Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Agenda
AGENDA Utilities Committee Regular Meeting 4:00 PM - Thursday, August 9, 2018 Council Conference Room, 7th Floor, City Hall – 1055 S. Grady Way 1. Renton Hill Utility Replacement Project Change Order a) AB - 2181 Utility Systems Division recommends approval of Change Order No. 1 to CAG- 17-174, with Laser Underground & Earthworks, Inc., in the amount of $302,406.79, for the rebuilding of Cedar Ave S. 2. Downtown Utility Improvement Project Phase 2 Preliminary Engineering & Design a) AB - 2186 Utility Systems Division recommends approval of an agreement with Murraysmith, Inc., in the amount of $683,735, for design services for Phase 2 of the Downtown Utility Improvement project. 3. Falcon Ridge Lift Station Bid Award a) AB - 2194 City Clerk reports the results from the July 31, 2018 bid opening for the Falcon Ridge Lift Station Replacement and Force Main Improvements project to Road Construction Northwest, Inc., in the amount of $926,502.50; and transfer $250,000 from the Thunder Hill Interceptor Rehabilitation project to this project to cover the budget gap. 4. Emerging Issues in Utilities AB - 2181 City Council Regular Meeting - 06 Aug 2018 SUBJECT/TITLE: Change Order No. 1 to CAG-17-174 with Laser Underground & Earthworks, Inc. for the Renton Hill Utility Replacement Project RECOMMENDED ACTION: Refer to Utilities Committee DEPARTMENT: Utility Systems Division STAFF CONTACT: John Hobson, Wastewater Utility Engineer EXT.: 7279 FISCAL IMPACT SUMMARY: Funding for Change Order No. 1 to CAG-17-174 with Laser Underground & Earthworks, Inc. for $302,406.79 is available through the approved 2018 Wastewater Utility, Water Utility, and Surface Water Utility Capital Improvement Program budgets for the Renton Hill Utility Replacement Project (426.465475, 425.455170, 427.475509). There is sufficient funding in the respective utility budgets for this change order. SUMMARY OF ACTION: The city is replacing water, sewer and storm pipelines in the Renton Hill neighborhood. The original project plan was to permanently patch all utility trenches and then the utility budgets would pay for the overlay of the affected streets as part of the 2019 street overlay program. Therefore, the asphalt overlay for this portion of Cedar Avenue South is not paid for in this project. Due to the narrow roadway and extensive utility replacement work on Cedar Avenue South between South 4th Street and South 6th Street, there was not enough of the original roadway asphalt remaining to properly patch the new utility trenches and await a full street overlay in 2019. In order to restore this portion of Cedar Avenue South to meet city standards, the remaining asphalt roadway, along with the temporary trench patches, have been completely removed and replaced with new crushed rock subgrade and asphalt. This construction work has been completed. The original estimate to patch the road this year then overlay next year for this portion of the project was approximately $243,600. The road has been completely rebuilt. Therefore there will no longer be a need for the utilities to provide funding to overlay the road as part of the 2019 asphalt overlay contract. Considering this future savings, the actual added cost to the utilities is approximately $58,807 [$302,407 (cost of change order rounded up), less $243,600 (estimated cost of road patching in 2018 and overlay in 2019)]. An added benefit is that the rebuilt road is sturdier than the original road was prior to excavating for the utility work. EXHIBITS: A. Change Order No. 1 STAFF RECOMMENDATION: Execute Change Order No. 1 to CAG-17-174 with Laser Underground & Earthworks, Inc. in the amount of $302,406.79 for the rebuilding of Cedar Avenue South. AGENDA ITEM #1. a) H:\File Sys\WTR - Drinking Water Utility\WTR-27 - Water Project Files\WTR-27-03824 - 2015 Water Main Replacement\Pay Estimates\Change Orders\Change Order #1 - Renton Hill Utility Replacement.doc\JHmc CITY OF RENTON Public Works Department CONTRACT CHANGE ORDER AGREEMENT CONTRACT: Renton Hill Utility Replacement CAG-17-174 C.O.# 1 CONTRACTOR: Laser Underground & Earthworks, Inc. SUMMARY OF PROPOSED CHANGE: Provide all labor, equipment, subcontracting, bonding, insurance for the complete work required for the extra work as outlined below and shown in the contractor’s proposal dated May 22, 2018: ITEM Additional Quantities Under This Change Order Unit Qty. Unit Price Total Price A34. NEW ITEM: Surface Water Utility portion of costs to rebuild Cedar Ave S between S 4th St and S 6th St. Work to include removal of temporary trench patches, remainder of existing asphalt and existing subgrade material. Placement of new subgrade CSTC, new asphalt pavement and raising all utility covers to grade. LS 1 $74,227.12 $74,227.12 B31. NEW ITEM: Wastewater Utility portion of costs to rebuild Cedar Ave S between S 4th St and S 6th St. Work to include removal of temporary trench patches, remainder of existing asphalt and existing subgrade material. Placement of new subgrade CSTC, new asphalt pavement and raising all utility covers to grade. LS 1 $79,725.43 $79,725.43 C29. NEW ITEM: Water Utility portion of costs to rebuild Cedar Ave S between S 4th St and S 6th St. Work to include removal of temporary trench patches, remainder of existing asphalt and existing subgrade material. Placement of new subgrade CSTC, new asphalt pavement and raising all utility covers to grade. LS 1 $120,962.71 $120,962.71 Sub Total $274,915.26 Sales Tax (10.0%) $27,491.53 Total $302,406.79 ORIGINAL CONTRACT AMOUNT CURRENT CONTRACT AMOUNT ESTIMATED NET CHANGE THIS ORDER ESTIMATED CONTRACT TOTAL AFTER CHANGE $5,048,703.20 $5,048,703.20 $302,406.79 $5,351,109.99 SIGNATURES: Contractor: ____________________________________________________________________ Date: _______________ Project Engineer: _______________________________________________________________ Date: _______________ Approved By: __________________________________________________________________ Date: _______________ Lys Hornsby, Utility Systems Director Approved By: ___________________________________________________________________ Date: _______________ Gregg Zimmerman, PW Administrator Approved By: ___________________________________________________________________ Date: _______________ Denis Law, Mayor Approved By: ___________________________________________________________________ Date: _______________ Shane Moloney, Renton City Attorney Attest: ___________________________________________________________________ Date: _______________ Jason Seth, City Clerk AGENDA ITEM #1. a) 20417 87th Avenue SE, Snohomish, WA 98296 Phone: (425) 251-1636 Fax: (425) 251-1656 LASER UNDERGROUND & EARTHWORKS, INC. May 22, 2018 Cedar Ave S Road Reconstruction Meeting Roadway Reconstruction Mass Excavation/Paving Preparation - $92,623.57 - $26.46/SY • Remove asphalt (3,500SY) o Solo trucking required due to site limitations o Haul broken asphalt to stockpile yard • Lower utilities • Cut dirt to subgrade (3,500SY) o Solo trucking required due to site limitations o Haul dirt to stockpile yard • Place CSTC (3,500SY) o Solo trucking required due to site limitations o Haul CSTC from stockpile yard • Fine grading (3,500SY) • Sawcut perimeter as necessary • Raise utilities to grade after paving Stockpile Yard Import/Export - $55,200.99 – $15.77/SY • Stage CSTC with truck and trailers to stay ahead of mass ex • Haul off dirt and broken asphalt with truck and trailers Roadway Paving - $101,290.70 - $28.92/SY • Pave back 4” HMA (3,500SY) Utility Trench Patching Prep - $25,800.00 @ 3,500sy =$7.37/SY • Removed HMA • Removed Dirt • Placed CSTC The total cost for Cedar Ave Roadway Reconstruction is $274,915.26 plus applicable WSST. AGENDA ITEM #1. a) Page 1 of 3 FORCE ACCOUNT CHANGE ORDER Date of Work:Invoice Date: Owner: Project: Change #: Description: Work Type: LABOR Name Reg hrs OT hrs Total hrs Rate/hr Total Operator Foreman Lead 24 16 40 79.15$ =3,569.25$ Pipelayer 24 16 40 60.95$ =2,769.63$ Topman 24 16 40 59.61$ =2,705.46$ Equipment Operator 24 16 40 73.68$ =3,307.54$ Equipment Operator 24 16 40 73.68$ =3,307.54$ Equipment Operator 24 16 40 73.68$ =3,307.54$ Truck & Trailer Driver Lead 24 16 40 77.98$ =3,513.45$ Truck & Trailer Driver 24 16 40 75.07$ =3,373.94$ Truck & Trailer Driver 24 16 40 75.07$ =3,373.94$ Traffic Control Supervisor 24 16 40 55.44$ =2,506.25$ Flagger 24 16 40 51.66$ =2,325.45$ Subtotal - Labor 264 176 440 34,060.00$ EQUIPMENT Reg hrs Standby Rate/hr Total 2004 John Deere - 200LC Excavator W/Buckets @ 115.44$ =-$ 2014 John Deere - 135G Excavator W/Buckets 40 @ 98.24$ =3,929.60$ 2014 John Deere - 85G Excavator W/Buckets 40 @ 66.15$ =2,646.00$ 2013 John Deere - 85D Excavator W/Buckets @ 66.15$ =-$ 2016 John Deere - 35G Excavator W/Buckets @ 36.79$ =-$ 1994 Excavator Case 9020B - Excavator W/Hoe Pac and Buckets @ 88.56$ =-$ 1995 Case 650G Crawler Dozer @ 55.30$ =-$ 2012 John Deere 544 Loader 80 @ 55.28$ =4,422.40$ 2005 John Deere 310 SG Loader Backhoe 4x4 Extendahoe 40 @ 39.89$ =1,595.60$ 2005 John Deere 310 SG - Compactor Attachment 40 @ 7.23$ =289.20$ Breaker Attachment (per day)5 @ 475.00$ =2,375.00$ 2006 John Deere 310 SG Loader Backhoe 4x4 Extendahoe @ 39.89$ =-$ 2006 John Deere 310 SG - Compactor Attachment @ 7.23$ =-$ Breaker Attachment (per day)@ 475.00$ =-$ 2015 John Deere 310 SK Loader Backhoe 4x4 Extendahoe @ 42.71$ =-$ 2015 John Deere 310 SK - Compactor Attachment @ 7.23$ =-$ Breaker Attachment (per day)@ 475.00$ =-$ 2016 Peterbilt Dump Truck 80 @ 69.81$ =5,584.80$ 1999 Kenworth T-800 Dump Truck 40 @ 67.80$ =2,712.00$ 1988 International 5 Yard Dump Truck 40 @ 62.80$ =2,512.00$ 1996 Tiltbed Trailer (25 Ton)@ 18.00$ =-$ 1998 Sturdy Weld Pony Trailer - 4 axle pup @ 16.35$ =-$ 2015 20' Load T (4 Ton Trailer)@ 18.87$ =-$ 1999 F250 - (Delivery) - gold @ 23.00$ =-$ 2002 Service Truck - F350 Ford P/U - Truck & Tools (4WD)40 @ 32.52$ =1,300.80$ 2005 Chevy 1500 (4WD)40 @ 32.52$ =1,300.80$ 2006 F350 SuperDuty Truck & Tools (Delivery) - blue @ 34.68$ =-$ 2007 F450 SuperDuty Flatbed (Delivery) @ 36.52$ =-$ 2008 Chevy 1500 (4WD)@ 32.52$ =-$ Laser Underground City of Renton Change Orders Roadway Reconstruct Standard Laser Underground AGENDA ITEM #1. a) Page 2 of 3 FORCE ACCOUNT CHANGE ORDER 2014 GMC Sierra Truck & Tools (4WD)@ 39.00$ =-$ 2015 F350 SuperDuty Truck & Tools (4WD)40 @ 41.68$ =1,667.20$ 2001 Bomag BW 120 Roller @ 10.52$ =-$ 2002 Bomag BW 900 Roller @ 11.52$ =-$ 2003 Water Wagon - 2 Axel Trailer, 500gl Tank, Pump & Sprayer @ 15.72$ =-$ 2015 Water Wagon - 2 Axel Trailer, 500gl Tank, Pump & Sprayer 40 @ 15.72$ =628.80$ 2003 Lay Mor Power Sweeper @ 16.85$ =-$ 2016 Lay Mor Power Sweeper 40 @ 18.94$ =757.60$ 2004 Asphalt Zipper 480S W/Trailer @ 121.15$ =-$ 1992 Ingersol Rand Air Compressor @ 28.53$ =-$ 2016 Sulivan Air Compressor @ 32.84$ =-$ 2011 Vac Trailer 400-750 Gallon FX30 @ 35.67$ =-$ Speed Shore, Pump, Pump Can, Fin Form & Accessories @ 44.00$ =-$ Gravel Box - 5 Yd Skiff @ 18.00$ =-$ Traffic Plate ( 8 x 10)@ 10.00$ =-$ Traffic Plate ( 8 x 12)@ 12.00$ =-$ Traffic Plate ( 8 x 15)@ 15.00$ =-$ Traffic Plate ( 8 x 20)@ 20.00$ =-$ 2014 Interstate 20' Enclosed Tool Trailer 40 @ 15.00$ =600.00$ 2015 Interstate 20' Enclosed Tool Trailer @ 15.00$ =-$ Traffic Control Devices (Signs, Cones, Barricades, Etc)40 @ 22.00$ =880.00$ Jumping Jack/Plate Compactor @ 3.68$ =-$ Hole Hog @ 27.48$ =-$ @ = @ = Subtotal - Equipment 33,201.80$ DIRECT MATERIAL COST HMA Export @ 4" = 795 Cy Subtotal - Direct Material Cost -$ SUBCONTRACTORS 3,600.00$ 3,000.00$ 1,000.00$ Subtotal - Subcontractors 7,600.00$ Laser Underground Dirt Export @ 6" = 735 Cy Crushed Top Surfacing Import @ 6" = 1,100 Tons Truck and Trailer Rental - 5 days HMA Paving @ 4" = 795 Tons Laser Underground Seatac Sweeping Grading @ 2 days Sawcutting AGENDA ITEM #1. a) Page 3 of 3 FORCE ACCOUNT CHANGE ORDER Labor Subtotal 34,060.00$ + 29% Markup 9,877.40$ Total Labor 43,937.40$ Equipment Subtotal 33,201.80$ + 21% Markup 6,972.38$ Total Equipment 40,174.18$ Direct Material Cost Subtotal -$ + 21% Markup -$ Total Direct Material Cost -$ Subcontractors Subtotal 7,600.00$ + 12% Markup 912.00$ Total Subcontractors 8,512.00$ Subtotal Labor, Equipment, Direct Material Cost, Subcontractors 92,623.57$ + 0% Markup -$ Total 92,623.57$ 3515.666667 DETAILS 26.35$ Laser Underground Cedar Ave Reconstruction AGENDA ITEM #1. a) Page 1 of 3 FORCE ACCOUNT CHANGE ORDER Date of Work:Invoice Date: Owner: Project: Change #: Description: Work Type: LABOR Name Reg hrs OT hrs Total hrs Rate/hr Total Operator Foreman Lead 0 79.15$ =-$ Pipelayer 0 60.95$ =-$ Topman 0 59.61$ =-$ Equipment Operator 32 32 73.68$ =2,357.63$ Equipment Operator 0 73.68$ =-$ Truck & Trailer Driver Lead 0 77.98$ =-$ Truck & Trailer Driver 0 75.07$ =-$ Delivery Driver 0 41.61$ =-$ Traffic Control Supervisor 0 55.44$ =-$ Flagger 0 51.66$ =-$ Flagger 0 51.66$ =-$ Subtotal - Labor 32 0 32 2,357.63$ EQUIPMENT Reg hrs Standby Rate/hr Total 2004 John Deere - 200LC Excavator W/Buckets @ 115.44$ =-$ 2014 John Deere - 135G Excavator W/Buckets @ 98.24$ =-$ 2014 John Deere - 85G Excavator W/Buckets @ 66.15$ =-$ 2013 John Deere - 85D Excavator W/Buckets @ 66.15$ =-$ 2016 John Deere - 35G Excavator W/Buckets @ 36.79$ =-$ 1994 Excavator Case 9020B - Excavator W/Hoe Pac and Buckets @ 88.56$ =-$ 1995 Case 650G Crawler Dozer @ 55.30$ =-$ 2012 John Deere 544 Loader 32 @ 55.28$ =1,768.96$ 2005 John Deere 310 SG Loader Backhoe 4x4 Extendahoe @ 39.89$ =-$ 2005 John Deere 310 SG - Compactor Attachment @ 7.23$ =-$ Breaker Attachment (per day)@ 475.00$ =-$ 2006 John Deere 310 SG Loader Backhoe 4x4 Extendahoe @ 39.89$ =-$ 2006 John Deere 310 SG - Compactor Attachment @ 7.23$ =-$ Breaker Attachment (per day)@ 475.00$ =-$ 2015 John Deere 310 SK Loader Backhoe 4x4 Extendahoe @ 42.71$ =-$ 2015 John Deere 310 SK - Compactor Attachment @ 7.23$ =-$ Breaker Attachment (per day)@ 475.00$ =-$ 2016 Peterbilt Dump Truck @ 69.81$ =-$ 1999 Kenworth T-800 Dump Truck @ 67.80$ =-$ 1988 International 5 Yard Dump Truck @ 62.80$ =-$ 1996 Tiltbed Trailer (25 Ton)@ 18.00$ =-$ 1998 Sturdy Weld Pony Trailer - 4 axle pup @ 16.35$ =-$ 2015 20' Load T (4 Ton Trailer)@ 18.87$ =-$ 1999 F250 - (Delivery) - gold @ 23.00$ =-$ 2002 Service Truck - F350 Ford P/U - Truck & Tools (4WD)@ 32.52$ =-$ 2005 Chevy 1500 (4WD)@ 32.52$ =-$ 2006 F350 SuperDuty Truck & Tools (Delivery) - blue @ 34.68$ =-$ 2007 F450 SuperDuty Flatbed (Delivery) @ 36.52$ =-$ 2008 Chevy 1500 (4WD)@ 32.52$ =-$ Laser Underground City of Renton Change Orders Stockpile Materials Standard Laser Underground AGENDA ITEM #1. a) Page 2 of 3 FORCE ACCOUNT CHANGE ORDER 2014 GMC Sierra Truck & Tools (4WD)@ 39.00$ =-$ 2015 F350 SuperDuty Truck & Tools (4WD)@ 41.68$ =-$ 2001 Bomag BW 120 Roller @ 10.52$ =-$ 2002 Bomag BW 900 Roller @ 11.52$ =-$ 2003 Water Wagon - 2 Axel Trailer, 500gl Tank, Pump & Sprayer @ 15.72$ =-$ 2015 Water Wagon - 2 Axel Trailer, 500gl Tank, Pump & Sprayer @ 15.72$ =-$ 2003 Lay Mor Power Sweeper @ 16.85$ =-$ 2016 Lay Mor Power Sweeper @ 18.94$ =-$ 2004 Asphalt Zipper 480S W/Trailer @ 121.15$ =-$ 1992 Ingersol Rand Air Compressor @ 28.53$ =-$ 2016 Sulivan Air Compressor @ 32.84$ =-$ 2011 Vac Trailer 400-750 Gallon FX30 @ 35.67$ =-$ Speed Shore, Pump, Pump Can, Fin Form & Accessories @ 44.00$ =-$ Gravel Box - 5 Yd Skiff @ 18.00$ =-$ Traffic Plate ( 8 x 10)@ 10.00$ =-$ Traffic Plate ( 8 x 12)@ 12.00$ =-$ Traffic Plate ( 8 x 15)@ 15.00$ =-$ Traffic Plate ( 8 x 20)@ 20.00$ =-$ 2014 Interstate 20' Enclosed Tool Trailer @ 15.00$ =-$ 2015 Interstate 20' Enclosed Tool Trailer @ 15.00$ =-$ Traffic Control Devices (Signs, Cones, Barricades, Etc)@ 22.00$ =-$ Jumping Jack/Plate Compactor @ 3.68$ =-$ Hole Hog @ 27.48$ =-$ @ = @ = Subtotal - Equipment 1,768.96$ DIRECT MATERIAL COST HMA Export @ 4" = 795 Cy 8,347.50$ 6,180.68$ 8,250.00$ 18,560.00$ Subtotal - Direct Material Cost 41,338.18$ SUBCONTRACTORS Subtotal - Subcontractors -$ Laser Underground Dirt Export @ 6" = 735 Cy Crushed Top Surfacing Import @ 6" = 1,100 Tons Truck and Trailer Rental - 4 days x 4 trucks Laser Underground AGENDA ITEM #1. a) Page 3 of 3 FORCE ACCOUNT CHANGE ORDER Labor Subtotal 2,357.63$ + 29% Markup 683.71$ Total Labor 3,041.35$ Equipment Subtotal 1,768.96$ + 21% Markup 371.48$ Total Equipment 2,140.44$ Direct Material Cost Subtotal 41,338.18$ + 21% Markup 8,681.02$ Total Direct Material Cost 50,019.20$ Subcontractors Subtotal -$ + 12% Markup -$ Total Subcontractors -$ Subtotal Labor, Equipment, Direct Material Cost, Subcontractors 55,200.99$ + 0% Markup -$ Total 55,200.99$ 3515.67 DETAILS 15.70$ Laser Underground Cedar Ave S Materials AGENDA ITEM #1. a) Page 1 of 3 FORCE ACCOUNT CHANGE ORDER Date of Work:Invoice Date: Owner: Project: Change #: Description: Work Type: LABOR Name Reg hrs OT hrs Total hrs Rate/hr Total Operator Foreman Lead 32 32 79.15$ =2,532.82$ Pipelayer 32 32 60.95$ =1,950.34$ Topman 0 59.61$ =-$ Equipment Operator 32 32 73.68$ =2,357.63$ Equipment Operator 0 73.68$ =-$ Truck & Trailer Driver Lead 0 77.98$ =-$ Truck & Trailer Driver 0 75.07$ =-$ Delivery Driver 0 41.61$ =-$ Traffic Control Supervisor 32 32 55.44$ =1,774.03$ Flagger 16 16 51.66$ =826.51$ Flagger 16 16 51.66$ =826.51$ Subtotal - Labor 160 0 160 10,267.83$ EQUIPMENT Reg hrs Standby Rate/hr Total 2004 John Deere - 200LC Excavator W/Buckets @ 115.44$ =-$ 2014 John Deere - 135G Excavator W/Buckets @ 98.24$ =-$ 2014 John Deere - 85G Excavator W/Buckets @ 66.15$ =-$ 2013 John Deere - 85D Excavator W/Buckets @ 66.15$ =-$ 2016 John Deere - 35G Excavator W/Buckets @ 36.79$ =-$ 1994 Excavator Case 9020B - Excavator W/Hoe Pac and Buckets @ 88.56$ =-$ 1995 Case 650G Crawler Dozer @ 55.30$ =-$ 2012 John Deere 544 Loader 16 @ 55.28$ =884.48$ 2005 John Deere 310 SG Loader Backhoe 4x4 Extendahoe 16 @ 39.89$ =638.24$ 2005 John Deere 310 SG - Compactor Attachment @ 7.23$ =-$ Breaker Attachment (per day)@ 475.00$ =-$ 2006 John Deere 310 SG Loader Backhoe 4x4 Extendahoe @ 39.89$ =-$ 2006 John Deere 310 SG - Compactor Attachment @ 7.23$ =-$ Breaker Attachment (per day)@ 475.00$ =-$ 2015 John Deere 310 SK Loader Backhoe 4x4 Extendahoe @ 42.71$ =-$ 2015 John Deere 310 SK - Compactor Attachment @ 7.23$ =-$ Breaker Attachment (per day)@ 475.00$ =-$ 2016 Peterbilt Dump Truck @ 69.81$ =-$ 1999 Kenworth T-800 Dump Truck @ 67.80$ =-$ 1988 International 5 Yard Dump Truck @ 62.80$ =-$ 1996 Tiltbed Trailer (25 Ton)@ 18.00$ =-$ 1998 Sturdy Weld Pony Trailer - 4 axle pup @ 16.35$ =-$ 2015 20' Load T (4 Ton Trailer)@ 18.87$ =-$ 1999 F250 - (Delivery) - gold @ 23.00$ =-$ 2002 Service Truck - F350 Ford P/U - Truck & Tools (4WD)@ 32.52$ =-$ 2005 Chevy 1500 (4WD)@ 32.52$ =-$ 2006 F350 SuperDuty Truck & Tools (Delivery) - blue @ 34.68$ =-$ 2007 F450 SuperDuty Flatbed (Delivery) @ 36.52$ =-$ 2008 Chevy 1500 (4WD)@ 32.52$ =-$ Laser Underground City of Renton Change Orders Paving Standard Laser Underground AGENDA ITEM #1. a) Page 2 of 3 FORCE ACCOUNT CHANGE ORDER 2014 GMC Sierra Truck & Tools (4WD)@ 39.00$ =-$ 2015 F350 SuperDuty Truck & Tools (4WD)32 @ 41.68$ =1,333.76$ 2001 Bomag BW 120 Roller @ 10.52$ =-$ 2002 Bomag BW 900 Roller @ 11.52$ =-$ 2003 Water Wagon - 2 Axel Trailer, 500gl Tank, Pump & Sprayer @ 15.72$ =-$ 2015 Water Wagon - 2 Axel Trailer, 500gl Tank, Pump & Sprayer @ 15.72$ =-$ 2003 Lay Mor Power Sweeper @ 16.85$ =-$ 2016 Lay Mor Power Sweeper @ 18.94$ =-$ 2004 Asphalt Zipper 480S W/Trailer @ 121.15$ =-$ 1992 Ingersol Rand Air Compressor 16 @ 28.53$ =456.48$ 2016 Sulivan Air Compressor @ 32.84$ =-$ 2011 Vac Trailer 400-750 Gallon FX30 @ 35.67$ =-$ Speed Shore, Pump, Pump Can, Fin Form & Accessories @ 44.00$ =-$ Gravel Box - 5 Yd Skiff @ 18.00$ =-$ Traffic Plate ( 8 x 10)@ 10.00$ =-$ Traffic Plate ( 8 x 12)@ 12.00$ =-$ Traffic Plate ( 8 x 15)@ 15.00$ =-$ Traffic Plate ( 8 x 20)@ 20.00$ =-$ 2014 Interstate 20' Enclosed Tool Trailer @ 15.00$ =-$ 2015 Interstate 20' Enclosed Tool Trailer @ 15.00$ =-$ Traffic Control Devices (Signs, Cones, Barricades, Etc)16 @ 22.00$ =352.00$ Jumping Jack/Plate Compactor @ 3.68$ =-$ Hole Hog @ 27.48$ =-$ @ = @ = Subtotal - Equipment 3,664.96$ DIRECT MATERIAL COST Subtotal - Direct Material Cost -$ SUBCONTRACTORS 1,440.00$ 73,140.00$ Subtotal - Subcontractors 74,580.00$ Laser Underground HMA Paving @ 4" = 795 Tons Laser Underground Seatac Sweeping AGENDA ITEM #1. a) Page 3 of 3 FORCE ACCOUNT CHANGE ORDER Labor Subtotal 10,267.83$ + 29% Markup 2,977.67$ Total Labor 13,245.50$ Equipment Subtotal 3,664.96$ + 21% Markup 769.64$ Total Equipment 4,434.60$ Direct Material Cost Subtotal -$ + 21% Markup -$ Total Direct Material Cost -$ Subcontractors Subtotal 74,580.00$ + 12% Markup 8,949.60$ Total Subcontractors 83,529.60$ Subtotal Labor, Equipment, Direct Material Cost, Subcontractors 101,209.70$ + 0% Markup -$ Total 101,209.70$ 3515.67 DETAILS 28.79$ Laser Underground Cedar Ave S Paving AGENDA ITEM #1. a) Page 1 of 3 FORCE ACCOUNT CHANGE ORDER Date of Work:Invoice Date: Owner: Project: Change #: Description: Work Type: LABOR Name Reg hrs OT hrs Total hrs Rate/hr Total Operator Foreman Lead 16 16 79.15$ =1,266.41$ Pipelayer 16 16 60.95$ =975.17$ Topman 16 16 59.61$ =953.69$ Equipment Operator 16 16 73.68$ =1,178.82$ Equipment Operator 16 16 73.68$ =1,178.82$ Truck & Trailer Driver Lead 16 16 77.98$ =1,247.73$ Truck & Trailer Driver 16 16 75.07$ =1,201.04$ Delivery Driver 0 41.61$ =-$ Traffic Control Supervisor 16 16 55.44$ =887.02$ Flagger 0 51.66$ =-$ Flagger 0 51.66$ =-$ Subtotal - Labor 128 0 128 8,888.69$ EQUIPMENT Reg hrs Standby Rate/hr Total 2004 John Deere - 200LC Excavator W/Buckets @ 115.44$ =-$ 2014 John Deere - 135G Excavator W/Buckets 16 @ 98.24$ =1,571.84$ 2014 John Deere - 85G Excavator W/Buckets @ 66.15$ =-$ 2013 John Deere - 85D Excavator W/Buckets @ 66.15$ =-$ 2016 John Deere - 35G Excavator W/Buckets @ 36.79$ =-$ 1994 Excavator Case 9020B - Excavator W/Hoe Pac and Buckets @ 88.56$ =-$ 1995 Case 650G Crawler Dozer @ 55.30$ =-$ 2012 John Deere 544 Loader @ 55.28$ =-$ 2005 John Deere 310 SG Loader Backhoe 4x4 Extendahoe 16 @ 39.89$ =638.24$ 2005 John Deere 310 SG - Compactor Attachment @ 7.23$ =-$ Breaker Attachment (per day)@ 475.00$ =-$ 2006 John Deere 310 SG Loader Backhoe 4x4 Extendahoe @ 39.89$ =-$ 2006 John Deere 310 SG - Compactor Attachment @ 7.23$ =-$ Breaker Attachment (per day)@ 475.00$ =-$ 2015 John Deere 310 SK Loader Backhoe 4x4 Extendahoe @ 42.71$ =-$ 2015 John Deere 310 SK - Compactor Attachment @ 7.23$ =-$ Breaker Attachment (per day)@ 475.00$ =-$ 2016 Peterbilt Dump Truck 16 @ 69.81$ =1,116.96$ 1999 Kenworth T-800 Dump Truck 16 @ 67.80$ =1,084.80$ 1988 International 5 Yard Dump Truck @ 62.80$ =-$ 1996 Tiltbed Trailer (25 Ton)@ 18.00$ =-$ 1998 Sturdy Weld Pony Trailer - 4 axle pup @ 16.35$ =-$ 2015 20' Load T (4 Ton Trailer)@ 18.87$ =-$ 1999 F250 - (Delivery) - gold @ 23.00$ =-$ 2002 Service Truck - F350 Ford P/U - Truck & Tools (4WD)@ 32.52$ =-$ 2005 Chevy 1500 (4WD)@ 32.52$ =-$ 2006 F350 SuperDuty Truck & Tools (Delivery) - blue @ 34.68$ =-$ 2007 F450 SuperDuty Flatbed (Delivery) @ 36.52$ =-$ 2008 Chevy 1500 (4WD)@ 32.52$ =-$ Laser Underground City of Renton Change Orders 1 Utility Trench Patch Prep Standard Laser Underground AGENDA ITEM #1. a) Page 2 of 3 FORCE ACCOUNT CHANGE ORDER 2014 GMC Sierra Truck & Tools (4WD)@ 24.81$ =-$ 2015 F350 SuperDuty Truck & Tools (4WD)16 @ 41.68$ =666.88$ 2001 Bomag BW 120 Roller @ 10.52$ =-$ 2002 Bomag BW 900 Roller @ 11.52$ =-$ 2003 Water Wagon - 2 Axel Trailer, 500gl Tank, Pump & Sprayer @ 15.72$ =-$ 2015 Water Wagon - 2 Axel Trailer, 500gl Tank, Pump & Sprayer @ 15.72$ =-$ 2003 Lay Mor Power Sweeper @ 16.85$ =-$ 2016 Lay Mor Power Sweeper @ 18.94$ =-$ 2004 Asphalt Zipper 480S W/Trailer @ 121.15$ =-$ 1992 Ingersol Rand Air Compressor @ 28.53$ =-$ 2016 Sulivan Air Compressor @ 32.84$ =-$ 2011 Vac Trailer 400-750 Gallon FX30 @ 35.67$ =-$ Speed Shore, Pump, Pump Can, Fin Form & Accessories @ 44.00$ =-$ Gravel Box - 5 Yd Skiff @ 18.00$ =-$ Traffic Plate ( 8 x 10)@ 10.00$ =-$ Traffic Plate ( 8 x 12)@ 12.00$ =-$ Traffic Plate ( 8 x 15)@ 15.00$ =-$ Traffic Plate ( 8 x 20)@ 20.00$ =-$ 2014 Interstate 20' Enclosed Tool Trailer @ 15.00$ =-$ 2015 Interstate 20' Enclosed Tool Trailer @ 15.00$ =-$ Traffic Control Devices (Signs, Cones, Barricades, Etc)@ 22.00$ =-$ Jumping Jack/Plate Compactor @ 3.68$ =-$ Hole Hog @ 27.48$ =-$ @ = @ = Subtotal - Equipment 5,078.72$ DIRECT MATERIAL COST 3,375.00$ 3,392.22$ Subtotal - Direct Material Cost 6,767.22$ SUBCONTRACTORS Subtotal - Subcontractors -$ Laser Underground CSTC HMA Haul Off Laser Underground AGENDA ITEM #1. a) Page 3 of 3 FORCE ACCOUNT CHANGE ORDER Labor Subtotal 8,888.69$ + 29% Markup 2,577.72$ Total Labor 11,466.41$ Equipment Subtotal 5,078.72$ + 21% Markup 1,066.53$ Total Equipment 6,145.25$ Direct Material Cost Subtotal 6,767.22$ + 21% Markup 1,421.12$ Total Direct Material Cost 8,188.33$ Subcontractors Subtotal -$ + 12% Markup -$ Total Subcontractors -$ Subtotal Labor, Equipment, Direct Material Cost, Subcontractors 25,800.00$ + 0% Markup -$ Total 25,800.00$ DETAILS Laser Underground Utility Trench patching prep. Remove and dispose of asphalt. Place CSTC. AGENDA ITEM #1. a) AB - 2186 City Council Regular Meeting - 06 Aug 2018 SUBJECT/TITLE: Agreement for Downtown Utility Improvement Project, Phase 2 Preliminary Engineering and Design RECOMMENDED ACTION: Refer to Utilities Committee DEPARTMENT: Utility Systems Division STAFF CONTACT: Abdoul Gafour, Water Utility Engineering Manager EXT.: 7210 FISCAL IMPACT SUMMARY: Funding for this agreement in the amount of $683,735 is available from the approved 2018 Water, Wastewater, and Surface Water Utility Capital Improvement Program budgets for the Downtown Utility Improvement Project. There is sufficient funding in the respective budgets to cover this agreement: • Water Utility (425.455590) - $136,947 budgeted, total project budget of $500,000. • Wastewater Utility (426.465517) - $273,394 budgeted, total project budget of $2,900,000. • Surface Water Utility (427.475510) - $273,394 budgeted, total project budget of $6,568,536. SUMMARY OF ACTION: The Water, Wastewater, and Surface Water utilities have identified existing infrastructure in the downtown area associated with the proposed roadway improvements to convert existing one-way roadways to two-way roadways. The old utility infrastructure needs to be replaced and upsized to accommodate future economic development and redevelopment projects in the downtown corridor to facilitate revitalization of the area. Replacement of the utilities in advance of the conversion of downtown streets from one-way to two-way streets will allow the roadway improvements to proceed without delay or conflict with utility infrastructure improvements. In March 2017 the city solicited proposals and statement of qualifications for engineering services for the Downtown Utility Improvement Project through the Municipal Research Services Center (MSRC) Consultant Roster and selected Murraysmith, Inc. to perform the work for all phases of the project. Murraysmith, Inc. has completed Phase 1 of the project (CAG-17-066) which consisted of the development of the Conceptual Design Report including identification of system deficiencies, determination of alternative improvements and planning level cost estimates. Under this agreement for Phase 2, Murraysmith, Inc. will advance the conceptual design to a 50% design level for the proposed utility improvements. The work will include: 1. Topographical surveying for preparation of base maps. 2. Potholing existing utilities to verify for potential conflicts. 3. Coordination with other public and private utility companies. 4. Performing public outreach. 5. Developing preliminary layout of the utilities. AGENDA ITEM #2. a) 6. Development of the 30% and 50% design plans and specifications. EXHIBITS: A. Agreement STAFF RECOMMENDATION: Execute the agreement with Murraysmith, Inc. in the amount of $683,735 for Phase 2 of the Downtown Utility Improvement Project. AGENDA ITEM #2. a) AGREEMENT FOR DOWNTOWN UTILITY IMPROVEMENT PROJECT – PHASE 2: PRELIMINARY ENGINEERING AND DESIGN THIS AGREEMENT, dated _______________________, is by and between the City of Renton (the “City”), a Washington municipal corporation, and Murraysmith, Inc (“Consultant”), an Oregon corporation. The City and the Consultant are referred to collectively in this Agreement as the “Parties.” Once fully executed by the Parties, this Agreement is effective as of the last date signed by both parties. 1. Scope of Work: Consultant agrees to provide consultant services as specified in Exhibit A, which is attached and incorporated herein and may hereinafter be referred to as the “Work.” 2. Changes in Scope of Work: The City, without invalidating this Agreement, may order changes to the Work consisting of additions, deletions or modifications. Any such changes to the Work shall be ordered by the City in writing and the Compensation shall be equitably adjusted consistent with the rates set forth in Exhibit D or as otherwise mutually agreed by the Parties. 3. Time of Performance: Consultant shall commence performance of the Agreement pursuant to the schedule(s) set forth in Exhibit B. All Work shall be performed by no later than August 31, 2019. 4. Compensation: A. Amount. Total compensation to Consultant for Work provided pursuant to this Agreement shall not exceed $683,735.00, plus any applicable state and local sales taxes. Compensation shall be paid based upon Work actually performed according to the rate(s) or amounts specified in Exhibits C & D. The Consultant agrees that any hourly or flat rate charged by it for its Work shall remain locked at the negotiated rate(s) unless otherwise agreed to in writing or provided in Exhibit D. Except as specifically provided herein, the Consultant shall be solely responsible for payment of any taxes imposed as a result of the performance and payment of this Agreement. B. Method of Payment. On a monthly or no less than quarterly basis during any quarter in which Work is performed, the Consultant shall submit a voucher or invoice in a form specified by the City, including a description of what Work has been performed, the name of the personnel performing such Work, and any hourly labor charge rate for AGENDA ITEM #2. a) PAGE 2 OF 10 such personnel. The Consultant shall also submit a final bill upon completion of all Work. Payment shall be made by the City for Work performed within thirty (30) calendar days after receipt and approval by the appropriate City representative of the voucher or invoice. If the Consultant’s performance does not meet the requirements of this Agreement, the Consultant will correct or modify its performance to comply with the Agreement. The City may withhold payment for work that does not meet the requirements of this Agreement. C. Effect of Payment. Payment for any part of the Work shall not constitute a waiver by the City of any remedies it may have against the Consultant for failure of the Consultant to perform the Work or for any breach of this Agreement by the Consultant. D. Non-Appropriation of Funds. If sufficient funds are not appropriated or allocated for payment under this Agreement for any future fiscal period, the City shall not be obligated to make payments for Work or amounts incurred after the end of the current fiscal period, and this Agreement will terminate upon the completion of all remaining Work for which funds are allocated. No penalty or expense shall accrue to the City in the event this provision applies. 5. Termination: A. The City reserves the right to terminate this Agreement at any time, with or without cause by giving ten (10) calendar days’ notice to the Consultant in writing. In the event of such termination or suspension, all finished or unfinished documents, data, studies, worksheets, models and reports, or other material prepared by the Consultant pursuant to this Agreement shall be submitted to the City, if any are required as part of the Work. B. In the event this Agreement is terminated by the City, the Consultant shall be entitled to payment for all hours worked to the effective date of termination, less all payments previously made. If the Agreement is terminated by the City after partial performance of Work for which the agreed compensation is a fixed fee, the City shall pay the Consultant an equitable share of the fixed fee. This provision shall not prevent the City from seeking any legal remedies it may have for the violation or nonperformance of any of the provisions of this Agreement and such charges due to the City shall be deducted from the final payment due the Consultant. No payment shall be made by the City for any expenses incurred or work done following the effective date of termination unless authorized in advance in writing by the City. 6. Warranties And Right To Use Work Product: Consultant represents and warrants that Consultant will perform all Work identified in this Agreement in a professional and workmanlike manner and in accordance with all reasonable and professional standards AGENDA ITEM #2. a) PAGE 3 OF 10 and laws. Compliance with professional standards includes, as applicable, performing the Work in compliance with applicable City standards or guidelines (e.g. design criteria and Standard Plans for Road, Bridge and Municipal Construction). Professional engineers shall certify engineering plans, specifications, plats, and reports, as applicable, pursuant to RCW 18.43.070. Consultant further represents and warrants that all final work product created for and delivered to the City pursuant to this Agreement shall be the original work of the Consultant and free from any intellectual property encumbrance which would restrict the City from using the work product. Consultant grants to the City a non- exclusive, perpetual right and license to use, reproduce, distribute, adapt, modify, and display all final work product produced pursuant to this Agreement. The City’s or other’s adaptation, modification or use of the final work products other than for the purposes of this Agreement shall be without liability to the Consultant. The provisions of this section shall survive the expiration or termination of this Agreement. 7. Record Maintenance: The Consultant shall maintain accounts and records, which properly reflect all direct and indirect costs expended and Work provided in the performance of this Agreement and retain such records for as long as may be required by applicable Washington State records retention laws, but in any event no less than six years after the termination of this Agreement. The Consultant agrees to provide access to and copies of any records related to this Agreement as required by the City to audit expenditures and charges and/or to comply with the Washington State Public Records Act (Chapter 42.56 RCW). The provisions of this section shall survive the expiration or termination of this Agreement. 8. Public Records Compliance: To the full extent the City determines necessary to comply with the Washington State Public Records Act, Consultant shall make a due diligent search of all records in its possession or control relating to this Agreement and the Work, including, but not limited to, e-mail, correspondence, notes, saved telephone messages, recordings, photos, or drawings and provide them to the City for production. In the event Consultant believes said records need to be protected from disclosure, it may, at Consultant’s own expense, seek judicial protection. Consultant shall indemnify, defend, and hold harmless the City for all costs, including attorneys’ fees, attendant to any claim or litigation related to a Public Records Act request for which Consultant has responsive records and for which Consultant has withheld records or information contained therein, or not provided them to the City in a timely manner. Consultant shall produce for distribution any and all records responsive to the Public Records Act request in a timely manner, unless those records are protected by court order. The provisions of this section shall survive the expiration or termination of this Agreement. 9. Independent Contractor Relationship: A. The Consultant is retained by the City only for the purposes and to the extent set forth in this Agreement. The nature of the relationship between the Consultant and the City AGENDA ITEM #2. a) PAGE 4 OF 10 during the period of the Work shall be that of an independent contractor, not employee. The Consultant, not the City, shall have the power to control and direct the details, manner or means of Work. Specifically, but not by means of limitation, the Consultant shall have no obligation to work any particular hours or particular schedule, unless otherwise indicated in the Scope of Work or where scheduling of attendance or performance is mutually arranged due to the nature of the Work. Consultant shall retain the right to designate the means of performing the Work covered by this agreement, and the Consultant shall be entitled to employ other workers at such compensation and such other conditions as it may deem proper, provided, however, that any contract so made by the Consultant is to be paid by it alone, and that employing such workers, it is acting individually and not as an agent for the City. B. The City shall not be responsible for withholding or otherwise deducting federal income tax or Social Security or contributing to the State Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to Consultant or any employee of the Consultant. C. If the Consultant is a sole proprietorship or if this Agreement is with an individual, the Consultant agrees to notify the City and complete any required form if the Consultant retired under a State of Washington retirement system and agrees to indemnify any losses the City may sustain through the Consultant’s failure to do so. 10. Hold Harmless: The Consultant agrees to release, indemnify, defend, and hold harmless the City, elected officials, employees, officers, representatives, and volunteers from any and all claims, demands, actions, suits, causes of action, arbitrations, mediations, proceedings, judgments, awards, injuries, damages, liabilities, taxes, losses, fines, fees, penalties, expenses, attorney’s or attorneys’ fees, costs, and/or litigation expenses to or by any and all persons or entities, arising from, resulting from, or related to the negligent acts, errors or omissions of the Consultant in its performance of this Agreement or a breach of this Agreement by Consultant, except for that portion of the claims caused by the City’s sole negligence. Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115, (Validity of agreement to indemnify against liability for negligence relative to construction, alteration, improvement, etc., of structure or improvement attached to real estate…) then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees and volunteers, Consultant’s liability shall be only to the extent of Consultant’s negligence. AGENDA ITEM #2. a) PAGE 5 OF 10 It is further specifically and expressly understood that the indemnification provided in this Agreement constitute Consultant’s waiver of immunity under the Industrial Insurance Act, RCW Title 51, solely for the purposes of this indemnification. The Parties have mutually negotiated and agreed to this waiver. The provisions of this section shall survive the expiration or termination of this Agreement. 11. Gifts and Conflicts: The City’s Code of Ethics and Washington State law prohibit City employees from soliciting, accepting, or receiving any gift, gratuity or favor from any person, firm or corporation involved in a contract or transaction. To ensure compliance with the City’s Code of Ethics and state law, the Consultant shall not give a gift of any kind to City employees or officials. Consultant also confirms that Consultant does not have a business interest or a close family relationship with any City officer or employee who was, is, or will be involved in selecting the Consultant, negotiating or administering this Agreement, or evaluating the Consultant’s performance of the Work. 12. City of Renton Business License: The Consultant shall obtain a City of Renton Business License prior to performing any Work and maintain the business license in good standing throughout the term of this agreement with the City. Information regarding acquiring a city business license can be found at: http://www.rentonwa.gov/cms/One.aspx?portalId=7922741&pageId=9824882 Information regarding State business licensing requirements can be found at: http://dor.wa.gov/doing-business/register-my-business 13. Insurance: Consultant shall secure and maintain: A. Commercial general liability insurance in the minimum amounts of $1,000,000 for each occurrence/$2,000,000 aggregate for the Term of this Agreement. B. In the event that Work delivered pursuant to this Agreement either directly or indirectly involve or require Professional Services, Professional Liability, Errors and Omissions coverage shall be provided with minimum limits of $1,000,000 per occurrence. "Professional Services", for the purpose of this section, shall mean any Work provided by a licensed professional or Work that requires a professional standard of care. C. Workers’ compensation coverage, as required by the Industrial Insurance laws of the State of Washington, shall also be secured. D. Commercial Automobile Liability for owned, leased, hired or non-owned, leased, hired or non-owned, with minimum limits of $1,000,000 per occurrence combined single AGENDA ITEM #2. a) PAGE 6 OF 10 limit, if there will be any use of Consultant’s vehicles on the City’s Premises by or on behalf of the City, beyond normal commutes. E. Consultant shall name the City as an Additional Insured on its commercial general liability policy on a non-contributory primary basis. The City’s insurance policies shall not be a source for payment of any Consultant liability, nor shall the maintenance of any insurance required by this Agreement be construed to limit the liability of Consultant to the coverage provided by such insurance or otherwise limit the City’s recourse to any remedy available at law or in equity. F. Subject to the City’s review and acceptance, a certificate of insurance showing the proper endorsements, shall be delivered to the City before performing the Work. G. Consultant shall provide the City with written notice of any policy cancellation, within two (2) business days of their receipt of such notice. 14. Delays: Consultant is not responsible for delays caused by factors beyond the Consultant’s reasonable control. When such delays beyond the Consultant’s reasonable control occur, the City agrees the Consultant is not responsible for damages, nor shall the Consultant be deemed to be in default of the Agreement. 15. Successors and Assigns: Neither the City nor the Consultant shall assign, transfer or encumber any rights, duties or interests accruing from this Agreement without the written consent of the other. 16. Notices: Any notice required under this Agreement will be in writing, addressed to the appropriate party at the address which appears below (as modified in writing from time to time by such party), and given personally, by registered or certified mail, return receipt requested, by facsimile or by nationally recognized overnight courier service. Time period for notices shall be deemed to have commenced upon the date of receipt, EXCEPT facsimile delivery will be deemed to have commenced on the first business day following transmission. Email and telephone may be used for purposes of administering the Agreement, but should not be used to give any formal notice required by the Agreement. CITY OF RENTON David M. Christensen 1055 South Grady Way Renton, WA 98057 Phone: (425) 430-7212 dchristensen@rentonwa.gov Fax: (425) 430-7241 CONSULTANT Jeff Kreshel, P.E. 520 Pike Street, Suite1350 Seattle, WA 98101 Phone: (206) 462-7030 Jeff.Kreshel@murraysmith.us Fax: (866) 274-9807 AGENDA ITEM #2. a) PAGE 7 OF 10 17. Discrimination Prohibited: Except to the extent permitted by a bona fide occupational qualification, the Consultant agrees as follows: A. Consultant, and Consultant’s agents, employees, representatives, and volunteers with regard to the Work performed or to be performed under this Agreement, shall not discriminate on the basis of race, color, sex, religion, nationality, creed, marital status, sexual orientation or preference, age (except minimum age and retirement provisions), honorably discharged veteran or military status, or the presence of any sensory, mental or physical handicap, unless based upon a bona fide occupational qualification in relationship to hiring and employment, in employment or application for employment, the administration of the delivery of Work or any other benefits under this Agreement, or procurement of materials or supplies. B. The Consultant will take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, national origin, sex, age, sexual orientation, physical, sensory or mental handicaps, or marital status. Such action shall include, but not be limited to the following employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training. C. If the Consultant fails to comply with any of this Agreement’s non-discrimination provisions, the City shall have the right, at its option, to cancel the Agreement in whole or in part. D. The Consultant is responsible to be aware of and in compliance with all federal, state and local laws and regulations that may affect the satisfactory completion of the project, which includes but is not limited to fair labor laws, worker's compensation, and Title VI of the Federal Civil Rights Act of 1964, and will comply with City of Renton Council Resolution Number 4085. 18. Miscellaneous: The parties hereby acknowledge: A. The City is not responsible to train or provide training for Consultant. B. Consultant will not be reimbursed for job related expenses except to the extent specifically agreed within the attached exhibits. C. Consultant shall furnish all tools and/or materials necessary to perform the Work except to the extent specifically agreed within the attached exhibits. D. In the event special training, licensing, or certification is required for Consultant to provide Work he/she will acquire or maintain such at his/her own expense and, if AGENDA ITEM #2. a) PAGE 8 OF 10 Consultant employs, sub-contracts, or otherwise assigns the responsibility to perform the Work, said employee/sub-contractor/assignee will acquire and or maintain such training, licensing, or certification. E. This is a non-exclusive agreement and Consultant is free to provide his/her Work to other entities, so long as there is no interruption or interference with the provision of Work called for in this Agreement. F. Consultant is responsible for his/her own insurance, including, but not limited to health insurance. G. Consultant is responsible for his/her own Worker’s Compensation coverage as well as that for any persons employed by the Consultant. 19. Other Provisions: A. Approval Authority. Each individual executing this Agreement on behalf of the City and Consultant represents and warrants that such individuals are duly authorized to execute and deliver this Agreement on behalf of the City or Consultant. B. General Administration and Management. The City’s project manager is David M. Christensen. In providing Work, Consultant shall coordinate with the City’s contract manager or his/her designee. C. Amendment and Modification. This Agreement may be amended only by an instrument in writing, duly executed by both Parties. D. Conflicts. In the event of any inconsistencies between Consultant proposals and this Agreement, the terms of this Agreement shall prevail. Any exhibits/attachments to this Agreement are incorporated by reference only to the extent of the purpose for which they are referenced within this Agreement. To the extent a Consultant prepared exhibit conflicts with the terms in the body of this Agreement or contains terms that are extraneous to the purpose for which it is referenced, the terms in the body of this Agreement shall prevail and the extraneous terms shall not be incorporated herein. E. Governing Law. This Agreement shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington and the City of Renton. Consultant and all of the Consultant’s employees shall perform the Work in accordance with all applicable federal, state, county and city laws, codes and ordinances. F. Joint Drafting Effort. This Agreement shall be considered for all purposes as prepared by the joint efforts of the Parties and shall not be construed against one party or the AGENDA ITEM #2. a) PAGE 9 OF 10 other as a result of the preparation, substitution, submission or other event of negotiation, drafting or execution. G. Jurisdiction and Venue. Any lawsuit or legal action brought by any party to enforce or interpret this Agreement or any of its terms or covenants shall be brought in the King County Superior Court for the State of Washington at the Maleng Regional Justice Center in Kent, King County, Washington, or its replacement or successor. H. Severability. A court of competent jurisdiction’s determination that any provision or part of this Agreement is illegal or unenforceable shall not cancel or invalidate the remainder of this Agreement, which shall remain in full force and effect. I. Sole and Entire Agreement. This Agreement contains the entire agreement of the Parties and any representations or understandings, whether oral or written, not incorporated are excluded. J. Time is of the Essence. Time is of the essence of this Agreement and each and all of its provisions in which performance is a factor. Adherence to completion dates set forth in the description of the Work is essential to the Consultant’s performance of this Agreement. K. Third-Party Beneficiaries. Nothing in this Agreement is intended to, nor shall be construed to give any rights or benefits in the Agreement to anyone other than the Parties, and all duties and responsibilities undertaken pursuant to this Agreement will be for the sole and exclusive benefit of the Parties and no one else. L. Binding Effect. The Parties each bind themselves, their partners, successors, assigns, and legal representatives to the other party to this Agreement, and to the partners, successors, assigns, and legal representatives of such other party with respect to all covenants of the Agreement. M. Waivers. All waivers shall be in writing and signed by the waiving party. Either party’s failure to enforce any provision of this Agreement shall not be a waiver and shall not prevent either the City or Consultant from enforcing that provision or any other provision of this Agreement in the future. Waiver of breach of any provision of this Agreement shall not be deemed to be a waiver of any prior or subsequent breach unless it is expressly waived in writing. N. Counterparts. The Parties may execute this Agreement in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. AGENDA ITEM #2. a) PAGE 10 OF 10 IN WITNESS WHEREOF, the Parties have voluntarily entered into this Agreement as of the date last signed by the Parties below. CITY OF RENTON By:_____________________________ CONSULTANT By:____________________________ Denis Law Mayor Jeffrey S. Kreshel, P.E. Principal Engineer _____________________________ Date _____________________________ Date Attest _____________________________ Jason A. Seth City Clerk Approved as to Legal Form _____________________________ Shane Moloney Renton City Attorney Contract Template Updated 04/10/2018 AGENDA ITEM #2. a) City of Renton MURRAYSMITH DUIP – Phase 2 June 2018 1 H:\EVT_Projects\16\1883 - Renton Downtown Utility Improvement\122 Phase II Scope Development\Old\20180626 Phase 2 DUIP SOW.docx EXHIBIT A SCOPE OF SERVICES DOWNTOWN UTILITY IMPROVEMENT PROJECT – PHASE 2: PRELIMINARY ENGINEERING AND DESIGN CITY OF RENTON Statement of Understanding Under the Agreement for the Downtown Utility Improvements Project, Phase 1 Conceptual Analysis & Design CAG-17-066 dated February 1, 2017 and Amendment No. 1 dated June 14, 2017 between the City of Renton (City) and Murraysmith, Inc. (Consultant), the Consultant developed design criteria, the basis of design, and the conceptual design for the water, sewer, and stormwater improvements. Amendment No. 2 extended the Time of Performance from January 31, 2018 to April 30, 2018. The improvements are necessary due to age and capacity need. This Phase 2 Preliminary Engineering and Design Scope of Services is based on our understanding of the desired Phase 2 work to advance the conceptual design developed in Phase 1 of the water, sewer, and stormwater improvements to a 50 percent design level for the identified Project Improvements. The Project Limits, illustrated and defined in Attachment A, include the cross streets and the South 2nd Street and South 3rd Street intersections at Rainier Avenue North, but do not include the Williams and Wells Avenues South and Rainier Avenue North areas being designed by KPG, P.S. The Preliminary Engineering and Design work includes: ▪ Clearly defined water, sewer, and stormwater improvements that will be the basis of the 90 percent and Bid Documents developed in a subsequent phase of the project. ▪ Topographic surveying and base map preparation performed by KPG, P.S. ▪ Potholing of existing utilities performed by LineScape of Washington, LLC ▪ Public information and outreach performed by EnviroIssues AGENDA ITEM #2. a) City of Renton MURRAYSMITH DUIP – PHASE 2 June 2018 2 H:\EVT_Projects\16\1883 - Renton Downtown Utility Improvement\122 Phase II Scope Development\Old\20180626 Phase 2 DUIP SOW.docx Scope of Services The Scope of Services tasks are further detailed via the following four components, where applicable: 1. Subtasks: specific project elements and efforts that will be completed by the Consultant 2. Consultant Deliverables: the finished product that will be delivered to the City via electronic and/or hard copy 3. City Responsibilities: tasks that will be completed and/or elements or information that will be provided by City staff 4. Assumptions: assumptions used to develop each task Task 101 - Project Management Provide for management of Phase 2 of the project and coordination with the project team. The following work elements are included in this task as specifically defined below. Subtasks: 101.1 Project Status Reporting – Report status of work activities, data needs and issues requiring City input through e-mails and phone calls to City Project Manager & Utility Project Managers. 101.2 Staff/Consultant Team Management – Manage project staff/consultant team to ensure services are in conformance with the Scope of Services, budget, and schedule. 101.3 Invoices and Budget Oversight – Monitor project costs and manage budget and billing tasks, including preparation and submission of monthly invoices and progress reports. 101.4 Quality Assurance/Quality Control (QA/QC) –Manage and coordinate in-house quality assurance reviews of all deliverables. Consultant Deliverables: ▪ E-mail project status reports. ▪ Correspondence, e-mails and other documentation. ▪ Monthly invoices and progress reports. AGENDA ITEM #2. a) City of Renton MURRAYSMITH DUIP – PHASE 2 June 2018 3 H:\EVT_Projects\16\1883 - Renton Downtown Utility Improvement\122 Phase II Scope Development\Old\20180626 Phase 2 DUIP SOW.docx City Responsibilities: ▪ Review project status reports, invoices, and schedule and provide comments to Consultant. Assumptions: ▪ Anticipated notice to proceed is June 25, 2018. ▪ Complete design services according to the schedule contained in this Scope of Services. Task 102 - Project Meetings and Coordination Provide for project meetings and coordination with City staff. Correspondence with others including the City, other utilities, etc. will be performed via phone conversations and e-mail or meetings and include communication of project decisions, project progress and status, work activities, and issues requiring coordination for design of the City’s system improvements. The following work elements are included in this task as specifically defined below. Subtasks: 102.1 Phase 2 Kick-Off Meeting – Prepare for and conduct project kick-off meeting with City staff and key team members to discuss project, review project schedule and discuss key elements of the project. Prepare a meeting agenda and summary. 102.2 General Project Meetings/Coordination – Prepare for and conduct up to two (2) in person general project coordination meetings and up to two (2) GoTo Meetings or similar with City staff and key team members to discuss project, review project schedule and discuss key elements of the project. Prepare a meeting agenda and summary. 102.3 Water Utility Design Meetings/Coordination – Prepare for and conduct up to two (2) in person design coordination meetings and up to two (2) GoTo Meetings or similar with City water utility staff and key team members to discuss project, review project schedule and discuss key elements of the project. Prepare a meeting agenda and summary. Provide for project and design coordination with City water utility personnel. All communication will be coordinated through the City Water Utility Project Manager. Correspondence with the City Water Utility Project Manager via phone conversations and e-mail will include the communication of project decisions, project status, work activities, and issues requiring City input. 102.4 Sewer Utility Design Meetings/Coordination – Prepare for and conduct up to two (2) in person design coordination meetings and up to two (2) GoTo Meetings or similar with City sewer utility staff and key team members to discuss project, review project schedule and discuss key elements of the project. Prepare a meeting agenda and summary. AGENDA ITEM #2. a) City of Renton MURRAYSMITH DUIP – PHASE 2 June 2018 4 H:\EVT_Projects\16\1883 - Renton Downtown Utility Improvement\122 Phase II Scope Development\Old\20180626 Phase 2 DUIP SOW.docx Provide for project and design coordination with City sewer utility personnel. All communication will be coordinated through the City Sewer Utility Project Manager. Correspondence with the City Sewer Utility Project Manager via phone conversations and e-mail will include the communication of project decisions, project status, work activities, and issues requiring City input. 102.5 Surface Water Utility Design Meetings/Coordination – Prepare for and conduct up to two (2) in person design coordination meetings and up to two (2) GoTo Meetings or similar with City surface water utility staff and key team members to discuss project, review project schedule and discuss key elements of the project. Prepare a meeting agenda and summary. Provide for project and design coordination with City surface water utility personnel. All communication will be coordinated through the City Surface Water Utility Project Manager. Correspondence with the City Surface Water Utility Project Manager via phone conversations and e-mail will include the communication of project decisions, project status, work activities, and issues requiring City input. 102.6 Concurrent City Projects Coordination – Provide up to 40 hours of coordination with the City’s Roadway Design Consultant and the City regarding the Rainier Avenue Street Improvements Project and the Williams and Wells Intersection Improvements Project. 102.7 City Departments Correspondence and Coordination – Provide up to 40 hours of coordination with various City departments (e.g. transportation, maintenance division, and Community & Economic Development) with interest in the project. 40 hours are budgeted for this task. 102.8 Franchise Utilities Coordination – Provide up to 40 hours of coordination with franchise utilities (e.g. Seattle City Light, Puget Sound Energy, Comcast Cable, Century Link, and Frontier Communications NW) with facilities within the vicinity of the project. Contact appropriate utilities to confirm presence or absence of facilities in the project corridor and obtain pertinent information and record drawings. 102.9 Seattle Public Utilities (SPU) and King County Coordination – Provide up to 40 hours of coordination with SPU and King County regarding the Cedar River Pipelines and Eastside Interceptor, respectively. Consultant Deliverables: ▪ E-mail summaries of coordination discussions. City Responsibilities: ▪ Coordinate with design team and attend meetings as appropriate and required. AGENDA ITEM #2. a) City of Renton MURRAYSMITH DUIP – PHASE 2 June 2018 5 H:\EVT_Projects\16\1883 - Renton Downtown Utility Improvement\122 Phase II Scope Development\Old\20180626 Phase 2 DUIP SOW.docx Assumptions: ▪ One (1) kick-off meeting will be attended by up to two (2) Consultant team members. ▪ The above referenced general project meetings are anticipated to be held jointly with City water, sewer, and surface water utility staff to facilitate coordination of Phase 2. ▪ The above identified number of general project and individual utility design coordination meetings (either in person at City or other office or remotely via GoTo Meeting or similar) with the City and/or others will be attended by up to two (2) Consultant team members. Task 201 – Field Survey & Base Map Development Provide topographic surveying and base map preparation for the Project Limits illustrated and defined in Attachment A. Within the project limits, KPG, P.S. has recently mapped portions for use in other projects, including portions of Rainier Ave S, S 2nd Street, S 3rd Street, Williams Avenue S, Wells Avenue S, Main Avenue S, and Houser Way S. The mapping for this task consists of approximately 9,100 lineal feet of roadway within the Right of Way corridor. The following work elements are included in this task as specifically defined below and in the subconsultant’s proposal included as Attachment B – KPG, P.S. Proposal. 201.1 Coordination with KPG, P.S. – Coordinate survey work with KPG. 201.2 Coordination with City – Coordinate with City regarding City review and verification for accuracy and completeness of existing utility systems. Consultant Deliverables: ▪ A survey base map of the project area in AutoCAD Civil 3D format of the project to Murraysmith CADD standards. The scale of the survey drawing shall be 1-inch = 20-feet. Base map to include information collected as described above and incorporate the prior mapped areas to create one composite base map. City Responsibilities: ▪ Review and provide comments on base map for accuracy and completeness relative to existing utility systems information. Assumptions: ▪ Base map will be updated based on City review and verification for accuracy and completeness of existing utility systems. ▪ Included in this task are: signal loops, utility locate paint marks, surface features (valves, manholes, catch basins, junction boxes, vaults, etc.). AGENDA ITEM #2. a) City of Renton MURRAYSMITH DUIP – PHASE 2 June 2018 6 H:\EVT_Projects\16\1883 - Renton Downtown Utility Improvement\122 Phase II Scope Development\Old\20180626 Phase 2 DUIP SOW.docx ▪ Irrigation systems will not be included. ▪ If required, Traffic Control Services Inc. will be hired to provide traffic control plans and traffic control. Two days of traffic control is allocated, including plans preparation, flagging personnel, all required trucks and equipment and uniformed officer for one day. Task 202 – Potholing Perform potholing for up to 100 locations. The following work elements are included in this task as specifically defined below and in the subconsultant’s proposal included as Attachment C – LineScape of Washington, LLC Proposal. 202.1 Coordination with LineScape of Washington, LLC – Coordinate with potholing subconsultant. Consultant Deliverables: ▪ Provide PDF file with pictures for all potholes and an Excel spreadsheet showing location of all potholed utilities, description and size of utilities, material type, depth of utilities measured from existing grade to top and to bottom of utilities or actual elevations, direction of utilities, thickness of existing asphalt or concrete roadway, type of soils encountered at various depth. City Responsibilities: ▪ Assist with coordination with King County Metro, if required, for work near the Bus Depot. Assumptions: ▪ Pricing is for Non-Prevailing Wage. If project deemed to require state Prevailing Wage rates, additional cost-plus administration fees will need to be added. ▪ LineScape to use EZStreet for the restoration related to their potholing. Task 300 – Horizontal Alignment Analysis & Preliminary (30 percent) Layout Develop horizontal piping alignments for each of the water, sewer, and stormwater utility system improvements to a 30 percent design level. ▪ Horizontal Alignment Analysis and Preliminary Layouts – Perform horizontal alignment analysis and develop preliminary (30 percent) layouts for each of the individual utility system improvements utilizing the base mapping topographic and existing utility information developed in Task 201 along with other project information developed in the previous tasks and Phase 1 – Conceptual Design. Preliminary design drawings will be AGENDA ITEM #2. a) City of Renton MURRAYSMITH DUIP – PHASE 2 June 2018 7 H:\EVT_Projects\16\1883 - Renton Downtown Utility Improvement\122 Phase II Scope Development\Old\20180626 Phase 2 DUIP SOW.docx prepared to a 30 percent design completion level, showing plan views and major project elements only. ▪ Conflict Analysis – Perform a conflict analysis to determine the location of the potholing work to be performed in Task 202. ▪ Existing Utilities Condition Assessments Coordination/Inclusion – Coordinate with the City regarding the City performed existing utilities condition assessments. ▪ Separation Requirements – Determine location where the 10-foot horizontal separation between water, sewer, and stormwater utilities cannot be maintained, and determine methods to mitigate the reduced spacing that meet regulatory requirements. ▪ Horizontal Alignment Analysis Documentation – Prepare a brief technical memorandum documenting the analysis and basis used to develop 30 percent horizontal piping alignment for the water, sewer, and stormwater piping improvements, including construction constraints. ▪ Engineer’s Opinion of Probable Construction Cost (OPCC) – Prepare an AACE International Class 3 OPCC with an expected accuracy range of -20 percent to +30 percent. The following individual tasks are further defined below. Task 301 – Water System Improvements (30%) Prepare draft horizontal piping alignments and perform other related efforts described under Task 300 above to 30 percent level for the water utility system improvements, including the mains only. Include a preliminary profile layout of the portion of the new 12-inch diameter water main in Whitworth Ave S that will cross under SPU's pipelines. Tie-ins to existing infrastructure, hydrants, and service connections to be designed under Task 400. Task 302 – Sewer System Improvements (30%) Prepare draft horizontal piping alignments to 30 percent level and perform other related efforts described under Task 300 above for the sewer utility system improvements, including mains and interceptors only. Tie-ins to existing infrastructure and service laterals to be designed under Task 400. Task 303 – Surface Water System Improvements (30%) Prepare draft horizontal piping alignments to 30 percent level and perform other related efforts described under Task 300 above for the stormwater utility system improvements, including trunk conveyance lines only. Surface collection and connections to trunk lines to be designed in future project phase. AGENDA ITEM #2. a) City of Renton MURRAYSMITH DUIP – PHASE 2 June 2018 8 H:\EVT_Projects\16\1883 - Renton Downtown Utility Improvement\122 Phase II Scope Development\Old\20180626 Phase 2 DUIP SOW.docx Consultant Deliverables ▪ 30 percent level horizontal piping alignment half-size (11x17) drawings for the water, sewer, and stormwater utility system improvements, technical memorandum documenting the analysis and basis for the 30 percent design, and OPCC in electronic format (PDF) for review and comment. City Responsibilities: ▪ Complete review of existing utilities condition assessments and provide relevant information and input as it relates to the existing utilities requiring replacement to be incorporated into the project improvements. ▪ Complete review of the horizontal piping alignments, technical memorandum, and OPCC for the project utility system improvements and provide one compiled written set of comments. Assumptions: ▪ Sewer interceptor modeling and sizing determination/verification will be provided by the City’s hydraulic modeling consultant. ▪ For the 30 percent level horizontal alignment drawings, only the plan views are included for the sewer and stormwater drawings. Water plans to include a profile plan on the same plan sheets showing the existing grade of the streets. A breakdown of the number of sheets for each of the individual utilities for the Task 300 work is as follows: - Water System – 7 sheets - Sewer System – 10 sheets - Stormwater System – 10 sheets ▪ Drawings will be developed at 1-inch = 20-feet scale in AutoCAD electronic format. ▪ City review period is assumed to be 10 working days. ▪ Only one (1) set of review comments will be received from the City. Task 400 – Preliminary (50 percent) Design Develop preliminary plan and profile drawings to the approximately 50 percent design completion level as described below. AGENDA ITEM #2. a) City of Renton MURRAYSMITH DUIP – PHASE 2 June 2018 9 H:\EVT_Projects\16\1883 - Renton Downtown Utility Improvement\122 Phase II Scope Development\Old\20180626 Phase 2 DUIP SOW.docx ▪ General Drawings (50 percent design completion level) – Prepare preliminary design general sheets to a 50 percent design completion level, using the project information developed in the previous tasks and Phase 1 – Conceptual Design. ▪ Utility Plan & Profile Drawings (50 percent design completion level) – Prepare preliminary design drawings to a 50 percent design completion level, showing plan and profile views and major project elements, using the project information developed in the previous tasks and Phase 1 – Conceptual Design. Drawings will be developed at 1-inch = 20-feet scale in AutoCAD electronic format. Applicable City Standard Details will be identified and summarized as appropriate for the project. ▪ Specifications Outline – Prepare a preliminary specifications outline listing the anticipated specifications to be used in the project. Specifications will be developed using the City’s Standard Specifications along with the 2018 WSDOT Standard Specifications. ▪ Engineer’s Opinion of Probable Construction Cost – Prepare an AACE International Class 2 Opinion of Probable Construction Cost with an expected accuracy range of -15 percent to +20 percent. ▪ Project Schedule Update – Develop and updated project schedule including consideration of project phasing and implementation. The following individual tasks are further defined below. Task 401 – Water System Improvements (50%) Prepare water utility system improvements design drawings to a 50 percent design completion level, including tie-ins to existing infrastructure, hydrants, and service connections and perform other related efforts described under Task 400 above. Task 402 – Sewer System Improvements (50%) Prepare sewer utility system improvements preliminary design drawings to a 50 percent design completion level and perform other related efforts described under Task 400 above for the sewer utility system improvements, including tie-ins to existing infrastructure and service laterals. Task 403 – Surface Water System Improvements (50%) Prepare stormwater utility system improvements preliminary design drawings to a 50 percent design completion level, including surface collection and connections to trunk lines to be designed in future project phase. and perform other related efforts described under Task 400 above for the stormwater utility system improvements. AGENDA ITEM #2. a) City of Renton MURRAYSMITH DUIP – PHASE 2 June 2018 10 H:\EVT_Projects\16\1883 - Renton Downtown Utility Improvement\122 Phase II Scope Development\Old\20180626 Phase 2 DUIP SOW.docx Denote any additional repairs or replacement needed based on condition assessment conducted through TV inspection by the City’s Surface Water Maintenance Division. Work on this task requires prior authorization from the Surface Water Utility. Consultant Deliverables: ▪ 50 percent preliminary plans per the Preliminary Drawing List, half size (11x17), in electronic format (PDF) for review and comment. ▪ Specifications Outline. ▪ OPCC in electronic format (PDF) for review and comment. ▪ Update project schedule City Responsibilities: ▪ Complete review of the preliminary design drawings, specifications outline, and Engineer’s Opinion of Probable Construction Cost with one compiled written set of comments. ▪ Conduct TV inspection of all pipes in the project that do not require upsizing. ▪ Provide markups of the extents of repairs needed. Assumptions: ▪ Preliminary design drawings will include general and plan and profile drawings only (as identified in the attached Preliminary Drawing List) to a 50 percent level design. Details will not be prepared. ▪ Preliminary design does not include the following: demolition, traffic control, and restoration. ▪ A single (1) plan set and OPCC will be developed under this task. ▪ City review period is assumed to be 10 working days. ▪ Only one (1) set of review comments using Bluebeam review format will be received from the City. ▪ Contract (Front End) Documents and Technical Specifications will not be prepared as part of the preliminary design efforts. ▪ City to provide condition assessment information on existing water, sewer, and stormwater utilities within 15 days of notice to proceed. Repairs determined from condition assessment information to generally be designated on plans and/or profiles through construction notes. Details (such for adapters or connectors) may also be needed. AGENDA ITEM #2. a) City of Renton MURRAYSMITH DUIP – PHASE 2 June 2018 11 H:\EVT_Projects\16\1883 - Renton Downtown Utility Improvement\122 Phase II Scope Development\Old\20180626 Phase 2 DUIP SOW.docx ▪ Roadway drainage and conveyance piping is included. Roadway drainage system based on assumptions and/or information provided by the City regarding future roadway conditions. ▪ No water quality facilities are included in design. ▪ TIR to be developed in Phase 3. Task 501 – Public Involvement Provide public information and outreach assistance as requested by the City during Phase 2 of the project. The following work elements are included in this task as specifically defined below and in the subconsultant’s proposal as Attachment D – EnviroIssues Proposal. Subtasks: 501.1 Coordination with EnviroIssues – Coordinate public involvement work with EnviroIssues and the City, including development of the stakeholder list, website content, fact sheet, and outreach graphics. Consultant Deliverable(s): ▪ Project stakeholder list, website content, fact sheet, outreach graphics, and meeting summaries City Responsibilities: ▪ Provide project area research and information necessary for project stakeholder list ▪ Coordination of meetings for downtown business and residents ▪ Coordination of City public event ▪ City webmaster will format and populate the project website with content and graphic provided by Consultant and EnviroIssues. ▪ Reproduction and distribution of project materials. Assumption(s): ▪ Participation in meetings and public events is limited to those defined under this task. Task 601 – Phase 3 – Final Design Scope Development Prepare for and meet with City personnel to review and discuss the desired/required subsequent phase (Phase 3) for final design work in support of the project’s continued development, desired AGENDA ITEM #2. a) City of Renton MURRAYSMITH DUIP – PHASE 2 June 2018 12 H:\EVT_Projects\16\1883 - Renton Downtown Utility Improvement\122 Phase II Scope Development\Old\20180626 Phase 2 DUIP SOW.docx consultant assistance, as well as to develop/verify/refine a scope of work and budget for the project. Subtasks: 601.1 Phase 3 Scoping – Prepare for and meet with the City to develop Phase 3 (Final Design) requirements. Develop Draft Phase 3 Scope of Services and budget for City review. Incorporate City comments on Draft Scope of Services and budget and submit Final Phase 3 Scope of Services and budget. Consultant Deliverable(s): ▪ Phase 3 Scope of Services and budget, draft and final City Responsibilities: ▪ Review and provide comments on the Draft Scope of Services and budget Assumption(s): ▪ None Schedule Work will begin upon receipt of a signed contract amendment and notice to proceed, or other agreeable written authorization. We will begin our work and proceed in a timely manner with an anticipated completion of Phase 2 of the project by no later than March 31, 2019, assuming notice to proceed is given by the end of July 2018. This schedule is based on timely input and information from City staff and others including the collection of requisite information and documentation, staff input, and feedback regarding draft document(s) or other project matters. AGENDA ITEM #2. a) City of Renton MURRAYSMITH DUIP – PHASE 2 June 2018 13 H:\EVT_Projects\16\1883 - Renton Downtown Utility Improvement\122 Phase II Scope Development\Old\20180626 Phase 2 DUIP SOW.docx Preliminary Drawing List Sheets Drawing Name 1 G-1 Cover, Title Sheet, Vicinity Map, and Index of Drawings 2 G-2 Symbols, Legend, Abbreviations and Designations 3-4 G-3, G-4 General Notes 5 G-5 Survey Control Plan and Notes 6-7 G-6 – G-7 TESC Plan and Notes 8-10 G-8 – G-10 Water, Sewer, & Stormwater Improvements, Key Maps 11-12 G-11 – G-12 Potholing Tables 13-19 W-1 – W-7 Water Plan & Profile (400 feet per sheet) 20-21 W-8 – W-9 Water Details (NOT INCLUDED IN THIS SCOPE OF SERVICES) 22-35 SS-1 – SS-14 Sewer Plan & Profile (450 feet per sheet) 36-40 SS-15 – SS-19 Sewer Details (NOT INCLUDED IN THIS SCOPE OF SERVICES) 41-52 SW-1 – SW-12 Stormwater Conveyance Plan & Profile (450 feet per sheet) 53-56 SW-13 – SW-16 Stormwater Collection Profiles (6 per sheet) and Stormwater Details (STORMWATER DETAILS ARE NOT INCLUDED IN THIS SCOPE OF SERVICES) Attachments: ▪ A – Project Limits ▪ B – KPG, P.S. Proposal (dated 6/20/2018) ▪ C – LineScape of Washington, LLC Proposal (dated 3/09/2018) ▪ D – EnviroIssues Proposal (dated 5/31/2018) AGENDA ITEM #2. a) %%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%!!2 !!2 "" """" "" "" ""!!2 !!2 ""!!2 "" "" "" !!2 "" !!2 !!2 !!2 !!2"" !!2 "" "" ""!!2"" """" "" "" "" !!2 !!2 !!2!!2 "" "" "" !!2 !!2 "" !!2 !!2 !!2 !!2 "" "" "" !!2 !!2 "" "" "" !!2 "" "" "" "" !!2 !!2 !!2 ""!!2 !!2 "" "" !!2 "" "" !!2 !!2 "" !!2 "" "" """" """" "" !!2 "" !!2 """" "" "" "" !!2 !!2 "" !!2""!!2 "" """" !!2 !!2 "" "" !!2!!2 "" !!2 "" !!2"" """" "" "" "" "" "" "" !!2 !!2 """" "" !!2 ""!!2 "" "" "" !!2 "" !!2 !!2 "" !!2 "" !!2 !!2 "" !!2"" !!2 "" "" !!2 "" !!2 "" "" "" "" "" "" ""!!2!!2 !!2 "" !!2 """" "" "" "" !!2 "" !!2 !!2 !!2 "" "" !!2 "" !!2 "" !!2"" "" "" "" "" "" "" "" !!2 !!2 !!2 "" "" "" !!2 "" !!2 "" "" ""!!2 "" "" !!2 "" "" ""!!2 "" !!2 !!2 !!2"" "" "" "" "" """" "" "" "" "" !!2 "" "" !!2 "" !!2 ""!!2 !!2 !!2 "" !!2 "" !!2 "" "" ""!!2 !!2 "" "" "" "" !!2 "" "" "" !!2 !!2 """"!!2 !!2 "" !!2 !!2 !!2 """" "" !!2 "" !!2 "" "" !!2 "" !!2 "" "" "" "" "" "" "" !!2 "" !!2 !!2!!2 "" "" "" "" "" "" "" !!2 !!2 "" "" "" !!2"" "" "" !!2 "" "" "" !!2 !!2 !!2 "" "" !!2 "" "" "" "" "" "" !!2"" "" "" "" "" "" "" """" "" !!2 "" "" !!2!!2 "" !!2 "" """" !!2 "" "" "" "" "" !!2 "" !!2 "" !!2 "" !!2 !!2 "" "" "" "" "" "" "" "" !!2 "" "" !!2 "" !!2 "" "" !!2 !!2 !!2 "" "" "" "" !!2 "" "" !!2 "" "" !!2 "" "" !!2 !!2 "" "" "" !!2 !!2 !!2 "" "" "" "" !!2 !!2 !!2 "" ""!!2 "" "" "" "" ""!!2 !!2 "" "" "" "" "" !!2 "" !!2 "" "" !!2 !!2 "" "" !!2"" !!2 "" "" !!2 "" !!2 "" "" "" "" "" !!2 !!2 !!2 !!2 !!2 "" "" "" "" "" "" "" "" "" "" ""!!2 "" "" !!2 "" !!2"" !!2 "" "" !!2 !!2 "" "" !!2 "" !!2 "" "" "" "" "" "" "" !!2 "" !!2 !!2 !!2 "" "" !!2 "" !!2 "" "" """" "" "" !!2 "" "" !!2 "" !!2 "" "" !!2 "" "" "" "" !!2 !!2 "" "" "" "" !!2 "" "" "" "" "" "" "" "" !!2 "" "" "" "" "" "" "" """" "" "" !!2"" !!2 !!2 "" "" !!2 !!2 !!2 "" !!2 "" ""!!2 "" "" "" "" "" !!2 "" "" "" "" "" "" "" "" "" "" !!2 "" "" "" "" "" "" "" "" !!2 "" "" "" "" !!2 "" "" "" "" "" "" "" "" !!2 "" "" "" "" "" "" "" !!2 "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" !!2 """" "" "" !!2 "" "" "" !!2 "" !!2 "" "" !!2 "" "" !!2 "" "" "" "" "" "" "" "" "" "" """" !!2 "" "" "" "" "" "" "" !!2 "" "" "" !!2 "" "" """" !!2 "" "" "" !!2 "" "" "" "" "" "" "" "" "" !!2 "" "" "" "" "" "" "" "" "" "" "" "" !!2 !!2!!2 !!2 "" !!2 !!2 !!2 "" "" !!2 ""!!2 !!2 !!2 "" !!2 !!2 "" !!2 !!2!!2 "" !!2!!2 "" "" !!2 "" "" "" "" "" !!2 "" "" "" "" "" !!2 "" "" "" "" !!2 "" !!2 "" "" !!2 !!2 !!2 "" !!2 "" "" !!2 !!2 "" "" !!2 "" "" "" !!2 "" !!2 !!2 "" "" !!2 "" !!2 "" "" !!2 "" "" "" "" !!2 !!2 !!2!!2 !!2 !!2 !!2 "" "" "" !!2 "" "" "" "" !!2 "" !!2 "" "" "" !!2 !!2 !!2 "" !!2 "" !!2"" !!2"" !!2 "" !!2 "" ""!!2 !!2 "" "" !!2 !!2 "" "" "" !!2 ""!!2 !!2 "" !!2 !!2 "" "" "" !!2 !!2 !!2 !!2 "" !!2 "" !!2 !!2 "" !!2 !!2 !!2 "" "" !!2 "" "" "" "" "" !!2 !!2 !!2 !!2 !!2!!2 !!2 "" "" !!2 "" "" !!2 "" !!2 !!2 """" !!2 !!2 "" !!2 "" !!2 "" !!2 !!2 !!2 "" !!2 "" "" !!2 "" "" "" !!2 "" !!2 "" !!2 !!2 "" "" !!2 "" !!2 !!2 "" "" !!2"" """" !!2 !!2 "" "" "" "" "" !!2 """" !!2 !!2 !!2 "" "" "" "" "" "" "" !!2 !!2 !!2 "" "" "" "" !!2 "" "" "" !!2 "" "" "" !!2 "" !!2 "" ""!!2 "" "" "" "" """" "" """" "" !!2 "" "" "" !!2 "" "" "" !!2 !!2 "" "" !!2 !!2 "" "" "" !!2 "" "" "" !!2 !!2 "" "" "" "" !!2 !!2 "" "" !!2 !!2 """" "" """" """""" "" !!2 !!2 "" "" "" "" "" "" !!2 !!2 "" "" "" "" !!2 !!2 "" !!2 !!2 "" !!2 "" !!2 "" "" !!2 "" "" """" !!2 """""" !!2 "" "" "" "" !!2 "" "" !!2 "" "" !!2 "" "" "" "" "" "" "" "" "" "" "" "" "" !!2 "" "" "" "" "" !!2 ""!!2 """" """""" "" "" "" "" "" !!2 !!2 "" !!2 !!2 !!2 !!2 "" "" !!2 "" "" "" "" "" "" "" """" "" "" "" "" "" "" "" "" !!2 "" "" "" "" !!2 "" !!2 "" "" "" !!2 "" "" "" """" "" "" "" """" "" !!2 "" !!2 "" "" "" "" "" !!2 !!2 "" "" "" "" "" "" "" """" "" "" "" !!2 "" "" "" "" !!2 !!2 !!2 !!2 !!2 "" "" !!2 "" !!2 "" "" """" "" "" "" !!2 "" "" !!2 "" !!2 "" "" !!2 "" "" "" !!2 "" "" !!2 !!2 !!2 "" "" !!2 """" "" "" "" !!2 "" !!2 "" "" "" "" !!2 """" !!2 "" "" !!2 !!2 !!2 """" """" """" "" !!2 !!2 !!2 "" !!2 "" !!2 "" "" "" "" !!2 !!2 "" "" !!2 !!2!!2 """" """" !!2 !!2!!2 "" "" """" """" !!2 """"!!2!!2!!2 !!2 "" !!2!!2 !!2 """" """" """"""!!2 "" !!2!!2 "" !!2"" !!2!!2 !!2!!2 "" """" """""""" !!2 !!2 """" "" "" !!2!!2 "" !!2 "" "" "" !!2 "" "" "" !!2 !!2"" !!2 !!2 "" ""!!2 "" !!2 "" """" "" "" "" "" !!2 !!2 !!2 !!2 "" !!2 """" !!2 !!2!!2 G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!.G!. G!. G!. G!. G!. G!. G!.G!. G!. G!. G!.G!. G!. G!. G!. G!. G!. G!. G!.G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!.G!. G!. G!. G!. G!. G!. G!. G!.G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!.G!. G!. G!. G!. G!. G!. G!. G!.G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!.G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!.G!. G!. G!. G!.G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!.G!. G!. G!.G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!.G!. G!. G!. G!. G!. G!. G!. G!. G!.G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!.G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!.G!. G!. G!. G!. G!. G!. G!. G!. G!.G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. G!. $¬+ $¬+ $¬+ $¬+ $¬+ $¬+ $¬+ $¬+ $¬+ $¬+ $¬+ $¬+ $¬+ $¬+ $¬+ $¬+ $¬+ $¬+ $¬+ $¬+$¬+ $¬+ $¬+ $¬+ $¬+ $¬+ $¬+ $¬+ $¬+ $¬+ $¬+ $¬+ $¬+ $¬+ $¬+ $¬+ $¬+ $¬+ $¬+ $¬+$¬+ $¬+ $¬+ $¬+ $¬+ &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2&S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2&S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2&S2 &S2&S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2&S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2&S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2&S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2&S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2&S2&S2&S2&S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2&S2 &S2&S2 &S2 &S2 &S2&S2 &S2 &S2 &S2 &S2 &S2&S2&S2&S2 &S2&S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2&S2 &S2 &S2 &S2&S2 &S2 &S2 &S2&S2 &S2 &S2 &S2 &S2 &S2&S2 &S2 &S2 &S2 &S2 &S2&S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2&S2&S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2&S2 &S2 &S2 &S2 &S2 &S2 &S2&S2 &S2 &S2 &S2 &S2 &S2&S2 &S2 &S2 &S2&S2 &S2 &S2 &S2&S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2&S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2&S2 &S2 &S2 &S2&S2&S2 &S2 &S2 &S2 &S2 &S2&S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2&S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2&S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2&S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2&S2&S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2&S2 &S2&S2 &S2 &S2 &S2 &S2 &S2&S2&S2 &S2 &S2 &S2&S2&S2 &S2 &S2 &S2 &S2 &S2&S2 &S2&S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2&S2 &S2 &S2&S2&S2&S2 &S2 &S2 &S2&S2 &S2 &S2&S2 &S2 &S2 &S2 &S2 &S2&S2 &S2 &S2 &S2&S2 &S2 &S2 &S2 &S2 &S2&S2 &S2 &S2 &S2 &S2 &S2&S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2 &S2&S2 &S2 &S2 &S2 &S2 S 3rd St S 2nd StS 2nd StS 134th St S 3rd St Main Ave SLogan Ave SBurnettAve SMill Ave SBronson Way SMain Ave SShattuck Ave SE P e r im e t e r R d Smithers Ave SS Tobin St S 4th StShattuckAve SLindAve NWWilliams Ave SWhitworthAve SI-405 FWYHouser W ay SLake Ave SWilliams Ave NRa i ni er Av e SMorris Ave SS 3r d Pl Wells Ave SWhitworthAve SRai ni er Ave NCedar Ave SAccess RdAirport Way S Tillicum St Burnet t Pl SRentonHS AcRdI-405 FWYW Perimeter Rd 6 6'' S P U C R P L # 3 66'' SPU CRPL #1 55.5'' SPU CRPL #2 108'' KC EASTSIDE INTERCEPTOR10 8 '' KC EASTSI DE I NTERCEPT ORH:\EVT_Projects\16\1883 - Renton Downtown Utility Improvement\CAD\GIS\Conceptual Design\Contract Project Limits.mxd 6/5/2018 9:32:32 AM Spencer.OgdenC i t y o f R e n t on DUIPWater, Sewer, a n dStormwater Impr o v e m e n ts Contract Project LimitsDRAFT© EXISTING UTILITY SYSTEMS & BASE DATA: CITY OF RENTON 2017, UNLESS OTHERWISE NOTED. KING COUNTY INTERCEPTOR DATA: KING COUNTY 2017. DATA SOURCE SUPPLIED MAY NOT REFLECT CURRENT OR ACTUAL CONDITIONS. THIS MAP IS A GEOGRAPHIC REPRESENTATION BASED ON INFORMATION AVAILABLE. IT DOES NOT REPRESENT SURVEY DATA.NO WARRANTY IS MADE CONCERNING THE ACCURACY, CURRENCY, OR COMPLETENESS OF DATA DEPICTED ON THIS MAP. Proposed Utilities Stormwater MainWater Main Sewer MainStormwater MainWater Main &S2 Manhole $¬+Clean Out G!.Hydrant ""Catch Basin - Type 1 !!2 Catch Basin - Type 2 SPU Cedar RiverPipeline %KC EastsideInterceptor Existing Utilities Existing StructuresSewer Main (2A) 0 250 500125 Scale in Feet ATTACHMENT A - PROJECT LIMITS Survey limits to 5' beyond ROW; at intersections, survey limits go 50' beyond adjacent ROW Project limits including cross streets between S 2nd St and S 3rd St from Rainier Ave S to Mill Ave S, and Shattuck Ave S from S 3rd St to Houser Way S KPG project extents not to be included in Murraysmith DUIP work KPG project extents not to be included in Murraysmith DUIP work AGENDA ITEM #2. a) KPG Phase 2 Survey Base Map (6/20/18) Project Limits The Project Limits are within the public rights of way. The Project Limits for the purpose of this task is: Rainier Avenue S (western boundary), Mills Avenue S (eastern boundary), S 2nd Street (northern boundary), and S 3rd Street (southern boundary). Together with Shattuck Avenue S from S 3rd Street to Houser Way S. The Project Limits is outlined in a figure dated March 2nd, 2018 entitled “Figure 1 Water Study Area”. Mapping shall extend five (5) feet beyond road rights-of-way. On cross streets mapping shall extend fifty (50) feet from the edge of right-of-way. The diagonal SPU right of way is excluded from the Project Limits except where it crosses City right of way. Within the Project Limits, the Survey Consultant has recently mapped portions for use in other projects. These include portions of Rainier Ave S, S 2nd Street, S 3rd Street, Williams Avenue S, Wells Avenue S, Main Avenue S, and Houser Way S. New mapping will consist of approximately 9,100 lineal feet. Field survey of planimetric features and utilities. Topographic mapping of the existing ground will be taken at approximately at 25-ft intervals (to 1-ft. contour intervals). The streets will have complete survey out to approximately five (5) feet behind the right-of-way. Included in this task are: signal loops, utility locate paint marks, surface features (valves, manholes, catch basins, junction boxes, vaults, trees, curbs, planters, driveways, etc.). Irrigation systems will not be included. Perform observation and measure-downs of existing storm drain catch basins and manholes and sewer manholes. The approximate size, type (brick, concrete), and approximate size and location of pipes will be documented. These observations will be made from the surface. Geotechnical borings and utility potholes shall be surveyed as needed. Finished floor elevations shall be obtained for commercial and residential buildings within the mapping limits. The Consultant shall coordinate utility locates, identification, survey, and other work, as necessary, to locate franchise underground utilities in order to identify any potential conflicts with the proposed improvements. Consultant shall subcontract with a utility locating company to paint utility locations within the project limits so that they can be surveyed. The Consultant shall coordinate with David Christensen and Gregg Seegmiller, City of Renton, to request locates for City-owned utilities. Consultant will request utility companies record drawings and update utility mapping. Consultant shall conduct CADD mapping work to prepare 1”=20’ topographic base map and digital terrain model (DTM) in AutoCAD format of the project within the limits described above. Right-of-way will be determined from available survey records (surveys, right-of-way plans, etc.). Parcel lines will utilize available GIS linework and will only be approximate. Supplemental Services A provisional budget allowance not to exceed $10,000 is included in anticipation of supplemental survey AGENDA ITEM #2. a) services which may be requested during the design phase of the project. Deliverables: A survey base map in AutoCAD Civil 3D format of the project to KPG Murraysmith or City of Renton cad standards. The scale of the survey drawing shall be as specified by the Engineer. The base map will include information collected as described above and will also incorporate the prior mapped areas to create one composite base map. Assumptions: If required, Traffic Control Services Inc. will be hired to provide traffic control plans and traffic control. Two days of traffic control is allocated, including plans preparation, flagging personnel, all required trucks and equipment and uniformed officer for one day. AGENDA ITEM #2. a) Murraysmith, Inc. Renton Downtown Utility Improvements Project Phase 2 - Topographic and Utility Mapping 6/20/2018 Hours Rate Amount Task 1 Topographic and Utility Mapping Topo mapping 220.00 $165.00 $36,300.00 Utility mapping 80.00 $165.00 $13,200.00 Basemap preparation 290.00 $112.00 $32,480.00 Utility and ROW research and coordination 80.00 $137.00 $10,960.00 Supplemental Services $10,000.00 Sub-Total Mapping $102,940.00 Expenses Utility locates $25,000.00 Traffic control $2,000.00 Mileage $1,400.00 Sub-Total Expenses $28,400.00 Total $131,340.00 KPG AGENDA ITEM #2. a) AGENDA ITEM #2. a) Date 3/9/2018 **All estimates good for one month** Budget Proposal for: City of Renton DUIP Project - Non PW Customer Job Site Location Contact City of Renton DUIP Project Phone Email Address City, State, Zip Scope of Work to be Performed Qty Unit Unit Price Subtotal 100 HR $1,630.00 $163,000.00 10%Sales Tax $16,300.00 BID TOTAL: Qty Unit Unit Price Subtotal 100 HR $1,196.00 $119,600.00 10%Sales Tax $11,960.00 BID TOTAL: If you have any questions please feel free to contact me. Thank you, Kemp Garcia Please sign below and email back to accept and schedule work. Signature Date Jim Walton J Morrow 206-920-0013 Kemp Garcia 206-920-3722 MurraySmith Adam Schuyler Below is a per pothole price for up to 100 requested potholes at the unit price below depending on if a UPO is required. Pricing includes white lining/ 811 call for locates, crew and equipment to perform the pothole work. Pricing includes cost for Traffic Control, and Flagging. Backfill and Surface Restoration of 5/8" minus and cold patch. Backfill will be imported and soil that is pulled out of the hole during the vac excavation process. Deliverable will be in a spreadsheet, Bluebeam file with pictures. Pricing is for Non-Prevailing Wage. If project deemed Prevailing Wage, additional cost plus admin fees will be added. adam.schuyler@murraysmith.us Notice of Liability The use of high pressure jetting has inherent risks. Any damage to property, systems and loss of equipment will be the customer's responsibility. Linescape will not guarentee that high pressure jetting will solve the problems that exist in a system. Linescape employees will not jet lines that are not identified by know structures or identified by a camera. Linescape will not jet into the public main line without a city provided as-built. Payment due upon completion of work. All past due balances will be billed a monthly finance charge of 1% (12% APR). Service Per Pothole Price (UPO Not Included) $131,560.00 LineScape to provide: Service Per Pothole Price (UPO included) $179,300.00 Kemp@linescapellc.com Business Development - Vactor Jim@linescapellc.com Owner 206-794-9823 Jmorrow@linescapellc.com Project Manager - Drilling (206) 794-6040 PO Box 81243 | Seattle WA 98108 Page 1 of 1 ATTACHMENT C - LINESCAPE PROPOSAL AGENDA ITEM #2. a) Renton Downtown Utility Improvements Project May 31, 2018 Public Outreach Scope – EnviroIssues Page 1 Renton Downtown Utility Improvements Project - Phase 2 Scope of Services, May 31, 2018 Project Overview and Background In general, this work is intended to evaluate the existing water, sewer, and stormwater utility systems including identifying deficiencies, determining alternatives (if applicable), developing a conceptual design and making recommendations for system improvements to be implemented to address the future developed condition within the defined study area of downtown Renton. The Project Limits focuses on S 2nd Street and S 3rd Street and varies as defined per the following: • Water System – Rainier Avenue S (western boundary), Mills Avenue S (eastern boundary), S 2nd Street (northern boundary), Houser Way S (southern boundary). • Sewer System – Rainier Avenue S (western boundary), Mills Avenue S (eastern boundary), S 2nd Street (northern boundary), and S 3rd Street (southern boundary). • Stormwater System – Shattuck Ave S (western boundary), Mills Avenue S (eastern boundary), S 2nd Street (northern boundary), and Houser Way S (southern boundary). Replacing, rehabilitating, and/or upsizing the individual utilities are anticipated due to age, capacity needs, condition and/or maintenance requirements. S 2nd Street and S 3rd Street are major arterial roadways located within the City’s Center Downtown area and are lined by a variety of commercial businesses, Renton High School, and numerous other mixed use properties and contain several other utilities, both public and private. Phase 2 Duration The second phase of this project is expected to last approximately 6 months, from June 25 through December 31, 2018. Task 1 Public Information and Outreach Purpose: Provide public information and outreach assistance as requested by the City during Phase 2 of the project. • Prepare Project Stakeholder List: Based on project area research and information provided by the City, prepare a project stakeholder list and recommended contact methods. • Develop Project Information Material: Develop and design public information materials, which could include: o Website content: Prepare content for a project webpage that includes background information and links to key materials (e.g., project fact sheet). Consultant will coordinate with the City’s webmaster who will manage the webpage. o Project fact sheet: Prepare fact sheet with project overview, schedule, anticipated fieldwork details, and project contact information to post on the website and to share electronically, by mail, and at in-person events and meetings. ATTACHMENT D - ENVIROISSUES PROPOSAL AGENDA ITEM #2. a) Renton Downtown Utility Improvements Project May 31, 2018 Public Outreach Scope – EnviroIssues Page 2 • Provide Community Outreach Support: Attend existing area meetings and provide community feedback summaries. Events could include: o Attending up to two (2) downtown business and resident meetings. Appropriate groups to brief could include, for example, the Renton Downtown Partnership Board of Directors. o Attending up to one (1) City public event, as needed. • Prepare Monthly Progress Reports and Invoices. Prepare and submit progress reports and monthly invoices showing activities completed, budget, and schedule status, and identifying key issues. Deliverable(s): • Project stakeholder list • Project website content and one update • Project fact sheet • Project outreach graphics to include in materials (up to two) • Community meeting public input summaries • Monthly progress reports / invoices Assumption(s): • Participation in meetings and public events is limited to those defined under this task. Consultant participation will include attending existing meetings and preparing a brief public input summary after each event. City or other team member(s) will make the presentation. • City webmaster will format and populate project website with content and graphics provided by Consultant. • Draft deliverables will be provided for up to two rounds of City review prior to finalization. • City will be responsible for reproducing and distributing project materials. AGENDA ITEM #2. a) Renton Downtown Utility Improvements Project May 31, 2018 Public Outreach Scope – EnviroIssues Page 3 Cost Estimate Staff Ryan Orth Assoc. 3/PM Assoc. 1 Project Coord. Graphics Billing Rate $140.51 $95.66 $80.72 $95.66 TOTAL HOURS 6 30 11 5 52 TOTAL LABOR COST $843.06 $2,869.80 $887.92 $478.30 $5,079.78 TOTAL DIRECT COST $172.50 TOTAL $5,251.58 Task 1 Public Information and Outreach Total Hours 6 30 11 5 52 Total Labor $843.06 $2,869.80 $887.92 $478.30 $5,079.78 Direct Costs Item Quantity Cost Each Item Cost Black and white copies 200 $0.10 $20.00 Color copies 50 $0.89 $44.50 Mileage 200 $0.54 $108.00 AGENDA ITEM #2. a) City of Renton MURRAYSMITH DUIP – Phase 2 June 2018 1 H:\EVT_Projects\16\1883 - Renton Downtown Utility Improvement\122 Phase II Scope Development\20180702 Phase 2 DUIP SOW.docx EXHIBIT B TIME SCHEDULE OF COMPLETION DOWNTOWN UTILITY IMPROVEMENT PROJECT – PHASE 2: PRELIMINARY ENGINEERING AND DESIGN CITY OF RENTON Preliminary Estimate Schedule Murraysmith shall begin work immediately upon receipt of Notice to Proceed from the City and proceed according to the preliminary estimated schedule presented below. However, the schedule may change due to factors beyond Murraysmith's control. Preliminary Design Tasks Estimated Completion Phase 2 Notice to Proceed Early August 2018 Task 101 - Project Management August 2018 – March 2019 Task 102 - Project Meetings and Coordination August 2018 – March 2019 Task 201 – Field Survey & Base Map Development August 2018 – October 2018 Task 202 – Potholing October 2018 – December 2018 Task 300 - Horizontal Alignment Analysis & Preliminary Layout (30%) October 2018 – January 2019 Task 400 - Preliminary Design (50%) January 2019 – March 2019 Task 501 - Public Involvement August 2018 – March 2019 Task 601 - Phase 3 Final Design Scope Development January 2019 – March 2019 AGENDA ITEM #2. a) ESTIMATED FEES Discipline Breakdown Principal Engineer IV Principal Engineer III Professional Engineer V Engineering Designer II Technician III Administrative I Hours Direct Labor Loaded Labor Total Kreshel Schuyler Arifin Ogden Williams Bostic Fee Fee KPG, P.S.LineScape EnviroIssues Task 101 - Project Management -$ -$ -$ Task 101.1 - Project Status Reporting 2 12 18 32 1,377$ 4,666$ -$ -$ 4,666$ 933.14$ 1,866.27$ 1,866.27$ Task 101.2 - Staff/Consultant Team Management 4 12 12 28 1,611$ 5,461$ -$ -$ 5,461$ 1,092.16$ 2,184.33$ 2,184.33$ Task 101.3 - Invoices and Budget Oversight 2 6 6 18 32 1,199$ 4,064$ -$ 100$ 4,164$ 832.77$ 1,665.53$ 1,665.53$ Task 101.4 - Quality Assurance/Quality Control (QA/QC)77 77 5,652$ 19,153$ -$ -$ 19,153$ 3,830.55$ 7,661.09$ 7,661.09$ Task 101 Subtotal 85 30 18 0 0 36 169 9,839$ 33,343$ -$ -$ -$ -$ 100$ 33,443$ 6,689$ 13,377$ 13,377$ Task 102 - Project Meetings and Coordination Task 102.1 - Phase 2 Kick-Off Meeting 3 4 4 2 1 14 741$ 2,513$ -$ 32$ 2,545$ 509.02$ 1,018.05$ 1,018.05$ Task 102.2 - General Project Meetings/Coordination 8 16 16 8 4 52 2,672$ 9,056$ -$ -$ 9,056$ 1,811.18$ 3,622.37$ 3,622.37$ Task 102.3 - Water Utility Design Meetings/Coordination 6 12 12 2 2 34 1,862$ 6,310$ -$ 65$ 6,375$ 1,275.01$ 2,550.02$ 2,550.02$ Task 102.4 - Sewer Utility Design Meetings/Coordination 6 12 12 2 2 34 1,862$ 6,310$ -$ 65$ 6,375$ 1,275.01$ 2,550.02$ 2,550.02$ Task 102.5 - Surface Water Utility Design Meetings/Coordination 6 12 12 2 2 34 1,862$ 6,310$ -$ 65$ 6,375$ 1,275.01$ 2,550.02$ 2,550.02$ Task 102.6 - Concurrent City Projects Coordination 1 16 16 5 2 40 2,025$ 6,861$ -$ 65$ 6,926$ 1,385.14$ 2,770.28$ 2,770.28$ Task 102.7 - City Departments Correspondence and Coordination 1 16 16 5 2 40 2,025$ 6,861$ -$ 65$ 6,926$ 1,385.14$ 2,770.28$ 2,770.28$ Task 102.8 - Franchise Utilities Coordination 1 16 16 5 2 40 2,025$ 6,861$ -$ 65$ 6,926$ 1,385.14$ 2,770.28$ 2,770.28$ Task 102.9 - SPU and King County Coordination 1 16 16 5 2 40 2,025$ 6,861$ -$ 65$ 6,926$ 1,385.14$ 2,770.28$ 2,770.28$ Task 102 Subtotal 33 120 120 36 0 19 328 17,098$ 57,943$ -$ -$ -$ -$ 486$ 58,429$ 11,686$ 23,372$ 23,372$ Task 201 - Field Survey & Base Map Development 144,474$ 144,474$ -$ 144,474$ 28,894.80$ 57,789.60$ 57,789.60$ Task 201.1 - Coordination with KPG, Inc.1 4 10 4 8 27 1,140$ 3,865$ -$ 209$ 4,073$ 814.69$ 1,629.37$ 1,629.37$ Task 201.2 - Coordination with the City 1 4 10 4 19 874$ 2,961$ -$ -$ 2,961$ 592.10$ 1,184.20$ 1,184.20$ Task 201 Subtotal 2 8 20 8 8 0 46 2,014$ 6,825$ 144,474$ -$ -$ 144,474$ 209$ 151,508$ 30,302$ 60,603$ 60,603$ Task 202 - Potholing 0 -$ 197,230$ 197,230$ -$ 197,230$ 39,446.00$ 78,892.00$ 78,892.00$ Task 202.1 - Coordination with LineScape 1 4 10 4 19 874$ 2,961$ -$ 65$ 3,025$ 605.06$ 1,210.12$ 1,210.12$ Task 202 Subtotal 1 4 10 4 0 0 19 874$ 2,961$ -$ 197,230$ -$ 197,230$ 65$ 200,255$ 40,051$ 80,102$ 80,102$ Task 300 - Horizontal Alignment Analysis & Preliminary (30%) Layout -$ -$ -$ -$ -$ -$ Task 300 Subtotal 0 0 0 0 0 0 0 -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ Task 301 - Water Utility 30 percent Horizontal Alignment 12 17 67 72 6 174 6,065$ 20,554$ -$ 1,578$ 22,133$ 22,132.87$ Task 301 Subtotal 0 12 17 67 72 6 174 6,065$ 20,554$ -$ -$ -$ -$ 1,578$ 22,133$ 22,133$ -$ -$ Task 302 - Sewer Utility 30 percent Horizontal Alignment 25 34 133 143 11 346 12,115$ 41,056$ -$ 2,856$ 43,913$ 43,912.57$ Task 302 Subtotal 0 25 34 133 143 11 346 12,115$ 41,056$ -$ -$ -$ -$ 2,856$ 43,913$ -$ 43,913$ -$ Task 303 - Stormwater Utility 30 percent Horizontal Alignment 25 34 133 143 11 346 12,115$ 41,056$ -$ 2,856$ 43,913$ 43,912.57$ Task 303 Subtotal 0 25 34 133 143 11 346 12,115$ 41,056$ -$ -$ -$ -$ 2,856$ 43,913$ -$ -$ 43,913$ Task 400 - Preliminary (50%) Design -$ -$ -$ -$ -$ -$ Task 400 Subtotal 0 0 0 0 0 0 0 -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ Task 401 - Water Utility 50 percent Horizontal Alignment 12 17 67 72 6 174 6,065$ 20,554$ -$ 1,578$ 22,133$ 22,132.87$ Task 401 Subtotal 0 12 17 67 72 6 174 6,065$ 20,554$ -$ -$ -$ -$ 1,578$ 22,133$ 22,133$ -$ -$ Task 402 - Sewer Utility 50 percent Horizontal Alignment 25 34 133 144 12 348 12,171$ 41,243$ -$ 2,874$ 44,118$ 44,117.66$ Task 402 Subtotal 0 25 34 133 144 12 348 12,171$ 41,243$ -$ -$ -$ -$ 2,874$ 44,118$ -$ 44,118$ -$ Task 403 - Stormwater Utility 50 percent Horizontal Alignment 25 34 133 144 12 348 12,171$ 41,243$ -$ 2,874$ 44,118$ 44,117.66$ Task 403 Subtotal 0 25 34 133 144 12 348 12,171$ 41,243$ -$ -$ -$ -$ 2,874$ 44,118$ -$ -$ 44,118$ Task 501 - Public Involvement 5,777$ 5,777$ -$ 5,777$ 1,155.35$ 2,310.70$ 2,310.70$ Task 501.1 - Coordination with EnviroIssues 1 8 16 8 16 4 53 2,134$ 7,233$ -$ 520$ 7,754$ 1,550.71$ 3,101.42$ 3,101.42$ Task 501 Subtotal 1 8 16 8 16 4 53 2,134$ 7,233$ -$ -$ 5,777$ 5,777$ 520$ 13,530$ 2,706$ 5,412$ 5,412$ Task 601 - Phase 3 - Final Design Scope Development -$ -$ -$ -$ -$ -$ Task 601.1 - Phase 3 Scoping 2 12 16 4 4 38 1,833$ 6,211$ -$ 32$ 6,243$ 1,248.67$ 2,497.35$ 2,497.35$ Task 601 Subtotal 2 12 16 4 0 4 38 1,833$ 6,211$ -$ -$ -$ -$ 32$ 6,243$ 1,249$ 2,497$ 2,497$ TOTAL - ALL TASKS 124 306 370 726 742 121 2389 94,495$ 320,224$ 144,474$ 197,230$ 5,777$ 347,481$ 16,031$ 683,735$ 136,948$ 273,394$ 273,394$ Direct Salary Cost (DSC)94,495$ Overhead Cost 202.57%191,419$ Subtotal (DSC + Overhead)285,914$ Net Fee 12%34,310$ Subconsultants 347,481$ Direct Non-Salary Costs 16,031$ Grand Total 683,735$ EXHIBIT C CITY OF RENTON DOWNTOWN UTILITY IMPROVEMENT PROJECT PHASE 2: PRELIMINARY ENGINEERING AND DESIGN FEE ESTIMATE Storm LABOR CLASSIFICATION (HOURS) Subconsultants ExpensesSubconsultant Total SewerWater CITY OF RENTON JUNE 2018 H:\EVT_Projects\16\1883 - Renton Downtown Utility Improvement\122 Phase II Scope Development\Renton DUIP Phase 2 Fee Est FINAL Murraysmith, Inc. Engineers/Planners DUIP PHASE 2: PRELIMINARY ENGINEERING AND DESIGN Page 1 AGENDA ITEM #2. a) City of Renton MURRAYSMITH DUIP – Phase 2 June 2018 1 H:\EVT_Projects\16\1883 - Renton Downtown Utility Improvement\122 Phase II Scope Development\20180702 Phase 2 DUIP SOW.docx EXHIBIT D SCHEDULE OF CHARGES DOWNTOWN UTILITY IMPROVEMENT PROJECT – PHASE 2: PRELIMINARY ENGINEERING AND DESIGN CITY OF RENTON Personnel Labor will be invoiced by staff classification at the following hourly rates, which are valid from January 1, 2018 to December 31, 2018. The City agrees to allow the Consultant and sub- consultants to adjust rates on an annual basis in January of each year. Principal Engineers $208.00 – $248.00 Professional Engineers $147.00 – $190.00 Engineering Designers $129.00 – $192.00 Technicians $100.00 – $143.00 Administrative $87.00 – $107.00 Direct Expenses Expenses incurred in-house that are directly attributable to the project will be invoiced at actual cost. These expenses include the following: Computer Aided Design and Drafting .......................... $18.00/hour GIS and Hydraulic Modeling ............................$10.00/hour Mileage ..........................................................................Current IRS Rate Postage and Delivery Services .....................................At Cost Printing and Reproduction ...........................................At Cost Travel, Lodging and Subsistence ..................................At Cost Outside Services: Outside technical, professional, and other services will be invoiced at actual cost plus 10 percent to cover administration and overhead. AGENDA ITEM #2. a) AB - 2194 City Council Regular Meeting - 06 Aug 2018 SUBJECT/TITLE: Contract Award: Falcon Ridge Lift Station Replacement and Force Main Improvements; CAG-18-120 RECOMMENDED ACTION: Refer to Utilities Committee DEPARTMENT: City Clerk STAFF CONTACT: Jason Seth, City Clerk EXT.: 6502 FISCAL IMPACT SUMMARY: $926,502.50. The total budget for this project is $1,000,000. The budget amount is not sufficient to cover contingency construction costs and the engineering consultant services during construction, therefore a transfer of $250,000 from the Thunder Hill Interceptor Rehabilitation project (426.465495) to this project account (426.465480) is being requested. The engineer's estimate is $960,520. SUMMARY OF ACTION: The City Clerk's Office conducted a bid opening for the Falcon Ridge Lift Station Replacement and Force Main Improvements project on July 31, 2018. In compliance with Council policies, the bid opening met the following three requirements: 1) There was more than one bid; 2) There were no irregularities with the lowest responsible and responsive bid; 3) The lowest responsible and responsive bid was within budget. However, there is insufficient budget to accommodate the contingency construction costs and the engineering consultant services during construction. Therefore, staff recommends Council award the Falcon Ridge Lift Station Replacement and Force Main Improvement project to Road Construction Northwest, Inc., in the amount of $926,502.50; AND refer this item to the Utilities Committee to consider transferring $250,000 from the Thunder Hill Interceptor Rehabilitation project to this project. EXHIBITS: A. Staff Recommendation B. Bid Tab STAFF RECOMMENDATION: Accept the lowest responsible and responsive bid and award the Falcon Ridge Lift Station Replacement and Force Main Improvement project to Road Construction Northwest, Inc., in the amount of $926,502.50; and transfer $250,000 from the Thunder Hill Interceptor Rehabilitation project to this project. AGENDA ITEM #3. a) PUBLIC WORKS DEPARTMENT c«yof MEMORANDUMton DATE: August 1, 2018 CITY OF RENTONTO: Jason Seth, City Clerk AUG 01 2018FROM: Michael Benoit, Wastewater Utility, x7206 CITYC ECEIVEDSUBJECT: Bid Award RK'S OFFICE Falcon Ridge Lift Station Replacement and Force Main Improvements, CAG-18-120 The Public Works Department has reviewed the bids that were submitted for the Falcon Ridge Lift Station Replacement and Force Main Improvements project and we recommend that the bid be awarded to Road Construction Northwest, Inc. We are requesting that an agenda bill for "refer to Utilities Committee" be prepared for the August 6, 2018, Council Meeting. We would further request that the item be scheduled for the August 9th Utility Committee meeting. The bid opening was on Tuesday,July 31, 2018. There were seven bids received. There were no errors of significance on any of the bids. The low bidder is Road Construction Northwest, Inc. with a bid of$926,502.50. The engineer's estimate was $960,520. The project budget amount for the Falcon Ridge Lift Station Replacement and Force Main Improvements project (426.465480) is $1,000,000. The budgeted amount is not sufficient to cover the contingency construction cost and the engineering consultant services during construction. As part of the award, the Wastewater Utility is requesting a budget transfer of$250,000 from Thunder Hill Interceptor Rehabilitation project (426.465495)to Falcon Ridge Lift Station Replacement and Force Main Improvements project (426.465480). The proposed $1,250,000 budget for Falcon Ridge Lift Station Replacement and Force Main Improvements project will be sufficient to cover the bid amount plus an approximate 20%contingency, the engineering contract, and staff time. The project will replace the aging Falcon Ridge Lift Station with a new station that meets our current standards for reliability and maintainability. The project will also provide improvements to the existing force main to improve inspection and maintainability. H:\File Sys\WWP-WasteWater\WWP-27-03939 Falcon Ridge Lift Station Replacement\Bid Document\Awa rd-Clerk- Falcon Ridge Lift Station.doc/MAB AGENDA ITEM #3. a) Mr.Seth Page 2 of 2 August 15,2012 Attached for your reference, is the bid tabulation showing the engineer's estimate,the low bid, and the other bids submitted. If you have any questions, please contact me at 425-430-7206 or by email at mbenoit@rentonwa.gov. Attachments cc: Gregg Zimmerman,PW Administrator Lys Hornsby,Utility Systems Director Dave Christensen,Wastewater Utility Supervisor H:\File Sys\WWP-Waste Water\WWP-27-03939 Falcon Ridge Lift Station Replacement\Bid Document\Award-Clerk- Falcon Ridge Lift Station.doc\JDHah AGENDA ITEM #3. a) Project Title:Falcon Ridge Lift Station City of Renton Road Construction Northwest McClure & Sons BID DATE:DATE Engineers Estimate Bars Item Unit Est.Unit Bid Unit Bid Unit Bid No. No.Description Quantity Price Amount Price Amount Price Amount 1 Mobilization, Demobilization, Site Preparation, Cleanup Lump Sum 1 40,300.00 40,300.00 80,000.00 80,000.00 50,000.00 50,000.00 2 Temporary Erosion and Sedimentation Control Lump Sum 1 6,200.00 6,200.00 11,000.00 11,000.00 2,000.00 2,000.00 3 Site Utility Work Lump Sum 1 137,700.00 137,700.00 90,000.00 90,000.00 100,000.00 100,000.00 4 Unscheduled Excavation Cubic Yard 30 50.00 1,500.00 40.00 1,200.00 35.00 1,050.00 5 Unscheduled Structural Backfill Ton 60 75.00 4,500.00 40.00 2,400.00 40.00 2,400.00 6 Traffic Control Lump Sum 1 8,400.00 8,400.00 7,500.00 7,500.00 5,200.00 5,200.00 7 Trench Safety and Shoring Lump Sum 1 16,900.00 16,900.00 13,000.00 13,000.00 2,000.00 2,000.00 8 Air Vacuum Release Assembly Lump Sum 1 8,600.00 8,600.00 10,000.00 10,000.00 12,000.00 12,000.00 9 Forcemain Access Manhole Each 7 3,500.00 24,500.00 6,775.00 47,425.00 11,500.00 80,500.00 10 Radio Frequency Identification Device (RFID) Installation Each 7 600.00 4,200.00 250.00 1,750.00 400.00 2,800.00 11 Radio Frequency Identification Device Data Process and Delivery Lump Sum 1 1,500.00 1,500.00 3,500.00 3,500.00 2,000.00 2,000.00 12 Road Repair Square Foot 5,500 7.00 38,500.00 2.00 11,000.00 5.00 27,500.00 13 Seal Coat Lump Sum 1 25,600.00 25,600.00 11,000.00 11,000.00 25,000.00 25,000.00 14 Dewatering Lump Sum 1 3,300.00 3,300.00 20,000.00 20,000.00 15,000.00 15,000.00 15 Lift Station Structural Lump Sum 1 87,300.00 87,300.00 143,000.00 143,000.00 110,000.00 110,000.00 16 Electrical Building Structural Lump Sum 1 65,000.00 65,000.00 60,000.00 60,000.00 50,000.00 50,000.00 17 Lift Station Pumps and Motors Lump Sum 1 40,000.00 40,000.00 65,000.00 65,000.00 75,000.00 75,000.00 18 Mechanical Lump Sum 1 46,800.00 46,800.00 37,000.00 37,000.00 65,000.00 65,000.00 19 Electrical Lump Sum 1 149,100.00 149,100.00 146,500.00 146,500.00 180,000.00 180,000.00 20 Automatic Control Lump Sum 1 138,400.00 138,400.00 57,000.00 57,000.00 65,000.00 65,000.00 21 Finishes Lump Sum 1 7,400.00 7,400.00 6,500.00 6,500.00 46,047.00 46,047.00 22 O&M Manuals and On-Site Training Lump Sum 1 2,500.00 2,500.00 2,500.00 2,500.00 2,500.00 2,500.00 23 Construction Records Lump Sum 1 5,000.00 5,000.00 5,000.00 5,000.00 5,000.00 5,000.00 24 Minor Change Lump Sum 1 10,000.00 10,000.00 10,000.00 10,000.00 10,000.00 10,000.00 Subtotal $873,200.00 $842,275.00 $935,997.00 Sales Tax $87,320.00 $84,227.50 $93,599.70 Total $960,520.00 $926,502.50 $1,029,596.70 AGENDA ITEM #3. a) Project Title:Falcon Ridge Lift Station BID DATE:DATE Bars Item Unit Est. No. No.Description Quantity 1 Mobilization, Demobilization, Site Preparation, Cleanup Lump Sum 1 2 Temporary Erosion and Sedimentation Control Lump Sum 1 3 Site Utility Work Lump Sum 1 4 Unscheduled Excavation Cubic Yard 30 5 Unscheduled Structural Backfill Ton 60 6 Traffic Control Lump Sum 1 7 Trench Safety and Shoring Lump Sum 1 8 Air Vacuum Release Assembly Lump Sum 1 9 Forcemain Access Manhole Each 7 10 Radio Frequency Identification Device (RFID) Installation Each 7 11 Radio Frequency Identification Device Data Process and Delivery Lump Sum 1 12 Road Repair Square Foot 5,500 13 Seal Coat Lump Sum 1 14 Dewatering Lump Sum 1 15 Lift Station Structural Lump Sum 1 16 Electrical Building Structural Lump Sum 1 17 Lift Station Pumps and Motors Lump Sum 1 18 Mechanical Lump Sum 1 19 Electrical Lump Sum 1 20 Automatic Control Lump Sum 1 21 Finishes Lump Sum 1 22 O&M Manuals and On-Site Training Lump Sum 1 23 Construction Records Lump Sum 1 24 Minor Change Lump Sum 1 Subtotal Sales Tax Total Gary Harper Construction Award Construction James W Fowler Unit Bid Unit Bid Unit Bid Price Amount Price Amount Price Amount 56,500.00 56,500.00 65,000.00 65,000.00 100,000.00 100,000.00 2,700.00 2,700.00 5,000.00 5,000.00 6,000.00 6,000.00 98,200.00 98,200.00 200,000.00 200,000.00 152,000.00 152,000.00 34.00 1,020.00 135.00 4,050.00 50.00 1,500.00 30.00 1,800.00 42.00 2,520.00 60.00 3,600.00 8,500.00 8,500.00 36,000.00 36,000.00 13,750.00 13,750.00 9,100.00 9,100.00 16,700.00 16,700.00 13,500.00 13,500.00 10,200.00 10,200.00 14,000.00 14,000.00 9,875.00 9,875.00 10,170.00 71,190.00 9,500.00 66,500.00 11,500.00 80,500.00 2,070.00 14,490.00 1,775.00 12,425.00 4,500.00 31,500.00 2,400.00 2,400.00 4,000.00 4,000.00 5,000.00 5,000.00 5.57 30,635.00 10.50 57,750.00 10.50 57,750.00 8,900.00 8,900.00 6,000.00 6,000.00 10,000.00 10,000.00 1,300.00 1,300.00 2,100.00 2,100.00 5,000.00 5,000.00 198,500.00 198,500.00 118,000.00 118,000.00 169,000.00 169,000.00 83,100.00 83,100.00 55,000.00 55,000.00 65,000.00 65,000.00 60,000.00 60,000.00 60,000.00 60,000.00 62,950.00 62,950.00 48,100.00 48,100.00 64,000.00 64,000.00 43,125.00 43,125.00 187,500.00 187,500.00 170,000.00 170,000.00 146,782.00 146,782.00 61,200.00 61,200.00 60,000.00 60,000.00 69,000.00 69,000.00 30,200.00 30,200.00 29,000.00 29,000.00 20,000.00 20,000.00 2,500.00 2,500.00 2,500.00 2,500.00 2,500.00 2,500.00 5,000.00 5,000.00 5,000.00 5,000.00 5,000.00 5,000.00 10,000.00 10,000.00 10,000.00 10,000.00 10,000.00 10,000.00 $1,003,035.00 $1,065,545.00 $1,083,332.00 $100,303.50 $106,554.50 $108,333.20 $1,103,338.50 $1,172,099.50 $1,191,665.20 * Red indicates error in bid AGENDA ITEM #3. a) Project Title:Falcon Ridge Lift Station BID DATE:DATE Bars Item Unit Est. No. No.Description Quantity 1 Mobilization, Demobilization, Site Preparation, Cleanup Lump Sum 1 2 Temporary Erosion and Sedimentation Control Lump Sum 1 3 Site Utility Work Lump Sum 1 4 Unscheduled Excavation Cubic Yard 30 5 Unscheduled Structural Backfill Ton 60 6 Traffic Control Lump Sum 1 7 Trench Safety and Shoring Lump Sum 1 8 Air Vacuum Release Assembly Lump Sum 1 9 Forcemain Access Manhole Each 7 10 Radio Frequency Identification Device (RFID) Installation Each 7 11 Radio Frequency Identification Device Data Process and Delivery Lump Sum 1 12 Road Repair Square Foot 5,500 13 Seal Coat Lump Sum 1 14 Dewatering Lump Sum 1 15 Lift Station Structural Lump Sum 1 16 Electrical Building Structural Lump Sum 1 17 Lift Station Pumps and Motors Lump Sum 1 18 Mechanical Lump Sum 1 19 Electrical Lump Sum 1 20 Automatic Control Lump Sum 1 21 Finishes Lump Sum 1 22 O&M Manuals and On-Site Training Lump Sum 1 23 Construction Records Lump Sum 1 24 Minor Change Lump Sum 1 Subtotal Sales Tax Total Harbor Pacific Titan Earthwork Average Bid Unit Bid Unit Bid Unit Bid Price Amount Price Amount Price Amount 75,000.00 75,000.00 130,000.00 130,000.00 79500.00 79,500.00 20,000.00 20,000.00 45,000.00 45,000.00 13100.00 13,100.00 230,000.00 230,000.00 228,961.00 228,961.00 157023.00 157,023.00 48.60 1,458.00 114.00 3,420.00 65.23 1,956.86 35.80 2,148.00 53.00 3,180.00 42.97 2,578.29 75,000.00 75,000.00 50,000.00 50,000.00 27992.86 27,992.86 15,000.00 15,000.00 37,160.00 37,160.00 15208.57 15,208.57 8,100.00 8,100.00 9,000.00 9,000.00 10453.57 10,453.57 9,100.00 63,700.00 13,000.00 91,000.00 10220.71 71,545.00 2,890.00 20,230.00 4,000.00 28,000.00 2269.29 15,885.00 2,300.00 2,300.00 2,800.00 2,800.00 3142.86 3,142.86 11.80 64,900.00 7.40 40,700.00 7.54 41,462.14 14,500.00 14,500.00 10,500.00 10,500.00 12271.43 12,271.43 3,400.00 3,400.00 35,000.00 35,000.00 11685.71 11,685.71 80,000.00 80,000.00 115,000.00 115,000.00 133357.14 133,357.14 110,000.00 110,000.00 37,260.00 37,260.00 65765.71 65,765.71 65,000.00 65,000.00 106,500.00 106,500.00 70635.71 70,635.71 68,884.00 68,884.00 55,775.00 55,775.00 54554.86 54,554.86 160,000.00 160,000.00 121,760.00 121,760.00 158934.57 158,934.57 60,800.00 60,800.00 149,087.00 149,087.00 74583.86 74,583.86 26,000.00 26,000.00 17,620.00 17,620.00 25052.43 25,052.43 2,500.00 2,500.00 2,500.00 2,500.00 2500.00 2,500.00 5,000.00 5,000.00 5,000.00 5,000.00 5000.00 5,000.00 10,000.00 10,000.00 10,000.00 10,000.00 10000.00 10,000.00 $1,183,920.00 $1,335,223.00 $1,064,189.57 $118,392.00 $133,522.30 $106,418.96 $1,302,312.00 $1,468,745.30 $1,170,608.53 AGENDA ITEM #3. a) Project Title:Falcon Ridge Lift Station BID DATE:DATE Bars Item Unit Est. No. No.Description Quantity 1 Mobilization, Demobilization, Site Preparation, Cleanup Lump Sum 1 2 Temporary Erosion and Sedimentation Control Lump Sum 1 3 Site Utility Work Lump Sum 1 4 Unscheduled Excavation Cubic Yard 30 5 Unscheduled Structural Backfill Ton 60 6 Traffic Control Lump Sum 1 7 Trench Safety and Shoring Lump Sum 1 8 Air Vacuum Release Assembly Lump Sum 1 9 Forcemain Access Manhole Each 7 10 Radio Frequency Identification Device (RFID) Installation Each 7 11 Radio Frequency Identification Device Data Process and Delivery Lump Sum 1 12 Road Repair Square Foot 5,500 13 Seal Coat Lump Sum 1 14 Dewatering Lump Sum 1 15 Lift Station Structural Lump Sum 1 16 Electrical Building Structural Lump Sum 1 17 Lift Station Pumps and Motors Lump Sum 1 18 Mechanical Lump Sum 1 19 Electrical Lump Sum 1 20 Automatic Control Lump Sum 1 21 Finishes Lump Sum 1 22 O&M Manuals and On-Site Training Lump Sum 1 23 Construction Records Lump Sum 1 24 Minor Change Lump Sum 1 Subtotal Sales Tax Total Compared to Engineer Estimate Unit Bid Price Amount 199% 177% 65% 80% 53% 89% 77% 116% 194% 42% 233% 29% 43% 606% 164% 92% 163% 79% 98% 41% 88% 100% 100% 100% 96%AGENDA ITEM #3. a) Project:Falcon Ridge Lift Station Replacement Force Main ImprovementsCAG‐18‐120Date: 7/31/2018CITY OF RENTONBID TABULATION SHEET1 of 3 Bid Total fromProp L&I Bid Schedule of Adden 1 Hour 24 HoursSchedule of PricesTrippl Form Cert Bond Prices No. 1 Sub List Cert of Comp.*Includes Sales TaxAward Construction, Inc.900 Willeys Lake Road1FerndaleX X X X X X X $1,173,099.50WA98248B. ToddVaseyGary Harper Construction, Inc.14831 223rd Street SE2SnohomishX X X X X X X $1,103,338.50WA98296Gary HarperHarbor Pacific Contractors, Inc.19628 144th Avenue NE, Suite A3WoodinvilleX X X X X X X $1,302,312.00WA98072NicholasDeVitisBidderFORMSEngineer's EstimateApprox. $960,520.00 AGENDA ITEM #3. a) Project:Falcon Ridge Lift Station Replacement Force Main ImprovementsCAG‐18‐120Date: 7/31/2018CITY OF RENTONBID TABULATION SHEET2 of 3 Bid Total fromProp L&I Bid Schedule of Adden 1 Hour 24 HoursSchedule of PricesTrippl Form Cert Bond Prices No. 1 Sub List Cert of Comp.*Includes Sales TaxBidderFORMSJames W. Fowler, Co.12775 Westview Drive4DallasX X X X X X X $1,191,665.20OR97338James FowlerMcClure & Sons, Inc.15714 Country Club Drive5Mill CreekX X X X X X X $1,029,597.00WA98012Les McClure Road Construction Northwest, Inc.P.O. Box 2286RentonX X X X X X X $926,502.50WA98056MatthewWeagsterEngineer's EstimateApprox. $960,520.00 AGENDA ITEM #3. a) Project:Falcon Ridge Lift Station Replacement Force Main ImprovementsCAG‐18‐120Date: 7/31/2018CITY OF RENTONBID TABULATION SHEET3 of 3 Bid Total fromProp L&I Bid Schedule of Adden 1 Hour 24 HoursSchedule of PricesTrippl Form Cert Bond Prices No. 1 Sub List Cert of Comp.*Includes Sales TaxBidderFORMSTitan Earthwork, LLC.1585 Valentine Avenue SE7PacificX X X X 0 X X $1,468,745.30WA98047BrettMcKenzieEngineer's EstimateApprox. $960,520.00 AGENDA ITEM #3. a)