Loading...
HomeMy WebLinkAboutAgenda AGENDA Utilities Committee Regular Meeting 5:00 PM - Monday, June 6, 2016 Council Conference Room, 7th Floor, City Hall – 1055 S. Grady Way 1. Replace Highlands 435 Pressure Zone Reservoirs and Mains a) AB - 1663 2. Cedar River Gravel Removal Project Contract Addendum with Coast & Harbor Engineering a) AB - 1662 AB - 1663 City Council Regular Meeting - 23 May 2016 SUBJECT/TITLE: Replace Highlands 435 Pressure Zone Reservoirs and Mains – Final Design Contract with RH2 Engineering, Inc. RECOMMENDED ACTION: Refer to Utilities Committee DEPARTMENT: Utility Systems Division STAFF CONTACT: J.D. Wilson, Water Utility Engineer Engineer EXT.: 7295 FISCAL IMPACT SUMMARY: The Water Utility has budgeted sufficient funds in the approved 2016 Capital Improvements Program budget (425.455597) to cover this engineering consultant agreement, in the amount of $697,088. The 2016 approved budget is $8,920,000, which includes funding for future construction of the new reservoir anticipated in 2017- 2018. SUMMARY OF ACTION: The two Highlands 435 pressure zone reservoirs need to be replaced as well as the transmission mains from the reservoir site to Edmonds Avenue NE along NE 12th Street. Previously, via a public, competitive process, City staff selected RH2 Engineering, Inc. to provide a master site plan, preliminary design, final design, and services during bidding and construction for the replacement of the reservoirs, mains and the emergency electrical generator serving the booster pump station located on the Highlands reservoir site. Under contract CAG-14-137, the consultant is preparing the final designs, plans and specification for a project to replace the generator. Under contract CAG-13-174, the consultant has completed the master site plan and the preliminary design for the reservoir and main replacements. The project has undergone a public review process for the environmental review and conditional use of the reservoir site. The Hearing Examiner issued a final decision on the conditional use of the site on March 22, 2016. The project report has been submitted to the Washington State Department of Health for approval. City staff and the consultant have developed a scope of work and schedule for the final design of the new Highlands 435 pressure zone reservoir and transmission main. City staff has also reviewed the cost proposal for this consultant agreement and finds it reasonable. EXHIBITS: A. Engineering Consultant Agreement B. Vicinity Map STAFF RECOMMENDATION: Execute the engineering consultant agreement with RH2 Engineering, Inc. for the Replace Highlands 435 Pressure Zone Reservoirs and Mains – Final Design Contract Project, in the amount of $697,088, for the design of and services during bidding to construct a replacement reservoir for the Highlands 435 pressure zone reservoirs and the transmission mains from the reservoir site to Edmonds Avenue NE along NE 12th Street. AGENDA ITEM #1. a) E1-2015 Page 1 of 30 Replace Highlands 435 Pressure Zone Reservoirs and Mains – Final Design and Bidding ENGINEERING CONSULTANT AGREEMENT THIS AGREEMENT, made and entered into on this _______, day of ____________, _____, by and between the CITY OF RENTON, WASHINGTON, A MUNICIPAL CORPORATION HEREINAFTER CALLED THE "CITY," and RH2 Engineering, Inc whose address is 22722 – 29th Drive SE, 210, Bothell WA 98021, at which work will be available for inspection, hereinafter called the "CONSULTANT." PROJECT NAME: Replace Highlands 435 Pressure Zone Reservoirs and Mains – Final Design and Bidding WHEREAS, the City has not sufficient qualified engineering employees to provide the engineering within a reasonable time and the City deems it advisable and is desirous of engaging the professional services and assistance of a qualified professional consulting firm to do the necessary engineering work for the project, and WHEREAS, the Consultant has represented and by entering into this Agreement now represents, that it is in full compliance with the statutes of the State of Washington for registration of professional engineers, has a current valid corporate certificate from the State of Washington or has a valid assumed name filing with the Secretary of State and that all personnel to be assigned to the work required under this Agreement are fully qualified to perform the work to which they will be assigned in a competent and professional manner, and that sufficient qualified personnel are on staff or readily available to Consultant to staff this Agreement. WHEREAS, the Consultant has indicated that it desires to do the work set forth in the Agreement upon the terms and conditions set forth below. NOW THEREFORE, in consideration of the terms, conditions, covenants and performances contained herein below, the parties hereto agree as follows: I SCOPE OF WORK The Consultant shall furnish, and hereby warrants that it has, the necessary equipment, materials, and professionally trained and experienced personnel to facilitate completion of the work described in Exhibit A, Scope of Work, which is attached hereto and incorporated into this Agreement as though fully set forth herein. The Consultant shall perform all work described in this Agreement in accordance with the latest edition and amendments to local and state regulations, guidelines and policies. The Consultant shall prepare such information and studies as it may deem pertinent and necessary, in order to pass judgment in a sound engineering manner on the features of the work. The Consultant shall make such minor changes, amendments or revisions in the detail of the work as may be required by the City. This item does not constitute an "Extra Work" item as related in Section VIII of the Agreement. The work shall be verified for accuracy by a complete check by the Consultant. The Consultant will be held responsible for the accuracy of the work, even though the work has been accepted by the City. II DESIGN CRITERIA The City will designate the basic premises and criteria for the work needed. Reports and plans, to the extent feasible, shall be developed in accordance with the latest edition and amendments of local and State regulations, guidelines, and specifications, including, but not limited to the following: AGENDA ITEM #1. a) E1-2015 Page 2 of 30 Replace Highlands 435 Pressure Zone Reservoirs and Mains – Final Design and Bidding 1. Washington State Department of Transportation/American Public Works Association (WSDOT/APWA), "Standard Specifications for Road, Bridge, and Municipal Construction," as amended by Renton Standard Specification. 2. WSDOT/APWA, "Standard Plans for Road, Bridge and Municipal Construction." 3. Washington State Department of Transportation, "Highway Design Manual." 4. American Association of State Highway and Transportation Officials, "Standard Specifications for Highway Bridges." 5. Washington State Department of Transportation, "Bridge Design Manual, Volumes 1 and 2." 6. Washington State Department of Transportation, "Manual of Highways Hydraulics," except hydrologic analysis as described in item 14. 7. Washington State Department of Transportation, "Materials Laboratory Outline." 8. Transportation Research Board, "Highway Capacity Manual." 9. U.S. Department of Transportation, Federal Highway Administration, "Manual on Uniform Traffic Control Devices for Streets and Highways." 10. Washington State Department of Transportation, "Construction Manual." 11. Washington State Department of Transportation, "Local Agency Guidelines." 12. Standard drawings prepared by the City and furnished to the Consultant shall be used as a guide in all cases where they fit design conditions. Renton Design Standards, and Renton Specifications shall be used as they pertain. 13. Metro Transit, design criteria. 14. The City adopted King County Surface Water Design Manual, Sections 1.2 and 1.3 of Chapter 1, and Chapters 2, 3, 4, 5, and 6. 15. American Association of State Highway and Transportation Officials, "A Policy on Geometric Design of Highways and Streets." III ITEMS TO BE FURNISHED TO THE CONSULTANT BY THE CITY The City will furnish the Consultant copies of documents which are available to the City that will facilitate the preparation of the plans, studies, specifications, and estimates within the limits of the assigned work. All other records needed for the study must be obtained by the Consultant. The Consultant will coordinate with other available sources to obtain data or records available to those agencies. The Consultant shall be responsible for this and any other data collection to the extent provided for in the Scope of Work. City will provide to Consultant all data in City’s possession relating to Consultants services on the project. Consultant will reasonably rely upon the accuracy, timeliness, and completeness of the information provided by the City. Should field studies be needed, the Consultant will perform such work to the extent provided for in the Scope of Work. The City will not be obligated to perform any such field studies. AGENDA ITEM #1. a) E1-2015 Page 3 of 30 Replace Highlands 435 Pressure Zone Reservoirs and Mains – Final Design and Bidding IV OWNERSHIP OF PRODUCTS AND DOCUMENTS TO BE FURNISHED BY THE CONSULTANT Documents, exhibits or other presentations for the work covered by this Agreement shall be furnished by the Consultant to the City upon completion of the various phases of the work. All such material, including working documents, notes, maps, drawings, photo, photographic negatives, etc. used in the project, shall become and remain the property of the City and may be used by it without restriction. Any use of such documents by the City not directly related to the project pursuant to which the documents were prepared by the Consultant shall be without any liability whatsoever to the Consultant. All written documents and products shall be printed on recycled paper when practicable. Use of the chasing-arrow symbol identifying the recycled content of the paper shall be used whenever practicable. All documents will be printed on both sides of the recycled paper, as feasible. V TIME OF BEGINNING AND COMPLETION The work detailed in the Scope of Work will be performed according to Exhibit B, Time Schedule of Completion, attached hereto and incorporated herein as though fully set forth. It is agreed that all the Consultant's services are to be completed and all products shall be delivered by January 31, 2018 , unless there are delays due to factors that are beyond the control of the Consultant. The Consultant shall not begin work under the terms of this Agreement until authorized in writing by the City. If, after receiving Notice to Proceed, the Consultant is delayed in the performance of its services by factors that are beyond its control, the Consultant shall notify the City of the delay and shall prepare a revised estimate of the time and cost needed to complete the Project and submit the revision to the City for its approval. Time schedules are subject to mutual agreement for any revision unless specifically described as otherwise herein. Delays attributable to or caused by one of the parties hereto amounting to 30 days or more affecting the completion of the work may be considered a cause for renegotiation or termination of this Agreement by the other party. VI PAYMENT The Consultant shall be paid by the City for completed work for services rendered under this Agreement as provided hereinafter as specified in Exhibit C, Cost Estimate. Such payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the work. All billings for compensation for work performed under this Agreement will list actual time (days and/or hours) and dates during which the work was performed and the compensation shall be figured using the rates in Exhibit C. Payment for this work shall not exceed $ 697,088.00 without a written amendment to this contract, agreed to and signed by both parties. Cost Plus Net Fee Payment for work accomplished shall be on the basis of the Consultant's actual cost plus a net fee. The actual cost includes direct salary cost, overhead, and direct non-salary cost. 1. The direct salary cost is the salary expense for professional and technical personnel and principals for the time they are productively engaged in the work necessary to fulfill the terms of this Agreement. The direct salary costs are set forth in the attached Exhibit C and by this reference made a part of this Agreement. AGENDA ITEM #1. a) E1-2015 Page 4 of 30 Replace Highlands 435 Pressure Zone Reservoirs and Mains – Final Design and Bidding 2. The overhead costs as identified on Exhibit C are determined as 183.39 percent of the direct salary cost and by this reference made a part of this Agreement. The overhead cost rate is an estimate based on currently available accounting information and shall be used for all progress payments over the period of the contract. 3. The direct non-salary costs are those costs directly incurred in fulfilling the terms of this Agreement, including, but not limited to travel, reproduction, telephone, supplies, and fees of outside consultants. The direct non-salary costs are specified in Exhibit C, Cost Estimate. Billings for any direct non-salary costs shall be supported by copies of original bills or invoices. Reimbursement for outside consultants and services shall be on the basis of the invoiced amount. Such invoiced amount must be reasonable for similar services within the area of the sub-consultant’s profession. 4. The net fee, which represents the Consultants profit shall be 12 percent of direct salary plus overhead costs. This fee is based on the Scope of Work and the estimated labor hours therein. In the event a supplemental agreement is entered into for additional work by the Consultant, the supplemental agreement will include provision for the added costs and an appropriate additional fee. The net fee will be prorated and paid monthly in proportion to the percentage of the project completed as estimated in the Consultant's monthly progress reports and approved by the City. Any portion of the net fee not previously paid in the monthly payments shall be included in the final payment, subject to the provisions of Section XI entitled TERMINATION OF AGREEMENT. 5. Progress payments may be claimed monthly for direct costs actually incurred to date as supported by detailed statements, for overhead costs and for a proportionate amount of the net fee payable to the Consultant based on the estimated percentage of the completion of the services to date. Final payment of any balance due the Consultant of the gross amount earned will be made promptly upon its verification by the City after completion and acceptance by the City of the work under this Agreement. Acceptance, by the Consultant of final payment shall constitute full and final satisfaction of all amounts due or claimed to be due. Payment for extra work performed under this Agreement shall be paid as agreed to by the parties hereto in writing at the time extra work is authorized. (Section VIII "EXTRA WORK"). A short narrative progress report shall accompany each voucher for progress payment. The report shall include discussion of any problems and potential causes for delay. To provide a means of verifying the invoiced salary costs for consultant employees, the City may conduct employee interviews. Acceptance of such final payment by the Consultant shall constitute a release of all claims of any nature, related to this Agreement, which the Consultant may have against the City unless such claims are specifically reserved in writing and transmitted to the City by the Consultant prior to its acceptance. Said final payment shall not, however, be a bar to any claims that the City may have against the Consultant or to any remedies the City may pursue with respect to such claims. The Consultant and its subconsultants shall keep available for inspection, by the City, for a period of three years after final payment, the cost records and accounts pertaining to this Agreement and all items related to, or bearing upon, these records. If any litigation, claim or audit is started before the expiration of the three-year retention period, the records shall be retained until all litigation, claims or audit findings involving the records have been resolved. The three-year retention period starts when the Consultant receives final payment. AGENDA ITEM #1. a) E1-2015 Page 5 of 30 Replace Highlands 435 Pressure Zone Reservoirs and Mains – Final Design and Bidding VII CHANGES IN WORK The Consultant shall make all such revisions and changes in the completed work of this Agreement as are necessary to correct errors appearing therein, when required to do so by the City, without additional compensation. Should the City find it desirable for its own purposes to have previously satisfactorily completed work or parts thereof revised, the Consultant shall make such revisions, if requested and as directed by the City in writing. This work shall be considered as Extra Work and will be paid for as provided in Section VIII. VIII EXTRA WORK The City may desire to have the Consultant perform work or render services in connection with the Project in addition to or other than work provided for by the expressed intent of the Scope of Work. Such work will be considered as Extra Work and will be specified in a written supplement which will set forth the nature and scope thereof. Work under a supplement shall not proceed until authorized in writing by the City. Any dispute as to whether work is Extra Work or work already covered under this Agreement shall be resolved before the work is undertaken. Performance of the work by the Consultant prior to resolution of any such dispute shall waive any claim by the Consultant for compensation as Extra Work. IX EMPLOYMENT The Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Consultant, to solicit or secure this contract and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the City shall have the right to annul this Agreement without liability, or in its discretion to deduct from the Agreement price or consideration or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. Any and all employees of the Consultant, while engaged in the performance of any work or services required by the Consultant under this Agreement, shall be considered employees of the Consultant only and not of the City and any and all claims that may or might arise under the Workman's Compensation Act on behalf of said employees, while so engaged and any and all claims made by a third party as a consequence of any negligent act or omission on the part of the Consultant's employees, while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the Consultant. The Consultant shall not engage, on a full or part-time basis, or other basis, during the period of the contract, any professional or technical personnel who are, or have been at any time during the period of this contract, in the employ of the City except regularly retired employees, without written consent of the City. If during the time period of this Agreement, the Consultant finds it necessary to increase its professional, technical, or clerical staff as a result of this work, the Consultant will actively solicit minorities through their advertisement and interview process. X NONDISCRIMINATION The Consultant agrees not to discriminate against any client, employee or applicant for employment or for services because of race, creed, color, national origin, marital status, sexual orientation, sex, age or handicap except for a AGENDA ITEM #1. a) E1-2015 Page 6 of 30 Replace Highlands 435 Pressure Zone Reservoirs and Mains – Final Design and Bidding bona fide occupational qualification with regard to, but not limited to the following: employment upgrading; demotion or transfer; recruitment or any recruitment advertising; layoff or termination’s; rates of pay or other forms of compensation; selection for training; rendition of services. The Consultant understands and agrees that if it violates this Non-Discrimination provision, this Agreement may be terminated by the City and further that the Consultant shall be barred from performing any services for the City now or in the future, unless a showing is made satisfactory to the City that discriminatory practices have terminated and that recurrence of such action is unlikely. XI TERMINATION OF AGREEMENT A. The City reserves the right to terminate this Agreement at any time upon not less than ten (10) days written notice to the Consultant, subject to the City's obligation to pay Consultant in accordance with subparagraphs C and D below. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. In the event of the death of any of the parties listed in the previous paragraph, should the surviving members of the Consultant, with the City's concurrence, desire to terminate this Agreement, payment shall be made as set forth in Subsection C of this section. C. In the event this Agreement is terminated by the City other than for fault on the part of the Consultant, a final payment shall be made to the Consultant for actual cost for the work complete at the time of termination of the Agreement, plus the following described portion of the net fee. The portion of the net fee for which the Consultant shall be paid shall be the same ratio to the total net fee as the work complete is to the total work required by the Agreement. In addition, the Consultant shall be paid on the same basis as above for any authorized extra work completed. No payment shall be made for any work completed after ten (10) days following receipt by the Consultant of the Notice to Terminate. If the accumulated payment made to the Consultant prior to Notice of Termination exceeds the total amount that would be due as set forth herein above, then no final payment shall be due and the Consultant shall immediately reimburse the City for any excess paid. D. In the event the services of the Consultant are terminated by the City for fault on the part of the Consultant, the above stated formula for payment shall not apply. In such an event the amount to be paid shall be determined by the City with consideration given to the actual costs incurred by the Consultant in performing the work to the date of termination, the amount of work originally required which was satisfactorily completed to date of termination, whether that work is in a form or of a type which is usable to the City at the time of termination, the cost to the City of employing another firm to complete the work required and the time which may be required to do so, and other factors which affect the value to the City of the work performed at the time of termination. Under no circumstances shall payment made under this subsection exceed the amount which would have been made if the formula set forth in subsection C above had been applied. E. In the event this Agreement is terminated prior to completion of the work, the original copies of all Engineering plans, reports and documents prepared by the Consultant prior to termination shall become the property of the City for its use without restriction. Such unrestricted use not occurring as a part of this project, shall be without liability or legal exposure to the Consultant. AGENDA ITEM #1. a) E1-2015 Page 7 of 30 Replace Highlands 435 Pressure Zone Reservoirs and Mains – Final Design and Bidding F. Payment for any part of the work by the City shall not constitute a waiver by the City of any remedies of any type it may have against the Consultant for any breach of this Agreement by the Consultant, or for failure of the Consultant to perform work required of it by the City. Forbearance of any rights under the Agreement will not constitute waiver of entitlement to exercise those rights with respect to any future act or omission by the Consultant. XII DISPUTES Any dispute concerning questions of facts in connection with work not disposed of by agreement between the Consultant and the City shall be referred for determination to the Public Works Administrator or his/her successors and delegees, whose decision in the matter shall be final and conclusive on the parties to this Agreement. In the event that either party is required to institute legal action or proceedings to enforce any of its rights in this Agreement, both parties agree that any such action shall be brought in the Superior Court of the State of Washington, situated in King County at the Maleng Regional Justice Center in Kent, Washington. XIII LEGAL RELATIONS The Consultant shall comply with all Federal Government, State and local laws and ordinances applicable to the work to be done under this Agreement. This contract shall be interpreted and construed in accordance with the laws of Washington. The Consultant agrees to indemnify, defend and hold the City and its officers and employees harmless from and shall process and defend at its own expense all claims, demands or suits at law or equity arising in whole or part from the Consultant's errors, omissions, or negligent acts under this Agreement provided that nothing herein shall require the Consultant to indemnify the City against and hold harmless the City from claims, demands or suits based upon the conduct of the City, its officers or employees and provided further that if the claims or suits are caused by or result from the concurrent negligence of (a) the Consultant's agents or employees and (b) the City, its agents, officers and employees, this provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Consultant's negligence or the negligence of the Consultant's agents or employees except as limited below. Insurance a. Consultant’s Insurance. Consultant shall secure and maintain the following insurance policies, and shall not cancel or suspend the insurance policies identified below, except after twenty (20) calendar day’s prior written notice by certified-mail to the City of Renton: i. Commercial General Liability Insurance: Commercial general liability insurance in the minimum amounts of $1,000,000 for each occurrence/$2,000,000 aggregate throughout the duration of this Agreement. ii. Automobile Liability insurance: With a minimum combined single limit for bodily injury and property damage of $1,000,000 for each accident. This is required of all consultant and professional service providers where a vehicle will be utilized to perform, prepare to perform or satisfy the Scope of Services. Renton may request a copy of Consultant’s driving record abstract. “Consultant” in this Subsection shall mean the Consultant providing professional services, as well as the consultant’s agents, employees, representatives, and/or volunteers who may operate a motor vehicle in relation to any Service to be provided under this Agreement. AGENDA ITEM #1. a) E1-2015 Page 8 of 30 Replace Highlands 435 Pressure Zone Reservoirs and Mains – Final Design and Bidding iii. Professional Liability Insurance: Professional liability insurance, in the minimum amount of $1,000,000 for each occurrence, shall also be secured for any professional services being provided to Renton that are excluded in the commercial general liability insurance. iv. Workers’ Compensation: Workers’ compensation coverage, as required by the Industrial Insurance laws of the State of Washington. v. Renton as an Additional-Insured: It is agreed that on Consultant’s commercial general liability policy, the City of Renton will be named as an Additional-Insured on a primary and non-contributory basis. Any coverage maintained by the City of Renton is solely for the coverage and benefit of Renton, and its elected officials, officers, agents, employees, representatives and volunteers. vi. Verification of Coverage: Subject to Renton’s review and acceptance, a certificate of insurance showing the proper endorsements, shall be delivered to Renton before executing the work of this Agreement. b. Review of Policy: Upon request, Consultant shall give Renton a full copy of the insurance policy for its records and for the Renton City Attorney’s or Risk Manager’s review. The policy limits may be reviewed and the value reassessed annually or as required by law. c. Termination: Notwithstanding any other provision of this Agreement, the failure of Consultant to comply with the above provisions of this section shall subject this Agreement to immediate termination without notice to any person in order to protect the public interest. XIV SUBLETTING OR ASSIGNING OF CONTRACTS The Consultant shall not sublet or assign any of the work covered by this Agreement without the express consent of the City. XV ENDORSEMENT OF PLANS The Consultant shall place their certification on all plans, specifications, estimates or any other engineering data furnished by them in accordance with RCW 18.43.070. XVI COMPLETE AGREEMENT This document and referenced attachments contain all covenants, stipulations, and provisions agreed upon by the parties. Any supplements to this Agreement will be in writing and executed and will become part of this Agreement. No agent, or representative of either party has authority to make, and the parties shall not be bound by or be liable for, any statement, representation, promise, or agreement not set forth herein. No changes, amendments, or modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as an amendment to this Agreement. The invalidity or unenforceability of any provision in this Agreement shall not affect the other provisions hereof, and this Agreement shall be construed in all respects as if such invalid or unenforceable provision were omitted. AGENDA ITEM #1. a) E1-2015 Page 9 of 30 Replace Highlands 435 Pressure Zone Reservoirs and Mains – Final Design and Bidding XVII EXECUTION AND ACCEPTANCE This Agreement may be simultaneously executed in several counterparts, each of which shall be deemed to be an original having identical legal effect. The Consultant does hereby ratify and adopt all statements, representations, warranties, covenants, and agreements contained in the Request for Qualifications, and the supporting materials submitted by the Consultant, and does hereby accept the Agreement and agrees to all of the terms and conditions thereof. IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and year first above written. CONSULTANT CITY OF RENTON Signature Date Denis Law, Mayor Date Tony V. Pardi type or print name ATTEST: President Title Jason A. Seth, City Clerk AGENDA ITEM #1. a) E1-2015 Page 10 of 30 Replace Highlands 435 Pressure Zone Reservoirs and Mains – Final Design and Bidding EXHIBIT A Scope of Work City of Renton Highlands 435 Pressure Zone Reservoir Improvements Replace Highlands 435 Pressure Zone Reservoirs and Mains Final Design and Bidding Professional Engineering Services Background RH2 Engineering, Inc., (RH2) is currently providing engineering services related to the site master planning and preliminary design for the Highlands 435 Pressure Zone Reservoirs and Emergency Generator project. This Scope of Work is a continuation to this project and its purpose is to provide engineering services to support the final design and bidding of the Phase 1 improvements identified in the Highlands 435 Reservoir and Emergency Generator Project Report (Project Report) dated April 2016. Triad, a division of David Evans & Associates, (Triad) will provide surveying services where required to support preliminary and final design efforts as identified below. In addition, RH2 has selected Karen Kiest Landscape Architects to provide supplementary professional services in the area of landscape architecture and arboriculture, to the extent that a licensed landscape architect is required. Through preliminary design efforts, the following aspects of this project have already been decided by the City of Renton (City). • The proposed location and geometry of the proposed reservoir will be the same as that shown in the preliminary design. • This project will also include approximately 3,200 linear feet of transmission main to be located along NE 12th Street from the Highlands 435 Reservoir site to Edmonds Avenue NE, as well as approximately 700 linear feet of distribution main improvements within Monroe Avenue. The project will also include off-site storm and sewer improvements within NE 12th Street from the Highlands 435 Reservoir Site to Sunset Boulevard, along with site frontage improvements as identified in the Project Report. • The engineering services related for the recommended improvements outlined in the Project Report for the engine generator and radio equipment are being addressed via separate authorizations. Construction of the Highlands 435 Reservoir will require a more specialized contractor than will construction of the off-site utilities within NE 12th Street and Monroe Avenue. However, due to the complicated nature of some of the improvements, construction of the off-site utilities between the Highlands 435 Reservoir site and Sunset Avenue will require tighter coordination between the reservoir and utility contractors. For these reasons, RH2 proposes to divide the proposed improvements into three (3) schedules that will allow the City greater flexibility in bidding and contracting the work. Under this scenario, the work will be designed to be constructed under the following schedules: Schedule A – Highlands 435 Reservoir and Frontage Improvements Schedule B – Off-site Utility Improvements east of Sunset Boulevard Schedule C – Off-site Utility Improvements west of Sunset Boulevard In general, it is assumed that Schedules A and B would be bid and awarded as a single contract. Schedule C could be bid either as separate awardable contract within the larger bid package, or could be bid as a completely separate bid package. In terms of the design plans and technical specifications, it is anticipated that Schedules B AGENDA ITEM #1. a) E1-2015 Page 11 of 30 Replace Highlands 435 Pressure Zone Reservoirs and Mains – Final Design and Bidding and C will be primarily based on the City’s Special Provisions and Standard Details for utility and roadway construction, and that Schedule A will be primarily based on RH2’s CSI-based specifications and customized details for the reservoir and site/utility work. The design of the proposed improvements will be divided into two separate, but coordinated set of documents, configured so as to allow the project to be bid as one or two separate bid packages as described above. The following tasks are included in this Scope of Work. • General Project Tasks o Task 1 – Project Management Services o Tasks 2A and 2B – Permitting Assistance o Task 3A and 3B – Services During Bidding o Task 4 – Additional Design and Permitting Services • Schedule A – Highlands 435 Reservoir and Street Frontage Improvements o Task A1 – Reservoir 60-percent Design o Task A2 – Reservoir 90-percent Design o Task A3 – Public Meeting Assistance o Task A4 – Finalize Construction Contract Documents • Schedules B and C – Off-site Water Main and Utility Improvements o Task B1 – Topographic Survey and Geotechnical Investigation o Task B2 – Off-site Water Main Preliminary Design o Task B3 – Off-site Water Main Final Design RH2 can provide a range of technical support and construction contract administration services during the construction phase for the project. Additional engineering services for the construction administration phases may be authorized by the City as part of a future contract or amendment. The scope of this effort can best be determined between RH2 and the City once a firm timeframe for the bidding and construction phase is established. The major elements and services that would be completed by RH2 as part of a future contract may include the following tasks. 1. Services During Construction Following is a detailed description of the tasks that will be completed as part of this Scope of Work. Design Standards and References The following design standards and references are to be followed where relevant during the development of the project. • City Standard Details. • City Standard Special Provisions. • City Standard Construction Contract and General Conditions. • Washington State Department of Transportation (WSDOT) Standard Specifications for Road, Bridge, and Municipal Construction. • American Concrete Institute (ACI) 350. AutoCAD® is to be used to prepare drawings and AutoCAD® Civil 3D may be used for the site design. Project schedules shall be prepared using Microsoft Project 2007 or newer, spreadsheets in Microsoft Excel 2010 or newer, and text documents in Microsoft Word 2010 or newer. AGENDA ITEM #1. a) E1-2015 Page 12 of 30 Replace Highlands 435 Pressure Zone Reservoirs and Mains – Final Design and Bidding Plans shall be prepared in accordance with City standards. Color plans will be used for review purposes. Full- size plan sheets will be provided at 22-inch by 34-inch, and half-size sheets at 11-inch by 17-inch. Electronic plans and specifications documents will be used for bidding purposes. Assumptions 1. The preparation of up to two (2) sets of bid documents, including plans and specifications as follows: a. Schedules A and B – Highlands 435 Reservoir and Street Frontage Improvements, Off-site Water Main and Utility Improvements east of Sunset Blvd b. Schedule C – Off-site Water Main and Utility Improvements west of Sunset Blvd 2. The technical specifications are established as follows: a. Off-site Water Main, Utility, and Street Frontage Improvements – Renton’s Amendments and Special Provisions to the WSDOT Standard Specifications for Road, Bridge, and Municipal Construction; and b. Highlands 435 Reservoir Phase 1 Improvements – RH2-modified Construction Specifications Institute (CSI) specifications Divisions 1 through 18. 3. The non-technical specifications including the General Conditions, bidding, and contract forms will be based on the City’s standard bid and contract documents. It is anticipated that the City will prepare the final bid packages with input from RH2. 4. All water main construction will be performed using open cut trench, including SR-900 water main crossing. 5. The City will pay all fees related to City-obtained permits and reviews. It is anticipated that the following permits and reviews will be obtained by the City during the design phase: Renton Building Permit; Washington State Department of Health (DOH) Construction Review; and Ecology Construction Stormwater General Permit. All other construction permits will be obtained by the contractor prior to construction. A WSDOT construction permit will not be required for work within State Route 900/Sunset Boulevard. 6. All design and resulting construction work will be limited to City owned property and rights of way. No easements will be required. 7. RH2 will rely on the accuracy and completeness of any data, materials, or information provided by the City or others in relation to the work. 8. It is anticipated that the City will use Builders Exchange of Washington (BXWA) or a similar online plan center service to administer the bid documents. GENERAL PROJECT TASKS Task 1 – Project Management Services Objective: Manage RH2’s project team and maintain client communications, including phone calls and emails, in addition to progress meetings. Approach: 1.1 Provide direction, coordination, and oversight to the RH2 project team. Organize, manage, and coordinate technical disciplines as described herein, and implement quality assurance and quality control (QA/QC) to perform this Scope of Work in close coordination with City staff. 1.2 Document and retain information generated by the RH2 team during execution of the project. 1.3 Prepare monthly invoices and budget status summaries. AGENDA ITEM #1. a) E1-2015 Page 13 of 30 Replace Highlands 435 Pressure Zone Reservoirs and Mains – Final Design and Bidding 1.4 Prepare for and attend coordination meetings with City staff, as requested. Prepare agenda and meeting minutes. A total of three (3) meetings are assumed for this Scope of Work, in addition to the other milestone and review meetings identified elsewhere in this Scope of Work. 1.5 Create, maintain, and update an internal project design schedule. Monitor, modify, and update the project schedule periodically throughout the design phase to determine potential impacts of proposed changes. Adjust the schedule to reflect the current status of the project and revisions made to this Scope of Work. RH2 Deliverables: • Monthly invoices. • Meeting agendas and minutes. • Periodic project schedule updates. Tasks 2A and 2B – Permitting Assistance Objective: Assist the City in preparing permit documents and responding to agency comments for construction of the Schedule A, and Schedules B and C proposed improvements as described in the Background section above. Approach: 2A.1. Prepare City Permit Applications – Prepare Commercial Building and Construction permit applications and supporting documentation as required by the City. RH2 will coordinate with the City’s Community and Economic Development (CED) Department regarding required permit submittal elements during preparation of the permit submittal package. The Building and Construction permit applications are anticipated to involve the compilation of plans, specifications, structural calculations, estimates, and reports previously prepared under Preliminary Design and Design tasks and addressing construction details related to traffic, landscaping, stormwater (TIR), geotechnical, electrical, mechanical, structural, architectural, etc. Work with City staff to submit the Commercial Building permit package and provide follow-up coordination to facilitate permit reviews, as needed, including up to one (1) round of edits to plan sheets and calculations to address to City review comments. 2A.2. Prepare DOH Construction Document Review Application – Prepare construction documents for DOH review based on 90-percent review plans and technical specifications as required by Washington Administrative Code (WAC) 246-290-120. Respond to DOH comments. Provide one (1) resubmittal if required. 2A.3. Prepare Construction Stormwater General Permit Application – Prepare National Pollutant Discharge Elimination System (NPDES) Construction Stormwater General Permit (CSGP) Notice of Intent (NOI) and work with City staff to post on Washington State Department of Ecology’s web portal for permit coverage, as well as publish in a local newspaper per the CSGP requirements. It is assumed a single CSGP permit will be applied for to cover both schedules. Assumptions: • The level of effort necessary to obtain permits and approvals can be variable in nature and dependent on elements outside of RH2’s control. The Scope and Fee Estimate contained herein describes RH2 best estimate of the permitting effort necessary for this project based on RH2’s work in previous project phases, experience with the City’s CED Department, experience with similar permit processes, etc. Should the level of effort or additional requirements presently unforeseen become necessary to obtain permits for the project, RH2 will prepare an amendment to this Scope and Fee. • SEPA and land use permitting for the project have been completed during the preliminary design phase of the project, and the required permit conditions for final design are limited to those identified in the CED SEPA Determination and the Hearing Examiner Decision documents. • The reservoir improvements on the site will disturb over one (1) acre of land, thus NPDES CSGP coverage is required. The City will be the applicant for initial permit coverage, but will transfer permit coverage to the selected contractor. AGENDA ITEM #1. a) E1-2015 Page 14 of 30 Replace Highlands 435 Pressure Zone Reservoirs and Mains – Final Design and Bidding • City comments in the Building and Construction permit application package will necessitate only one (1) round of revisions and resubmittal. RH2 Deliverables: • Records of all correspondence with the City’s CED regarding permit submittal requirements, exclusions, etc. • Two (2) hard copies of the Commercial Building permit and Construction permit submittal packages (including permit applications, site plans and details, specifications, calculations, applicable reports, code requirement checklists, etc.), one (1) hard copy for the City, and one (1) hard copy for the RH2 file. One (1) electronic copy (PDF) of each application package. • Two (2) hard copies of construction documents for DOH review, one (1) hard copy for the City, and one (1) hard copy for the RH2 file. One (1) electronic copy (PDF) of submittal. • One (1) electronic copy of the NOI for City publication in a local newspaper. • One (1) hard copy and one (1) electronic copy (PDF) of permit resubmittal materials for the City and DOH, as needed. Tasks 3A and 3B – Services During Bidding Objective: Assist the City in preparing bid documents and administering bidding of up to two (2) bid packages for the construction of the proposed improvements as described in the Background section above. Approach: 3A.1. Prepare Bid Advertisement – Coordinate with City and prepare up to two (2) advertisement(s) for bids and coordinate dates of advertisement with City. Contact potentially interested bidders by email or telephone. 3A.2. Prepare Bid Documents – For each bid package, produce one (1) electronic set in PDF format and eight (8) paper sets of plans, specifications, and contract documents: five (5) sets for City use and bidding purposes; and three (3) sets for RH2 files and staff use during bidding. Plan sheets will be provided on 11-by-17-inch sheets. Provide City with documents for inclusion in final bid package(s). Bid documents will be posted by the City. 3A.3. Respond to Bidder Questions and Prepare Addenda – Respond to questions via phone from bidders and clarify, revise, or change construction plans, technical specifications, or contract conditions during the bidding process. Includes preparation of up to two (2) addenda for each bid package (up to four (4) addenda total). 3A.4. Assist in Bidder Meetings and Evaluation of Bids – Attend pre-bid conference and bid opening. Evaluate qualifications and references of apparent low bidder. Prepare recommendation of bid award letter. The City will compile the bid tabulation, check math and compliance with bid requirements, and handle bid award and contract execution. Attend one (1) meeting with the City to review the bid tab and bidders’ qualifications. Assumptions: • Both bid packages will be issued at the same. • RH2 will prepare the bid advertisement and coordinate bidding and that the City will prepare and issue the bid packages and pay advertising fees directly. • The City will post the documents electronically to BXWA for bidding. RH2 Deliverables: • For each bid package, up to two (2) bid packages: AGENDA ITEM #1. a) E1-2015 Page 15 of 30 Replace Highlands 435 Pressure Zone Reservoirs and Mains – Final Design and Bidding o Advertisement for bids. o Bid plan sets: five (5) half-size sets and one (1) electronic set in PDF format. o Bid books: five (5) comb-bound bid books and one (1) electronic set in PDF format. o Phone assistance to vendors and bidders during the advertisement phase. o Preparation of up to two (2) addenda. o Reference check of lowest bidder. o Preparation of recommendation of bid award letter. Provided by the City: • Coordinate and submit bid advertisement to the Daily Journal of Commerce and Builder’s Exchange of Washington. Task 4 – Additional Design and Permitting Services Objective: Provide additional professional services beyond those identified in this scope of work as requested by the City. Approach: 4.1 Provide additional design or permitting related services for the project as requested or approved by the City. The City shall provide written authorization to proceed with the additional services tasks. RH2 Deliverables: • Other deliverables as requested by the City under the authorization for additional design or permitting services. SCHEDULE A – HIGHLANDS 435 RESERVOIR AND STREET FRONTAGE IMPROVEMENTS Task A1 – Reservoir 60-percent Design Objective: Prepare 60-percent construction plans, technical specifications and an updated construction cost estimate for review by the City. The comments developed during the preliminary design, including those received as part of the Hearing Examiner (HE) Decision on the Condition Use Permit, will be addressed. Approach: A.1.1 Prepare 60-percent Reservoir Design Plans – Prepare calculations and advance the preliminary structural and mechanical design for the Phase 1 Highlands 435 Reservoir to the 60-percent design level. Work generally includes design of reservoir structure and piping through vaults. A.1.1.1 Prepare architectural plans for reservoir to address HE Decision requirement to design façade, articulation, modulation, roof, and landscape treatments that will augment neighboring residents’ views and compensate for view impacts. A.1.1.2 Prepare structural calculations for the reservoir, including gravity and lateral analyses, roof, wall, column, and foundation designs. Provide QA/QC review of structural calculations. Make recommended updates and additions to calculations per review comments. Prepare and format calculations, with supporting documentation, for the building permit application. A.1.1.3 Prepare structural plans for the cast-in-place concrete reservoir, including the following: AGENDA ITEM #1. a) E1-2015 Page 16 of 30 Replace Highlands 435 Pressure Zone Reservoirs and Mains – Final Design and Bidding • Foundation and floor plan; • Wall and column plan; • Roof plan; • Reservoir appurtenances, including access hatches, vents, exterior and interior ladders or stairs, exterior roof access, platforms, and safety equipment as requested or required by code; and • Standard structural details. A.1.1.4 Further detail the configuration of the reservoir piping and mechanical components, and size piping systems for reservoir inlet, outlet, overflow, drain, and the foundation underdrain, including water quality sample stations, inlet/outlet meter and seismic shutoff valve vaults. Plans will include equipment selection, pipe sizes and materials, thrust restraint, vault sizing, selection, and drainage. A.1.2 Prepare 60-percent Site and Frontage Improvement Design Plans – Prepare calculations and advance the preliminary site and utility design for the Phase 1 Highlands 435 Reservoir and frontage improvements to the 60-percent design level. Work generally includes design of on-site wet utilities, access, security, and landscaping. A.1.2.1 Prepare general plans including cover sheet, general information, and construction notes. A.1.2.2 Prepare existing site, demolition, construction and grading plans and details. A.1.2.3 Prepare proposed site plans and details to illustrate the design of the site and frontage improvements including the proposed reservoir, access driveway, perimeter road, fencing, light poles, curb, sidewalk, bus stop and other topographic features. Coordinate with City and Metro regarding the design of the street frontage improvements and bus stop improvements. A.1.2.4 Prepare proposed water main plans and details to illustrate the design of the onsite water main improvements and appurtenances. A.1.2.5 Prepare landscaping and irrigation plans and details. Landscaping plans will show the layout of specific plant material with a suggested plant palette for the City’s permitting process review. Comments from the HE Decision will be addressed during this design phase, including evaluating options to increase the width of the landscape buffer along the northern property line, and designing a sight-obscuring landscape buffer per City standards. A.1.3 Prepare 60-percent Stormwater Detention and Pump Station Design Plans – Prepare calculations and advance the preliminary design for the stormwater detention vault, reservoir overflow pump station, and stormwater pump station to the 60-percent design level. Work generally includes design of stormwater collection, conveyance detention, and pumping, including updates to the Stormwater Technical Information Report (TIR). A.1.3.1 Prepare the design of the on-site stormwater collection system, the stormwater force main from stormwater vault to private catch basin at NE 12th Street, and the reservoir overflow and drain force main from stormwater vault to existing connection at NE 12th Street. A.1.3.2 Prepare mechanical design for 50 gallon per minute (gpm) stormwater pump station and 2,800 gpm reservoir overflow pump stations, including meter and valve vaults. It is assumed that each pump station will include a duplex submersible pumping system. A.1.3.3 Amend the Stormwater TIR to address changes based on design revisions developed during this 60-percent design. A.1.3.4 Prepare Construction Stormwater Pollution Prevention Plan (CSWPPP) and narrative report for inclusion in the Stormwater TIR and construction documents. Prepare Temporary Erosion and Sedimentation Control (TESC) plans and details. A.1.3.5 Prepare structural calculations for the stormwater detention vault, including gravity and lateral analyses, roof, wall, column, and foundation designs. Provide QA/QC review of structural AGENDA ITEM #1. a) E1-2015 Page 17 of 30 Replace Highlands 435 Pressure Zone Reservoirs and Mains – Final Design and Bidding calculations. Make recommended updates and additions to calculations per review comments. Prepare and format calculations, with supporting documentation, for the building permit application. A.1.3.6 Prepare structural plans for the cast-in-place concrete stormwater detention vault, including the following: • Foundation and floor plan; • Wall and column plan; • Roof plan; and • Detention vault appurtenances, including dechlorination station, access hatches, vents, interior ladders, and safety equipment as requested or required by code. A.1.4 Prepare 60-percent Electrical and Control Design – Prepare electrical, control, and monitoring design, including the following. A.1.4.1 Develop design of electrical systems for operating appurtenances at the reservoir, and the stormwater and reservoir overflow drain pump stations. Work is to include designing the lighting system, sizing raceways and conductors, and preparing design details. A.1.4.2 Develop design of control and monitoring sensors to be installed at the reservoir, and the stormwater and reservoir overflow drain pump stations, including construction details. Equipment will be selected per City standards. A.1.4.3 Determine power supply requirements for the pump stations and meet with the Puget Sound Energy (PSE) to discuss the design criteria and existing electrical service capacity, review the power supply design, and present PSE with design criteria. Develop power service plan. Perform a site visit, if deemed necessary, to help determine location and routing of PSE equipment. A.1.4.4 Prepare a one-line diagram and electrical plans for the reservoir, and stormwater and reservoir overflow drain pump stations, including branch circuit panel detail, and other details typical to this work. A.1.4.5 Develop criteria and performance requirements for telemetry system. The prepared documentation will be provided to the City’s telemetry integrator for cost estimating, designing, and installing a proposed telemetry system at the proposed reservoir. A.1.5 Prepare 60-percent Technical Specifications – Develop technical specifications (Divisions 1 through 18) specific to this project for equipment, materials, and construction tasks. Specification requirements will be based on design criteria determined during the preliminary design phase, current building codes, and subsequent discussions with the City. Technical specifications will use RH2’s facility specifications in a modified CSI format. A.1.6 Prepare 60-percent Engineer’s Estimate – Prepare a 60-percent level probable construction cost estimate. The 60-percent estimate shall reflect the pay items and quantities as developed at the 60-percent design stage of the project. A.1.7 Perform 60-percent QA/QC Review – Provide in-house QA/QC review of 60-percent plans and specifications. A.1.8 Attend 60-percent Review Meeting – Submit 60-percent plans and specifications to the City for review. Prepare for and attend a 60-percent review meeting with the City. Prepare and distribute meeting minutes. RH2 Deliverables: • 60-percent plans, specifications, updated Stormwater TIR, and construction cost estimate in electronic PDF format. AGENDA ITEM #1. a) E1-2015 Page 18 of 30 Replace Highlands 435 Pressure Zone Reservoirs and Mains – Final Design and Bidding • One (1) electronic version (Microsoft Word) and one (1) hard copy of the 60-percent technical specifications. • Three (3) half-size and one (1) full-size hard copy sets of bound color 60-percent plans. Provided by the City: • Red-lined drawings and/or written comments based on City’s 60-percent design review. Task A2 – Reservoir 90-percent Design Objective: Prepare 90-percent construction plans and an updated construction cost estimate for review by the City. The comments developed during the 60-percent review process will be addressed. Approach: A.2.1 Prepare 90-percent Design Plans – Address 60-percent comments and continue to advance the reservoir design to the 90-percent design level. Preliminary details will be revised and outstanding minor details will be developed. At the completion of this task, all of the plan sheets and details are to be included in the plan set. In general, work will be similar to that completed under design subtasks identified under Task A1, including: A.2.1.1 Prepare 90-percent Reservoir Design Plans A.2.1.2 Prepare 90-percent Site and Frontage Improvement Design Plans A.2.1.3 Prepare 90-percent Stormwater Detention and Pump Station Design Plans A.2.1.4 Prepare 90-percent Electrical and Control Design A.2.1.5 Prepare 90-percent Technical Specifications A.2.1.6 Prepare 90-percent Engineer’s Estimate A.2.1.7 Perform 90-percent QA/QC Review A.2.1.8 Attend 90-percent Review Meeting A.2.2 Prepare 90-Percent Non-Technical Specifications – Obtain and review City front-ends documents in Word format. Provide comments and suggested revision using Track Changes as necessary to coordinate documents with technical specifications and project-specific requirements. RH2 Deliverables: • 90-percent plans, specifications, final Stormwater TIR, and construction cost estimate in electronic PDF format. • One (1) electronic version (Microsoft Word) and one (1) hard copy of the 90-percent technical and non- technical specifications. • Three (3) half-size and one (1) full-size hard copy sets of bound color 90-percent plans. Provided by the City: • Red-lined drawings and/or written comments based on City’s 90-percent design review. Assumptions: • It is anticipated that 90-percent review comments will be constrained to details that were developed subsequent to the 60- percent review submittal, or that were revised or unresolved during the 60-percent review process. • The 90-percent plans shall include the full set of construction plan sheets. At the end of the 90-percent project design task, all proposed details and equipment/materials shall be included in the plans and specifications. AGENDA ITEM #1. a) E1-2015 Page 19 of 30 Replace Highlands 435 Pressure Zone Reservoirs and Mains – Final Design and Bidding Task A3 – Public Meeting Assistance Objective: Provide the City with information and project plans to facilitate public meetings. Attend public meetings and present technical information about the project, as requested. The HE Decision requires City staff assign a staff person to correspond with the public, as well as the coordination of several project design elements with the surrounding neighborhood (i.e., landscaping, façade, and architectural elements of the reservoir and site improvements, lighting, construction scheduling and hours, traffic control, fencing, etc.). Consequently, RH2 anticipates the City may desire assistance with this coordination. Approach: A.3.1 Prepare Materials for Public Meetings – Prepare informational materials for public meetings and notices as requested by the City. Informational materials may include computer renderings, flyer, handouts, posters, etc. It is anticipated that RH2 will deliver a PDF copy of the materials for the City to reproduce and distribute. Due to the variable nature of this task, the scope of the work for this task will be limited by the hours shown in the fee estimate. A.3.2 Attend Public Meetings – Attend up to two (2) public meeting open houses, and assist City staff in presenting information about the reservoir project. It is anticipated that RH2 may provide up to ten (10) full-size mounted plans to facilitate public meeting open house presentations. Assumptions: • The City will reproduce and distribute all information materials delivered under this task. • The public meeting location will be provided for and arranged by the City with City staff also present. RH2 Deliverables: • Attendance by two (2) RH2 staff at the public meetings. • Approximately ten (10) full-size mounted plans. Task A4 – Final Construction Contract Documents Objective: Incorporate the comments from the 90-percent review into the plans and specifications. A final in-house QA/QC review will be performed. By the end of this task, the plans and specifications will be ready for reproduction for bidding purposes. Approach: A.4.1 Incorporate permit and 90-percent review comments into the plans and specifications and finalize for bidding. A.4.2 Perform a final QA/QC review of plans and specifications. A.4.3 Prepare a final engineer’s estimate of probable construction cost, formatted for bidding, and provide a range of probable construction cost in bid documents for the purpose of establishing bid bond value. RH2 Deliverables: • Final plans, specifications, and construction cost estimate in electronic PDF format. AGENDA ITEM #1. a) E1-2015 Page 20 of 30 Replace Highlands 435 Pressure Zone Reservoirs and Mains – Final Design and Bidding SCHEDULES B AND C – OFF-SITE WATER MAIN AND FRONTAGE IMPROVEMENTS Task B1 – Topographic Survey and Geotechnical Investigations Objective: Obtain survey, geotechnical, and subsurface utility data needed to support the design of the off-site water main and frontage improvements along NE 12th Street and Monroe Avenue. Approach: B.1.1 Coordinate Survey and Prepare Base Maps – Contract and coordinate with Triad to perform topographical survey for the water main alignments along NE 12th Street from Monroe Avenue to Edmonds Avenue, and along NE Monroe Avenue from NE 12th Street to Sunset Boulevard. Survey will include surface features, monumentation, marked utilities, property line, and ROW lines of the proposed alignment. It is assumed that the City’s Public Works Department will locate and mark all water, sewer, and stormwater utilities prior to surveying. Coordinate with Triad and a private utility locate company to locate and mark other private and non-Public Works utilities. Survey shall follow RH2’s standard topographic survey requirements, including 1-foot contour intervals and topographic information. Review survey data and format for design use. Perform site visit to compare survey information with field conditions. Update plans as necessary based on site visit. B.1.2 Review Engineering Geology and Investigate Environmental/Hazards – Perform a review of existing geologic and environmental data available (currently online and from previous reports and recent boring efforts). Perform field reconnaissance of proposed alignment to observe visible indicators of geologic/environmental/geohazard issues or concerns. Prepare a brief technical memorandum summarizing available geologic information and interpretation and field observations. Support design team and City to incorporate findings/recommendations into design. B.1.3 Investigate Subsurface Utilities – Coordinate with City and utility companies to obtain as-built records of the existing facilities and utilities located along the project alignment. Review records and identify subsurface utilities where additional field investigation and potholing may be required. Coordinate with the City and utility companies to select pothole locations that will be of value during design. Coordinate with the City to pothole selected location and to record the location, depth, and condition of the existing utility line(s). In the event that the City is unavailable to perform the potholing, the City will hire a private company to perform the potholing. The City will be responsible for contacting the One-Call locate service prior to potholing the utilities. Assumptions: • Horizontal datum will be NAD 83/91 based upon existing City control. Vertical datum will be based on NAVD 88 based upon existing benchmarks set by the surveyor. • Triad will coordinate the off-site utility locates, and provide stamped topographic survey drawings, as well as existing CAD base map files for design. • The current, available geotechnical borings information is sufficient to rely on for design. Additional geotechnical borings will not be performed at this time. RH2 Deliverables: • Topographic survey and base map drawings and AutoCAD electronic files. • Geotechnical memorandum. Provided by the City: • Utility locate and potholing of existing City utilities. • Construction record drawings. AGENDA ITEM #1. a) E1-2015 Page 21 of 30 Replace Highlands 435 Pressure Zone Reservoirs and Mains – Final Design and Bidding Task B2 – Off-site Water Main Preliminary Design Objective: Prepare preliminary plans and a construction cost estimate for the proposed off-site water main and frontage improvements within NE 12th Street and Monroe Avenue. It is anticipated that the preliminary utility design will be developed first to the 30-percent level with horizontal alignment, and then to the 60-percent level with horizontal and vertical alignment. At each stage, RH2 will meet with the City to review the alignments and identity needs for potholing or other field investigations. Connection points and other significant details will be included as appropriate. Approach: B.2.1 Evaluate Conceptual Off-site Water Main Design – Format base map received from surveyor, and create base layout sheets. Walk alignment to review visible structures such as water meters, hydrants, valves, storm catch basins, sewer manholes, and other utility facilities. Review preliminary water main alignment feasibility developed during the predesign. Review is limited to visible surface features and utility locates only. B.2.2 Prepare Stormwater Conveyance Preliminary Design – Coordinate design with Task A1 and prepare preliminary stormwater design for the frontage improvements to connect to the existing storm system in NE 12th Street west of Monroe Avenue. It is assumed that the existing stormwater conveyance system in NE 12th Street west of Monroe Avenue has sufficient capacity to accommodate runoff from the frontage improvements. B.2.3 Prepare Reservoir Overflow Force Main Preliminary Design – Coordinate design with Task A1 to and prepare preliminary design to repurpose the existing 16-inch water main as a proposed reservoir overflow stormwater force main connecting to the existing sewer in Sunset Boulevard. Develop bypass pumping scenario. B.2.4 Prepare Water Main Preliminary Design – Coordinate design with Task A1 and prepare preliminary design of the water main improvements within NE 12th Street and Monroe Avenue. It is assumed that the design will be divided into two schedules as described in the Background section. B.2.5 Attend 30-Percent Review Meeting – Submit 30-percent plans to the City for review. Prepare for and attend a 30-percent review meeting with the City. Prepare and distribute meeting minutes. B.2.6 Prepare 60-Percent Technical Specifications – Develop technical specifications based on the City’s standard Special Provisions specific to this project for equipment, materials, and construction tasks. B.2.7 Prepare 60-Percent Engineer’s Estimate – Prepare a 60-percent level probable construction cost estimate. The 60-percent estimate shall reflect the pay items and quantities as developed at the 60-percent design stage of the project. B.2.8 Perform 60-Percent QA/QC Review – Provide in-house QA/QC review of 60-percent plans and specifications. B.2.9 Attend 60-Percent Review Meeting – Submit 60-percent plans and specifications to the City for review. Prepare for and attend a 60-percent review meeting with the City. Prepare and distribute meeting minutes. RH2 Deliverables: • Three (3) half-size sets and one (1) electronic PDF set of the 30-percent plans. • Three (3) half-size sets and one (1) electronic PDF set of the 60-percent plans • One (1) electronic version (Microsoft Word) and one (1) hard copy of the 60-percent technical specifications. • Construction cost estimate in electronic PDF format. Provided by the City: • Red-lined drawings and/or written comments based on City’s 30- and 60-percent design review. AGENDA ITEM #1. a) E1-2015 Page 22 of 30 Replace Highlands 435 Pressure Zone Reservoirs and Mains – Final Design and Bidding Task B3 – Off-site Water Main Final Design Objective: Prepare final plans, specifications, and construction cost estimate for the proposed off- site water main and utility improvements within NE 12th Street and Monroe Avenue. B.3.1 Prepare 90-Percent Water Main Design Plans – Address 60-percent comments and continue to advance the off-site water main and frontage utility designs to the 90-percent design level. Preliminary details will be revised and outstanding minor details will be developed. At the completion of this task, all of the plan sheets and details are to be included in the plan set. In general, work will be similar to that completed under design subtasks identified under Task B2, including: B.3.1.1 Prepare Stormwater Conveyance 90-Percent Design B.3.1.2 Prepare Reservoir Overflow Force Main 90-Percent Design B.3.1.3 Prepare Water Main 90-Percent Design B.3.1.4 Prepare 90-Percent Technical Specifications B.3.1.5 Prepare 90-Percent Engineer’s Estimate B.3.1.6 Perform 90-Percent QA/QC Review B.3.1.7 Attend 90-Percent Review Meeting B.3.2 Prepare 90-Percent Non-Technical Specifications – Obtain and review City front-end documents in Word format. Provide comments and suggested revision using Track Changes as necessary to coordinate documents with technical specifications and project-specific requirements. B.3.3 Prepare Traffic Control Plans – Coordinate with City Transportation Department and prepare preliminary traffic control and detour plans for use in permitting and bidding. It is anticipated that the preliminary traffic control plans will be prepared to a level suitable to identify the general traffic control requirements that bidders should anticipate, and to allow for utility permitting. The contractor will be required to prepare and submit final traffic control plans prior to construction. B.3.4 Prepare Final Utility Design Plans – Incorporate permit and 90-percent review comments into the plans and specifications and finalize for bidding. B.3.5 Perform Final QA/QC Review – Perform a final QA/QC review of plans and specifications. B.3.6 Prepare Final Engineers Estimate – Prepare a final engineer’s estimate of probable construction cost, formatted for bidding, and provide a range of probable construction cost in bid documents for the purpose of establishing bid bond value. RH2 Deliverables: • Final and 90-percent plans, specifications, and construction cost estimate in electronic PDF format. • One (1) electronic version (Microsoft Word) and one (1) hard copy of the 90-percent technical and non- technical specifications. • Three (3) half-size and one (1) full-size hard copy sets of bound color 90-percent plans. AGENDA ITEM #1. a) 5/9/2016 11:31:00 AM \\rh2\dfs\Bothell\Data\REN\113-104\00 Contracts and PM\Project Scoping\Highlands 435 PZ Res and Offsite Utilities - PH 1\PSA_Exhibit B_Completion Schedule_Final Design and Bidding.docx Exhibit B: Time Schedule of Completion City of Renton Highlands 435 Pressure Zone Reservoir Improvements Phase 1 – 6.3 MG Reservoir and Transmission Main Final Design and Bidding Task Anticipated Completion GENERAL PROJECT TASKS Task 1 – Project Management Throughout Contract Duration Task 2A and 2B – Permitting Assistance Contract Start + 14 months Task 3A and 3B – Services During Bidding Contract Start + 16 months Task 4 – Additional Design and Permitting Services Not Applicable SCHEDULE A – Highlands 435 Reservoir and Street Frontage Improvements Task A1 – Reservoir 60-percent Design Contract Start + 6 months Task A2 – Reservoir 90-percent Design Contract Start + 11 months Task A3 – Public Meeting Assistance Contract Start + 12 months Task A4 – Finalize Reservoir Design Contract Start + 14 months SCHEDULE B and C – Off-site Water Main and Utility Improvements Task B1 - Topographic Survey and Geotechnical Investigation Contract Start + 2 months Task B2 - Off-site Water Main and Utility Preliminary Design Contract Start + 6 months Task B3 - Off-site Water Main and Utility Final Design Contract Start + 14 months CONTRACT COMPLETION DATE: Contract Start + 18 months AGENDA ITEM #1. a) Subconsultant: RH2 ENGINEERING, INC Overhead Multiplier Fee Multiplier 183.39%12% Professional I $ 44.42 $ 81.47 $ 15.11 $ 141.00 Professional II $ 48.52 $ 88.98 $ 16.50 $ 154.00 Professional III $ 51.99 $ 95.34 $ 17.68 $ 165.00 Professional IV $ 55.14 $ 101.12 $ 18.75 $ 175.00 Professional V $ 58.60 $ 107.47 $ 19.93 $ 186.00 Professional VI $ 61.44 $ 112.67 $ 20.89 $ 195.00 Professional VII $ 66.48 $ 121.92 $ 22.61 $ 211.00 Professional VIII $ 69.00 $ 126.54 $ 23.46 $ 219.00 Professional IX $ 69.00 $ 126.54 $ 23.46 $ 219.00 Technician I $ 31.19 $ 57.20 $ 10.61 $ 99.00 Technician II $ 32.77 $ 60.09 $ 11.14 $ 104.00 Technician III $ 41.90 $ 76.85 $ 14.25 $ 133.00 Technician IV $ 44.42 $ 81.47 $ 15.11 $ 141.00 Administrative I $ 21.11 $ 38.71 $ 7.18 $ 67.00 Administrative II $ 24.89 $ 45.65 $ 8.46 $ 79.00 Administrative III $ 29.93 $ 54.89 $ 10.18 $ 95.00 Administrative IV $ 34.97 $ 64.14 $ 11.89 $ 111.00 Administrative V $ 41.59 $ 76.27 $ 14.14 $ 132.00 In-House Copies B/W - 8.5x11 $ 0.09 In-House Copies B/W - 8.5x14 $ 0.14 In-House Copies B/W - 11x17 $ 0.20 In-House Copies Color - 8.5x11 $ 0.90 In-House Copies Color - 8.5x14 $ 1.20 In-House Copies Color - 11x17 $ 2.00 CAD Plots Large $ 25.00 CAD Plots Full $ 10.00 CAD Plots Half $ 2.50 CAD System Per Hour $ 27.50 GIS System Per Hour $ 27.50 Mileage Current IRS Rate Subconsultants will be billed at cost plus 15%. Outside direct costs for permit fees, reports, maps, data, reprographics, couriers, postage, and non- mileage related travel expenses that are necessary for the execution of the project and are not specifically identified elsewhere in the contract will be billed at cost. Exhibit C-1 Consultant Fee Determination - Summary Sheet (Negotiated Hourly Rates of Pay) Fee Schedule Staff Classification Negotiated Hourly Rate Negotiated Rate Per Hour AGENDA ITEM #1. a) EXHIBIT C-2 City of Renton Highlands 435 Pressure Zone Reservoir Improvements Phase 1 - 6.3 MG Reservoir and Transmission Main Final Design and Bidding Fee Estimate Description Total Hours Total Labor Total Subconsultant Total Expense Total Cost GENERAL PROJECT TASKS Task 1 Project Management Services 126 24,066$ -$ 737$ 24,803$ 1.1 Manage Project Team 36 7,308$ -$ 187$ 7,495$ 1.2 Maintain Project Files 24 3,168$ -$ 97$ 3,265$ 1.3 Prepare Monthly Invoices and Budget Status Summaries 24 4,968$ -$ 129$ 5,097$ 1.4 Prepare for and Attend Coordination Meetings with City staff 36 7,452$ -$ 293$ 7,745$ 1.5 Create and Maintain Project Design Schedule 6 1,170$ -$ 31$ 1,201$ Task 2A Permitting Assistance - Schedule A 92 14,630$ -$ 6,854$ 21,484$ 2A.1 Prepare Documents and Application for City Permits 62 9,886$ -$ 5,897$ 15,783$ 2A.2 Prepare Documents and Application for DOH Permits 17 2,781$ -$ 888$ 3,669$ 2A.3 Prepare NPDES CSGP NOI for submittal to Ecology 13 1,963$ -$ 69$ 2,032$ Task 2B Permitting Assistance - Schedule B and C 46 7,392$ -$ 3,316$ 10,708$ 2B.1 Prepare Documents and Application for City Permits 29 4,611$ -$ 2,960$ 7,571$ 2B.2 Prepare Documents and Application for DOH Permits 17 2,781$ -$ 356$ 3,137$ Task 3A Services During Bidding - Schedules A and B 99 16,883$ -$ 2,388$ 19,271$ 3A.1 Prepare Bid Advertisement 4 634$ -$ 16$ 650$ 3A.2 Prepare Bid Documents 14 2,022$ -$ 1,971$ 3,993$ 3A.3 Respond to Bidder Questions and Prepare Addenda 54 9,442$ -$ 241$ 9,683$ 3A.4 Assist in Bidder Meetings and Evaluation of Bids 27 4,785$ -$ 161$ 4,946$ Task 3B Services During Bidding - Schedule C 46 7,396$ -$ 688$ 8,084$ 3B.1 Prepare Bid Advertisement 4 634$ -$ 16$ 650$ 3B.2 Prepare Bid Documents 10 1,494$ -$ 501$ 1,995$ 3B.3 Respond to Bidder Questions and Prepare Addenda 18 2,898$ -$ 75$ 2,973$ 3B.4 Assist in Bidder Meetings and Evaluation of Bids 14 2,370$ -$ 96$ 2,466$ Task 4 Additional Design and Permitting Services 100 16,304$ -$ 3,700$ 20,004$ 4.1 Provide Additional Services as Requested by City 100 16,304$ -$ 3,700$ 20,004$ SUBTOTAL GENERAL PROJECT TASKS 509 86,671$ -$ 17,682$ 104,353$ SCHEDULE A - HIGHLANDS 435 RESERVOIR AND STREET FRONTAGE IMPROVEMENTS Task A1 Reservoir 60-Percent Design 1107 185,284$ 11,500$ 27,000$ 223,784$ A1.1 Prepare 60-percent Reservoir Design Plans 284 45,964$ -$ 6,170$ 52,134$ A1.2 Prepare 60-percent Site and Frontage Improvement Design Plans 200 34,592$ 11,500$ 3,614$ 49,706$ A1.3 Prepare 60-percent Stormwater Detention and Pump Station Design Plans 323 52,964$ -$ 6,928$ 59,892$ A1.4 Prepare 60-percent Electrical and Control Design 113 18,347$ -$ 2,591$ 20,938$ A1.5 Prepare 60-percent Technical Specifications 80 13,288$ -$ 377$ 13,665$ A1.6 Prepare 60-percent Engineer's Estimate 47 8,125$ -$ 1,299$ 9,424$ A1.7 Perform 60-percent QA/QC Review 40 8,168$ -$ 2,205$ 10,373$ A1.8 Attend 60-percent Review Meeting 20 3,836$ -$ 3,815$ 7,651$ Task A2 Reservoir 90-percent Design 530 90,614$ 5,750$ 10,125$ 106,489$ A2.1 Prepare 90-percent Design Plans 500 85,508$ 5,750$ 9,989$ 101,247$ A2.2 Prepare 90-percent Non-technical Specifications 30 5,106$ -$ 137$ 5,243$ Task A3 Public Meeting Assistance 72 11,822$ -$ 945$ 12,767$ A3.1 Prepare Materials for Public Meetings 50 7,718$ -$ 478$ 8,196$ A3.2 Attend Public Meetings 22 4,104$ -$ 467$ 4,571$ Task A4 Final Construction Contract Documents 185 31,962$ -$ 2,813$ 34,775$ A4.1 Finalize Plans and Specifications 136 22,928$ -$ 2,254$ 25,182$ A4.2 Perform Final QA/QC Review of Plans and Specifications 28 5,244$ -$ 326$ 5,570$ A4.3 Prepare Final Engineer's Estimate 21 3,790$ -$ 233$ 4,023$ SUBTOTAL SCHEDULE A - RESERVOIR 1,894 319,682$ 17,250$ 40,884$ 377,816$ SCHEDULES B and C - OFF-SITE WATER MAIN AND UTILITY IMPROVEMENTS Task B1 Topographic Survey and Geotechnical Investigation 60 17,218$ 31,395$ 1,180$ 49,793$ B1.1 Coordinate Survey and Prepare Base Maps 24 10,656$ 31,395$ 569$ 42,620$ B1.2 Review Engineering Geology and Investigate Environmental/Hazards 16 3,210$ -$ 134$ 3,344$ B1.3 Investigate Subsurface Utilities 20 3,352$ -$ 477$ 3,829$ Task B2 Off-site Water Main Preliminary Design 394 66,037$ -$ 7,315$ 73,352$ B2.1 Evaluate Conceptual Off-Site Water Main Design 22 3,726$ -$ 427$ 4,153$ B2.2 Prepare Stormwater Conveyance Preliminary Design 66 10,554$ -$ 1,485$ 12,039$ B2.3 Prepare Reservoir Overflow Force Main Preliminary Design 26 4,318$ -$ 504$ 4,822$ B2.4 Prepare Water Main Preliminary Design 217 36,102$ -$ 3,967$ 40,069$ B2.5 Attend 30-Percent Review Meeting 8 1,528$ -$ 165$ 1,693$ B2.6 Prepare 60-Percent Technical Specifications 15 2,523$ -$ 72$ 2,595$ B2.7 Prepare 60-Percent Engineer's Estimate 12 2,074$ -$ 190$ 2,264$ B2.8 Perform 60-Percent QA/QC Review 16 3,156$ -$ 218$ 3,374$ B2.9 Attend 60-Percent Review Meeting 12 2,056$ -$ 288$ 2,344$ Task B3 Off-site Water Main Final Design 496 82,880$ -$ 8,893$ 91,773$ B3.1 Prepare 90-Percent Water Main Design Plans 352 59,146$ -$ 6,232$ 65,378$ B3.2 Prepare 90-Percent Non-Technical Specifications 10 1,744$ -$ 45$ 1,789$ B3.3 Prepare Traffic Control Plans 36 5,876$ -$ 754$ 6,630$ B3.4 Prepare Final Utility Design Plans 80 12,968$ -$ 1,599$ 14,567$ B3.5 Perform Final QA/QC Review 12 2,180$ -$ 129$ 2,309$ B3.6 Prepare Final Engineer's Estimate 6 966$ -$ 135$ 1,101$ SUBTOTAL SCHEDULES B & C 950 166,135$ 31,395$ 17,389$ 214,919$ PROJECT TOTAL 3,353 572,488$ 48,645$ 75,955$ 697,088$ 5/9/2016 11:37 AM \\rh2\dfs\Bothell\Data\REN\113-104\00 Contracts and PM\Project Scoping\Highlands 435 PZ Res and Offsite Utilities - PH 1\PSA_Exhibit C-2_FEE_Final Design and Bidding_FINAL 20160509.xlsm AGENDA ITEM #1. a) AGENDA ITEM #1. a) AGENDA ITEM #1. a) E1-2015 Page 28 of 30 Replace Highlands 435 Pressure Zone Reservoirs and Mains – Final Design and Bidding EXHIBIT C (cont.) SUMMARY OF FEE FOR ENGINEERING SERVICES BREAKDOWN OF OVERHEAD COST – See RH2 Engineering Indirect Cost Rate Schedule (preceeding pages) Profit Sharing ........................................................................................................... % FICA .......................................................................................................................... % Unemployment Compensation ................................................................................ % Medical Aid and Industrial Insurance ...................................................................... % Company Insurance and Medical ............................................................................ % Vacation, Holiday and Sick Leave ............................................................................. % State B & O Tax & Other Business Tax ..................................................................... % Insurance ................................................................................................................. % Administration and Time Unassignable ................................................................... % Printing, Stationery and Supplies ............................................................................. % Travel Not Assignable .............................................................................................. % Telephone and Telegraph Not Assignable ............................................................... % Fees, Dues, Professional Meetings .......................................................................... % Utilities and Maintenance........................................................................................ % Rent .......................................................................................................................... % Rental Equipment .................................................................................................... % Office Miscellaneous, Postage ................................................................................. % Professional Services ............................................................................................... % TOTAL 183.39 % SUMMARY OF COSTS Project No. WTR-27-03888 Name of Project: Replace Highlands 435 Zone Reservoirs and Mains - Design Direct Salary Cost ........................................................................................................................ $180,369.81 Overhead Cost (including payroll additives ................................................................................. 183.39 % $330,780.19 Sub-Total $511,150.00 Net Fee ........................................................................................................... 12% $61,338.00 Direct Non-Salary Costs: a. Travel and per diem ................................................ $ _________ b. Reproduction expenses .......................................... $ _________ c. Computer expense .................................................. $ _________ d. Outside consultants ................................................. $ 48,645.00 e. Other (specify) ......................................................... $ 75,955.00 Total $ 124,600.00 Sub Total $ 124,600.00 GRAND TOTAL $ 697,088.00 AGENDA ITEM #1. a) E1-2015 Page 29 of 30 Replace Highlands 435 Pressure Zone Reservoirs and Mains – Final Design and Bidding AGENDA ITEM #1. a) E1-2015 Page 30 of 30 Replace Highlands 435 Pressure Zone Reservoirs and Mains – Final Design and Bidding CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE ______RH2 Engineering, Inc____________________ hereby confirms and declares that: (Name of contractor/subcontractor/consultant) I. It is the policy of the above-named contractor/subcontractor/consultant, to offer equal opportunity to all qualified employees and applicants for employment without regard to their race; religion/creed; national origin; ancestry; sex; the presence of a physical, sensory, or mental disability; age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status; or veteran’s status. II. The above-named contractor/subcontractor/consultant complies with all applicable federal, state and local laws governing non-discrimination in employment. III. When applicable, the above-named contractor/subcontractor/consultant will seek out and negotiate with minority and women contractors for the award of subcontracts. Print Agent/Representative’s Name Print Agent/Representative’s Title Agent/Representative’s Signature Date Signed Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or supplier. Include or attach this document(s) with the contract. AGENDA ITEM #1. a) Ca)Ea)004-’C”a)a)(9>0Ca)a)E00a)CoftCoCc,)Iw000CW00000000(‘4050AGENDA ITEM #1. a) AB - 1662 City Council Regular Meeting - 23 May 2016 SUBJECT/TITLE: Addendum #6 to CAG-13-105 with Coast & Harbor Engineering for the Cedar River Gravel Removal Project RECOMMENDED ACTION: Refer to Utilities Committee DEPARTMENT: Utility Systems Division STAFF CONTACT: Hebé C. Bernardo, Surface Water Engineer EXT.: 7264 FISCAL IMPACT SUMMARY: The additional support under this addendum with Coast & Harbor Engineering is in the amount of $383,507.50. The Cedar River Gravel Removal Project (427.475193) is 100% funded by the King County Flood Control District. The total 2016 funding amount budgeted for the project is $10,588,333. An amendment to the project funding agreement with King County (CAG-13-009) is being finalized for Council review later this month to adjust the City budget to match the approved King County Flood Control District budget for the project. The approved 2016 Surface Water Utility Capital Improvement Program project budget is currently $4,298,438, which will be adjusted in the next budget adjustment ordinance to match the King County Flood Control District budget. SUMMARY OF ACTION: The purpose of the Cedar River Gravel Removal Project is to perform maintenance dredging of up to 114,000 cubic yards of gravel from the mouth of the Cedar River (river mile 0) to the Williams Street Bridge (river mile 1.25) in order to reduce flood risks to private, public and commercial properties in the lower Cedar River. The original consultant agreement with Coast & Harbor Engineering did not include construction administration support and engineering services support during the project construction phase. The additional support under this addendum will include preconstruction submittal review, resident engineering, office engineering technical support, regulatory permit assistance and construction progress observation. The bid opening for the Cedar River Maintenance Dredge Project, CAG-16-040, was held on April 19, 2016. The construction bid was awarded to the Gary Merlino Construction Company by the City Council on May 16, 2016. EXHIBITS: A. Issue Paper B. Addendum #6 STAFF RECOMMENDATION: Execute Addendum #6 to CAG-13-105 with Coast & Harbor Engineering for construction administration support for the Cedar River Gravel Removal Project in the amount of $383,507.50. AGENDA ITEM #2. a) PUBLIC WORKS DEPARTMENT M E M O R A N D U M DATE:May 12, 2016 TO:Randy Corman, Council President Members of Renton City Council VIA:Denis Law, Mayor FROM:Gregg Zimmerman, Administrator STAFF CONTACT:Ron Straka, Surface Water Utility Manager, ext. 7248 Hebé Bernardo, Surface Water Utility Engineer, ext. 7264 SUBJECT:Addendum #6 to CAG-13-105 with Coast & Harbor Engineering for the Cedar River Gravel Removal Project ISSUE: Should Council authorize the Mayor and City Clerk to execute Addendum #6 to CAG-13- 105 with Coast & Harbor Engineering in the amount of $383,507.50 for construction administration and engineering services during construction of the Cedar River Gravel Removal Project? RECOMMENDATION: Authorize the Mayor and City Clerk to execute Addendum #6 to CAG-13-105 with Coast & Harbor Engineering in the amount of $383,507.50 for construction administration support for the Cedar River Gravel Removal Project. BACKGROUND: The purpose of the Cedar River Gravel Removal Project is to perform maintenance dredging of up to 114,000 cubic yards of gravel from the mouth of the Cedar River (river mile 0) to the Williams Street Bridge (river mile 1.25) in order to reduce flood risks to private, public and commercial properties in the lower Cedar River. Project construction includes: Construction surveying, staking, as-builts and replacing survey monuments. Traffic control. Construction access and roadway restoration. Installing and maintaining adequate temporary erosion siltation control (TESC) and water quality protection measures. Dredging and excavation of approximately 114,000 cubic yards of river bed material and offsite beneficial reuse and disposal. Existing bank stabilization maintenance and repair. Installation of new bank protection armoring. Landscape, plantings and property restoration. AGENDA ITEM #2. a) Mr. Corman, Council President Page 2 of 2 May 12, 2016 \HCBtp The bid opening for the Cedar River Maintenance Dredge Project, CAG-16-040 was held on April 19 2016. The construction bid was awarded by the City Council on May 16, 2016, to Gary Merlino Construction Company. The original consultant agreement with Coast & Harbor Engineering (CHE) did not include construction administration and engineering services support during the project construction phase. The additional support under this addendum with CHE will include: Preconstruction submittal review. Resident engineering. Office engineering technical support. Regulatory permit assistance. Construction progress observation. The Cedar River Gravel Removal Project (427.475193) is 100% funded by the King County Flood Control District. The total 2016 funding amount budgeted for the project is $10,588,333. An amendment to the project funding agreement with King County (CAG-13-009) is being finalized for Council review later this month to adjust the City budget to match the approved King County Flood Control District budget for the project. The approved 2016 Surface Water Utility Capital Improvement Program project budget is currently $4,298,438, which will be adjusted in the next quarterly budget adjustment ordinance to match the King County Flood Control District budget. CONCLUSION: The Surface Water Utility recommends the approval of Addendum #6 to CAG-13-105 with Coast & Harbor Engineering in the amount of $383,507.50 for construction administration support for the Cedar River Gravel Removal Project. cc:Lys Hornsby, Utility Systems Director AGENDA ITEM #2. a) FORM:ADD-2010ADDENDUMNO.6ENGINEERINGCONSULTANTAGREEMENTFORPROFESSIONALSERVICES-forCedarRiverMaintenanceDredgeProject,CAG-13-105ThisAddendumismadeandenteredintothis___ _ _dayof______________byandbetweentheCityofRenton,hereinaftercalledthe“City”,andCoastandHarborEngineering,whoseaddressis,110JamesStreet,Suite101,Edmonds,WA98020,hereinaftercalledthe“Consultant”.WITNESSETHTHAT:WHEREAS,theCityengagedtheservicesoftheconsultantunderEngineeringConsultantAgreementCAG-13-105,datedMay17,2013,toprovideengineeringservicesnecessaryfortheCedarRiverMaintenanceDredgeProject;andWHEREAS,theCitydesirestocompletetheworkassociatedwiththeCedarRiverMaintenanceDredgeProject,andtheCitydoesnothavesufficientqualifiedengineeringemployeestoperformtheworkwithinareasonabletime;andWHEREAS,theCityandconsultanthavedeterminedthatadditionalservicesarerequiredtocompletetheworkitemslistedinExhibitAScopeofServicesundertheoriginalcontractCAG-13-105,datedMay17,2013;NOW,THEREFORE,inaccordancewithSectionVIIIExtraWorkoftheMasterAgreementCAG-13-105,datedMay17,2013,itismutuallyagreeduponthatEngineeringConsultantAgreementCAG-13-105,isamendedtoincludetheworkandassociatedbudgetasfollows:1.TheScopeofWork(SectionIoftheMasterAgreementCAG-13-105)ismodifiedtoincludetheadditionalservicesontheattachedExhibitA.2.ThePayment(SectionVIoftheMasterAgreementCAG-13-105)ismodifiedtoincludepaymentfortheadditionalworkitemsdefinedinExhibitA.Therevisedcontracttotalpayableforworkonthiscontractaddendumisincreasedfrom$1,536,542.41to$1,920,049.91,makingadifferenceof$383,507.50.ThemaximumamountpayablefortheadditionalworkitemsdefinedinExhibitAofthiscontractaddendumis$383,507.50withoutpriorauthorizationfromtheCity.AllotherprovisionsofConsultantAgreementCAG-13-105datedMay17,2013,shallapplytothisaddendum.AGENDA ITEM #2. a) AGENDA ITEM #2. a) EXECUTIONINWITNESSWHEREOF,thepartieshaveexecutedthisAddendumNo.6toENGINEERINGCONSULTANTAGREEMENTCAG-13-105asofthedayandyearfirstabovewritten.CONSULTANTSignatureDateTypeorPrintNameTitleCITYOFRENTONMayorDateATTEST:JasonA.Seth,CityClerkH:\FiIeSys\SWP-SurfaceWaterProjects\SWP-27-SurfaceWaterProjects(CIP)\27-3634CedarRiverMaintenanceDredge\1100DESIGNCONTRACT\Addendum6\ADENDUM6-2016.doc\HCBtpAGENDA ITEM #2. a) AGENDA ITEM #2. a) COAST&HARBOR3ENGINEERINGADivisionofHatchMottMacDonaldEXHIBITACITYOFRENTONCEDARRIVERMAINTENANCEDREDGINGPROJECTADDENDUM#6:ConstructionAdministrationandEngineeringServicesDRAFTScopeofWorkandFeeEstimatesIntroduction:Coast&HarborEngineering,aDivisionofHatchMottMacDonald,(CHE)ispleasedtopresentthisproposalforconstructionphaseadministrationandengineeringservicesfortheCityofRenton-CedarRiverMaintenanceDredgingProjectlocatedinRenton,Washington.Thisscopedescribesconstructionadministrationsupportservicesrelatedtothedredgingofaccumulatedsedimentswithintheprojectreach(downstreamofWilliamsBridgeorapproximatelythelower1.25miles)oftheCedarRiver.CHEandoursub-consultants,GeoEngineers(Geo)andJABrennan(JAB)wiltbetheconsultingteamprovidingtheassistanceduringtheconstructionphaseoftheproject.Theworkconsistsofpreconstructionsubmittalreview,residentengineering,officeengineeringtechnicalsupport,regulatorypermitassistance,andconstructionprogressobservationasdescribedherein.Assumptions:Assumptionsthatarepartofthescopeofworkareasfollows:•Allpre/postconstructionsurveyworkandwaterqualitymonitoringareprovidedbythecontractor.CHEtoreviewsubmitteddataandresultsforconformancewithcontractdocuments.•CHEisprovidingpart-timetechnicalsupportduringdredginganddredgedmaterialdisposalelementsoftheproject.•Constructionworkwindowsareasfollows:oOut-of-waterworkwindows:June1st—June14thandSeptember1st—30thoIn-waterworkwindow:June15throughAugust31•OnsiteCHEassistance(1ResidentEngineer)islimitedtonomorethan6daysperweekforupto12hoursonsitetimeforeachdayonsite.AttherequestoftheCity,CHEwillprovideanadditionalResidentEngineertocoverasecondshiftand/oron-callworkwithineach24hourperiodduringthein-waterworkwindow.ProjectScopeTaskIPreconstructionEngineeringServicesThistaskinvolvesparticipatinginapre-constructionmeetingandreviewofcontractorsubmittalsandrequestsforinformation.Duringthistask,CHEwillberesponsibleforconductingthefollowingwork:AttendnegotiationmeetingwithCityandContractortofinalizereviewofcontractorbidandcontract.CityofRenton—CedarRiverMaintenanceDredgingProjectMay10,2016ConstructionAdministrationScopeofWorkandFeeEstimates-DRAFTPage1of5AGENDA ITEM #2. a) COAST&HARBOR4ENGINEERINGADMsionofHotohMortMoDor,o!d•AttendapreconstructionmeetingattheCityoffice.Attendweeklymeetingsviaphoneorinperson(asneeded)priortothestartofon-siteconstructionactivities.•Attendapreconstructionkickoffmeetingonsite.•Set-upadocumentcontrolprogramtoassistwithallprojectdocumentsduringtheconstructionperiod(i.e.submittaldistributionandreview;scheduleupdates;meetingminutes;requestsforinformation(RFIs);changeorderrequests;etc.)•ReviewallContractorsubmittalsforconformancewiththetechnicalspecificationsandprovidewrittencommentsviafax,email,ortechnicalmemorandumtotheCityandtheContractor.Allcorrespondencewillbedocumentedandarchivedontheaforementionedprojectdocumentcontrolsprogram.Submittalreviewworkincludesreviewofpre-constructionsubmittalssuchastheconstructionworkplan,rojectschedules,proposedconstructionmaterials,shopdrawings,andconstructionsurveys.Thisreviewwillcomparethesubmitteddatawiththedesignforconformancewiththecontractdocuments.•Conductasitevisitattheproposedstonesource(armorandbeddingstone)toconductareviewandobservespecifiedtests.Providesummarytechnicalmemorandumsummarizingassessmentofproposedsources.•InterpretplansandspecificationsandrespondtotheContractor’sRFIsthroughtheprojectdocumentcontrolsite,email,and/ortechnicalmemorandums.Task2EngineeringServicesduringConstructionTask2.7ConstructionAdministrationThistaskinvolvesprovidingon-siteconstruction-phaseengineeringservicesfromthestartofconstructionthroughtoprojectcloseoutandfinalpayment.Constructionadministrationwillincludeafull-timeresidentengineerthroughoutthedurationoftheworkforasingleshift.Periodicstaffingofadditionalshiftswillbeprovidedasneeded,butnotonadailybasis.Theservicesprovidedunderthistaskshallincludethefollowingitems:1.AssisttheCitywithreviewingcontractorsubmittalsforconstructionduringon-siteexecutionofthework.Thisincludesreviewingcontractorsubmittalsduringtheexecutionoftheconstructionworkincludingprogressprojectschedules,proposedconstructionmaterials,requestsforinformation(RFIs),shopdrawings,gradationtests,weightbillsand/orbargemeasurements,othermiscellaneoussubmittals,constructionprogresssurveys(pre-,post-constructionandintermediate/progresshydrographicandterrestrial/in-water),andcontractorprovidedqualitycontroltestsresults.Thisreviewwillcomparethesubmitteddatawiththedesignforconformancewiththecontractdocuments.2.Conductperiodictechnicalreviewsitevisitsforthedifferentprojectfeatures,including:bankstabilization;plantingandothernon-dredgingworkitems.CityofRenton—CedarRiverMaintenanceDredgingProjectMay10,2016ConstructionAdministrationScopeofWorkandFeeEstimates-DRAFTPage2of5AGENDA ITEM #2. a) COAST&HARBOR3ENGiNEERINGADii,ooofHold,MoltMocDo,,old3.Assistwithinterpretationofplansandspecifications,reviewofconstructionmethods,andreviewofinstalledmaterialsandquantities.4.AttendweeklyconstructionmeetingsinpersonforresidentengineerandviaphoneforotherCHEstaffbasedonthestageofconstruction.Documentmeetingdiscussionwithmeetingnotestobedistributedtotheprojectteam.5.CHEwillhaveaResidentEngineeronsiteforthedurationofthein-waterworkwindow(seeassumptions).CHEwillbepresentattheconstructionsiteatintervalsappropriatetothestageofconstructiontoassisttheContractorwithcoordinationandinterpretationofthedesigndocuments.CHEresidentengineerwillcompileadailylogofconstructionactivitiesandcriticalcommunication.Weeklyreportssummarizingtheconstructionactivities,projectbudgetanalysis,andprojectprogresswillmadeavailabletotheCityontheprojectdocumentcontrolsite.WorktobeconductedbytheResidentEngineeringalsoincludesthefollowing:A.ReviewContractorfieldstaking,constructionprogresssurveying,bucketprints,surveyQA/QCproceduresandothersubmittedsurveyinformation.B.Reviewconstructionprogress,recorddailyactivityandevents,andprovideinspectionformsapprovedbytheCity.C.Prepareweeklyprogressreportssummarizingconstructionprogressduringthetimeperiodandincludingphotographsofconstructionprogress.D.Reviewallmaterialsforconformancewiththespecificationsandplacedinconformancewiththeplansandspecifications.Periodicallyvisitaggregatematerialsourcelocationtoreviewmaterialqualitypriortodelivery.E.Reviewquantitiesofimportedmaterialsthatarereceivedandplaced.ParticipateinContractor’smeasurementsofquantitiesandverifythatsuchmeasurementsareobtainedandrecordedinanacceptablemannerinaccordancewiththecontractdocuments.F.Conductweeklyconstructionmeetings(asnecessarybasedonprogressofconstruction)on-sitewithContractor,City,CHEandotherstakeholderswhileon-siteconstructionactivitiesarebeingconducted.ReviewContractor’squantitysurveysandverifyresultsforapplicationforpayment.G.Performanyspecialinspectionsandmakerecommendationsastotheacceptabilityoftheworkrelativetotheplansandspecifications.H.VerifytoCitythatallitemsofconstructionhavebeencompletedandrecommendacceptanceornon-acceptanceofthework.I.ReviewaLlContractorsurveyingandverificationofContractor’sas-builts.J.ReviewWaterQualitymonitoringresultsprovidedbytheContractor.CityofRenton—CedarRiverMaintenanceDredgingProjectMay10,2016ConstructionAdministrationScopeofWorkandFeeEstimates-DRAFTPage3of5AGENDA ITEM #2. a) COAST&HARBOR3ENGINEERINGADWisionofH,tthMottMcDo,&d6.Reviewanddocumentthematerialproposedforuseintheproject.Inaddition,allconstructionmaterialswillbereviewedattheprojectsitepriortoinstallationattheprojectsite.7.ReviewContractorrequestsforpaymentandinvoices,requestedchangeorders,andcontractmodificationsandsubmitwrittenrecommendationstoCity.8.Reviewconstructionactivitiesrelativetotherequirementsoftheplansandspecifications.Reviewanddocumentationofconstructionactivitiesforconformancewiththeengineeringdesignwillbeprovided.9.Preparetechnicalinformationforaddendumand/orchangeorders,ifrequired.10.ReviewweeklyContractorprogressreports,scheduleandsubmittals.11.ReviewwaterqualitymonitoringresultsprovidedbyContractor.12.Priortosubstantialcompletion,CHEwillreviewtheprojectsiteconditionsanddevelopapunchlistofremainingworkitemsfortheContractortocompletepriortofinalcompletion.13.Performfinalinspectionofthecompletedprojectandproviderecommendationsforfinalcompletiontoensurecompliancewiththecontractdocuments.CHEwillprovideafinaltechnicalmemorandumtotheCityprovidingarecommendationoffinalcompletion.Task2.2TechnicalEngineeringServicesThistaskinvolvesprovidingconstruction-phaseofficeassistanceandtechnicalengineeringservicesfromthestartofon-siteconstructionthroughtoprojectcloseoutandfinalpayment.Theworkincludespart-timetechnicalengineeringthroughoutthedurationofthework.Additionalstaffing,administrativeassistanceandprojectdocumentcontrolwillbeprovidedasneeded.Theservicesprovidedunderthistaskshallincludethefollowingitems:AssisttheCitywithreviewingcontractorsubmittalsforconstructionduringon-siteexecutionofthework.Thisincludesreviewingcontractorsubmittalsduringtheexecutionoftheconstructionworkincludingprogressprojectschedules,proposedconstructionmaterials,requestsforinformation(RFIs),shopdrawings,gradationtests,weightbillsand/orbargemeasurements,othermiscellaneoussubmittals,constructionprogresssurveys(pre-,post-constructionandintermediate/progresshydrographicandterrestrial/in-water),andcontractorprovidedqualitycontroltestsresults.Thisreviewwillcomparethesubmitteddatawiththedesignforconformancewiththecontractdocuments.CityofRenton—CedarRiverMaintenanceDredgingProjectMay10,2016ConstructionAdministrationScopeofWorkandFeeEstimates-DRAFTPage4of5AGENDA ITEM #2. a) COAST&HARBORENGINEERINGAOjj,onofHorthMorrMsDoo&dTask3Post-constructionEngineeringServicesThistaskinvolvesreviewingpost-constructionhydrographicsurveysforfinalpaymentandas-builtsurveysforconformancewiththecontractdocuments.Theservicesprovidedunderthistaskshallincludethefollowingitems:•Reviewofpost-dredgehydrographicand/orin-watersurveyreviewandquantitycalculation•Reviewofas-builtsurveysforconformancewiththecontractdocuments•Produceandsubmitpost-constructionagencysubmittalsfoLlowingcompletionofconstructionTask4SupplementalEngineeringServices(Contingent)TheworkassociatedwiththistaskiscontingentandrequiresapprovalbytheCity.Theworkinvolvesprovidingadditionalengineeringanalysisanddesignsupportthroughoutthedurationofconstructionifneeded.Budget:Thefollowingbudgetwasdeveloped(SeeAppendixAforthedetailedfeespreadsheet)forthedescribedscopeofwork.Allworkwillbeconductedonatime-and-materialbasiswithatotalnot-to-exceedamount.CityofRenton—CedarRiverMaintenanceDredgingProjectTaskBudget1—Pre-ConstructionEngineeringServices$58,784.442—EngineeringServicesDuringConstruction$291,101.323—Post-ConstructionEngineeringServices$13,620.364—SupplementalEngineeringServices(ContingentTask)$20,001.38Total$383,507.50CityofRenton—CedarRiverMaintenanceDredgingProjectMay10,2016ConstructionAdministrationScopeofWorkandFeeEstimates-DRAFTPage5of5AGENDA ITEM #2. a) Thsk2—ENGINEERINGSERVICESDURINGCONSTRUCTIONTASK2.1CONSTRUCTIONADMINISTRATIONOnsiteEneineerisl-Assume105TotalDaysforon-sitestaff4-HourDays°10-HourDays(35Days),OutsideofIn-WaterWorkWindow*e12-HourDays158Davsl.In-WaterWorkWindowl°°24-HourDays(12Days),In-WaterWorkWindow**WeeklyMeetingsPlantineandlrrieationWork-Meetines.SiteVisitsandSubmittalReviePermittingAssistanceandAgencyCorrespondenceTASK22TECHNICALENGINEERINGSERVICESProgress/IntermediateHydrographicSurveysreviewPrnereo/I,,8e,,.e.d,8eTerrestriaI/In_5M8eDaily,Weekly,andMonthlyReoortsreview,dataorocessine.en/adminsu000rtTaskS—POSTCONSTRUCTIONENGINEERINGSERVICESReviewPost-,-e,4eeU,d.-,e,-,,hi,-5,ReviewAs-builtsurveyAgencySubmittalResponseTask4—SUPPLEMENTALENGINEERINGSERVICESICONTINGEN’flEngineeringAnalysisandDesignSupport80350696288688408888154182056162Notes:*Principalinchargeend/orSeniorConstructionEngineersitesinits(assume1-2sitesisits/week)**On-sitestaffhoursforconstructionperiodoutsideofthein-waterworkwindow(35,10-hourshifts)On-sitestaffhourstsrconstructionperiodwithinthein-waterworkwindow(58,12-hourworkingdays)On-sitestaff(onepershift)hourstorconstructionperiodwithinthein-waterworkwindow(12,24-hourworkingdays)$9190.00$2,950.00$1,050.00Coast&HarborEngineering,aDivisionofHatchMottMacDonaldCityofRenton-CedarRiverMaintenanceDredgingProjectAppendixA:ConstructionAdministrationrerCr(‘COAST&HARBOPSUMMARY-STAFFHOURSADivisionofHatchMottMacDonaldSub-DirectSub-TaskTotalConsultantsCostsTotalTotalCONSTRUCTIONADMINISTRATIONANDENGINEERINGSERVICESHoursCostCostTask1—PRECONSTRUCTIONENGINEERINGSERVICES‘“.:.—.-—$58,784.44AttendPre-ConstructionMeeting(AtCity)18$1,525.00$85.00$4,597.32AttendPre-ConstructionAgencyMeeting)AtUSACE(18$765.00$85.00$3,761,32ProjectControlsProgramSet-op28$4,103.36AttendPre-ConstructionKick-offMeeting(On-site)18$765.00$85.00$3,761.32SurveyWorkPlanreview5$722.76Pre-DredgeHydrographicSurveyreviewandprocessing14$177168Pre-ConstructionTerrestrialandIn-WaterSurveyreviewandprocessing14$1,771,68TempWaterPollution/ErosionControlPlanreview12$525.00$2,422.62StormWaterPollutionPreventionPlan)SWPPP)review8$525.00$176154SafetyPlanComplianceDocument(SPCD(review-ResponsetoCSPP4$799.20PreliminaryMatters20$3,072.64WorkPlanReview(IncludingDredgingandDisposalWorkPlan)32$4,917.76HMAMaterialsreview6$1,460.28BeddingandBackfillMaterialsreview6$922.56ExcavationandShoringPlanreview16$2,458.88VehicularTrafficandPedestrianTrafficControlPlanreview10$1,36.32RoadsideWorkPlanreview6$967.96Pre-ConntructionVideoandAccessRoadConditionAssessmentreview16$282784Pre-ConstructionSchedulereview18$267304WaterQualityMonitoringPlanreview8$525.00$1,761.4QuarrySpallssourceandgradationreviewandtechnicalmemorandumsection16$2,281.92Riprapsourceandgradationreviewandtechnicalmemorandumsection16$2,281.92Outfallinspection,repairplananddesignreview36$516448PlantingandIrrigationWork-SubmittalReview(upto6)$895.00$984.50TOTALTIMEANDMATERIALSCOST$383,507.50TotalHours:2,46318,715$7,105.009383,507.502,463Leborcost:$355,816.00(NoteLeberretrsinoludoexerheedCprontiseboonouftentol*ln%lendSnoutCosts$20587$7,105SubTotalCosts$20,586.50$7,105.00$383,507.50TOTALPROJECTCOST$383,507.50$29110132-$1,000.00$1,750.00$16,984.00$2.900.00$54,319.00$1,200.00$104791.04$42,121.92$9,900.64$11336.52$9,390.28$11,134.80$11,134.80$19.988.32$2,294.64$2694.24$8,631.48$20,001.38AGENDA ITEM #2. a)