ownership of the CONSULTANT within 15 days of such sale or transfer occurring.The
CONSULTANT shall continue to be obligated to complete the SERVICES under the terms of this AGREEMENT
unless the AGENCY chooses to terminate this AGREEMENT for convenience or chooses to renegotiate any term(s)
of this AGREEMENT.If termination for convenience occurs,?nal payment will be made to the CONSULTANT
as set forth in the second and third paragraphs of this section.
Payment for any part of the SERVICES by the AGENCY shall not constitute a waiver by the AGENCY of
any remedies of any type it may have against the CONSULTANT for any breach of this AGREEMENT by the
CONSULTANT,or for failure of the CONSULTANT to perform SERVICES required of it by the AGENCY.
Forbearance of any rights under the AGREEMENT will not constitute waiver of entitlement to exercise those rights
with respect to any future act or omission by the CONSULTANT.
X.Changes of Work
The CONSULTANT shall make such changes and revisions in the completed work of this AGREEMENT as
necessary to correct errors appearing therein,without additional compensation thereof.Should the AGENCY ?nd
it desirable for its own purposes to have previously satisfactorily completed SERVICES or parts thereof changed or
revised,the CONSULTANT shall make such revisions as directed by the AGENCY.This work shall be considered
as Extra Work and will be paid for as herein provided under section XIII “Extra Work.”
XI.Disputes
Any disputedissue not resolved pursuant to the terms of this AGREEMENT shall be submitted in Writingwithin
10 days to the Director of Public Works or AGENCY Engineer,whose decision in the matter shall be ?nal and
binding on the parties of this AGREEMENT;provided however,that if an action is brought challenging the
Director of Public Works or AGENCY Engineer’s decision,that decision shall be subject to judicial review.If the
parties to this AGREEMENT mutually agree,disputes concerning alleged design errors will be conductedunder
the procedures found in Exhibit “J”.In the event that either party deem it necessary to institute legal action or
proceeding to enforce any right or obligation under this AGREEMENT,this action shall be initiated in the Superior
Court of the State of Washington,situated in the county in which the AGENCY is located.The parties hereto
agree that all questions shall be resolved by application of Washington law and that the parties have the right of
appeal from such decisions of the Superior Court in accordance with the laws of the State of Washington.The
CONSULTANT hereby consents to the personaljurisdiction of the Superior Court of the State of Washington,
situated in the county in which the AGENCY is located.
XII.Legal Relations
The CONSULTANT,any sub-consultants,and the AGENCY shall comply with all Federal,State,and local laws,
rules,codes,regulations and all AGENCY policies and directives,applicable to the work to be performed under this
AGREEMENT.This AGREEMENT shall be interpreted and construed in accordance with the laws of the State
of Washington.
The CONSULTANT shall defend,indemnify,and hold the State of Washington (STATE),the AGENCY and their
of?cers and employees harmless from all claims,demands,or suits at law or equity arising in whole or in part
from the negligence of,or the breach of any obligation under this AGREEMENT by,the CONSULTANT or the
CONSULTANT’s agents,employees,sub consultants,subcontractors or Vendors,of any tier,or any other persons
for whom the CONSULTANT may be legally liable;provided that nothing herein shall require a CONSULTANT
Agreement Number:CAG-16-090
Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Page 8 of 14
Revised 4/10/2015
AGENDA ITEM #3. a)
to defend or indemnify the STATE and the AGENCY and their of?cers and employees against and hold harmless
the STATE and the AGENCY and their of?cers and employees from claims,demands or suits based solely upon
the negligence of,or breach of any obligation under this AGREEMENT by the STATE and/or the AGENCY,their
agents,of?cers,employees,sub-consultants,subcontractors or vendors,of any tier,or any other persons for whom
the STATE and/or the AGENCY may be legally liable;and provided further that if the claims or suits are caused
by or result from the concurrent negligence of (a)the CONSULTANT or the CONSULTANT’s agents,employees,
sub-consultants,subcontractors or vendors,of any tier,or any other persons for whom the CONSULTANT is legally
liable,and (b)the STATE and/or the AGENCY,its agents,of?cers,employees,sub-consultants,subcontractors
and or vendors,of any tier,or any other persons for whom the STATE and/or the AGENCY may be legally liable,
the defense and indemnity obligation shall be valid and enforceable only to the extent of the CONSULTANT’s
negligence or the negligence of the CONSULTANT’s agents,employees,sub-consultants,subcontractorsor
vendors,of any tier,or any other persons for whom the CONSULTANT may be legally liable.This provision shall
be included in any AGREEMENT between CONSULTANT and any sub—consultant,subcontractor and Vendor,of
any tier.
The CONSULTANT shall also defend,indemnify,and hold the STATE and the AGENCY and their of?cers
and employees harmless from all claims,demands,or suits at law or equity arising in whole or in part from the
alleged patent or copyright infringement or other allegedly improper appropriation or use of trade secrets,patents,
proprietary information,know—how,copyright rights or inventions by the CONSULTANT or the CONSULTANT’s
agents,employees,sub-consultants,subcontractors or vendors,of any tier,or any other persons for whom the
CONSULTANT may be legally liable,in performance of the Work under this AGREEMENT or arising out of any
use in connection with the AGREEMENT of methods,processes,designs,information or other items fumished or
communicated to STATE and/or the AGENCY,its agents,of?cers and employees pursuant to the AGREEMENT;
provided that this indemnity shall not apply to any alleged patent or copyright infringement or other allegedly
improper appropriation or use of trade secrets,patents,proprietary information,know-how,copyright rights or
inventions resulting from STATE’s and/or the AGENCY’s,their agents’,of?cers’and employees’failure to comply
with speci?c written instructions regarding use provided to STATE and/or the AGENCY,their agents,of?cers and
employees by the CONSULTANT,its agents,employees,sub-consultants,subcontractors or vendors,of any tier,or
any other persons for whom the CONSULTANT may be legally liable.
The CONSULTANT’s relation to the AGENCY shall be at all times as an independent contractor.
Notwithstanding any determination by the Executive Ethics Board or other tribunal,the AGENCY may,in its sole
discretion,by written notice to the CONSULTANT terminate this AGREEMENT if it is found after due notice and
examination by the AGENCY that there is a violation of the Ethics in Public Service Act,Chapter 42.52 RCW;or
any similar statute involving the CONSULTANT in the procurement of,or performance under,this AGREEMENT.
The CONSULTANT speci?cally assumes potential liability for actions brought by the CONSULTANT’s own
employees or its agents against the STATE and/or the AGENCY and,solely for the purpose of this indemni?cation
and defense,the CONSULTANT speci?cally waives any immunity under the state industrial insurance law,Title 51
RCW.This Waiver has been mutually negotiated by the Parties.
Unless otherwise speci?ed in this AGREEMENT,the AGENCY shall be responsible for administrationof
construction contracts,if any,on the project.Subject to the processing of a new sole source,or an acceptable
supplementalAGREEMENT,the CONSULTANT shall provide On-Call assistance to the AGENCY during contract
administration.By providing such assistance,the CONSULT ANT shall assume no responsibility for:proper
construction techniques,job site safety,or any construction contractor’s failure to perform its work in accordance
with the contract documents.
The CONSULTANT shall obtain and keep in force during the terms of this AGREEMENT,or as otherwise
required,the following insurance with companies or through sources approved by the State Insurance
Commissioner pursuant to Title 48 RCW.
Agreement Number:CAG-16-090
Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Page 9 of 14
Revised 4/10/2015
AGENDA ITEM #3. a)
Insurance Coverage
A.Worker’s compensationand employer’s liability insurance as required by the STATE.
B.Commercial general liability insurance Writtenunder ISO Form CG 00 01 12 04 or its equivalent with minimum
limits of one million dollars ($1,000,000.00)per occurrence and two million dollars ($2,000,000.00)in the
aggregate for each policy period.
C.Business auto liability insurance written under ISO Form CG 00 01 10 01 or equivalent providing coverage for
any “Auto”(Symbol 1)used in an amount not less than a one million dollar ($1,000,000.00)combined single
limit for each occurrence.
Excepting the Worker’s Compensation Insurance and any Professional Liability Insurance,the STATE and
AGENCY,their of?cers,employees,and agents will be named on all policies of CONSULTANT and any sub-
consultant and/or subcontractor as an additional insured (the “AIs”),with no restrictions or limitations concerning
products and completed operations coverage.This coverage shall be primary coverage and non—contributoryand
any coverage maintained by the AIS shall be excess over,and shall not contribute with,the additional insured
coverage required hereunder.The CONSULTANT’s and the sub-consultant’s and/or subcontractor’s insurer shall
waive any and all rights of subrogation against the AIS.The CONSULTANT shall furnish the AGENCY with
veri?cation of insurance and endorsements required by this AGREEMENT.The AGENCY reserves the right to
require complete,certi?ed copies of all required insurance policies at any time.
All insurance shall be obtained from an insurance company authorized to do business in the State of Washington.
The CONSULTANT shall submit a veri?cation of insurance as outlined above within fourteen (14)days of the
execution of this AGREEMENT to:
Name:Flora Lee
Agency:City of Renton
Address:1055 S Grady Way
City:Renton State:WA Zip:98057
Email:FLee@Rentonwa.gov
Phone:425-430-7303
Facsimile:425-430-7376
No cancellation of the foregoing policies shall be effective Withoutthirty (30)days prior notice to the AGENCY.
The CONSULTANT’s professional liability to the AGENCY,including that which may arise in reference to
section IX “Termination of Agreement”of this AGREEMENT,shall be limited to the accumulative amount of the
authorizedAGREEMENT or one million dollars ($1,000,000.00),whichever is greater,unless the limit of liability
is increased by the AGENCY pursuant to Exhibit H.In no case shall the CONSULTANT’s professional liability to
third parties be limited in any Way.
The parties enter into this AGREEMENT for the sole bene?t of the parties,and to the exclusion of any third party,
and no third party bene?ciary is intended or created by the execution of this AGREEMENT.
The AGENCY will pay no progress payments under section V “Payment Provisions”until the CONSULTANThas
fully complied with this section.This remedy is not exclusive;and the AGENCY may take such other action as is
available to it under other provisions of thisAGREEMENT,or otherwise in law.
Agreement Number:CAG-16-090
Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Page 10 of 14
Revised 4/10/2015
AGENDA ITEM #3. a)
XIII.Extra Work
A.The AGENCY may at any time,by written order,make changes within the general scope of this AGREEMENT
in the SERVICES to be performed.
B.If any such change causes an increase or decrease in the estimated cost of,or the time required for,performance
of any part of the SERVICES under this AGREEMENT,whether or not changed by the order,or otherwise
affects any other terms and conditions of this AGREEMENT,the AGENCY shall make an equitable adjustment
in the:(1)maximum amount payable;(2)delivery or completion schedule,or both;and (3)other affected terms
and shall modify this AGREEMENT accordingly.
C.The CONSULTANT must submit any “request for equitable adjustment,”hereafter referred to as “CLAIM,”
under this clause within thirty (30)days from the date of receipt of the written order.However,if the AGENCY
decides that the facts justify it,the AGENCY may receive and act upon a CLAIM submitted before ?nal
payment of this AGREEMENT.
D.Failure to agree to any adjustment shall be a dispute under the section XI “Disputes”clause.However,nothing
in this clause shall excuse the CONSULTANT from proceeding with the AGREEMENT as changed.
E.Notwithstanding the terms and conditions of paragraphs (A.)and (B.)above,the maximum amount payable for
this AGREEMENT,shall not be increased or considered to be increased except by speci?c written supplement
to this AGREEMENT.
XIV.Endorsement of Plans
If applicable,the CONSULTANT shallplace their endorsement on all plans,estimates,or any other engineering
data furnishedbythem.
XV.Federal Review
The Federal Highway Administration shall have the right to participate in the review or examination of the
SERVICES in progress.
XVI.Certification of the Consultant and the AGENCY
Attached hereto as Exhibit “G—l(aand b)”are the Certi?cations of the CONSULTANT and the AGENCY,Exhibit
“G—2”Certi?cation Regarding Debarrnent,Suspension and Other Responsibility Matters -Primary Covered
Transactions,Exhibit “G-3”Certi?cation Regarding the Restrictions of the Use of Federal Funds for Lobbying
and Exhibit “G—4”Certi?cate of Current Cost or Pricing Data.Exhibit “G—3”is required only in AGREEMENT’s
over one hundred thousand dollars ($100,000.00)and Exhibit “G-4”is required only in AGREEMENT’s over
?ve hundred thousand dollars ($500,000.00)These Exhibits must be executed by the CONSULTANT,and
submitted with the master AGREEMENT,and returned to the AGENCY at the address listed in section III
“General Requirements”prior to its performance of any SERVICES under this AGREEMENT.
XVII.Complete Agreement
This document and referenced attachments contain all covenants,stipulations,and provisions agreed upon by the
parties.No agent,or representative of either party has authority to make,and the parties shall not be boundby or
be liable for,any statement,representation,promise or agreement not set forth herein.No changes,amendments,or
modi?cations of the terms hereof shall be Valid unless reduced to writing and signed by the parties as a supplement
to this AGREEMENT.
Agreement Number:CAG—l6-090
Local Agency Professional Services Negotiated Hourly Rate ConsultantAgreement Page 11 of 14
Revised 4/10/2015
AGENDA ITEM #3. a)
XVIII.Execution and Acceptance
This AGREEMENT may be simultaneously executed in several counterparts,each of which shall be deemed
to be an original having identical legal effect.The CONSULTANT does hereby ratify and adopt all statements,
representations,warranties,covenants,and AGREEMENT’s contained in the proposal,and the supporting material
submittedby the CONSULTANT,and does hereby accept this AGREEMENT and agrees to all of the terms and
conditions thereof.
XIX.Protection of Confidential Information
The CONSULTANT acknowledges that some of the material and information that may come into its possession
or knowledge in connection with this AGREEMENT or its performance may consist of information that is exempt
from disclosure to the public or other unauthorized persons under either chapter 42.56 RCW or other local,state
or federal statutes (“State’s Con?dential Information”).The “State’s Con?dential Information”includes,but is
not limited to,names,addresses,Social Security numbers,e—mailaddresses,telephone numbers,?nancial pro?les,
credit card information,driver’s license numbers,medical data,law enforcement records (or any other information
identi?able to an individual),STATE and AGENCY source code or object code,STATE andAGENCY security
data,non—publicSpeci?cations,STATE and AGENCY non-publicly available data,proprietary software,STATE
and AGENCY security data,or information which may jeopardize any part of the project that relates to any of
these types of information.The CONSULTANT agrees to hold the State’s Con?dential Information in strictest
con?dence and not to make use of the State’s Con?dential Information for any purpose other than the performance
of this AGREEMENT,to release it only to authorized employees,sub—consultantsor subcontractors requiring such
information for the purposes of carrying out this AGREEMENT,and not to release,divulge,publish,transfer,
sell,disclose,or otherwise make it known to any other party without the AGENCY’s express Writtenconsent
or as provided by law.The CONSULTANT agrees to release such information or material only to employees,
sub—consultantsor subcontractors who have signed a nondisclosure AGREEMENT,the terms of which have
been previously approvedby the AGENCY.The CONSULTANT agrees to implement physical,electronic,and
managerial safeguards to prevent unauthorizedaccess to the State’s Con?dential Information.
Immediately upon expiration or termination of this AGREEMENT,the CONSULTANT shall,at the AGENCY’s
option:(i)certify to the AGENCY that the CONSULTANT has destroyed all of the State’s Con?dential
Information;or (ii)returned all of the State’s Con?dential Information to the AGENCY;or (iii)take whatever other
steps the AGENCY requires of the CONSULTANT to protect the State’s Con?dential Information.
As required under Executive Order 00-03,the CONSULTANT shall maintain a log documenting the following:
the State’s Con?dential Information received in the performance of this AGREEMENT;the purpose(s)for which
the State’s Con?dential Information was received;who received,maintained and used the State’s Con?dential
Information;and the ?nal disposition of the State’s Con?dential Information.The CONSULTANT’s records shall
be subject to inspection,review,or audit upon reasonable notice from the AGENCY.
The AGENCY reserves the right to monitor,audit,or investigate the use of the State’s Con?dential Information
collected,used,or acquiredby the CONSULTANT through this AGREEMENT.The monitoring,auditing,or
investigating may include,but is not limited to,salting databases.
Violation of this section by the CONSULTANT or its sub-consultants or subcontractors may result in termination of
this AGREEMENT and demand for return of all State’s Con?dential Information,monetary damages,or penalties.
It is understood and acknowledged that the CONSULTANT may provide the AGENCY with information which
is proprietary and/or con?dential during the term of this AGREEMENT.The parties agree to maintain the
con?dentiality of such information during the term of this AGREEMENT and afterwards.All materials containing
such proprietary and/or con?dential information shall be clearly identi?ed and marked as “Con?dential”and shall
be returned to the disclosing party at the conclusion of the SERVICES under this AGREEMENT.
Agreement Number:CAG—l6-090
Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Page 12 of 14
Revised 4/10/2015
AGENDA ITEM #3. a)
The CONSULTANT shall provide the AGENCY with a list of all information and materials it considers con?dential
and/or proprietary in nature:(a)at the commencement of the term of this AGREEMENT;or (b)as soon as such
con?dential or proprietary material is developed.“Proprietary and/or con?dential information”is not meant to
include any information which,at the time of its disclosure:(i)is already known to the other party;(ii)is rightfully
disclosed to one of the partiesby a third party that is not acting as an agent or representative for the other party;
(iii)is independentlydeveloped by or for the other party;(iv)is publicly known;or (V)is generally utilized by
unaf?liated third parties engaged in the same business or businesses as the CONSULTANT.
The parties also acknowledge that the AGENCY is subject to Washington State and federal public disclosure
laws.As such,the AGENCY shall maintain the con?dentiality of all such information marked proprietary and/
or con?dential or otherwiseexempt,unless such disclosure is required under applicable state or federal law.If a
public disclosure request is made to view materials identi?ed as “Proprietary and/or con?dential information”or
otherwise exempt information,the AGENCY will notify the CONSULTANT of the request and of the date that such
records will be released to the requester unless the CONSULTANT obtains a court order from a court of competent
jurisdiction enjoining that disclosure.If the CONSULTANT fails to obtain the court order enjoining disclosure,the
AGENCY will release the requested information on the date speci?ed.
The CONSULTANT agrees to notify the sub-consultant of any AGENCY communication regarding disclosure that
may include a sub-consultant’sproprietary and/or con?dential information.The CONSULTANT noti?cation to the
sub-consultantwill include the date that such records will be released by the AGENCY to the requester and state
that unless the sub-consultant obtains a court order from a court of competent jurisdiction enjoining that disclosure
the AGENCY will release the requested information.If the CONSULTANT and/or sub-consultant fail to obtain
a court order or other judicial relief enjoining the AGENCY by the release date,the CONSULTANT shall waive
and release and shall hold harmless and indemnify the AGENCY from all claims of actual or alleged damages,
liabilities,or costs associated with the AGENCY’s said disclosure of sub—consultants’information.
XIX.Records Maintenance
During the progress of the Work and SERVICES provided hereunder and for a period of not less than six (6)years
from the date of ?nal payment to the CONSULTANT,the CONSULTANT shall keep,retain and maintain all
“documents”pertaining to the SERVICES provided pursuant to this AGREEMENT.Copies of all “documents”
pertaining to the SERVICES provided hereunder shall be made available for review at the CONSULTANT’splace
of business during normal working hours.If any litigation,claim or audit is commenced,the CONSULTANT shall
cooperate with AGENCY and assist in the production of all such documents.“Documents”shall be retained until
all litigation,claims or audit ?ndings have been resolved even though such litigation,claim or audit continues past
the six (6)year retention period.
For purposes of this AGREEMENT,“documents”means every Writingor record of every type and description,
including electronically stored information (“ESI”),that is in the possession,control,or custody of the
CONSULTANT,including,without limitation,any and all correspondences,contracts,AGREEMENT ‘s,
appraisals,plans,designs,data,surveys,maps,spreadsheets,memoranda,stenographic or handwritten
notes,reports,records,telegrams,schedules,diaries,notebooks,logbooks,invoices,accounting records,
work sheets,charts,notes,drafts,scribblings,recordings,Visual displays,photographs,minutes of meetings,
tabulations,computations,summaries,inventories,and writings regarding conferences,conversations or
telephone conversations,and any and all other taped,recorded,written,printed or typed matters of any kind or
description;every copy of the foregoing whether or not the original is in the possession,custody,or control of the
CONSULTANT,and every copy of any of the foregoing,whether or not such copy is a copy identical to an original,
or whether or not such copy contains any commentary or notation whatsoever that does not appear on the original.
Agreement Number:CAG-l 6-090
Local Agency Professional Services Negotiated Hourly Rate ConsultantAgreement Page 13 of 14
Revised 4/10/2015
AGENDA ITEM #3. a)
For purposes of this AGREEMENT,“ESI”means any and all computer data or electronic recorded media of any
kind,including “Native Files”,that are stored in any medium from which it can be retrieved and examined,either
directly or after translation into a reasonably useable form.ESI may include information and/or documentation
stored in various software programs such as:Email,Outlook,Word,Excel,Access,Publisher,PowerPoint,Adobe
Acrobat,SQLdatabases,or any other software or electronic communication programs or databases that the
CONSULTANT may use in the performance of its operations.ESI may be located on network servers,backup
tapes,smart phones,thumb drives,CDs,DVDs,?oppy disks,work computers,cell phones,laptops or any other
electronic device that CONSULTANT uses in the performance of its Work or SERVICES hereunder,including any
personal devices used by the CONSULTANT or any sub—consultantat home.
“Native ?les”are a subset of ESI and refer to the electronic format of the application in which such ESI is normally
created,viewed,and /or modi?ed.
The CONSULTANT shall include this section XX “Records Maintenance”in every subcontract it enters into
in relation to this AGREEMENT and bind the sub—consultantto its terms,unless expressly agreed to otherwise
in writing by the AGENCY prior to the execution of such subcontract.
In witness whereof,the parties hereto have executed this AGREEMENT as of the day and year shown in the
“Execution Date”box on page one (1)of this AGREEMENT.
KBA,inc.
Signature Date
CITYOF RENTON
Signature Date
Any modi?cation,change,or reformationofthis AGREE]WENTshalZ require approval as to formby the O?ice
ofthe Attorney General.
Agreement Number:CAG-16-090
Local Agency Professional Services Negotiated Hourly Rate ConsuItantAgreement Page 14 of 14
Revised 4/10/2015
AGENDA ITEM #3. a)
Exhibit A
Scope of Work
Project No.
See attached Scope of Services.
Agreement Number:CAG—16—090
WSDOT Form 140-089 EF EXhibitA Page 1 of 1
Revised 10/30/2014
AGENDA ITEM #3. a)
KBA,Inc.May 23,2016
EXHIBITA
SCOPE OF SERVICES
Construction Management Services
for
Duvall Avenue NE Preservation Project
Contract No.STPUL 1113(003)
KBA,Inc.(Consultant)willprovide Construction Management (CM)services to the City of Renton
(Agency)for the Project known as Duvall Avenue NE Presen/ation Project.These services willinclude
consultation,contract administration,field observation,documentation,and material testing,as required
during the construction of the Project,as detailed below.
Project Description:This Agreement provides for the removal of curb,gutter,sidewalk,and asphalt
pavement;construction of curbed median islands with landscaping and irrigation;installation of electrical
conduit and solar radar speed feedback signs;asphalt grinding,installation of approximately 6,500 tons of
asphalt for pavement repair and overlay,17 curb ramps,utilityadjustments,and channelization of Duvall
Ave NE,and other work.The Designer of Record on this project is CM Design Group.
CONSTRUCTIONMANAGEMENT SERVICES
.Consultant Contract and Team Management.Provide overall day-to-day management of
the consultant contract and team,including:
1.Decide on best modes and frequency of communication withAgency and Designer,and use
them.Liaison and coordinate with Agency on a regular basis to discuss Project issues and
status.
Manage Consultant Team,comprised of Consultant’s staff and subconsultants.Orient
Agency provided Inspector to Consultant inspection procedures and documentation.
Organize and layout work for Consultant Team and City Inspector.
Review monthly expenditures and Consultant Team scope activities.Prepare and submit to
the Agency monthly,an invoice and progress report describing Consultant Team services
provided that month.Prepare and submit reporting required by funding source(s),ifany.
Deliverables
Monthlyinvoices and Agency-provided progress report spreadsheets
.Preconstruction Services
1.
2.
Review Contract Documents to familiarize team with Project requirements.
Organize and lead preconstruction conference:
a.Prepare and distribute notices.
b.Prepare agenda.Agenda willbe submitted to the Agency two days before the meeting.
c.Conduct the meeting.
d.Prepare and distribute meeting notes to attendees and affected agencies.Meeting notes
willbe submitted to the Agency within two days after the meeting.
Prepare a Submittal listfrom the Contract Documents.Deliver to the Agency two days before
the preconference meeting.
Provide one set of preconstruction photographs and video on CD/DVD or USB drive within
two weeks from Notice to Proceed (NTP).
Deliverables
Preconstruction Conference Notice,Agenda,and Notes
S:\Projects\Contracts\Client\Rsnton\BP14-100-O2Renton-DuvallAve\Drafts&NegotiationRecords\In-houseDrafts\Duvall—Ave—KBA-Scope-v8—(FINAL)-2016-0523.docx1Of7
AGENDA ITEM #3. a)
KBA,Inc.May 23,2016
Preconstruction photos
Videotape or video file
C.Construction Phase Services —Contract Administration
1.
10.
11.
12.
13.
Liaison with the Agency,construction contractor,Designer,appropriate agencies,property
owners,and utilities.
Provide the Agency with brief monthly construction progress reports,highlighting progress
and advising of issues which are likelyto impact cost,schedule,or quality/scope.
Schedule Review:
a.Review constructioncontractor’s schedules for compliance with Contract Documents.
b.Monitorthe construction contractor’s conformance to schedule and require revised
schedules when needed.Advise Agency of schedule changes.
Progress Meetings.Lead weekly,in-office progress meetings with the inspector and
construction contractor,including Agency pre-brie?ng.Prepare weekly meeting agenda and
submit to the Agency two days before meeting and prepare meeting notes and submit to the
Agency within two days after meeting,and distribute copies to attendees.Track outstanding
issues on a weekly basis.
Manage Submittal Process.Track and review,or cause to be reviewed by other appropriate
party,work plans,shop drawings,samples,test reports,and other data submitted by the
construction contractor,for general conformance to the Contract Documents.Submittals
include Requests for Approval of Material (RAM),Certificates of Materials Origin (CMO)and
other required documentation.
Record of Materials.Agency to provide Record of Materials indicating anticipated material
approvals,material compliance documentation,and materials testing requirements.
Consultant to maintain records of material compliance documentation received and advise of
any known deficiencies.
Prepare and submit weekly statement of working days to the Agency withintwo days from the
last day of the week for review and distribute to the Contractor.
Manage RFl (Request for Information)process.Track and review/evaluate,or cause to be
reviewed/evaluated by other appropriate party,RFIs.Manage responses to RF|s.
Change Management.Evaluate entitlement,and prepare scope,impact,and independent
estimate for change orders.Facilitate resolution of change orders.
Monthly Progress payment forms..Prepare monthly progress payment forms for payment
and review payment requests submitted by the construction contractor.Review withAgency
and construction contractor,and recommend approval,as appropriate.
Evaluate construction contractor’s Schedule of Values for lump sum items.Review the
Contract Price allocations and verify that such allocations are made in accordance with the
requirements of the Contract Documents.
Prevailing Wage Monitoring:
a.Monitor Payroll Compliance.Review Statements of intent to Pay Prevailing Wage
against the Contract Document requirements.
b.Collect,record,and check weekly certi?ed payrolls and conduct on-site wage interviews,
per the funding agency requirements.
MonitorContractor compliance with DBErequirements.Notifythe Agency if Contractor is at
risk of not achieving established DBE goal.Collect DBE reports.
S:\Projects\Contracls\Client\Renlon\BP14-100~O2Renton-DuvallAve\Drafts&NegotiationReoords\ln-houseDrafts\Duvall~Ave—KE!A—Scope-V8-(FlNAL)~2016-0523.docx2Of7
AGENDA ITEM #3. a)
KBA,Inc.May 23,2016
14.Subcontractor Tracking:
a.Collect,review,and track Request to Sublets,Federal-Aid Certifications,and Statements
of Intent to Pay Prevailing Wages per the LAGrequirements.Collect Af?davits of Wages
Paid at project end.
15.Collect,review,and file the daily traffic control diary submitted by the Contractors Traf?c
Control Supervisor.
16.Assist the Agency in the investigation of malfunctions or failures during construction.
17.Public Information.Provide information for Agency to prepare media communications and
public notices on Project status.Provide information for Agency’s inclusion into a Project
website and/or newsletters,ifrequested.
o Record Drawings.Review weekly,the construction contractor’s redline set of contract plans.
Consultant willkeep a log to track redlines weekly.Redline log willbe submitted to the
Agency during the regular meetings.Maintain a CM Team set of conformed drawings
tracking plan changes,location of discovered anomalies and other items,as encountered by
the CM team.A complete redline set of contract plans willbe delivered to the Agency within
four weeks from the notice of physical completion.
18.Document Control.Establish and maintain document filing and tracking systems,following
Agency guidelines and meeting funding agency requirements.Collect,organize,and prepare
documentation on the Project.
a.One hard copy of files including records from hard copy originals and electronic records
willbe kept in the Project field office.
b.Electronicdocumentation willbe stored in a Project Website,using SharePoint software,
managed and hosted by the Consultant.The electronic records of files willbe submitted
to the Agency via email.The Agency willbe provided with up to 2 licenses for their and
the construction contractor’s use of the SharePoint website during the Project.
Consultant willprovide one training session each for Agency and construction contractor
users of the SharePoint system.
19.To comply with Article XIX.Protection of Confidential Information of the LAGAgreement,
maintain a log documenting the following:the State’s Confidential information received in the
performance of this AGREEMENT;the purpose(s)for which the State’s Confidential
Information was received;who received,maintained and used the State’s Confidential
Information;and the final disposition of the State’s Con?dential information.
20.Project Closeout.Prepare Letters of Substantial (including punch list),Physical,and Final
Completion for Agency approval and signature.Prepare final pay estimate for Agency
approval and processing.
21.Final Records.Compile and convey final Project records,transferring to the Agency for
archiving at final acceptance of the Project,delivered to the Agency withintwo weeks of
Project completion.Records willconsist of hard copy originals and electronic records on
CD/DVD or USB drive.
De/iverab/es
MonthlyConstruction Progress Reports
Schedule Review Comments
Meeting Agendas and Notes
Submittal List
Submittal Log
DBE Reviews
Record of Materials log and supporting documentation
RFl Log/Review and Comments,and supporting documentation
Force Account Records
S:\Projects\Coniracts\Client\Renton\BP14-100-02 Renton-DuvallAve\Drafts&NegotiationRscords\ln-houseDrafts\Duvall—Ave-KBA-Scope-V8-(FlNAL)-2016-0523.docx3Of7
AGENDA ITEM #3. a)
KBA,inc.
1.
11.
12.
May 23,2016
Change Order(s)and supporting documentation
Redline log
Complete redline set of contract plans
Monthly Progress Payment forms,and supporting documentation
Letters of Substantial,Physical and Final Completion
Final records —hard copy and electronic
Project Materials Certification Checklist LAGAppendix 52.104
.Construction Phase Services —Field
Observe the technical conduct of the construction,including providing day—to—daycontact with
the construction contractor,Agency,utilities,and other stakeholders,and monitor for
adherence to the Contract Documents.The Consultant’s personnel willact in accordance
with Sections 1-05.1 and 1-05.2 of the WSDOT/APWA Standard Speci?cations.
Observe material,workmanship,and construction areas for compliance with the Contract
Documents and applicable codes,and notify construction contractor of noncompliance.
Advise the Agency of any non-conforming work observed during site visits.
Prepare |nspector’s Daily Reports (lDRs),recording the construction contractor’s operations
as actually observed by the Consultant;includes quantities of work placed that day,
contractor's equipment and crews,other pertinent information,and supporting project photos.
The number of photos taken for the work in the lDRs shall not be limited by Consultant.lDRs
to be submitted on a daily basis to the Agency.Collect and document all Traffic Control
Supervisor (TCS)reports.
Interpret Contract Documents,in coordination with Designer.
Evaluate issues which may arise as to the quality and acceptability of material furnished,
work performed,and rate of progress of work performed by the construction contractor.
Establish communications with adjacent property owners.Respond to questions from
property owners and the general public.
Coordinate with permit holders on the Project to monitor compliance with approved permits,if
applicable.
Prepare field note records and documents to help assure the Project is administered in
accordance with funding agency requirements.
Attend and actively participate in regular on-site meetings.
.Take periodic digital photographs during the course of construction.Photographs to be
labeled and organized by date and include location and a brief description (self-explanatory).
Photographs willbe submitted in CD/DVDformat or USB.
Punch List.Upon substantial completion of work,coordinate with the Agency and affected
agencies,to prepare a ‘punch list’of items to be completed or corrected.Coordinate final
inspection withthose agencies.
Testing.Consultant willcoordinate with King County Mat Lab,retain the test reports,and
informAgency and construction contractor of failing tests and deficiencies.Test reports will
be delivered to the Agency at the end of Project.
Deliverab/es
|nspector’s Daily Reports with Project detailed photos
Field Note Records
Punch List(s)
S:\Projects\Contraots\Client\Renton\BP 14~100-02Renton-DuvallAve\Drafts&NegotiationRecords\ln-houseDrafts\Duvall—Ave—KBA-Scope-v8-(FINAL)-2016-0523.docx4 Of7
AGENDA ITEM #3. a)
KBA,Inc.May 23,2016
E.Assumptions
1.Budget:
a.Staffing levels are anticipated in accordance with the attached budget estimate.
Consultant services are budgeted for an approximate four-month period,from mid-June,
2016,to mid-October,2016.This is intended to span the originallyplanned construction
duration of 60 working days,plus time allotted for Project setup and closeout.Overtime
has not been figured into the budget;however,hours have been budgeted for Night Shift
work with a 15%premium on labor applied to all night shift hours worked.
b.Consultant willwork up to the limitations of the authorized budget.ifadditional budget is
needed to cover such instances as the following,Agency and Consultant willnegotiate a
supplement to this Agreement:
i.The contractor's schedule requires inspection coverage of extra crews and shifts.
ii.The construction contract runs longer than the time period detailed above.
iii.Any added scope tasks.
c.The budget allocations shown on ExhibitD,are itemized to aid in Project tracking
purposes only.The budget may be transferred between tasks or people,or between
labor and expenses,provided the total contracted amount is not exceeded without prior
authorization.
d.The budget assumes that Consultant’s standard forms,logs,and processes willbe used
on the Project SharePoint site.Any customization to meet specialized Agency
requirements willbe Extra Work.
2.Items and Services Agency will provide:
a.Meeting arrangements and facilities for preconstruction meeting.
b.Field office,including:
i.One workstation (desk,chair,and storage)
ii.conference table and chairs
iii.copier machine withthese capabilities:11x17 size,color
iv.public Vl??connection,miscellaneous of?ce supplies
v.utilities and sanitary facilities
c.Retain Engineer of Record for shop drawing review,RFls,design changes,and final
record drawings.
d.Coordination with and enforcement of utilityfranchise agreements and/or contracts and
schedules for services related to this Project.
e.Verify that the required HPA’s or construction contractors secured permits,bonds,and
insurance have been obtained and submitted by the construction contractor.Obtain all
permits not required to be provided by construction contractor.
1‘.Construction Survey.Provide project control survey and staking that is not already
assigned to the construction contractor.
3.Scope:
a.The SharePoint tool being used on this Project is proprietary to the Consultant (KBA,
|nc.),and may not be used by any other party or on any other project without the written
permission and involvement of KBA,Inc.
b.Consultant willprovide observation services for the days/hours that its’lnspector(s)
personnel is/are on-site.The lnspector(s)willnot be able to observe or report
construction activities,or collect documentation,during the time they are not on-site.
S:\Projecls\Contracts\Client\Renton\BP14400-02 Renton-DuvallAve\Dratts&NegotiationRecords\ln<houseDrafts\Duvall-Ave-KBA—Scope-vB—(FlNAL)-201S-0523.docx5Of7
AGENDA ITEM #3. a)
KBA,inc.May 23,2016
c.The Consultant's monitoring of the construction contractor's activities is to ascertain
whether or not they are performing the work in accordance with the Contract Documents;
in case of noncompliance,Consultant willreject non-conforming work and pursue the
other remedies in the interests ofthe Agency,as detailed in the Contract Documents.
The Consultant cannot guarantee the construction contractor’s performance,and it is
understood that Consultant shall assume no responsibility for proper construction means,
methods,techniques,Project site safety,safety precautions or programs,or for the failure
of any other entity to perform its work in accordance with laws,contracts,regulations,or
Agency’s expectations.
d.Definitions and Roles.The use of the term “inspect”in relation to Consultant services is
synonymous with “construction observation,and reference to the “inspector”role is
synonymous with “Field Representative,”and means:performing on-site observations of
the progress and quality of the Work and determining,in general,ifthe Work is being
performed in conformance with the Contract Documents;and notifying the Agency if
Work does not conform to the Contract Documents or requires special inspection or
testing.Where “Specialty inspector”or “specialty inspection”is used,it refers to
inspection by a Building Official or independent agent ofthe Building Official,or other
licensed/certifiedinspector who provides a certified inspection report in accordance with
an established standard.
e.Because of the prior use of the Project site,there is a possibility ofthe presence of toxic
or hazardous materials.Consultant shall have no responsibility for the discovery,
presence,handling,removal or disposal of toxic or hazardous materials,or for exposure
of persons to toxic or hazardous materials in any form at the Project site,including but
not limitedto asbestos,asbestos products,polychlorinated biphenyl (PCB),or other toxic
substances.Ifthe Consultant suspects the presence of hazardous materials,they will
notifythe Agency immediately for resolution.
f.Review of Shop Drawings,samples,and other submittals willbe for general conformance
with the design concept and general compliance withthe requirements of the contract for
construction.Such review willnot relieve the Contractor from its responsibility for
performance in accordance with the contract for construction,nor is such review a
guarantee that the work covered by the shop drawings,samples and submittals is free of
errors,inconsistencies or omissions.
g.Any opinions of probable construction cost provided by the Consultant will be on the
basis of experience and professional judgment.However,since Consultant has no
control over competitive bidding or market conditions,the Consultant cannot and does
not warrant that bids or ultimate construction costs willnot vary from these opinions of
probable construction costs.
h.Quantity takeoffs and calculated quantities are for the purpose of comparing with
Designer’s and/or bidders’quantities,and are not a guarantee of final quantities.
i.Development of construction schedules and/or sequencing,and/or reviewing and
commenting on contractor’s schedules,is for the purpose of estimating number of days to
complete a project,and for identifying potential schedule and coordination challenges
and determining compliance with the construction contract.It is not a guarantee that a
construction contractor willcomplete the Project in that sequence or timeline,as means
and methods are the responsibility of the construction contractor.
j.Consultant is not responsible for any costs,claims or judgments arising from or in any
way connected with errors,omissions,con?icts or ambiguities inthe Contract Documents
prepared by others.The Consultant does not have responsibilityfor the professional
quality or technical adequacy or accuracy of the design plans or speci?cations,nor for
their timely completion by others.
k.ifConsultant provides Value Analysis or Value Engineering services,it is understood that
any ideas,advice,or recommendations generated by the Consultant are made based
S2\Projects\Contracts\Client\Renton\BP14-100-O2Renton—DuvallAve\Drafts&NegotiationRecords\ln-houseDrafts\Duvall-Ave—KBA-Soope—v8-(FlNAL)-2016-0523.docx6Of7
AGENDA ITEM #3. a)
KBA,Inc.May 23,2016
only on the information presented to them,and need engineering analysis by the
Designer to verify;Consultant is not responsible for the final design product.
I.Agency agrees to include a statement in the construction Bid Documents for this Project,
requiring construction contractor to name KBA,Inc.as an additional insured via
endorsement to the contractor’s commercial general liabilityand automobile insurance
policies.
m.RCW 4.24.115 is applicable to Consultant’s services provided under this Agreement.
n.Services provided by the Consultant under this Agreement willbe performed in a manner
consistent withthat degree of care and skillordinarily exercised by members of the same
profession currently practicing under similar circumstances,in the same geographical
area and time period.
0.Agency agrees that Consultant willnot be held liable for the completeness,correctness,
readability,or compatibility of any electronic media submitted to Agency,after an
acceptance period of 30 days after delivery of the electronic files,because data stored on
electronic media can deteriorate undetected or can be modi?ed without Consultant’s
knowledge.
p.Consultant willnot be liable for any damage to the field office premises or utilities
provided by Agency,unless caused by Consultant’s own negligence.
q.Regarding ArticleXIX.Protection of Confidential Information,of the LAGAgreement,
KBAwillperform services under the following assumptions,and such assumptions are
assumed acceptable to the AGENCY and the STATE:The AGENCY and/or the STATE
willidentify each and any item considered to be “State’s Confidential lnformation”as
“confidential”,as detailed below.Any information received by CONSULTANT that is not
so labeled,willbe assumed by CONSULTANT to n_otbe “State’s Confidential
Information”.CONSULTANT will return all items pre-identified as State’s Confidential
Information,to the AGENCY,and willnot be required to take any other steps to protect
that information.
r.FHWA Surface Transportation Program (STP)funds are being utilized for construction
management/inspection services included in this contract.Therefore,this contract is
subject to rules and regulations,includingthe current LAGand WSDOT Construction
Manuals,associated with this funding source.
Ill.OPTIONAL SERVICES
Allservices not detailed above,are considered Optional Services,which,along with any other Extra Work
requested by the Agency,willbe performed onlywhen a mutually negotiated Supplement to this
Agreement is executed,specifying scope of services and budget.
S:\Projects\Contracts\Clienl\Renton\BP 14-100-02 Renton-DuvallAve\Drafts&NegotiationRecords\ln-houseDrafts\Duva|l—Ave-KBA—Scope—v8—(FlNAL)—2016-0523.docx7Of7
AGENDA ITEM #3. a)
Exhibit B
DBE Participation
No DBE participation goals are stated for this Agreement with Consultant.However,KBA is a WBE and SBE
?rm.
Agreement Number:CAG—16-O90
WSDOT Form 140-089 EF Exhibit B Page 1 of 1
Revised 10/30/2014
AGENDA ITEM #3. a)
Exhibit C
Preparation and Delivery of Electronic Engineering and Other Data
In this Exhibit the agency,as applicable,is to provide a description of the format and standards the consultant is
to use in preparing electronic ?les for transmission to the agency.The format and standards to be provided may
include,but are not limited to,the following:
I.Surveying,Roadway Design &Plans Preparation Section
A.Survey Data
N/A
B.Roadway Design Files
N/A
C.Computer Aided Drafting Files
N/A
Agreement Number:CAG—16-090
WSDOT Form 140-089 EF Exhibit C page 1 0f4
Revised 10/30/2014
AGENDA ITEM #3. a)
D.Specify the Agency’s Right to Review Product with the Consultant
N/A
E.Specify the Electronic Deliverables to Be Provided to the Agency
N/A
F.Specify What Agency Furnished Services and Information Is to Be Provided
N/A
Agreement Number:CAG—16—090
WSDOT Form 140-089 EF Exhibit C Page 2 of4
Revised 10/30/2014
AGENDA ITEM #3. a)
II.Any Other Electronic Files to Be Provided
Deliverables identi?ed in Exhibit A -Scope of Services will be saved on a Consultant administered SharePoint
site and provided in hard copy format during the Project.Agency will be provided with a copy of the digital
SharePoint ?les on a USB stick at closeout.
III.Methods to Electronically Exchange Data
On—goingProject correspondencewill be provided via e—mailduring the life of the Project.Deliverables will
be providedvia hard copy and USB stick at closeout.
wsoor Form 140-039 EF Exhibit c Page 3 .,,c4
Revised 10/30/2014
AGENDA ITEM #3. a)
A.Agency Software Suite
Microsoft Of?ce Suite
B.Electronic Messaging System
Microsoft Office Suite
C.File Transfers Format
E-mail and hard-copies during life of the Project.USB stick of SharePoint ?les at Project closeout.
WSDOT Form 140-089 EF Exhibit C Page 4 of4
Revised 10/30/2014
AGENDA ITEM #3. a)
Exhibit D
Prime Consultant Cost Computations
See attached Estimate.
Agreement Number:CAG-16-090
WSDOT Form 140-089 EF Exhibit D Page 1 of 1
Revised 10/30/2014
AGENDA ITEM #3. a)
Project Name:Renton-DuvallAve Month I Jun-16 Jul-16 Aug-16 Sep-16 Oct-16
ClientProjectNo.:CAG—16-090 Days/Mo 22 20 23 21 21
KBAProjectNo.:BP14-100-02 HrlMo 176 160 184 168 168
CONSTRUCTION ContractType:LAGNegotiatedRate(CPNF)ExtraWork 12%12%12%12%11%
MANAGE“ENT DatePrepared:5/23/2016 AdjHr/Mo I 197 179 206 188 186
Preparedby:SamSchuyler
Q I
-3EKBALaborHours3,3
Employee Title 2016Rate TotalHours 2016Total Jun-16 Jul-16 Aug-16 Sep-16 Oct-16
K.Adams (M4)Principal $82.00 3 3 -1 1 1 -
SamSchuyler (M2)ProjectManager $58.00 64 64 8 16 16 16 8
GaryPaxton (P5)RE/lnsp(Day)$45.48 452 452 72 80 92 128 80
GaryPaxton (P5)RE/lnsp(Night)$52.30 212 212 -80 92 40 -
JodieSharp (P3)ProjectAdmin $35.00 336 336 40 80 92 84 40
DeborahOttum (M1)ContractAdmin $50.00 6 6 2 1 1 1 1
Subtotal-KBALaborHours 1,073 1,073 I 122 258 294 270 129
DirectExpenses
item TotalCosts 2016Total Jun-16 Jul-16 Aug-16 Sep-16 Oct-16
Vehicles(@$5.75/hr+tax)$4,190 454 1,010 1,161 1,060 505
Misc:Supplies,Equipment $206 42 42 42 42 38
Subtotal-DirectExpenses $4,396 496 1,052 1,203 1,102 543
CombinedCosts
Employee Title 2016Rate TotalDSC 2016Total Jun-16 Jul-16 Aug—16 Sep-16 Oct-16
K.Adams (M4)Principal $82.00 $246 246 -82 82 82 _
Sam Schuyler (M2)ProjectManager $58.00 $3,712 3,712 464 928 928 928 464
GaryPaxton (P5)RE/lnsp(Day)$45.48 $20,557 20,557 3,275 3,638 4,184 5,821 3,638
GaryPaxton (P5)RE/lnsp(Night)$52.30 $11,088 11,088 -4,184 4,812 2,092 -
JodieSharp (P3)ProjectAdmin $35.00 $11,760 11,760 1,400 1,400
DeborahOttum (M1)ContractAdmin $50.00 $300 300
DirectSalaryCosts $47,663 5,239 11,682 13,276 11,913 5,552
Overhead@ 138.36%$65,946 7,248 16,164 18,368 16,483 7,682
Subtotal(DSC+OH)$113,608 113,608 12,487 27,846 31,644 28,397 13,235
Fee(onDSConly)@ 28.00%$13,346 13,346 1,467 3,271 3,717 3,336 1,555
Subtotal(DSC+OH+Fee)$126,954 126,954 13,953 31,117 35,361 31,733 14,789
DirectExpenses(NoMarkup)$4,396 4,396 496 1,052 1,203 1,102 543
TOTALESTIMATEDCOSTS $131,350—131,350 I 14,450 32,169 36,564 32,835 15,332
ProjectStaff-LoadedRates(DSC+OH+Fee)
K.Adams (M4)Principal I $218.42
SamSchuyler (M2)ProjectManager I $154.49
GaryPaxton (P5)RE/lnsp(Day)I $121.14
GaryPaxton (P5)RE/lnsp(Night)I $139.31
JodieSharp (P3)ProjectAdmin I $93.23
DeborahOttum (M1)ContractAdmin I $133.18
CONFIDENTIALANDPROPRIETARYTOKBA,INC.
Printed!5/25/2015 I0135AM S:\Projacts\Cunlrac1s\Client\Rentnn\EP14400432Renlon?uvall Ave\Dra?sliNegotiaticnReoords\ln-hcuseDrai1s\Exhibit»|lEstimale-V6-(F|NAL)2016~0525.x|sx
AGENDA ITEM #3. a)
Exhibit E
Sub-consultant Cost Computations
There isn’t any sub—c0nsu1tantparticipationat this time.The CONSULTANT shall not sub—contractfor
the performance of any Workunder this AGREEMENT without prior written permission of the AGENCY.
Refer to section VI “Sub-Contracting”of this AGREEMENT.
Agreement Number:CAG—16-090
WSDOT Form 140-089 EF Exhibit E Page 1 of 1
Revised 10/30/2014
AGENDA ITEM #3. a)
1
Exhibit F
Title VIAssurances
During the performance of this AGREEMENT,the CONSULTANT,for itself,its assignees,and successors
in interest agrees as follows:
1.Compliance with Regulations:The CONSULTANT shall comply with the Regulations relative to non-
discriminationin federally assisted programs of the AGENCY,Title 49,Code of Federal Regulations,
Part 21,as they may be amended from time to time (hereinafter referred to as the “REGULATIONS”),
which are herein incorporatedby reference and made a part of this AGREEMENT.
Non—discrimination:The CONSULTANT,with regard to the work performed during this AGREEMENT,
shall not discriminate on the grounds of race,color,sex,or national origin in the selection and retention
of sub-consultants,including procurement of materials and leases of equipment.The CONSULTANT
shall not participate either directly or indirectly in the discriminationprohibited by Section 21.5 of the
REGULATIONS,including employment practices when this AGREEMENT covers a program set forth
in Appendix B of the REGULATIONS.,
Solicitationsfor Sub—consultants,Including Procurement of Materials and Equipment:In all solicitations
either by competitive bidding or negotiations made by the CONSULTANT for work to be performed
under a sub-contract,including procurement of materials or leases of equipment,each potential sub-
consultant or supplier shall be noti?ed by the CONSULTANT of the CONSULTANT’s obligations under
this AGREEMENT and the REGULATIONS relative to non-discrimination on the grounds of race,color,
sex,or national origin.
Information and Reports:The CONSULTANT shall provide all information and reports required by the
REGULATIONS or directives issued pursuant thereto,and shall permit access to its books,records,
accounts,other sources of information,and its facilities as may be determinedby the AGENCY,the
STATE,or the Federal Highway Administration(FHWA)to be pertinent to ascertain compliance with such
REGULATIONS,orders and instructions.Where any information required of a CONSULTANT is in the
exclusive possession of another who fails or refuses to furnish this information,the CONSULTANT shall
so certify to the AGENCY,the STATE,or the FHWA as appropriate,and shall set forth what efforts it has
made to obtain the information.
Sanctions for Non-compliance:In the event of the CONSULTANT’s non-compliancewith the non-
discriminationprovisions of this AGREEMENT,the AGENCY shall impose such AGREEMENT sanctions
as it,the STATE,or the FHWA may determine to be appropriate,including,but not limited to:
-Withholding of payments to the CONSULTANT under this AGREEMENT until the CONSULTANT
complies,and/or;
-Cancellation,termination,or suspension of this AGREEMENT,in whole or in part.
Incorporation of Provisions:The CONSULTANT shall include the provisions of paragraphs (1)through
(5)in every subcontract,including procurement of materials and leases of equipment,unless exempt by the
REGULATIONS,or directives issued pursuant thereto.The CONSULTANT shall take such action with
respect to any sub-consultant or procurement as the STATE,the AGENCY,or FHWA may direct as a means
of enforcing such provisionsincluding sanctions for non-compliance.
Provided,however,that in the event a CONSULTANT becomes involved in,or is threatened with,
litigation with a sub-consultantor supplier as a result of such direction,the CONSULTANT may request
the AGENCY enter into such litigation to protect the interests of the STATE and/or the AGENCY and,in
addition,the CONSULTANT may request the United States enter into such litigation to protect the interests
Ofthe United StateS-Agreement Number:CAG—16—090
WSDOT Form 140-089 EF Exhibit F Page 1 of 1
Revised 10/30/2014
AGENDA ITEM #3. a)
Exhibit G
Certification Documents
Exhibit G-1(a)Certi?cation of Consultant
Exhibit G—1(b)Certi?cation of Agency Official
Exhibit G—2 Certi?cation Regarding Debarment,Suspension and Other Responsibility Matters —
Primary Covered Transactions
Exhibit G-3 Certi?cation Regarding the Restrictions of the Use of FederalFunds for Lobbying
Exhibit G-4 Certi?cate of Current Cost or Pricing Data
Agreement Number:CAG—16—090
WSDOT Form 140-089 EF Exhibit G Page 1 of 1
Revised 10/30/2014
AGENDA ITEM #3. a)
Exhibit G-1(a)Certification of Consultant
I hereby certify that I am the and-duly authorized representative of the ?rm of
KBA,Inc.
whose address is
11201 SE 8th Street,Suite 160,Bellevue,WA 98004
and that neither the above ?rm nor 1have:
a)Employed or retained for a commission,percentage,brokerage,contingent fee,or other consideration,
any ?rm or person (other than a bona ?de employee working solely for me or the above CONSULTANT)
to solicit or secure this AGREEMENT;
b)Agreed,as an express or implied condition for obtaining this contract,to employ or retain the services of
any ?rm or person in connection with carrying out this AGREEMENT;or
c)Paid,or agreed to pay,to any ?rm,organization or person (other than a bona ?de employee working solely
for me or the above CONSULTANT)any fee,contribution,donation,or consideration of any kind for,or in
connection with,procuring or carrying out this AGREEMENT;except as hereby expressly stated (if any);
I acknowledge that this certi?cate is to be fl.1I‘111Sh6d'C0theCity of Renton
and the Federal Highway Administration,U.S.Department of Transportation in connection with this
AGREEMENT involving participation of Federal-aid highway funds,and is subject to applicable State and
Federal laws,both criminal and civil.
KBA,Inc.
Consultant(FirmName)
Signature(AuthorizedOfficialofConsultant)Date
Agreement Number:CAG—16-090
wsoor Form 140-089 EF Exhibit G Page 1 of 1
Revised 10/30/2014
AGENDA ITEM #3. a)
Exhibit G-1(b)Certification of Agency Of?cial
I hereby certify that I am the:
Agency Official
D Other
of the City of Renton ,and Consulting ?rm of KBA,Inc.,
or its representative has not been required,directly or indirectly as an express or implied condition in connection
with obtaining or carrying out this AGREEMENT to:
a)Employ or retain,or agreeto employ to retain,any ?rm or person;or
b)Pay,or agree to pay,to any ?rm,person,or organization,any fee,contribution,donation,or consideration
of any kind;except as hereby expressly stated (if any):
I acknowledge that this certi?cate is to be furnished to the City of Renton
and the Federal Highway Administration,U.S.Department of Transportation,in connection with this
AGREEMENT involving participation of Federal—aidhighway funds,and is subject to applicable State and
Federal laws,both criminal and civil.\
Signature Date
Agreement Number:CAG-l 6-090
WSDOT Form 140-089 EF Exhibit G Page 1 of 1
Revised 10/30/2014
AGENDA ITEM #3. a)
Exhibit G-2 Certification Regarding Debarment,Suspension and Other
Responsibility Matters -Primary Covered Transactions
1.The prospective primary participant certi?es to the best of its knowledge and belief,that it and its principals:
A.Are not presently debarred,suspended,proposed for debarment,declared ineligible,or voluntarily
excluded from covered transactions by any Federal department or agency;
B.Have not Withina three (3)year period preceding this proposal been convicted of or had a civil judgment
rendered against them for commission of fraud or a criminal offense in connection with obtaining,
attempting to obtain,or performing a public (Federal,State,or local)transaction or contract under
a public transaction;violation of Federal or State anti-trust statues or commission of embezzlement,
theft,forgery,bribery,falsi?cation or destruction of records,making false statements,or receiving
stolen property;
C.Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity
(Federal,State,or local)with commission of any of the offenses enumerated in paragraph (l)(b)
of this certi?cation;and
D.Have not Withina three (3)year period preceding this application/proposal had one or more public
transactions (Federal,State and local)terminated for cause or default.
II.Where the prospective primary participant is unable to certify to any of the statements in this certi?cation,
such prospective participant shall attach an explanation to this proposal.
KBA,Inc.
Consultant(FirmName)
Signature(AuthorizedOf?cialofConsultant)Date
Agreement Number:CAG—16-090
WSDOT Form 140-089 EF Exhibit G Page 1 of 1
Revised 10/30/2014
AGENDA ITEM #3. a)
Exhibit G-3 Certification Regarding the Restrictions of the Use of Federal Funds
for Lobbying
The prospective participant certi?es,by signing and submitting this bid or proposal,to the best of his or her
knowledge and belief,that:
1.No Federal appropriatedfunds have been paid or will be paid,by or on behalf of the undersigned,to any
person for in?uencing or attempting to in?uence an of?cer or employee of any Federal agency,a Member
of Congress,an of?cer or employee of Congress,or any employee of a Member of Congress in connection
with the awarding of any Federal contract,the making of any Federal grant,the making of any Federal loan,
the entering into of any cooperative AGREEMENT,and the extension,continuation,renewal,amendment,
or modi?cation of Federal contract,grant,loan or cooperativeAGREEMENT.
2.If any funds other than Federal appropriated funds have been paid or will be paid to any person for
in?uencing or attempting to in?uence an of?cer or employee of any Federal agency,a Member of Congress,
an of?cer or employee of Congress,or an employee of a Member of Congress in connection with this
Federal contract,grant,loan or cooperative AGREEMENT,the undersigned shall complete and submit
Standard Form -LLL,“Disclosure Form to Report Lobbying,”in accordance with its instructions.
This certi?cation is a material representation of fact upon which reliance was placed when this transaction
was made or entered into.Submission of this certi?cation is a prerequisite for making or entering into
this transaction imposedby Section 1352,Title 31,U.S.Code.Any person who fails to ?le the required
certi?cation shall be subject to a civil penalty of not less than $10,000.00,and not more than $100,000.00,
for each such failure.
The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require
that the language of this certi?cation be included in all lower tier sub-contracts,which exceed $100,000,
and that all such sub—recipientsshall certify and disclose accordingly.
KBA,Inc.
Consultant(FirmName)
Signature(AuthorizedOfficialofConsultant)Date
Agreement Number:CAG-l 6-090
WSDOT Form 140-089 EF Exhibit G Page 1 of 1
Revised 10/30/2014
AGENDA ITEM #3. a)
Exhibit G-4 Certificate of Current Cost or Pricing Data
This is to certify that,to the best of my knowledge and belief,the cost or pricing data (as de?ned in section
2.101 of the Federal Acquisition Regulation (FAR)and required under FAR subsection l5.403—4)submitted,
either actually or by speci?c identi?cation in writing,to the Contracting Of?cer or to the Contracting Of?cer’s
representative in support of the Duvall Avenue NE Preservation Project *are accurate,complete,and current
as of 5/23/16.M.
This certi?cation includes the cost or pricing data supporting any advance AGREEMENT’s and forward pricing
rate AGREEMENT’s between the offer or and the Government that are part of the proposal.
Firm:KBA,Inc.
Signature Title
Date of Execution***2
*Identify the proposal,quotation,request for pricing adjustment,or other submissioninvolved,giving the appropriateidentifyingnumber (e.g.project title.)
**Insert the day,month,and year,when price negotiations were concludedandprice AGREEMENT was reached.
***Insert the day,month,and year,of signing,which shouldbe as close as practicable to the date when the price negotiations were concludedand the
contract price was agreed to.
Agreement Number:CAG—16-090
WSDOT Form 140-089 EF Exhibit G Page 1 of 1
Revised 10/30/2014
AGENDA ITEM #3. a)
N/A
Exhibit
Liability Insurance lncr se
To Be Used Only If Insurance Requirements Are Increased
The professional liability limit of the CONSULTANT to the AGENCY identi?ed in Section XII,L al Relations
and Insurance of this Agreement is amended to $
The CONSULTANT shall provide Professional Liability insurance with minimum per occurr ce limits in the
amount of $
Such insurance coverage shall be evidenced by one of the following methods:
-Certi?cate of Insurance.
-Self-insurance through an irrevocable Letter of Credit from a quali?ed ?nanc'institution.
Self-insurance through documentation of a separate fund established exclusiv y for the payment of professional
liability claims,including claim amounts already reserved against the fund afeguards established for payment
from the fund,a copy of the latest annual ?nancial statements,and disclo re of the investment portfolio for
those funds.
Should the minimum Professional Liability insurance limit require by the AGENCY as speci?ed above exceed
$1 million per occurrence or the value of the contract,Whicheve 1S greater,then justi?cation shall be submitted
to the Federal Highway Administration (FHWA)for approval r increase the minimum insurance limit.
If FHWA approval is obtained,the AGENCY may,at its 0 n cost,reimburse the CONSULTANT for the additional
professional liability insurance required.
Notes:Cost of added insurance requirements:39
-Include all costs,fee increase,premiums.
-This cost shall not be billed against an FH A funded project.
-For ?nal contracts,include this exhibit.
Agreement Number:CAG-16-090
WSDOT Form 140-089 EF Exhibit H Page 1 of 1
Revised 10/30/2014
AGENDA ITEM #3. a)
and/or cost recovery procedures in those instances where the agency believes it has suffered some
due to the alleged error by the consultant.
Step 1 Potential Consultant Design Error(s)is Identi?ed by Agency’s Project Manager
At the first indication of potential consultant design error(s),the first step in the pro
If it is determinedthat there is a need to proceed furt r,the next step in the process is for the project
manager to contact the consultant regarding the all ged design error(s)and the magnitude of the alleged
error(s).The project manager and other appropr'te agency staff should represent the agency and the
consultant should be representedby their proj t manager and any personnel (including sub—consultants)
deemed appropriatefor the alleged design e or(s)issue.
Step 4 Attempt to Resolve Alleged Design Er or with Consultant
After the meeting(s)with the consult t have been completed regarding the consultant’s alleged design
error(s),there are three possible so arios:
-It is determinedvia mutual
then the process will not
reement that there is not a consultant design error(s).If this is the case,
oceed beyond this point.
-It is determinedvia m ual agreement that a consultant design error(s)occurred.If this is the case,
then the Director of ublic Works or Agency Engineer,or their representatives,negotiate a settlement
with the cons .The settlement would be paid to the agency or the amount would be reduced from
the consultant’s greement with the agency for the services on the project in which the design error
took place.T e agency is to provide LP,through the Region Local Programs Engineer,a summary
Ee-rS39
est that the alleged design error(s)issue be forwarded to the Director of Public Works or Agency
gineer for review.If the Director of Public Works or Agency Engineer,after review with their legal
counsel,is not able to reach mutual agreement with the consultant,proceed to Step 5.
Agreement Number:CAG—l 6-090
WSDOT Form 140-089 EF Exhibit!Page 1 of 2
Revised 10/30/2014
AGENDA ITEM #3. a)
Step 5 Forward Documents to Local Programs
For federally funded projects all available information,including costs,should be forwarded
Region Local Programs Engineer to LP for their review and consultation with the F .LP will meet
with representatives of the agency and the consultant to review the alleged de 'error(s),and attempt
to ?nd a resolution to the issue.If necessary,LP will request assistan om the Attorney General’s Office
for legal interpretation.LP will also identify how the alleged r(s)affects eligibility of proj ect costs
for federal reimbursement.
-If mutual agreement is reached,the a
to re?ect the agreed upon reso
of federal participatio '
and consultant adjust the scope of work and costs
'on.LP,in consultation with FHWA,will identify the amount
e agreed upon resolution of the issue.
-If mutual ement is not reached,the agency and consultant may seek settlement by arbitration
1 igation.
Agreement Number:CAG-16-090
WSDOT Form 140-089 EF Exhibit I .Page 2 of 2
Revised 10/30/2014
AGENDA ITEM #3. a)
Exhibit J
Consultant Claim Procedures
The purpose of this exhibit is to describe a procedure regarding claim(s)on a consultant agreement.The following
proceduresshould only be utilized on consultant claims greater than $1,000.If the consultant’s claim(s)are a total
of $1,000 or less,it would not be cost effective to proceed through the outlined steps.It is suggested that the
Director of Public Works or Agency Engineer negotiate a fair and reasonable price for the consultant’s claim(s)
that total $1,000 or less.
This exhibit will outline the procedures to be followed by the consultant and the agency to consider a potential
claim by the consultant.
Step 1 Consultant Files a Claim with the Agency Project Manager
If the consultant determines that they were requested to perform additional services that were outside
of the agreement’s scope of work,they may be entitled to a claim.The ?rst step that must be completed
is the request for consideration of the claim to the Agency’s project manager.
The consultant’s claim must outline the following:
°Summation of hours by classi?cation for each ?rm that is included in the claim;
-Any correspondencethat directed the consultant to perform the additional work;
-Timeframe of the additionalwork that was outside of the project scope;
°Summary of direct labor dollars,overhead costs,pro?t and reimbursable costs associated with
the additional work;and
-Explanation as to why the consultant believes the additional work was outside of the agreement
scope of work.
Step 2 Review by Agency Personnel Regarding the Consultant’s Claim for Additional Compensation
After the consultant has completed step 1,the next step in the process is to forward the request to the
Agency’s project manager.The project manager will review the consultant’s claim and will met with the
Director of Public Works or Agency Engineer to determine if the Agency agrees with the claim.If the
FHWA is participating in the project’s funding,forward a copy of the consultant’s claim and the Agency’s
recommendation for federal participation in the claim to the WSDOT Local Programs through the Region
Local Programs Engineer.If the claim is not eligible for federal participation,payment will need to be from
agency funds.
If the Agency project manager,Director of Public Works or Agency Engineer,WSDOT Local Programs
(if applicable),and FHWA (if applicable)agree with the consultant’s claim,send a request memo,including
backup documentationto the consultant to either supplementthe agreement,or create a new agreement
for the claim.After the request has been approved,the Agency shall write the supplement and/or new
agreement and pay the consultant the amount of the claim.Inform the consultant that the ?nal payment for
the agreement is subject to audit.No further action in needed regarding the claim procedures.
If the Agency does not agree with the consultant’s claim,proceed to step 3 of the procedures.
Agreement Number:CAG—16-090
WSDOT Form 140-089 EF Exhibit J Page 1 of 2
Revised 10/30/2014
AGENDA ITEM #3. a)
Step 3 Preparation of Support Documentation Regarding Consultant’s Claim(s)
If the Agency does not agree with the consultant’s claim,the project manager shall prepare a summary
for the Director of Public Works or Agency Engineer that included the following:
-Copy of information suppliedby the consultant regarding the claim;
-Agency’s summation of hours by classi?cation for each ?rm that should be included in the claim;
°Any correspondencethat directed the consultant to perform the additional Work;
°Agency’s summary of direct labor dollars,overhead costs,pro?t and reimbursable costs associated
with the additional work;*
°Explanation regarding those areas in which the Agency does/does not agree with the consultant’s
claim(s);
-Explanationto describe what has been instituted to preclude future consultant claim(s);and
°Recommendations to resolve the claim.
Step 4 Director of Public Works or Agency Engineer Reviews Consultant Claim and Agency Documentation
The Director of Public Works or Agency Engineer shall review and administratively approve or disapprove
the claim,or portions thereof,which may include getting Agency Council or Commission approval (as
appropriateto agency dispute resolution procedures).If the project involves federal participation,obtain
concurrence from WSDOT Local Programs and FHWA regarding ?nal settlement of the claim.If the claim
is not eligible for federal participation,payment will need to be from agency funds.
Step 5 Informing Consultant of Decision Regarding the Claim
The Director of Public Works or Agency Engineer shall notify (in writing)the consultant of their ?nal
decision regarding the consultant’s claim(s).Include the ?nal dollar amount of the accepted claim(s)
and rationale utilized for the decision.
Step 6 Preparation of Supplement or New Agreement for the Consultant’s Claim(s)
The agency shall write the supplement and/or new agreement and pay the consultant the amount
of the claim.Inform the consultant that the ?nal payment for the agreement is subject to audit.
Agreement Number:CAG—l 6-090
WSDOT Form 140-089 EF Exhibit J Page 2 of 2
Revised 10/30/2014
AGENDA ITEM #3. a)
§¨¦I-405
900
900
§¨¦I-405
§¨¦I-405
900900
Project Location
Renton - Duvall Ave NE - NE 4th St to NE 10th St Vicinity and Project Location Map
¯
AGENDA ITEM #3. a)
AB - 1679
City Council Regular Meeting - 13 Jun 2016
SUBJECT/TITLE: Supplemental Agreement No. 1 to the Consultant Agreement (CAG-
15-089) with KPG, P.S. for the Rainier Avenue South Project - Phase 4
(TIP #7)
RECOMMENDED ACTION: Refer to Transportation (Aviation) Committee
DEPARTMENT: Transportation Systems Division
STAFF CONTACT: Derek Akesson, Transportation Design Project Manager
EXT.: 7337
FISCAL IMPACT SUMMARY:
The total project budget is $20,106,000. The grant revenue secured to date is $2,600,000 for design. The
budget for 2016 is $2,958,000 (per 2016 carryforward). The expenditure required for Supplemental
Agreement No. 1 to CAG-15-089 is $423,539.18. With the supplement, the maximum amount payable on
CAG-15-089 is $522,125.45.
SUMMARY OF ACTION:
Rainier Avenue South - Phase 4 continues the infrastructure improvements to the Rainier Avenue South corridor. The
approximate project limits of Phase 4 are between South 3rd Street and NE 3rd Place. Similar to Phase 3, this new phase
includes infrastructure improvements for enhanced transit mobility, traffic safety and pedestrian safety. The goals of
Phase 4 are to enhance traffic flow, improve safety, eliminate sub-standard conditions and provide an enhanced
pedestrian environment.
KPG, P.S. was selected for engineering design of this project. On October 23, 2015 the Mayor executed a
consultant agreement with KPG, P.S. to begin base map survey activities for Phase 4. The amount of the
agreement was $98,586.27.
Supplemental Agreement No. 1 to contract CAG-15-089 with KPG, P.S. will include the following:
1.Develop three roadway channelization alternatives.
2.Update the traffic operations analysis.
3.Provide preliminary right-of-way and permanent easement area estimates.
4.Provide a pavement assessment report with findings, conclusions and recommendations.
5.Demonstrate public outreach.
EXHIBITS:
A. Supplemental Agreement No. 1 to CAG-15-089
B. Project Vicinity Map
STAFF RECOMMENDATION:
Authorize the Mayor and City Clerk to execute Supplemental Agreement No. 1 to the consultant agreement
CAG-15-089 with KPG, P.S. for the Rainier Avenue South Project - Phase 4 (TIP #7) in the amount of
$423,539.18.
AGENDA ITEM #4.
DOT Form 140-063 Revised 09/2005
Supplemental Agreement
Number 1
Organization and Address
KPG, P.S.
753 9th Avenue North
Seattle, WA 98109
Phone: (253) 627-0720
Original Agreement Number
CAG-15-089
Project Number
TED4003813
Execution Date
10/23/2015
Completion Date
12/31/2017
Project Title
Rainier Ave South – Phase 4 (S. 3rd St to NW 3rd Place)
New Maximum Amount Payable
$ 522,125.45
Description of Work
Provide design services for Rainier Avenue South – Phase 4, which includes the following: develop 3 channelization
alternatives, traffic analysis, preliminary right-of-way area estimates, pavement assessment report and public
outreach.
The Local Agency of City of Renton
Desires to supplement the agreement entered in to with KPG, P.S.
and executed on 10/23/2015 and identified as Agreement No. CAG-15-089
All provisions in the basic agreement remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
I
The PURPOSE of this Supplemental Agreement is as follows:
The additional services are described in the attached and incorporated Exhibit A.
II
The TIME FOR EXECUTION AND COMPLETION of this project is amended as follows:
Extend the completion date from December 31, 2016 to December 31, 2017.
III
PAYMENT shall be amended as follows:
The original maximum total amount payable was $98,586.27, consisting of $94,586.27 of authorized work plus a $4000.00
management reserve fund. Only $51,137.39 was expended to perform the original authorized scope of work, representing
a $43,448.88 savings. As further described in the attached Exhibits D and E, this supplemental agreement increases the
management reserve fund by $43,448.88, making the new management reserve fund $47,488.88, and authorizes
$423,539.18 worth of additional work to be performed, making the new maximum total amount payable $522,125.
as set forth in the attached Exhibit(s), and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate
spaces below and return to this office for final action.
By: Jason Fritzler, KPG, By: Denis Law, Mayor
Consultant Signature Approving Authority Signature
Date
AGENDA ITEM #4.
AGENDA ITEM #4.
AGENDA ITEM #4.
AGENDA ITEM #4.
AGENDA ITEM #4.
AGENDA ITEM #4.
AGENDA ITEM #4.
AGENDA ITEM #4.
AGENDA ITEM #4.
AGENDA ITEM #4.
AGENDA ITEM #4.
AGENDA ITEM #4.
AGENDA ITEM #4.
AGENDA ITEM #4.
AGENDA ITEM #4.
AGENDA ITEM #4.
AGENDA ITEM #4.
AGENDA ITEM #4.
AGENDA ITEM #4.
AGENDA ITEM #4.
Direct (RAW) Labor Costs
Indirect Cost Rate (ICR) Costs
Direct Non‐Salary Costs (including
subconsultants)
Fixed Fee
Management Reserve (MR)
TOTAL
Explanation of
Total
Exhibit D
Summary of Payments
City of Renton
A/E Professional Services Contract with KPG, P.S., CAG‐15‐089, Supplement No. 1
Rainier Ave S ‐ S 3rd St to NW 3rd Pl (aka Rainier Phase 4)
Supplement #1 plus Paid
to Date
Supplement #1 plus Paid
to Date
Supplement #1 plus Paid
to Date
Supplement #1 plus Paid
to Date
Supplement #1 plus
Remaining MR
Paid to Date
$19,221.85
$25,274.80
$874.18
$5,766.56
$0.00
$51,137.39
Remaining Base
Agreement Funds
$16,794.62
$22,083.26
$522,125.45
$127,614.03
$167,799.68
$140,978.65
$38,284.21
$47,448.88
$98,586.27
$108,392.18
$142,524.88
$140,104.47
$32,517.65
$36,016.47
$47,358.06
$406.80
$10,804.94
$4,000.00 $43,448.88
$466,988.06
‐$467.38
$5,038.38
$4,000.00
$47,448.88
Basic Agreement Supplement #1 Total
AGENDA ITEM #4.
AGENDA ITEM #4.
AGENDA ITEM #4.
AGENDA ITEM #4.
AGENDA ITEM #4.
AGENDA ITEM #4.
AGENDA ITEM #4.
AGENDA ITEM #4.
AGENDA ITEM #4.
AGENDA ITEM #4.
AGENDA ITEM #4.
AGENDA ITEM #4.
AGENDA ITEM #4.
AGENDA ITEM #4.
AGENDA ITEM #4.
AGENDA ITEM #4.
AGENDA ITEM #4.
AGENDA ITEM #4.
AGENDA ITEM #4.
AGENDA ITEM #4.
AGENDA ITEM #4.
AGENDA ITEM #4.
AGENDA ITEM #4.
RAINIER AVE S –PHASE 4
VICINITY MAP
AGENDA ITEM #4.