Loading...
HomeMy WebLinkAboutWWP273712 (3)John D. Hobson From: Wolf, Brian <brian.wolf@stantec.com> Sent: Wednesday, July 23, 2014 12:47 PM To: John D. Hobson; Brodahl, Erik Cc: Brodahl, Erik Subject: RE: Estimated Sewage Flows - 4th Street Construction Project Hey John, The numbers we supplied were total peak flows going through each manhole, so your math looks to be correct. If MH328 is plugged/diverted, under dry weather conditions, approximately 110 gpm should flow from the tributary areas downstream of that into MH 18fr As Erik's e-mails indicated, it would not hurt to apply a factor of safety to that flow rate. The dry weather flows the model account for some level of baseline 1/I, but no rainfall. Brian Wolf Project Engineer Stantec 1 1 130 NE 33rd Place, Suite 200 Bellevue WA 98004-1465 Phone: (425) 289-7328 Fax: (425) 869-1 190 brian.wolf@stantec.com 4 Stantec The content of this email is the confidential property of Stantec and should not be copied, modified, retransmitted, or used for any purpose except with Stantec's written authorization. If you are not the intended recipient, please delete all copies and notify us immediately. '- plea-- ' -- 'wironmer printing this email From: John D. Hobson [ma iIto:]hobson@Rentonwa.gov] Sent: Wednesday, July 23, 2014 12:06 PM To: Brodahl, Erik Cc: Wolf, Brian Subject: RE: Estimated Sewage Flows - 4th Street Construction Project Erik & Brian, Sorry for getting back so late with this question. Does this mean that I need to subtract the flow for MH 5308-328 (1,460 gpm — peak dry flow) from MH 5317-186 (1,570 gpm — peak dry flow) to get the Dry weather peak flow to simulate the diversion being in place? Remember, the proposed diversion will prevent any flows upstream of MH 5308-328 from reaching MH 5317-186. That would mean the flow entering MH 5317-186 would be 110 gpm or, is the Dry weather peak flow shown for MH 5317-186's (1,570 gpm) after removal of the upstream flows from MH 5308-328? Hopefully my above questions make sense. John From: Brodahl, Erik [ma iIto: erik.brodahl c stantec.com] Sent: Wednesday, July 16, 2014 8:47 AM To: John D. Hobson Cc: Wolf, Brian Subject: FW: Estimated Sewage Flows - 4th Street Construction Project Hi John, Please see the results below that Brian Wolf extracted from the model. I would recommend bumping up the dry weather peak flow rates some to account for some rainfall and any upstream development that has occurred since this particular version of the model was generated (about 2008). For the flows into 5308328, maybe planning for about 2,500 gpm might be a decent target (?). Please let me know if you have any questions. Thank you, Erik Brodahl, PE Principal, Water Stantec 11130 NE 331d Place, Suite 200 Bellevue, WA 98004-1465 Phone: 425.289.7329 Cell: 425.241.3617 erik.brodahl@stantec.com (3) Stantec The content of this email is the confidential property of Stantec and should not be copied, modified, retransmitted, or used for any purpose except with Stantec's written authorization. If you are not the intended recipient, please delete all copies and notify us immediately. 0 Please consider the environment before printing this email. From: Wolf, Brian Sent: Tuesday, July 15, 2014 10:51 AM To: Brodahl, Erik Subject: Estimated Sewage Flows - 4th Street Construction Project Results are as follows for the two manholes requested: Dry Weather Peak Flow Rate: 1,460 gpm (3.25 cfs) Wet Weather Peak Flow Rate: 3,410 gpm (7.6 cfs) 5317186 Dry Weather Peak Flow Rate: 1,570 gpm (3.5 cfs) Wet Weather Peak Flow Rate: 4,260 gpm (9.5 cfs) The wet weather flows are 20-year storm peaks, so it would not be very typical for an August day. The peaks are pretty pronounced. For manhole 5317186, the preceding peeks for the period are about 4.8 cfs, which may be more likely for a light August rain. Brian Wolf Project Engineer Stantec 11130 NE 33rd Place, Suite 200 Bellevue WA 98004-1465 Phone: (425) 289-7328 Fax: (425) 869-1190 brian.wolf@stantec.com (3 Stantec The content of this email is the confidential property of Stontec and should not be copied, modified, retransmitted, or used for any purpose except with Stantec's written. authorization. If you are not the intended recipient, please delete all copies and notify us immediately. l t Please consider the environment before printing this email. From: John D. Hobson [mailto:Jhobson(&Rentonwa.gov] Sent: Friday, July 11, 2014 11:20 AM To: Brodahl, Erik Subject: Estimated Sewage Flows Erik, We are doing an upsize of sewer later this summer which will require bypass pumping during the work. I'm hoping you can give me the anticipated flows in the upstream line so that we can give the bidders an idea of what size bypass system they'll need. I am looking for the flows entering manhole 5317-186 (Sunset Blvd N where it would intersect with N 4th St). However, I need all flows upstream of manhole 5308-328 removed because of a proposed bypass setup that would reroute them down N 8th St (see attached maps). Let me know if you need anything else from me. Thanks JAn Me&art City of Renton Wastewater Utility 425-430-7279 PUBLIC WORKS DEPARTMENT p o �.... , �UU�O� 4 M E M O R A N D U M CONCU RE DATE: 1_ _ _. N iALMATE DATE: December 19, 2014 �-- T+-'e,,Vie .:rlud TO: Gregg Zimmerman, PW Administrator FROM: Lys Hornsby, Utility Systems Director STAFF CONTACT: John Hobson, Wastewater Utility, x7279 SUBJECT: Addendum No. 1 to CAG-14-020, Central Renton Sewer Interceptor Reline & Upsize Project with BHC Consultants Attached for your signature are two originals of Addendum No. 1 to CAG-14-020 with BHC Consultants for the Central Renton Sewer Interceptor Reline & Upsize project, in the amount of $18,423 and a time extension until December 31, 2016. The original contract provided for design of an upsize segment of sanitary sewer from 12" to 18" and relining of existing 24" diameter pipe. Addendum No. 1 provides for construction services including bidding assistance and specialty inspection. The current contract amount is $97,358 and Addendum No. 1 is $18,423 for a total contract amount of $115,781. The Wastewater Utility has sufficient funds for this addendum in its 2014 Capital Improvement Program budget for the Central Renton Sewer Interceptor Reline & Upsize project (426.465497). Also attached is the contract checklist and requisite forms needed by the City Clerk for the execution of this addendum. Attachments cc: Dave Christensen, Wastewater Utility Manager h:\file sys\wwp - wastewater\wwp-27-3712 central renton sewer interceptor reline & upsize\design\central renton interceptor reline & upsize - addendum #1 memo to gregg.doc\JDHtp PUBLIC WORKS DEPARTMENT ciryof .-. o M E M O R A N D U M DATE: December 19, 2014 TO: Gregg Zimmerman, PW Administrator FROM: Lys HornsbyXUtility Systems Director STAFF CONTACT: John Hobson, Wastewater Utility, x7279 SUBJECT: Addendum No. 1 to CAG-14-020, Central Renton Sewer Interceptor Reline & Upsize Project with BHC Consultants Attached for your signature are two originals of Addendum No. 1 to CAG-14-020 with BHC Consultants for the Central Renton Sewer Interceptor Reline & Upsize project, in the amount of $18,423 and a time extension until December 31, 2016. The original contract provided for design of an upsize segment of sanitary sewer from 12" to 18" and relining of existing 24" diameter pipe. Addendum No. 1 provides for construction services including bidding assistance and specialty inspection. The current contract amount is $97,358 and Addendum No. 1 is $18,423 for a total contract amount of $115,781. The Wastewater Utility has sufficient funds for this addendum in its 2014 Capital Improvement Program budget for the Central Renton Sewer Interceptor Reline & Upsize project (426.465497). Also attached is the contract checklist and requisite forms needed by the City Clerk for the execution of this addendum. Attachments cc: Dave Christensen, Wastewater Utility Manager h:\file sys\wwp - wastewater\wwp-27-3712 central renton sewer interceptor reline & upsize\design\central renton interceptor reline & upsize - addendum #1 memo to gregg.doc\JDHtp CONSULTANTS LETTER OF TRANSMITTAL DATE: December 17, 2014 PROJECT NO. 14-10291.04 TO: City of Renton RE: Engineering Services Contract City Hall — 5th Floor COR: Central Renton Sewer 1055 South Grady Way Interceptor Reline & Upsize Renton, WA 98057-3232 RECEIVED ATTN: Mr. John Hobson DEC 18 2014 THE FOLLOWING ITEMS ARE: ❑ REQUESTED ® ENCLOSED CITY OF RENTON ❑ SENT VIA US MAIL UTILITY SYSTEMS NO. OF COPIES DESCRIPTION 2 Contract Amendment for Engineering Services, BHC — Original(s) for Execution General Remarks: Per your request, the enclosed signed contract (duplicate originals) is being returned for signature by the City. Following execution, please return one original for our files. Thank you again for this opportunity to work with you and the City. We look forward to working with you towards the successful completion of this project. Sincerely, BHC Con BY: Jeffrey Project CC: shel, P, 1601 Fifth Avenue, Suite 500 • Seattle, WA 98101 • (206) 505-3400 • FAX (206) 505-3406 www.bhcconsuItants.com PUBLIC WORKS DEPARTMENT On, of M E M O R A N D Ups DAT E. DATE: February 10, 2014 TO: Denis Law, Mayor FROM: Gregg Zimmerman, Administrator =r`1 STAFF CONTACT: Dave Christensen, Wastewater Utility Supervisor, x7212 SUBJECT: Engineering Consultant Agreement with BHC Consultants, LLC for the Central Renton Sewer Interceptor Reline and Upsize Project Attached for your signature are two original Engineering Consultant Agreements with BHC Consultants, LLC for the Central Renton Sewer Interceptor Reline and Upsize project, in the amount of $97,358. This project is a part of the Wastewater Utility's 2014 Capital Program and will provide upsizing of the last link between the existing Sunset Interceptor and the Central Renton Interceptor. A survey error during the Sunset Interceptor upsizing project caused us to miss the last segment between the two interceptors. We need to upsize an existing 12- inch sewer main to an 18-inch sewer main. In addition, we also have approximately 1,000-feet of 24-inch sewer main in the Central Renton Interceptor that needs to be lined. With the completion of this work, we will have a complete new interceptor system from the upper Highlands to our connection to the King County Interceptor in North Renton. BHC Consultants, LLC was selected from the approved 2014 Professional Services, Architecture, and Engineering Roster at eCityGov's Shared Procurement Portal. The Wastewater Utility has sufficient funds for this contract in the Central Renton Interceptor Reline/Upsize project (426.465497) budget of $400,000. Attachments cc: Lys Hornsby, Utility Systems Director H:\File Sys\WWP - WasteWater\WWP-03-0000 Correspondence - Wastewater\DaveC\2014 Correspondence\Central Renton Int Memo to Mayor.doc\DMCtp s�Js1` Contract Number: (assigned by City Clerk) Select Type: FXJ Contract/Agr. ❑ Permit Staff Name: Dave Christensen ❑ Lease ❑ Adden/Change Order Contract Type: (assigned by City Clerk) Extension: 7212 Department/Division: Public Works/Utility Systems EDEN Queue: 05/007p Addenda/CO #: to City Clerk's CAG #: (if applicable) Expiration Date: 12/31/2014 Contract Class: ❑ Receivable ❑X Payable ❑ Grant ❑ Misc. (no $) Contractor Name: BHC Consultants, LLC Contract Solicitation Method: Short Description: Engineering consultant contract for Central Renton Sewer Interceptor Reline & Upsize project Full or Additional Description: 0 Legal Review (attach memorandum from City Attorney) Risk Management review for insurance (attach memorandum from Risk Management) 0 Insurance certificate and/or policy (attach original) ❑ Response to legal or Risk Management concerns (explain, in writing, how concerns have been met) ❑ Performance bond and verification memo from staff (for Public Works type of contracts $35k & over only) ❑ Federal excluded parties list verification (Attach printout of search results from Website: www.sam.gov/portal/public/SAM) Q Active business license and Accounts payable W-9 vendor form? (obtain if not already on file with Finance Dept.) ❑X Yes ❑ No Submitted contracts are signed by contractor? If No'; provide explanation here: Fiscal Impact to City: FX—] Expenditure OR ❑ Revenue Amount Budgeted: (line item, see below')-.$ 400,000 Amount of Attached (including tax) $ 97,358 per year for 1 years = Total Amount of Attached $ 97,538 Prior Council approval via agenda bill process required if: (see policy 250-02) ❑ Contract or addendum is $100k or over (non -Public Works) or $150k or over (Public Works). ❑ Budget adjustment or fund transfer is necessary. ❑ Interlocal Agreement (most /nterlocal Agreements require Resolutions) Date of Council Approval: Resolution Number: NOTE: Mayor signs for the City, except that the Department Head may sign contracts: Under $35,000 when for non -Public Works & Small Public Works Roster (SWR); (if applicable) (If applicable) Under $40,000 when for Public Works single craft - non-SWR; and Under $6S,000 when for Public Works multi -craft - non SWR EXCEPT: Change Orders to PW contracts in any amount can be signed by Project Mgr IF within budget AND under Administrator's authorization. Key words for City Clerk's electronic card file: Print Form Revised 10/25/2013 PUBLIC WORKS DEPARTMENT K ^Cit s�of�On A M E M O R A N D U M DATE: February 10, 2014 TO: Denis Law, Mayor FROM: Gregg Zimmerman;'Administrator STAFF CONTACT: Dave Christensen, Wastewater Utility Supervisor, x7212 SUBJECT: Engineering Consultant Agreement with BHC Consultants, LLC for the Central Renton Sewer Interceptor Reline and Upsize Project Attached for your signature are two original Engineering Consultant Agreements with BHC Consultants, LLC for the Central Renton Sewer Interceptor Reline and Upsize Project, in the amount of $97,358. This project is a part of the Wastewater Utility's 2014 Capital Program and will provide upsizing of the last link between the existing Sunset Interceptor and the Central Renton Interceptor. A survey error during the Sunset Interceptor Upsizing Project caused us to miss the last segment between the two interceptors. We need to upsize an existing 12-inch sewer main to an 18-inch sewer main. In addition, we also have approximately 1,000 feet of 24-inch sewer main in the Central Renton Interceptor that needs to be lined. With the completion of this work, we will have a complete new interceptor system from the upper Highlands to our connection to the King County Interceptor in North Renton. BHC Consultants, LLC was selected from the approved 2014 Professional Services, Architecture and Engineering Roster at eCityGov's Shared Procurement Portal. The Wastewater Utility has sufficient funds for this contract in the Central Renton Interceptor Reline/Upsize Project (426.465497) budget of $400,000. Attachments cc: Lys Hornsby, Utility Systems Director H:\File Sys\WWP - Waste Water\WWP-03-0000 Correspondence - Wastewater\DaveC\2014 Correspondence\Central Renton Int Memo to Mayor.doc\DMCtp City of Renton Print map Template Information Technology - GIS This map is a user generated static output from an Internet mapping site and 202 0 101 202 Feet is for reference only. Data layers that appear on this map may or may not be RentonMapSupport@Rentonwa.gov accurate, current, or otherwise reliable. WGS_1984 Web_Mercator_Auxiliary_Sphere 02/10/2014 THIS MAP IS NOT TO BE USED FOR NAVIGATION Legend City and County Boundary Other City of Renton Addresses Parcels Wastewater Structures Clean Outs J End Cap Manholes Wet Well Wastwater Mains City, Gravity City, Force ._. Private, Gravity ._ Private, Force City, Dry King County Mains Gravity N Force • Water Project Sites Water Project Corridors Water Project Areas • Wastewater Project Sites Wastewater Project Corridors Wastewater Project Areas • Stormwater Project Sites Stormwater Project Corridors 0 Stormwater Project Areas Notes None EA City of 71T Finance Division City of HUMAN RESOURCES D AND RISK MANAGEMENT M E M O R A N D U M DATE: February 4, 2014 TO: David Christensen FROM: Gary B. Lamb, Risk Manager SUBJECT: Insurance Review/BHC Consultants, LLC. RE: Central Renton Sewer Interceptor Reline & Upsize Project. I have reviewed the certificate of insurance for the above -mentioned entity. The insurance certificate meets the city's risk management requirements. c:\documents and settings\dchristen\local settings\temporary internet files\content.outlook\Oxrn70jh\bhc consultants_christensen 2014.doc Client#: 339260 BHCCON ACORD.. CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/1/3oMIDDf YYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Kibble 8r Prentice, a US[ Co PR 601 Union Street, Suite 1000 Seattle, WA 98101 CONTACT NAME: _ PHONE 206 441-6300 F'X 610-362-8528 Ext): (A/C, No MA Lo, ADDRESS: PL.Certrequest@kpcom.com INSURER(S) AFFORDING COVERAGE NAIL # INSURER A: Hartford Casualty Insurance Corn 29424 INSURED BHC Consultants, LLC 1601 Fifth Avenue, Suite 500 INSURERB: Catlin Insurance Company, Inc. 19518 INSURER C: Seattle, WA 98101 INSURER D : INSURER E INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE IADDUSUBR IINSR NWD I POLICY NUMBER POLICY EFF MM/DDIYYYY POLICY EXP LIMITS MM/DD/YYYY A GENERAL LIABILITY 52SBAUL9533 3/31/2013 03/31/2014 EACH OCCURRENCE S1,000,000 PREMISESa occur ence s300 000 X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE a OCCUR MED EXP (Any one person) $10,000 PERSONAL B ADV INJURY $1,000,000 X Business Liability GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG S2,000,000 POLICY X PRO- LOC S A AUTOMOBILE LIABILITY 52UECTR7021 3/31/2013 03/31/2014' COEaMaccidentBINED SINGLE LIMIT $1,000,000 BODILY INJURY (Per person) $ X ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident S X NON -OWNED HIRED AUTOS Ix AUTOS $ A X UMBRELLA LIAB X 1OCCUR I 52SBAUL9533 3/31/2013 03/31/2014 EACH OCCURRENCE s2000,000 AGGREGATE s210001000 EXCESS LIAB CLAIMS -MADE I—FIE1 F 1 RETENTIONS10000 5 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y I N OFFICER/MEMBER EXCLUDED? F (Mandatory in NH) N I A 52SBAUL9533 (WA Stop Gap) 3/31/2013 03/3112014' WCS L" X IOTH- E.L. EACH ACCIDENT S1,000 000 E.L. DISEASE - EA EMPLOYEE $1 ,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below I E.L. DISEASE - POLICY LIMIT $1,000,000 B Professional AED2076080314 3/31/2013 03/31/2014' $2,000,000 per claim Liability I $2,000,000 annl aggr. DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) RE: Central Renton Sewer Interceptor Reline 8r Upsize Project. The General Liability policy includes an automatic Additional Insured endorsement that provides Additional Insured status to the Certificate Holder, only when there is a written contract that requires such status, and only with regard to work performed on behalf of the named insured. The General Liability policy contains a special endorsement with Primary and Noncontributory wording. City of Renton Attn: Bonnie I. Walton 1055 South Grady Way Renton, WA 98057 ACORD 25 (2010/05) 1 of 1 #S11645199/M9455738 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD MDSZP This page has been left blank intentionally: BUSINESS LIABILITY COVERAGE FORM (b) Rented to, in the care, custody or b. Coverage under this provision does not control of, or over which physical apply to: control is being exercised for any (1) "Bodily injury" or "property damage" purpose by you, any of your that occurred; or "employees", "volunteer workers", any partner or member (if you are (2) "Personal and advertising injury' a partnership or joint venture), or arising out of an offense committed any member (if you are a limited before you acquired or formed the liability company). organization. b. Real Estate Manager 4. Operator Of Mobile Equipment Any person (other than your "employee" or With respect to "mobile equipment" registered in "volunteer worker"), or any organization your name under any motor vehicle registration while acting as your real estate manager. law, any person is an insured while driving such c. Temporary Custodians Of Your equipment along a public highway with your Property permission. Any other person or organization Any person or organization having proper responsible for the conduct of such person is also an insured, but only with respect to liability temporary custody of your property if you arising out of the operation of the equipment, and die, but only: only if no other insurance of any kind is available (1) With respect to liability arising out of the to that person or organization for this liability. maintenance or use of that property; and However, no person or organization is an insured (2) Until your legal representative has with respect to: been appointed. a. "Bodily injury" to a co -"employee" of the d. Legal Representative If You Die person driving the equipment; or Your Aegal representative if you die, but b. "Property damage" to property owned by, only with respect to duties as such. That rented to, in the charge of or occupied by representative will have all your rights and you or the employer of any person who is duties under this insurance. an insured under this provision. e. Unnamed Subsidiary 5. Operator of Nonowned Watercraft Any subsidiary and subsidiary thereof, of yours which is a legally incorporated entity of which you own a financial interest of more than 50% of the voting stock on the effective date of this Coverage Part. The insurance afforded herein for any subsidiary not shown in the Declarations as a named insured does not apply to injury or damage with respect to which an insured under this insurance is also an insured under another policy or would be an insured under such policy but for its termination or upon the exhaustion of its limits of insurance. 3. Newly Acquired Or Formed Organization Any organization you newly acquire or form,. other than a partnership, joint venture or limited liability company, and over which you maintain financial interest of more than 50% of the voting stock, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until.the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier; and With respect to watercraft you do not own that is less than 51 feet long and is not being used to carry persons for a charge, any person is an insured while operating such watercraft with your permission. Any other person or organization responsible for the conduct of such person is also an insured, but only with respect to liability arising out of the operation of the watercraft, and only if no other insurance of any kind is available to that person or organization for this liability. However, no person or organization is an insured with respect to: a. "Bodily injury" to a co -"employee" of the person operating the watercraft; or b. "Property damage" to property owned by, rented to, in the charge of or occupied by you or the employer of any person who is an insured under this provision. 6. Additional Insureds When Required By Written Contract, Written Agreement Or Permit The person(s) or organization(s) identified in Paragraphs a. through f. below are additional insureds when you have agreed, in a written Form SS 00 08 04 05 Page 11 of 24 BUSINESS LIABILITY COVERAGE FORM contract, written agreement or because of a (e) Any failure to make such permit issued by a state or political inspections, adjustments, tests or subdivision, that such person or organization servicing as the vendor has be added as an additional insured on your agreed to make or normally policy, provided the injury or damage occurs undertakes to make in the usual subsequent to the execution of the contract or course of business, in connection agreement, or the issuance of the permit. with the distribution or sale of the A person or organization is an additional products; insured under this provision only for that (f) Demonstration, installation, period of time required by the contract, servicing or repair operations, agreement or permit. except such operations performed However, no such person or organization is an at the vendor's premises inconnection additional insured under this provision if such with the sale of the person or organization is included as an product; additional insured by an endorsement issued (g) Products which, after distribution by us and made a part of this Coverage Part, or sale by you, have been labeled including all persons or organizations added or relabeled or used as a as additional insureds . under the specific. container, part or ingredient of any additional insured coverage grants in Section other thing or substance by or for F. — Optional Additional Insured Coverages. the vendor; or a. Vendors (h) "Bodily injury" or "property Any person(s) or organization(referred to damage" arising out of the soles) below as vendor), but only with respect to negligence of the vendor for its "bodily injury" or "property damage" arising own acts or omissions or those of out of "your products" which are distributed its employees or anyone else or sold in the regular course of the vendors acting on its behalf. However, this business and only if this Coverage Part exclusion does not apply to: provides coverage for "bodily injury" or (i) The exceptions contained in "property damage" included within the Subparagraphs (d) or ft or "products -completed operations hazard". (ii) Such inspections, adjustments, (1) The insurance afforded to the vendor tests or servicing as the vendor is subject to the following additional has agreed to make or normally exclusions: undertakes to make in the usual This insurance does not apply to: course of business, in connection with the distribution (a) "Bodily injury" or "property or sale of the products. damage" for which the vendor is (2) This insurance does not apply to any obligated to pay damages by insured person or organization from reason of the assumption of whom you have acquired such products, liability in a contract or agreement. or any ingredient, part or container, This exclusion does not apply to entering into, accompanying or liability for damages that the containing such products. vendor would have in the absence of the contract or agreement; b. Lessors Of Equipment (b) Any express warranty (1) Any person or organization from unauthorized by you; whom you lease equipment; but only (c) Any physical or chemical change with respect to their liability for "bodily "property in the product made intentionally injury", damage" or "personal by the vendor; and advertising injury" caused, in whole or in part, by your (d) Repackaging, except when maintenance, operation or use of unpacked solely for the purpose of equipment leased to you by such inspection, demonstration, testing, person or organization. or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; Page 12 of 24 Form SS 00 08 04 05 BUSINESS LIABILITY COVERAGE FORM (2) With respect to the insurance afforded to these additional insureds, this insurance does not apply to any "occurrence" which takes place after you cease to lease that equipment. c. Lessors Of Land Or Premises (1) Any person or organization from whom you lease land or premises, but only with respect to liability arising out of the ownership, maintenance or use of that part of the land or premises leased to you. (2) With respect to the insurance afforded to these additional insureds, this insurance does not apply to: (a) Any "occurrence" which takes place after you cease to lease that land or be a tenant in that premises; or (b) Structural alterations, new construction or demolition operations performed by or on behalf of such person or organization. d. Architects, Engineers Or Surveyors (1) Any architect, engineer, or surveyor, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf: (a) In connection with your premises; or (b) In the performance of your ongoing operations performed by you or on your behalf. (2) With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of or the failure to render any professional services by or for you, including: (a) The preparing, approving, or failure to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders, designs or drawings and specifications; or (b) Supervisory, inspection, architectural or engineering activities. e. Permits Issued By State Or Political Subdivisions (1) Any state or political subdivision, but only with respect to operations performed by you or on your behalf for which the state or political subdivision has issued a permit. (2) With respect to the insurance afforded to these additional insureds, this insurance does not apply to: (a) "Bodily injury", "property damage" or "personal and advertising injury" arising out of operations performed for the state or municipality; or (b) "Bodily injury" or "property, damage" included . within the "products - completed operations hazard". f. Any Other Party (1) Any other person or organization who is not an insured under Paragraphs a. through e. above,. but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf: (a) In the performance of your ongoing operations; (b) In connection with your premises owned by or rented to you; or (c) In connection with "your work" and included within the "products - completed operations hazard", but only if (i) The written contract or written agreement requires you to provide such coverage to such additional insured; and (ii) This Coverage Part provides coverage for "bodily injury" or "property damage" included within the "products - completed operations hazard". (2) With respect to the insurance afforded to these additional insureds, this insurance does not apply to: "Bodily injury", "property damage" .or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: Form SS 00 08 04 05 Page 13 of 24 BUSINESS LIABILITY COVERAGE FORM (a) The preparing, approving, or failure to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders, designs or drawings and specifications; or (b) Supervisory, inspection, architectural or engineering activities. The limits of insurance that apply to additional insureds are described in Section D. — Limits Of Insurance. How this insurance applies when other insurance is available to an additional insured is described in the Other Insurance Condition in Section E. — Liability And Medical Expenses General Conditions. No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. D. LIABILITY AND MEDICAL EXPENSES LIMITS OF INSURANCE 1. The Most We Will Pay The Limits of Insurance shown in the Declarations and the rules below fix the most we will pay regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". 2. Aggregate Limits The most we will pay for: a. Damages because of "bodily injury" and "property damage" included in the "products -completed operations hazard" is the Products -Completed Operations Aggregate Limit shown in the Declarations. b. Damages because of all other "bodily injury", "property damage" or "personal and advertising injury", including medical expenses, is the General Aggregate Limit shown in the Declarations. This General Aggregate Limit applies separately to each of your 'locations" owned by or rented to you. "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway or right-of-way of a railroad. This General Aggregate limit does not apply to "property damage" to premises while rented to you or temporarily occupied by you with permission of the owner, arising out of fire, lightning or explosion. 3. Each Occurrence Limit Subject to 2.a. or 2.1b above, whichever applies, the most we will pay for the sum of all damages because of all "bodily injury", "property damage" and medical expenses arising out of any one 'occurrence" is the Liability and Medical Expenses Limit shown in the Declarations. The most we will pay for all medical expenses because of "bodily injury" sustained by any one person is the Medical Expenses Limit shown in the Declarations. 4. Personal And Advertising Injury Limit Subject to 2.b. above, the most we will pay for the sum of all damages because of all "personal and advertising injury" sustained by any one person or organization is the Personal and Advertising Injury Limit shown in the Declarations. 5. Damage To Premises Rented To You Limit The Damage To Premises Rented To You Limit is the most we will pay under Business Liability Coverage for damages because of "property damage" to any one premises, while rented to you, or in the case of damage by fire, lightning or explosion, while rented to you or temporarily occupied by you with permission of the owner. In the case of damage by fire, lightning or explosion, the Damage to Premises Rented To You Limit applies to all damage proximately caused by the same event, whether such damage results from fire, lightning or explosion or any combination of these. 6. How Limits Apply To Additional Insureds The most we will pay on behalf of a person or organization who is an additional insured under this.Coverage Part is the lesser of: a. The limits of insurance specified in a written contract, written agreement or permit issued by a state or political subdivision; or b. The Limits of Insurance shown in the Declarations. Such amount shall be a part of and not in addition to the Limits of Insurance shown in the Declarations and described in this Section. Page 14 of 24 Form SS 00 08 04 05 BUSINESS LIABILITY COVERAGE FORM If more than one limit of insurance under this policy and any endorsements attached thereto applies to any claim or "suit", the most we will pay under this policy and the endorsements is the single highest limit of liability of all coverages applicable to such claim or "suit". However, this paragraph does not apply to the Medical Expenses limit set forth in Paragraph 3. above. The Limits of Insurance of this Coverage Part apply separately to each consecutive annual period and to any remaining period of less than 12 months, starting with the beginning of the policy period shown in the Declarations, unless the policy period is extended after issuance for an additional period of less than 12 months. In that case, the additional period will be deemed part of the last preceding period for purposes of determining the Limits of Insurance. E. LIABILITY AND MEDICAL EXPENSES GENERAL CONDITIONS 1. Bankruptcy Bankruptcy or insolvency of the insured or of the insured's estate will not relieve us of our obligations under this Coverage Part. 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit a. Notice Of Occurrence Or Offense You or any additional insured must see to it that we are notified as soon as practicable of an "occurrence" or an offense which may result in a claim. To the extent possible, notice should include: (1) How, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. b. Notice Of Claim If a claim is made or "suit" is brought against any insured, you or any additional insured must: (1) Immediately record the specifics of the claim or "suit" and the date received; and (2) Notify us as soon as practicable. You or any additional insured must see to it that we receive a written notice of the claim or "suit" as soon as practicable. c. Assistance And Cooperation Of The Insured You and any other involved insured must: (1) Immediately send us copies of any demands, notices, summonses or legal papers received in connection with the claim or "suit"; (2) Authorize us to obtain records and other information; (3) Cooperate with us in the investigation, settlement of the claim or defense against the "suit"; and (4) Assist us, upon our request, in the enforcement of any right against any person or organization that may be liable to the insured because of injury or damage to which this insurance may also apply. d. Obligations At The Insured's Own Cost No insured will, except at that insured's own cost, voluntarily make a payment, assume any obligation, or incur any expense, other than for first aid, without our consent. e. Additional Insured's Other Insurance If we cover a claim or "suit" under this Coverage Part that may also be covered by other insurance available to an. additional insured, such additional insured must submit such claim or "suit" to the other insurer for defense and indemnity. However, this provision does not apply to the extent that you have agreed in a written contract, written agreement or permit that this insurance is primary and non-contributory with the additional insured's own insurance. f. Knowledge Of An Occurrence, Offense, Claim Or Suit Paragraphs a. and b. apply to you or to any additional insured only when such "occurrence", offense, claim or "suit" is known to: (1) You or any additional insured that is an individual; (2) Any partner, if you or an additional insured is a partnership; (3) Any manager, if you or an additional insured is a limited liability company; (4) Any "executive officer" or insurance manager, if you or an additional insured is a corporation; (5) Any trustee, if you or an additional insured is a trust; or (6) Any elected or appointed official, if you or an additional insured is a political subdivision or public entity. Form SS 00 08 04 05 Page 15 of 24 BUSINESS LIABILITY COVERAGE FORM This Paragraph f. applies separately to you and any additional insured. 3. Financial Responsibility Laws a. When this policy is certified as proof of financial responsibility for the future under the provisions of any motor vehicle financial responsibility law, the insurance provided by the policy for "bodily injury" liability and "property damage" liability will comply with the provisions of the law to the extent of the coverage and limits of insurance required by that law. b. With respect to "mobile equipment" to which this insurance applies, we will provide any liability, uninsured motorists, underinsured motorists, no-fault or other coverage required by any motor vehicle law. We will provide the required limits for those coverages. 4. Legal Action Against Us No person or organization has a right under this Coverage Form: a. To join us as a party or otherwise bring us into a "suit" asking for damages from an insured; or b. To sue us on this Coverage Form unless all of its terms have been fully complied with. A person or organization may sue us to recover on an agreed settlement or on a final judgment against an insured; but we will not be liable for damages that are not payable under the terms of this insurance or that are in excess of the applicable limit of insurance. An agreed settlement means a settlement and release of liability signed by us, the insured and the claimant or the claimant's legal representative. 5. Separation Of Insureds Except with respect to the Limits of Insurance, and any rights or duties specifically assigned in this policy to the first Named Insured, this insurance applies: a. As if each Named Insured were the only Named Insured; and b. Separately to each insured against whom a claim is made or "suit" is brought. 6. Representations a. When You Accept This Policy By accepting this policy, you agree: (1) The statements in the Declarations are accurate and complete; (2) Those statements are based upon representations you made to us; and (3) We have issued this policy in reliance upon your representations. b. Unintentional Failure To Disclose Hazards If unintentionally you should fail to disclose all hazards relating to the conduct of your business at the inception date of this Coverage Part, we shall not deny any coverage under this Coverage Part because of such failure. 7. Other Insurance If other valid and collectible insurance is available for a loss we cover under this Coverage Part, our obligations are limited as follows: a. Primary Insurance This insurance is primary except when b. below applies. If other insurance is also primary, we will share with all that other insurance by the method described in c. below. b. Excess Insurance This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis: (1) Your Work That is Fire, Extended Coverage, Builder's Risk, Installation Risk or similar coverage for "your work"; (2) Premises Rented To You That is fire, lightning or explosion insurance for premises rented to you or temporarily occupied by you with permission of the owner; (3) Tenant Liability That is insurance purchased by you to cover your liability as a tenant for "property damage" to premises rented to you or temporarily occupied by you with permission of the owner; (4) Aircraft, Auto Or Watercraft If the loss arises out of the maintenance or use of aircraft, "autos" or watercraft to the extent not subject to Exclusion g. of Section A. — Coverages. (5) Property Damage To Borrowed Equipment Or Use Of Elevators If the loss arises out of "property damage" to borrowed equipment or the use of elevators to the extent not subject to Exclusion k. of Section A. — Coverages. Page 16 of 24 Form SS 00 08 04 05 BUSINESS LIABILITY COVERAGE FORM (6) When You Are Added As An Additional Insured To Other Insurance That is other insurance available to you covering liability for damages arising out of the premises or operations, or products and completed operations, for which you have been added as an additional insured by that insurance; or (7) When You Add Others As An Additional Insured To This Insurance That is other insurance available to an additional insured. However, the following provisions apply to other insurance available to any person or organization who is an additional insured under this Coverage Part: (a) Primary Insurance When Required By Contract This insurance is primary if you have agreed in a written contract, written agreement or permit that this insurance be primary. If other insurance is also primary, we will share with all that other insurance by the method described in c. below. (b) Primary And Non -Contributory To Other Insurance When Required By Contract If you have agreed in a written contract, written agreement or permit that this insurance is primary and non-contributory with the additional insured's own insurance, this insurance is primary and we will not seek contribution from that other insurance. Paragraphs (a) and (b) do not apply to other insurance to which the additional insured has been added as an additional insured. When this insurance is excess, we will have no duty under this Coverage Part to defend the insured against any "suit" if any other insurer has a duty to defend the insured against that "suit". If no other insurer defends, we will undertake to do so, but we will be entitled to the insured's rights against all those other insurers. When this insurance is excess over other insurance, we will pay only our share of the amount of the loss, if any, that exceeds the sum of: (1) The total amount that all such other insurance would pay for the loss in the absence of this insurance; and (2) The total of all deductible and self - insured amounts under all that other insurance. We will share the remaining loss, if any, with any other insurance that is not described in this Excess Insurance provision and was not bought specifically to apply in excess of the Limits of Insurance shown in the Declarations of this Coverage Part. c. Method Of Sharing If all the other insurance permits contribution by equal shares, we will follow this method also. Under this approach, each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. 8. Transfer Of Rights Of Recovery Against Others To Us a. Transfer Of Rights Of Recovery If the insured has rights to recover all or part of any payment, including Supplementary Payments, we have made under this Coverage Part, those rights are transferred to us. The insured must do nothing after loss to impair them. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. This condition does not apply to Medical Expenses Coverage. b. Waiver Of Rights Of Recovery (Waiver Of Subrogation) If the insured has waived any rights of recovery against any person or organization for all or part of any payment, including Supplementary Payments, we have made under this Coverage Part, we also waive that right, provided the insured waived their rights of recovery against such person or organization in a contract, agreement or permit that was executed prior to the injury or damage. Form SS 00 08 04 05 Page 17 of 24 c'l1)•of L r ��1 rrJVol CITY ATTORNEY4y''' M E M O R A N D UM CITY OF RENTON 'WuU'S Ulit� DATE: December 5, 2011 TO: Teresa Phelan, Administrative Secretary, Public Works Department, Utilities Systems Division FROM: Lawrence J. Warren, City Attorney Staff Contact: Mark Barber, Senior Assistant City Attorney Telephone ext. 6485 SUBJECT: Continuing approval as to legal form of 2012 Engineering Annual Consultant Agreement (E1-2012) Please be advised that I have reviewed the above -referenced 2012 Engineering Annual Consultant Agreement (E1-2012), and the same is approved as to legal form, and may be used in the future so long as there are no material changes or modifications to the standard form language or revisions required by future legislation or appellate court decisions. cAcity forms\201 1-04-1 I sandard form memo with swush and signature and continuing approval.doc E1-2012 ENGINEERING ANNUAL CONSULTANT AGREEMENT THIS AGREEMENT, made and.entered into on this , day of by and between the CITY OF RENTON, WASHINGTON, A MUNICIPAL CORPORATION HEREINAFTER CALLED THE "CITY," and BHC Consultants, LLC whose address is 1601 Fifth Avenue, Suite S00, Seattle, WA 98101, at which work will be available for inspection, hereinafter called the "CONSULTANT." PROJECT NAME: Central Renton Sewer Interceptor Reline & Upsize Project WHEREAS, the City has not sufficient qualified engineering employees to provide the engineering within a reasonable time and the City deems it advisable and is desirous of engaging the professional services and assistance of a qualified professional consulting firm to do the necessary engineering work for the project, and WHEREAS, the Consultant has represented and -by entering into this Agreement now represents, that it is in full compliance with the statutes of the State of Washington for registration of professional engineers, has a current valid corporate certificate from the State of Washington or has a valid assumed name filing with the Secretary of State and that all personnel to be assigned to the work required under this Agreement are fully qualified to perform the work to which they will be assigned in a competent and professional manner, and that sufficient qualified personnel are on staff or readily available to Consultant to staff this Agreement. WHEREAS, the Consultant has indicated that it desires to do the work set forth in the Agreement upon the terms and conditions set forth below. NOW THEREFORE, in consideration of the terms, conditions, covenants and performances contained herein below, the parties hereto agree as follows: SCOPE OF WORK The Consultant shall furnish, and hereby warrants that it has, the necessary equipment, materials, and professionally trained and experienced personnel to facilitate completion of the work described in Exhibit A, Scope of Work, which is attached hereto and incorporated into this Agreement as though fully set forth herein. The Consultant shall perform all work described in this Agreement in accordance with the latest edition and amendments to local and state regulations, guidelines and policies. The Consultant shall prepare such information and studies as it may deem pertinent and necessary, in order to pass judgment in a sound engineering manner on the features of the work. The Consultant shall make such minor changes, amendments or revisions in the detail of the work as may be required by the City. This item does not constitute an "Extra Work" item as related in Section VIII of the Agreement. The work shall be verified for accuracy by a complete check by the Consultant. The Consultant will be held responsible for the accuracy of the work, even though the work has been accepted by the City. DESIGN CRITERIA The City will designate the basic premises and criteria for the work needed. Reports and plans, to the extent feasible, shall be developed in accordance with the latest edition and amendments of local and State regulations, guidelines, and specifications, including, but not limited to the following: Page 1 of 15 Piazza/Data_Center/Forms/City/Contracts E 1-2012 1. Washington State Department of Transportation/American Public Works Association (WSDOT/APWA), "Standard Specifications for Road, Bridge, and Municipal Construction," as amended by Renton Standard Specification. 2. WSDOT/APWA, "Standard Plans for Road, Bridge and Municipal Construction." 3. Washington State Department of Transportation, "Highway Design Manual." 4. American Association of State Highway and Transportation Officials, "Standard Specifications for Highway Bridges." S. Washington State Department of Transportation, "Bridge Design Manual, Volumes 1 and 2." 6. Washington State Department of Transportation, "Manual of Highways Hydraulics," except hydrologic analysis as described in item 14. 7. Washington State Department of Transportation, "Materials Laboratory Outline." 8. Transportation Research Board, "Highway Capacity Manual." 9. U.S. Department of Transportation, Federal Highway Administration, "Manual on Uniform Traffic Control Devices for Streets and Highways." 10. Washington State Department of Transportation, "Construction Manual." 11. Washington State Department of Transportation, "Local Agency Guidelines." 12. Standard drawings prepared by the City and furnished to the Consultant shall be used as a guide in all cases where they fit design conditions. Renton Design Standards, and Renton Specifications shall be used as they pertain. 13. Metro Transit, design criteria. 14. King County Surface Water Design Manual, Sections 1.2 and 1.3 of Chapter 1, and Chapters 3, 4, and 5. 15. American Association of State Highway and Transportation Officials, "A Policy on Geometric Design of Highways and Streets." III ITEMS TO BE FURNISHED TO THE CONSULTANT BY THE CITY The City will furnish the Consultant copies of documents which are available to the City that will facilitate the preparation of the plans, studies, specifications, and estimates within the limits of the assigned work. All other records needed for the study must be obtained by the Consultant. The Consultant will coordinate with other available sources to obtain data or records available to those agencies. The Consultant shall be responsible for this and any other data collection to the extent provided for in the Scope of Work. City will provide to Consultant all data in City's possession relating to Consultants services on the project. Consultant will reasonably rely upon the accuracy, timeliness, and completeness of the information provided by the City. Should field studies be needed, the Consultant will perform such work to the extent provided for in the Scope of Work. The City will not be obligated to perform any such field studies. Page 2 of 15 Piazza/Data_Center/corms/City/Contracts E1-2012 IV OWNERSHIP OF PRODUCTS AND DOCUMENTS TO BE FURNISHED BY THE CONSULTANT Documents, exhibits or other presentations for the work covered by this Agreement shall be furnished by the Consultant to the City upon completion of the various phases of the work. All such material, including working documents, notes, maps, drawings, photo, photographic negatives, etc. used in the project, shall become and remain the property of the City and may be used by it without restriction. Any use of such documents by the City not directly related to the project pursuant to which the documents were prepared by the Consultant shall be without any liability whatsoever to the Consultant. All written documents and products shall be printed on recycled paper when practicable. Use of the chasing -arrow symbol identifying the recycled content of the paper shall be used whenever practicable. All documents will be printed on both sides of the recycled paper, as feasible. V TIME OF BEGINNING AND COMPLETION The work detailed in the Scope of Work will be performed according to Exhibit B, Time Schedule of Completion, attached hereto and incorporated herein as though fully set forth. It is agreed that all the Consultant's services are to be completed and all products shall be delivered by the Consultant unless there are delays due to factors that are beyond the control of the Consultant. The Consultant shall not begin work under the terms of this Agreement until authorized in writing by the City. If, after receiving Notice to Proceed, the Consultant is delayed in the performance of its services by factors that are beyond its control, the Consultant shall notify the City of the delay and shall prepare a revised estimate of the time and cost needed to complete the Project and submit the revision to the City for its approval. Time schedules are subject to mutual agreement for any revision unless specifically described as otherwise herein. Delays attributable to or caused by one of the parties hereto amounting to 30 days or more affecting the completion of the work may be considered a cause for renegotiation or termination of this Agreement by the other party. VI PAYMENT The Consultant shall be paid by the City for completed work for services rendered under this Agreement as provided hereinafter as specified in Exhibit C, Cost Estimate. Such payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the work. All billings for compensation for work performed under this Agreement will list actual time (days and/or hours) and dates during which the work was performed and the compensation shall be figured using the rates in Exhibit C. Payment for this work shall not exceed $ 97,358.00 without a written amendment to this contract, agreed to and signed by both parties. Cost Plus Net Fee Payment for work accomplished shall be on the basis of the Consultant's actual cost plus a net fee. The actual cost includes direct salary cost, overhead, and direct non -salary cost. The direct salary cost is the salary expense for professional and technical personnel and principals for the time they are productively engaged in the work necessary to fulfill the terms of this Agreement. The direct salary costs are set forth in the attached Exhibit C and by this reference made a part of this Agreement. Page 3 of 15 Piazza/Data _Center/Forms/City/Co ntracts E1-2012 The overhead costs as identified on Exhibit C are determined as 183 percent of the direct salary cost and by this reference made a part of this Agreement. The overhead cost rate is an estimate based on currently available accounting information and shall be used for all progress payments over the period of the contract. The direct non -salary costs are those costs directly incurred in fulfilling the terms of this Agreement, including, but not limited to travel, reproduction, telephone, supplies, and fees of outside consultants. The direct non -salary costs are specified in Exhibit C, Cost Estimate: Billings for any direct non -salary costs shall be supported by copies of original bills or invoices. Reimbursement for outside consultants and services shall be on the basis of times the invoiced amount. The net fee, which represents the Consultants profit shall be 15 percent of direct salary plus overhead costs. This fee is based on the Scope of Work and the estimated labor hours therein. In the event a supplemental agreement is entered into for additional work by the Consultant, the supplemental agreement will include provision for the added costs and an appropriate additional fee. The net fee will be prorated and paid monthly in proportion to the percentage of the project completed as estimated in the Consultant's monthly progress reports and approved by the City. Any portion of the net fee not previously paid in the monthly payments shall be included in the final payment, subject to the provisions of Section XI entitled TERMINATION OF AGREEMENT. 5. Progress payments may be claimed monthly for direct costs actually incurred to date as supported by detailed statements, for overhead costs and for a proportionate amount of the net fee payable to the Consultant based on the estimated percentage of the completion of the services to date. Final payment of any balance due the Consultant of the gross amount earned will be made promptly upon its verification by the City after completion and acceptance by the City of the work under this Agreement. Acceptance, by the Consultant of final payment shall constitute full and final satisfaction of all amounts due or claimed to be due. Payment for extra work performed under this Agreement shall be paid as agreed to by the parties hereto in writing at the time extra work is authorized. (Section Vill "EXTRA WORK"). A short narrative progress report shall accompany each voucher for progress payment. The report shall include discussion of any problems and potential causes for delay. To provide a means of verifying the invoiced salary costs for consultant employees, the City may conduct employee interviews. Acceptance of such final payment by the Consultant shall constitute a release of all claims of any nature, related to this Agreement, which the Consultant may have against the City unless such claims are specifically reserved in writing and transmitted to the City by the Consultant prior to its acceptance. Said final payment shall not, however, be a bar to any claims that the City may have against the Consultant or to any remedies the City may pursue with respect to such claims. The Consultant and its subconsultants shall keep available for inspection, by the City, for a period of three years after final payment, the cost records and accounts pertaining to this Agreement and all items related to, or bearing upon, these records. If any litigation, claim or audit is started before the expiration of the three-year retention period, the records shall be retained until all litigation, claims or audit findings involving the records have been resolved. The three-year retention period starts when the Consultant receives final payment. Page 4 of 15 Piazza/Data—Center/Forms/City/Contracts E 1-2012 VII CHANGES IN WORK The Consultant shall make all such revisions and changes in the completed work of this Agreement as are necessary to correct errors appearing therein, when required to do so by the City, without additional compensation. Should the City find it desirable for its own purposes to have previously satisfactorily completed work or parts thereof revised, the Consultant shall make such revisions, if requested and as directed by the City in writing. This work shall be considered as Extra Work and will be paid for as provided in Section VIII. VIII EXTRA WORK The City may desire to have the Consultant perform work or render services in connection with the Project in addition to or other than work provided for by the expressed intent of the Scope of Work. Such work will be considered as Extra Work and will be specified in a written supplement which will set forth the nature and scope thereof. Work under a supplement shall not proceed until authorized in writing by the City. Any dispute as to whether work is Extra Work or work already covered under this Agreement shall be resolved before the work is undertaken. Performance of the work by the Consultant prior to resolution of any such dispute shall waive any claim by the Consultant for compensation as Extra Work. IX EMPLOYMENT The Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Consultant, to solicit or secure this contract and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the City shall have the right to annul this Agreement without liability, or in its discretion to deduct from the Agreement price or consideration or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. Any and all employees of the Consultant, while engaged in the performance of any work or services required by the Consultant under this Agreement, shall be considered employees of the Consultant only and not of the City and any and all claims that may or might arise under the Workman's Compensation Act on behalf of said employees, while so engaged and any and all claims made by a third party as a consequence of any negligent act or omission on the part of the Consultant's employees, while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the Consultant. The Consultant shall not engage, on a full or part-time basis, or other basis, during the period of the contract, any professional or technical personnel who are, or have been at any time during the period of this contract, in the employ of the City except regularly retired employees, without written consent of the City. If during the time period of this Agreement, the Consultant finds it necessary to increase its professional, technical, or clerical staff as a result of this work, the Consultant will actively solicit minorities through their advertisement and interview process. X NONDISCRIMINATION The Consultant agrees not to discriminate against any client, employee or applicant for employment or for services because of race, creed, color, national origin, marital status, sexual orientation, sex, age or handicap except for a Page 5 of 15 Pia zza/Data_Center/Forms/City/Contracts E 1-2012 bona fide occupational qualification with regard to, but not limited to the following: employment upgrading; demotion or transfer; recruitment or any recruitment advertising; layoff or termination's; rates of pay or other forms of compensation; selection fortraining; rendition of services. The Consultant understands and agrees that if it violates this Non -Discrimination provision, this Agreement may be terminated by the City and further that the Consultant shall be barred from performing any services for the City now or in the future, unless a showing is made satisfactory to the City that discriminatory practices have terminated and that recurrence of such action is unlikely. XI TERMINATION OF AGREEMENT A. The City reserves the right to terminate this Agreement at any time upon not less than ten (10) days written notice to the Consultant, subject to the City's obligation to pay Consultant in accordance with subparagraphs C and D below. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. In the event of the death of any of the parties listed in the previous paragraph, should the surviving members of the Consultant, with the City's concurrence, desire to terminate this Agreement, payment shall be made as set forth in Subsection C of this section. C. In the event this Agreement is terminated by the City other than for fault on the part of the Consultant, a final payment shall be made to the Consultant for actual cost for the work complete at the time of termination of the Agreement, plus the following described portion of the net fee. The portion of the net fee for which the Consultant shall be paid shall be the same ratio to the total net fee as the work complete is to the total work required by the Agreement. In addition, the Consultant shall be paid on the same basis as above for any authorized extra work completed. No payment shall be made for any work completed after ten (10) days following receipt by the Consultant of the Notice to Terminate. If the accumulated payment made to the Consultant prior to Notice of Termination exceeds the total amount that would be due as set forth herein above, then no final payment shall be due and the Consultant shall immediately reimburse the City for any excess paid. D. In the event the services of the Consultant are terminated by the City for fault on the part of the Consultant, the above stated formula for payment shall not apply. In such an event the amount to be paid shall be determined by the City with consideration given to the actual costs incurred by'the Consultant in performing the work to the date of termination, the amount of work originally required which was satisfactorily completed to date of termination, whether that work is in a form or of a type which is usable to the City at the time of termination, the cost to the City of employing another firm to complete the work required and the time which may be required to do so, and other factors which affect the value to the City of the work performed at the time of termination. Under no circumstances shall payment made under this subsection exceed the amount which would have been made if the formula set forth in subsection C above had been applied. E. In the event this Agreement is terminated prior to completion of the work, the original copies of all Engineering plans, reports and documents prepared by the Consultant prior to termination shall become the property of the City for its use without restriction. Such unrestricted use not occurring as a part of this project, shall be without liability or legal exposure to the Consultant. Page 6 of 15 Piazza/Data _Center/Forms/City/Contracts E1-2012 Payment for any part of the work by the City shall not constitute a waiver by the City of any remedies of any type it may have against the Consultant for any breach of this Agreement by the Consultant, or for failure of the Consultant to perform work required of it by the City. Forbearance of any rights under the Agreement will not constitute waiver of entitlement to exercise those rights with respect to any future act or omission by the Consultant. XII DISPUTES Any dispute concerning questions of facts in connection with work not disposed of by agreement between the Consultant and the City shall be referred for determination to the Public Works Administrator or his/her successors and delegees, whose decision in the matter shall be final and conclusive on the parties to this Agreement. In the event that either party is required to institute legal action or proceedings to enforce any of its rights in this Agreement, both parties agree that any such action shall be brought in the Superior Court of the State of Washington, situated in King County at the Maleng Regional Justice Center in Kent, Washington. XIII LEGAL RELATIONS The Consultant shall comply with all Federal Government, State and local laws and ordinances applicable to the work to be done under this Agreement. This contract shall be interpreted and construed in accordance with the laws of Washington. The Consultant agrees to indemnify, defend and hold the City and its officers and employees harmless from and shall process and defend at its own expense all claims, demands or suits at law or equity arising in whole or part from the Consultant's errors, omissions, or negligent acts under this Agreement provided that nothing herein shall require the Consultant to indemnify the City against and hold harmless the City from claims, demands or suits based upon the conduct of the City, its officers or employees and provided further that if the claims or suits are caused by or result from the concurrent negligence of (a) the Consultant's agents or employees and (b) the City, its agents, officers and employees, this provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Consultant's negligence or the negligence of the Consultant's agents or employees except as limited below. Insurance The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. No Limitation A. Consultant's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. Page 7 of 15 Piazza/Data—Center/Forms/City/Contracts E1-2012 Minimum Scope of Insurance Consultant shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability insurance appropriate to the Consultant's profession. Minimum Amounts of Insurance Consultant shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. 3. Professional Liability insurance shall be written with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. D. Other Insurance Provision The Consultant's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance as respect to the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. Verification of Coverage Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. G. Notice of Cancellation The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. Page 8 of 15 Piazza/Data_Center/ Form s/City/Contra cts E 1-2012 H. Failure to Maintain Insurance Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Consultant to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Consultant from the City. The limits of said insurance shall not, however, limit the liability of Consultant hereunder. The Consultant shall also submit copies of the declarations pages of relevant insurance policies to the City within 30 days of contract acceptance if requested. The Certification and Declaration page(s) shall be in a form as approved by the City. If the City's Risk Manager has the Declaration page(s) on file from a previous contract and no changes in insurance coverage has occurred, only the Certification Form will be required. The Consultant shall verify, when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. The Consultant shall require, and provide verification upon request, that all subconsultants participating in a City project possess a current City of Renton business license. The Consultant shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City right-of-way. The Consultant's relation to the City shall be at all times as an independent contractor. It is further specifically and expressly understood that the indemnification provided herein constitute the Consultant's waiver of immunity under the Industrial Insurance Act, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this agreement. XIV SUBLETTING OR ASSIGNING OF CONTRACTS The Consultant shall not sublet or assign any of the work covered by this Agreement without the express consent of the City. XV ENDORSEMENT OF PLANS The Consultant shall place their certification on all plans, specifications, estimates or any other engineering data furnished by them in accordance with RCW 18.43.070. XVI COMPLETE AGREEMENT This document and referenced attachments contain all covenants, stipulations, and provisions agreed upon by the parties. Any supplements to this Agreement will be in writing and executed and will become part of this Agreement. No agent, or representative of either party has authority to make, and the parties shall not be bound by or be liable for, any statement, representation, promise, or agreement not set forth herein. No changes, amendments, or modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as an amendment to this Agreement. The invalidity or unenforceability of any provision in this Agreement shall not affect the other provisions hereof, and this Agreement shall be construed in all respects as if such invalid or unenforceable provision were omitted. Page 9of15 Piazza/Data_Center/ Forms/City/Co ntracts E1-2012 XVI I EXECUTION AND ACCEPTANCE This Agreement may be simultaneously executed in several counterparts, each of which shall be deemed to be an original having identical legal effect. The Consultant does hereby ratify and adopt all statements, represeritations, warranties, covenants, and agreements contained in the Request for Qualifications, and the supporting materials submitted by the Consultant, and does hereby accept the Agreement and agrees to all of the terms and conditions thereof. IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and year first above written. CONSULTANT 1 bofl Li ignature qate �Roro,\A A, ro type or print name Title CITY OF RENTON Mayor Date ATTEST: Bonnie I. Walton, City Clerk Page 10 of 15 Piazza/Data_Center/Forms/City/Contracts E1-2012 EXHIBIT C COST ESTIMATE (To be filled in per tasks to be completed for Scope of Work) Page 11 of 15 Piazza/Data_Center/r'orms/City/Contracts E1-2012 COST PLUS NET FEE DETERMINATION DIRECT SALARY COST: Personnel Principal Engineer Chief Engineer Engineer Surveyor Surveyor Planner Bookkeeper Executive Secretary CADD Operator/Drafter Clerical Net Fee % of direct salary cost plus overhead DIRECT NON -SALARY COST: Travel and Per Diem Cars at $ /mile Per Diem Office and Equipment Computer $ /hour Hourly Rates of Pay Reproduction Expenses @ $ f copy............................................................$ Communications......................................................................................................$ Page 12 of 1S Piazza/Data_Center/r'orms/City/Contracts E1-2012 EXHIBIT C (cont.) SUMMARY OF FEE FOR ENGINEERING SERVICES BREAKDOWN OF OVERHEAD COST ProfitSharing.......................................................................................I.................... % FICA.......................................................................................................................... Unemployment Compensation................................................................................ % Medical Aid and Industrial Insurance....................................................................... % Company Insurance and Medical............................................................................. % Vacation, Holiday and Sick Leave............................................................................. % State B & 0 Tax & Other Business Tax..................................................................... Insurance.................................................................................................................. Administration and Time Unassignable................................................................... % Printing, Stationery and Supplies............................................................................. % TravelNot Assignable............................................................................................... % Telephone and Telegraph Not Assignable............................................................... % Fees, Dues, Professional Meetings........................................................................... % Utilities and Maintenance........................................................................................ Rent.......................................................................................................................... % RentalEquipment..................................................................................................... % Office Miscellaneous, Postage................................................................................. % ProfessionalServices................................................................................................ % TOTAL % Project No. Name of Project Direct Salary Cost ................................ Overhead Cost (including payroll additives ............................ Net Fee .......................... Direct Non -Salary Costs: SUMMARY OF COSTS ........................................................................ $ ................................. % S a. Travel and per diem ............................................... $ _ b. Reproduction expenses .......................................... $ _ c. Computer expense ................................................. $ —_ d. Outside consultants ................................................ $ e. Other (specify)........................................................ $ Total $ GRAND TOTAL $ Sub -Total $ Sub Total $ Page 13 of 15 P iazza/Data_Center/Form s/City/Contacts CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 1-085 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to their race; religion/creed; national origin; ancestry; sex; age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status; or veteran's status, or the presence of a physical, sensory, or mental disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job -related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) CONTRACTORS' OBLIGATIONS - Contractors, sub -contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and by City policy. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 7th day of March , 2011 . CITY 0 RENTON i Denis Law, Mayor Attest: Bonnie I. Walton, City Clerk RENTON CITY COUNCIL until Pr sident J SEPAL•r Page 14 of 15 Pia zza/Data _Center/Forms/Oty/Contracts E1-2012 CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE BHC Consultants, LLC hereby confirms and declares that: (Name of contractor/subcontractor/consultant) It is the policy of the above -named contractor/subcontractor/consultant, to offer equal opportunity to all qualified employees and applicants for employment without regard to their race; religion/creed; national origin; ancestry; sex; the presence of a physical, sensory, or mental disability; age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status; or veteran's status. The above -named contractor/subcontractor/consultant complies with all applicable federal, state and local laws governing non-discrimination in employment. III. When applicable, the above -named contractor/subcontractor/consultant will seek out and negotiate with minority and women contractors for the award of subcontracts. ` onc,\& A. 1>pcc\ Print Agent/Representative's Name -V Print Agent/Representative's Title A >qr� Age/Representative's Signature �30 Date Signed Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or supplier. Include or attach this document(s) with the contract. Page 15 of 15 Piazza/Data_Center/Forms/City/Contracts CITY OF RENTON CENTRAL RENTON SEWER INTERCEPTOR RELINE & UPSIZE PROJECT PRELIMINARY ENGINEERING, DESIGN AND PREPARATION OF PS&E/BID DOCUMENTS SCOPE OF SERVICES January 24, 2014 Per your request, this scope of services is furnished to the City of Renton,(City). It represents the engineering services to be performed by BHC Consultants, LLC (BHC) and subconsultants - KPG (survey work) and Aspect (geotechnical engineering) for the preliminary engineering, design and support during bid/construction services in support of the City Central Sewer Interceptor Reline & Upsize project. Project improvements are anticipated to include relining and upsizing of portions of the City's Central Sewer Interceptor of the City's sewer system located within Renton, Washington city limits. More specifically, the project consists of the following: • relining approximately 625 feet of existing 24-inch diameter sewer located along N 41h St alignment/ROW between City sewer manhole(s) - SSMH # 5317-249 (near the intersection with N. 3rd PI.) and SSMH 5317-185 (east of the BNSF railroad tracks, near the intersection with Houser Way); and • upsizing (to 18-inch dia.) approximately 150 feet of existing 12-inch diameter sewer located along N 4th St alignment/ROW between City sewer manhole(s) - SSMH 5317- 185 (east of the BNSF railroad tracks, near the intersection with Houser Way) and SSMH 5317-186 (in the center of the northbound lane of Sunset Blvd N). This proposal is based on our understanding of the City's needs and requirements gained during our meeting and site visit with you on December 17, 2013, as well as subsequent related discussions and input. Proposed Work Scope The following efforts are anticipated. 1. Orientation Meeting & Project Site Visit: Prepare for and meet with City personnel and visit the project site on 12/17/13 to review and discuss the project, background, and desired assistance. 2. Information Research, Collection, and Review/ Kick -Off Meeting/Field Reconnaissance: Collect and review existing available City, BNSF, and WSDOT information - documents, as- builts, and other pertinent available information to further understand, identify, and define the City's and others' existing facilities and equipment and system's current operating conditions and procedures relevant to the project. BHC will visit the project site and meet with City personnel to: City of Renton Central Renton Sewer Interceptor Reline & Upsize Consultant Services January 24, 2014 • further understand, identify, and define the City's existing sewer system in the vicinity of the project; • further review and discuss project goals and objectives, understanding and requirements of desired improvements, and work plan; and • collect minimal, additional physical data (field measurements, limited) for design of improvements. A total of eight (8) hours for each of the project manager and project engineer have been budgeted for the site visit including meeting with City personnel, obtaining field measurements, etc. (described above). 3. Preliminary Engineering, Alternatives Analysis, and Design (30%): Perform preliminary engineering to identify and evaluate a limited number of potential alternatives and develop the project's design to a 30%=level. Project constraints and considerations as well as applicable design criteria, related requirements, and/or assumptions will be identified. Up to three (3) alternatives each, as appropriate, for the '`relining" (CIPP, deformed/reformed lining, and sliplining) and "upsizing" (pipe bursting, bore & jack; and open cut trench) portions of the project will be developed for consideration relative to City goals and functional requirements. The preliminary engineering and alternatives analysis will be performed to a sufficient level of detail to evaluate and select a preferred design approach/solution for the proposed project including identifying general elements/facilities/features required, as well as develop a planning -level opinion of probable construction cost for the project. Existing available topographic information, GIS data, and other mapping provided by the City or others will be used to identify and illustrate the project's preliminary (30%) design concept(s). The preliminary design analysis and recommended improvements will be documented in a brief technical memorandum to be used as the basis for final design. 4. Field Survey/Base Map: (Limited) Perform a field survey and prepare a base map relative to design the sewer upsizing portion (only) of the project. The surveying and related services will include collecting survey information for site topography, rights of way, easements, locations of existing utilities and other structures, facilities or features that may influence design as specifically defined in the Surveying subconsultant's proposal. In general, services will include: • Right of Way Determination — research readily available City/County records to determine the location of existing public right(s)-of-way and easements in the project area; and research and coordination with City surveyor to determine the location and/or whether the railroad crossing is an easement or railroad right-of-way — see assumptions. • Field Control & Topographic Surveys — conduct a field control survey to tie the project to local horizontal and vertical monumentation. Establish vertical and horizontal control using the City's preferred datum: Horizontal Datum — NAD83/91 and Vertical Datum — NAVD88. Conduct a limited field topographic survey to obtain topographic and facility or feature information required for design along the project corridor. The field survey will be augmented with other existing available topographic mapping and/or other facilities and related information, as may be available and appropriate. Locations of existing surface features, subsurface and aerial utilities (water, sewer, storm drain, gas, power, TV, phone and/or fiber optic) will be identified and mapped - see assumptions. • Base Map Preparation - prepare a base map to reflect the current project site conditions based on the field survey and other existing available topographic mapping and/or other facilities and related information. The base map will be prepared in accordance with City 2 City of Renton Central Renton Sewer Interceptor Reline & Upsize Consultant Services January 24, 2014 of Renton Drafting Standards. The final base map will be stamped and signed by a Surveyor (PLS) registered in the State of Washington. * For further details — see 1/23/14 KPG proposal (copy attached) 5. Geotechnical Investigation/Engineering Services (Limited): Provide limited geotechnical engineering services relative to the design the sewer upsizing portion (only) of the project. The geotechnical engineering services will include review of existing available soil data and limited subsurface explorations as specifically defined in the Geotechnical subconsultant's proposal. Based on an analysis of this information, the project understanding, and other similar projects, recommendations will be developed for design and construction of project improvements. In general, services will include: • Review Existing Data — Review readily available existing geotechnical and geologic data for the project areas to gain an overview of general geologic conditions and to aid in identifying geotechnical factors that might have an impact on the design and construction of the project. • Limited Subsurface Explorations/Testing and Laboratory Analysis — Perform limited subsurface explorations consisting of up to three (3) machine -drilled borings and laboratory analyses to determine subsurface soil and groundwater conditions along the project corridors/alignments. The subsurface explorations will be spaced and located at relatively unobtrusive locations based on the planned project alignments, field reconnaissance, and review of geologic and geotechnical information in the vicinity of the project — see subconsultant proposal for further detail on boring locations. Soil samples will be taken from the explorations at various depths to be determined by the field engineer/geologist during exploration. Soils observed in the excavations will be evaluated for consistency with the general geologic conditions reviewed, as described previously above. Laboratory tests will be conducted on selected soil samples to determine engineering properties necessary for design. • Engineering Analysis - Evaluate data derived from the subsurface explorations and laboratory testing with respect to design of the project. Geotechnical recommendations will be determined by the Geotechnical subconsultant regarding pipeline upsizing design and construction, alternatives construction methods, and other related project requirements and considerations. • Geotechnical Summary Letter Report - Prepare a brief letter report to summarize the results of the limited subsurface explorations, analyses, and geotechnical recommendations pertaining to the design of the project. * For further details — see 1/13/14 Aspect proposal (copy attached) 6. Environmental Documentation and Permitting Services/Assistance (Limited): Provide limited environmental documentation and permitting services/assistance (specifically defined below) as requested by the City for the project. • State Environmental Policy Act (SEPA) Checklist/Assistance — BHC will prepare/provide documentation required to support the City's preparation of a SEPA Checklist (draft) for the project. • BNSF RR Permit(s) — Assist City with coordination for construction permit and/or an up- dated crossing permit for lining existing sewer beneath railroad/railroad right-of-way, if needed. If additional environmental documentation and/or permitting services/assistance are de- sired/required, additional budget may be required. City of Renton Central Renton Sewer Interceptor Reline & Upsize Consultant Services January 24, 2014 7. BNSF, WSDOT, Property Owner(s) and/or Other(s) Coordination: Coordinate with BNSF, WSDOT, property owner(s) — PACCAR, Enterprise Car Rental, and/or other(s) as required during the preliminary engineering and design phase(s) of the project. For budgeting purposes, only phone and e-mail communication and no meeting(s) are anticipated. The extent of work, which may be required under' this task, is difficult to and cannot be accurately predicted and therefore, a budget allowance of $2,500 has been established for this work. 8. Final Design and Preparation of Drawings and Technical Specifications: Perform/complete final design and prepare drawings and technical specifications for the City selected sewer system improvements for the project. In general, the project will consist of the identified/defined improvements based on the Task 3 — Preliminary Engineering, Alternatives Analysis, and Design work. It is anticipated the project will include new and/or rehabilitated sewer interceptor piping and manholes, related system appurtenances, and connections or adjustments to existing or proposed facilities as well as related site/ROW restoration work. Design of project improvements will be developed utilizing the prepared base map (defined previously) and/or based on City -furnished base mapping and related information as applicable; and will be in accordance with the City of Renton's current design standards, applicable codes and regulations, and generally accepted industry standards and practices. Drawings and technical specifications, and opinion(s) of probable construction cost will be developed for design of the project. Draft documents, as identified/defined as deliverables below, will be prepared at the 60% and 90% level of completion for review by the City. • The fee estimate is based on the following preliminary drawing/sheet list. This drawing list (up to 7 sheets total) represents BHC's best judgment as to the drawings that will be required for design of the project. - Cover Sheet, Location Map, and Index of Drawings (1 sheet) - General, Survey & Construction C/L Control and Notes, and Temporary Ero- sion and Sedimentation'Control Notes (1 sheet) - Legend, Abbreviations, Symbols, and Designations (1 sheet) - Reline Sewer Plan Drawings (2 sheets) - Upsize Sewer Plan & Profile Drawing (1 sheet) - Sewer System Miscellaneous Details (1 sheet) Relevant City Standard Plans (Details) or other applicable standard plans (e.g. WSDOT) will be referenced and will be identified for appending to the specifications. • Technical specifications (including the development of a bid schedule) will be prepared for the project. The design specifications for the project will be based on the 2012 edi- tion of the Washington State Department of Transportation (WSDOT/APWA) Standard Specifications for Road, Bridge, and Municipal Construction, as well as the City's Stand- ard Specifications that modify or supplement the Standard Specifications. The City's standard technical specifications (Special Provisions, Divisions 2 through 9 - only) that supplement or modify the WSDOT Standard Specifications will be used and modified (as appropriate) for the project. • An opinion of probable construction cost for each of the preliminary and final design submittals will be developed. 9. Assistance During Bid Period (Limited): Provide the following limited support and assistance to the City during the bid period. At the City's request, respond to inquiries and requests for clarification from the bidders and/or City of Renton Central Renton Sewer Interceptor Reline & Upsize Consultant Services January 24, 2014 others regarding the contract documents. As needed or appropriate, prepare the necessary text and/or drawing revisions or supplemental drawings to be included in an addendum which will be prepared, finalized, and issued/distributed by the City. Provide related miscel- laneous support and assistance during the bid period, including general communication and coordination with City staff and others to exchange information, provide assistance, discuss related issues, coordinate efforts, etc. *Due to the difficulty in determining the extent of assistance/services during the bid period that may be desired/required; a budget allowance of $2,500 has been established for this task. 10. Communication/Coordination/Meeting(s): Maintain regular communications (phone, facsimile, e-mail) and coordinate with City per- sonnel to exchange information, discuss related issues, and coordinate efforts. Meet with City staff to review and discuss the project's design development. It is anticipated that up to two (2) additional meetings (not otherwise identified above) will be held, following select de- sign review submittals (preliminary and final design tasks), to discuss the project. The pro- ject manager and project engineer will attend the meetings. A budget allowance of $8,000 has been established for this effort based on the two (2) meetings and thirty-two (32)'addi- tional hours. If additional meetings or coordination and communication time is required, ad- ditional budget may be requested. 11. Quality Assurance/Quality Control: A senior engineer (not directly associated with the project) will review draft documents for completeness, clarity, coordination, and/or other quality considerations. A budget allowance of $1,650 has been established for this effort. 12. Project Management: Provide project management, coordination and administration in support of BHC's final de- sign, support during bid period/construction and related services. These efforts include those associated with project development, initial contracting and project setup, manage- ment of consultant team, related internal, subconsultant(s), and client communication and coordination, and preparation of monthly invoices. The budget assumes a limited, up to eight (8) calendar months, period ending no later than August 30, 2014. Deliverables: • Field Survey and Base Map • Geotechnical Summary Letter Report • Preliminary (30%) Design Drawings, Technical Memorandum & Opinion of Probable Construction Cost • Preliminary Design Documents & Opinion of Probable Construction Cost - (60% & 90%) Submittals • Final Design Documents & Opinion of Probable Construction Cost Additional Services The City may request BHC to perform additional services not included in the above listed activities and/or provide additional information and/or detail beyond what is anticipated at this time. BHC shall perform such services and will be paid for such additional services when they City of Renton Central Renton Sewer Interceptor Reline & Upsize Consultant Services January 24, 2014 are mutually agreed to and made part of the agreement by written amendment or other authorization by the City's Project Manager. At the City's request, a scope and fee estimate for such additional assistance may be developed. Attachment(s). • Assumption(s) • KPG Survey Proposal (dated 1/23/14) • Aspect Geotechnical Engineering Proposal (dated 1/13/14) City of Renton Central Renton Sewer Interceptor Reline & Upsize Consultant Services January 24, 2014 ATTACHMENT TO EXHIBIT A ASSUMPTION(S) The described efforts and scope of work as well as the associated fee estimate and schedule are predicated on the following assumptions. 1. The City will provide the following information to BHC: relevant engineering data, plans, specifications, reports/studies, topographical or other mapping, physical system information (as-builts), and/or other pertinent information available about the City's existing sewer system/facilities relevant to the project, applicable City standards, design criteria, requirements, and/or preferences,'deemed necessary for BHC's work. As described above and herein, pertinent data and information required for determining and evaluating the existing conditions (capacity and other operating/performance characteristics) as well as potential future needs and requirements will be provided by the City. 2. Special assumptions regarding design of the project: - Inspection of the condition of the existing City sewer system infrastructure fea- tures and facilities is not included as part of this effort. It is anticipated that the City (or the City's contractor) will remove existing roots and TV- or visually - inspect the existing pipelines, manholes, etc. (if required) in order to determine their integrity/availability/adequacy for use. - It is our understanding that an analysis of the City's sewer system and determi- nation/identification of system requirements — sizing, etc. will be furnished by the City or others. Design of sewer system facilities does not include a hydraulic analysis or evaluation of the existing system (characteristics; condition, or ca- pacity) including downstream or upstream of the project. If such an analysis is determined to be necessary additional budget may be required. - Standard manhole tie-in or replacement, except as otherwise stated, will be suit- able for construction; repair or rehabilitation of existing manhole(s) is not antici- pated nor part of the current work scope and if needed may require additional budget. - Roadway restoration (if required) will consist of repairing the trench/excavation section and pavement patching, not reconstruction or complete overlay. The re- quirement for the structural section will be per the City of Renton's standards, and not require a separate design. - landscaping restoration will be minimal and will not require a landscape architect. - The following work is not included as part of BHC's efforts (alternatively, are an- ticipated to be required of and/or prepared by the construction contractor or oth- ers): 1) inspection of existing facilities or field measurements or other quantifica- tion of. flows. (if applicable/needed) for analysis/design; 2) Stormwater Pollution Prevention Plan (SWPPP).preparation; 3) evaluation of, preliminary engineering, or design of TESC BMPs; 4) hydraulic/flow or system 'operational anal- yses/determination of requirements for and/or Temporary Sewer Bypass Plan preparation; 5) preparation (or analysis) of a project -specific temporary traffic control plan, if applicable (working hours limitations and signage requirements will be coordinated with City Transportation group); and 6) preparation of other documentation beyond that specifically identified and stated herein. P. 1 of 3 City of Renton Central Renton Sewer Interceptor Reline & Upsize Consultant Services January 24, 2014 3. BHC's work, unless otherwise specifically stated, will be based on and utilize existing available base mapping (including original design drawings and/or record drawings) to reflect current site conditions, including topographic survey and existing facilities furnished by the City or others in an AutoCAD drawing file/format. Based on that discussed and agreed to with the City and unless otherwise specifically stated, BHC's work scope and budget does not include field survey, mapping or other related services to determine surface and subsurface features and utilities (with detailed vertical and horizontal information) such as information for site topography, right(s)-of-way, centerline of right(s)-of-way, easements, locations of existing utilities - water, sewer, storm drain, gas, power, TV, phone and/or fiber optic, and other structures, facilities or features that could potentially adversely impact design and/or construction. 4. Utilities that may potentially impact or be affected by the project include, but are not necessarily limited to the following: City of Renton — stormwater, water, sewer; ComCast Cable, Verizon, Century Link — phone/fiber optic/TV; Seattle City Light, Puget Sound Energy — power; Puget Sound Energy - natural gas. It is assumed that the information furnished by the City and others regarding the location, etc. of the various existing utilities can be relied upon for purposes of design of the project. Existing utilities that may be in conflict or require adjustment during the construction of this project will be identified. Potholing to verify location and elevation of existing utilities is not included as part of this scope of work and if necessary will require additional budget. All coordination required for relocating existing utilities (if required) will be done by the City. 5. Coordination with franchise utilities (e.g. power, natural gas, phone/fiber optic/tv, etc.), and other agencies including possibly for relocating existing utilities is not part of the current work scope and if needed will require additional budget. 6. All project work is anticipated to occur and be located within existing public right-of-way or existing City property or easement(s). No new temporary and/or permanent easements will be obtained. Individual deeds and title reports to determine/verify existing public right(s)-of-way or easements, except as otherwise specifically stated, are not part of the work scope. Easement negotiations, acquisition, and recordings are not part of the work scope and if needed will require additional budget. If necessary, the City will be responsible for all efforts associated with temporary/permanent easements required for the project. Right(s) of Entry, if required, will be obtained by the City as necessary for BHC's and subconsultant's use/work for the project. . 7. BHC's work will be based on available environmental documentation and/or permitting (if any/required) furnished by the City or others related to the project. BHC's work scope and budget does not include time for the preparation of permit applications or other environmental, etc. review and/or documentation for the project, or other related permitting services and/or assistance, except as otherwise specifically identified. Based on discussions with City staff, it is our understanding that a Cultural Resources Assessment and CWA Section 402 (NPDES) construction stormwater permit are not anticipated and specifically assumed to not be required for this project. Other City or non -City (federal, state, or other local) permits may be required. City permits that may be required for the project include those for: building, land use, clearing and grading, stormwater, ROW/street opening, and/or utility installation. No non -City permits, except as otherwise specifically identified, are anticipated to be required for the project. We P. 2 of 3 City of Renton Central Renton Sewer Interceptor Reline & Upsize Consultant Services January 24, 2014 understand it to be the City's intention to be responsible for the preparation of any/all information, applications, and/or fees necessary for all City or other permits required for the project. 8. Preliminary design drawings (30%) will include plan and profile drawings only and will represent preliminary alignment, sizing and layout of proposed improvements. Details, except as otherwise specifically stated herein, will not be prepared. BHC's fee estimate is based on up to an estimated three (3) drawings (plan & profile) may be required for illustrating the preliminary design (30%) of the project's improvements. 9. Drawings will be prepared in accordance with City of Renton Drafting Standards. The plans will be 22"x 34" drawings with a standard signature block. Drawings will be prepared using AutoCAD 2012/Civil 3D. From the full size drawings, half -sized drawings will be produced for review copies. 10. Based on discussions with the City it is our understanding that the project manual or contract documents (including bid information, contract forms, and non -technical specifications) required for the project will be prepared by the City; and, therefore is not part of the work scope and if needed will require additional budget. 11. Two (2) sets of half-size drawings, and an electronic copy, for each design submittal will be provided to the City for review. It is requested that the City provide one set of written comments for all preliminary submittals and that all review comments be provided within no more than a two week turnaround. All review comments from the City will be addressed and incorporated in the revised/final documents. 12. The final submittal shall include technical documents, signed and stamped by the design engineer responsible for their preparation, and ready for the City staff approval signatures (if applicable). An electronic copy on a CD and one set of camera ready, full- size drawings will be provided to the City (or Builders' Exchange or designated reprographics company) for printing and preparation of the bid/contract documents. The budget assumes that the City will be responsible for all printing costs. Two (2) copies of final bid/contract documents "Issued for Bid" are requested for BHC's use and record. 13. In preparing the scope of services defined herein, we have attempted to identify all tasks/work that were considered necessary or essential to the work/project as desired by the City at this time. Services not specifically identified in our Scope of Services are not included in our scope and are not being provided. Should other services. and/or additional time be necessary or desired by the City for the project, additional budget may be required. P. 3 of 3 City of Renton Central Renton Sewer Interceptor Reline & Upsize Consultant Services January 24, 2014 KPG Survey Scope of Work (1/23/14) Project Limits Project limits are within a 60-foot wide strip along the easterly extension of N. 4th Street from 50 feet west of sewer manhole no. 5317-185 located on the east side of BNRR right of way, approximately 200 feet east to the easterly right of way of Sunset Boulevard, including sewer manhole no. 5317-186. Task 1 Survey Control Establish horizontal and vertical control points within the project limits. Basis of control will be NAD 83/91 and NAVD88 for horizontal and vertical respectively. Approximately 2 control points will be established for continued use. Task 2 Survey Mapping Field Survey. Field mapping will include underground and overhead utilities (water, gas, sanitary, electric, storm, etc.), surface features, storm drain features (pipe size, materials, structure type, invert and rim elevations; pipe, ditch and swale locations) within the mapping area. Field survey for utility locate paint marks at 50-ft intervals and surface feature (valves, manholes, catch basins, junction boxes, vaults). Irrigation systems will not be included. This information will be added to the base map. Perform measure -downs of existing storm drain and sanitary sewer structures. Document the approximate size, type, material, and general condition of the structures. These observations will be made from the surface. Any required pipe video inspection, potholing or smoke testing needed to verify the condition or connectivity of drainage features is outside the scope of this task. Task 3 Underground Utility Locate An underground conductible utility locate within the project limits to be performed by a private utility locating firm. A one -call utility locate request will be ordered for public right-of-way portions (if any). Includes coordination with City's locator for location of city -owned utilities. While every reasonable effort will be made by KPG to depict the location of underground utilities based on utility locates, KPG is not liable for errors or omissions by utility locators or erroneous or insufficient information shown on utility record drawings. Task 4 Base Map Preparation Prepare 1 "=20' topographic base map and digital terrain model (DTM) in AutoCAD format of the project to City of Renton cad standards. The base map will include underground and overhead utilities (water, gas, sanitary, electric, storm, etc.), surface features, storm drain and sewer features (pipe size, materials, structure type, invert and rim elevations) within the project area. One -foot contours will be generated from the DTM. N 4+h Street right of way will be determined from available public records (i.e. records of survey, plats, state right-of-way plans, etc.) and found survey monuments. Right-of- way and parcel information will be added to the base map. It is assumed that title reports will not be available for this task. Eight hours of labor has been included for research and coordination with City surveyor to determine the location and/or whether the railroad crossing is an easement or railroad right-of-way. Task 5 Legal Description No new legal descriptions are anticipated. It is assumed that the existing right-of-way will be adequate to provide access. RENTON CENTRAL SEWER INTERCEPTOR RELINE AND UPSIZE PROJECT (1/13/14) ASPECT CONSULTING, LLC -- GEOTECHNICAL ENGINEERING INVESTIGATION Aspect will provide geotechnical engineering support for the Upsize Project, involving the upsizing the existing 12-inch pipe to provide for increased flow capacity. This reach of pipe extends west from the northbound center lane of Sunset Blvd toward the BNSF railroad tracks. As-builts indicate the pipe to be vitrified clay pipe (VCP) and about 11 feet deep at the western manhole (near the BNSF railroad). This reach of pipe may be upsized in place by bursting methods; however bore -and -jack and open trench replacement methods will also be evaluated. SCOPE OF WORK - the geotechnical investigation will include the following: • Review readily available geotechnical and geologic data for the site. • Complete a site reconnaissance to observe site access conditions and to determine and mark proposed boring locations for utility clearances. • Complete a geotechnical field exploration program consisting of three (3) machine -drilled borings at two (2) locations. Borings will be located in the gravel parking lot on the west side of Sunset Blvd, and in the entrance to the restaurant building on the east side of Sunset Blvd. At the western (gravel lot) boring location, we will drill two borings: one directly over the crown of the pipe, and one off to the side of the pipe, to explore trench backfill and native soil conditions. At the eastern (parking lot entrance) boring location, we will drill and sample a single boring. Soil samples will be retrieved at 2%-foot intervals in each boring using Standard or Non -Standard Penetration Test methods. A standpipe piezometer will be installed in the deeper eastern (parking lot) boring location to monitor ground water conditions during the design period. The borings and piezometer will be completed in accordance with Ecology regulations. • Assign geotechnical laboratory testing on selected samples to characterize engineering and index properties of the site soils. Such tests will include grain size distribution, Atterberg Limits (if fine- grained soils are encountered), natural moisture content, and Modified Proctor (compaction). • Conduct geotechnical engineering analyses with respect to pipe upsizing options by bursting and by trenchless (e.g. bore -and -jack) methods. Evaluations will include potential ground displacement due to pipe bursting, earth pressures on temporary shoring, construction dewatering requirements, general site earthwork considerations including potential re -use of existing soils as structural backfill. • Prepare a draft geotechnical engineering report that provides geotechnical engineering design and construction recommendations in support of the upsizing. The report will include field and laboratory test data, and will include a site and exploration plan (using a base map provided by BHC). We will address any review comments and issue a final stamped geotechnical report. • Participate in one meeting with the BHC team to review and discuss geotechnical issues related to the project. 0 Provide four (4) hours of geotechnical PS&E support during detailed design. ASSUMPTIONS/LIMITATIONS • All site access permission will be obtained and provided by the City of Renton. The borings will be located on the gravel lot (west of Sunset) and the parking lot entrance (east of Sunset) such that traffic control will not be required. • This scope of work excludes evaluation of the presence or absence of potentially contaminated substances in the soil or ground water. Environmental support can be provided as an additional service upon request. • The standpipe piezometer will become property of the City of Renton. It may be necessary to abandon the piezometer at the completion of the design period, before or during construction. Monitoring well abandonment support can be provided as an additional service on request. • This work scope excludes construction support. Geotechnical observation, testing, and inspection can be provided as an additional service upon request. EXHIBIT B CITY OF RENTON CENTRAL RENTON SEWER INTERCEPTOR RELINE & UPSIZE PROJECT PRELIMINARY ENGINEERING, DESIGN AND PREPARATION OF PS&E/BID DOCUMENTS SCHEDULE January 24, 2014 We understand the importance and need for working closely with you and other City staff to perform our work efficiently and complete our efforts in a timely manner. We are able to begin work upon receipt of a signed contract and notice to proceed, or other agreeable written authorization. With the City's authorization, we will begin our work and proceed in a timely manner with an anticipated completion of the preliminary engineering, alternatives analysis and design (30%) and corresponding technical memorandum for the City's review within a one (1) to two (2) month period; and all other final design and related efforts no later than June 30, 2014. Refer to the milestone schedule provided below for further details of the anticipated projected schedule. 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. Should the actual project schedule/timeline differ substantially, additional budget may be required to cover additional related consultant costs. The following represents our understanding of the anticipated project schedule/timeline within the ap- proximately eleven (11) month period beginning in February 2014. Completion Date Notice To Proceed Feb 2014 Prelim. Eng., Alts Analysis & Design/Tech Memo Mar/Apr 2014 Field Survey/Base Map Feb/Mar 2014 Geotechnical Investigation/Summary Letter Report Feb/Mar 2014 Final Design Dwgs, Technical Specs & Cost Estimate May/Jun 2014 Complete Design Related Actions Dec. 31, 2014 EXHIBIT C CITY OF RENTON CENTRAL RENTON SEWER INTERCEPTOR RELINE & UPSIZE PROJECT PRELIMINARY ENGINEERING, DESIGN AND PREPARATION OF PS&E/BID DOCUMENTS FEE January 24, 2014 Based on the attached hour effort estimate and related expenses, we estimate our fee for the proposed effort to be $97,358, which includes $26,573 for subconsultant(s) and $655 for related reimbursable expenses (communications, mileage, reproductions, etc.). This fee includes a five (5) percent contingency budget of $4,636 for covering potential additional unanticipated efforts/costs. With the City's concurrence and approval, we anticipate the execution of a standard time and expense agreement with a not to exceed amount for the proposed services. A current Schedule of Charges (effective beginning January 1, 2014) is attached. Specific billing rates for the primary individuals anticipated to be involved with the project are shown on Exhibit C-1. Attachment(s). • Exhibit C-1 — Consultant Fee Determination • Exhibit C-2 — Breakdown of Overhead Costs • Exhibit C-3 — 2014 Schedule of Charges City of Renton Central Renton Sewer Interceptor Reline & Upsize Project - Preliminary Engineering, Design & Preparation of PS&E/Bid Documents - Exhibit C-1 Consultant Fee Determination (1124/14) BHC Task Consultants, LLC Task Description Principal Eng PM/Sr. Engineer Kreshel $58.00 Project Engineer Werner $44,00 CAD/GIS/Graphics $32.00 Admin./Clerical $26.00 Total Hours Cost _ _$64.00 Hours i—Cost Hours Cost Hours Cost Hours Cost Hours I Cost 1 Orientation Meeting & Project Site Visit 0 0 6 348 6 264 0 0 0 0 0 0 12 48 $612 $2,136 2 Info. Research, Collect. & Review/Kickoff Mtg/Field Reconn. 0 0 12 696 24 1,056 12 384 4 104 78 $3,340 3 Preliminary Engineering, Alternatives Analysis, and Design (30%) 0 0 14 812 42 1,848 18 576 4 Field Survey/Base Map (Limited) 0 0 2 I 116 6 264 4 128 0 0 12 16 $508 $760 5 Geotechnical Invostigation/Engineering Services (Limited) 0 0 4 232 12 528 0 0 0 0 20 $936 6 Enviro. Documentation and Permitting Services/Assistance (Limit.) 0 0 4 232 16 704 0 0 0 0 16 $760 7 BNSF, WSDOT, Property Owner(S), and/or Other(s) Coordination 0 0 4 232 12 528 0 0 0 1 0 8 Final Design and Prep. Of Drawings and Technical Specifications 0 0 16 928 60 2,640 40 1,280 8 208 124 $5,056 9 Assisance During bid Period (Limited) 0 0 4 1 232 12 528 0 0 0 0 0 16 48 $760 $2,448 10 Communication/Coordination/Meeting(s) 0 0 24 1,392 24 1,056 0 0 0 8 $512 11 Quality Assurance/Quality Control 8 512 0 I 0 0 0 0 0 0 0 0 12 0 312 46 $2,296 12 Project Management 1 2 128 1 32 1 1,856 0 0 Labor 10 $640 122 $7,076 214 1 $9,416 74 $2,368 24 624 444 $20,1 44 Direct Labor $20,124 Overhead (183 % of Direct) Net Fee (15°% of Direct+ Overhead) Total Labor Cost Reimbursable Expenses: Other Direct Expenses -- mileage, reproductions, printing, delivery charges, telecommunications, postage, outsides services, special fees, etc. (approx. 1 % of project labor) Reimbursables Subconsultant(s): KPG (Surveying & Related Services) Aspect Consulting (Geotechnical Engineering Services) BHC Subtotal Subconsultant(s) Subtotal Contingency (5%) TOTALFEE $36,827 8 543 $65,494 $ 655 $ 655 $ 66,148 $ 5,432 $ 21,141 $ 26,573 $ 4,636 $ 97,358 RAC Consultants City of Renton Scorer Interceptor - N. 4th St and Sunset Blvd. Topographic Mapping 1/13/2014 rev. 1123/14 Hours Rate Amount Task 1 Survey Control 4.00 S139.00 S556.00 Task 2 Survey Mapping 8.00 $139.00 SI,112.00 Task 3 Underground Utility Locate (by others) 4.00 S85.00 S340.00 Traffic Control Services for SSMH in Sunset Blvd. S450.00 Task 4 Base Map Preparation R/W determination KPG 8.00 S100.00 $800.00 14.00 S120.00 S1,680.00 Total S4,938.00 i�Ct�4ctacr G-; C��i Aspect Proposal No.: 140013 Project Cost Estimate Revision: Central Interceptor Sewer Upsize Project Due: 23-Jan-14 Renton, Washington Prepared By: EOA Proposed Scope of work: Please refer to the geotechnical engineering scope of Nvork document prepared by Aspect Consulting dated January 13, 2014 ASPECT PERSONNEL &. 2014 BILLING RATES WORKTASK DESCRIPTION Principal Sr.Engr. 1Proj..Engr.:Geologisti G_IS/CAD_ Adrnin S194-00 S181.00 S735.00 $107.00 S90.00 I 573.00 TOTAL HOURS TOTAL A:MOL1T Review geotechnical data for the site _ - --- Site reconnaissance, plan field explorations, obtain utility clearances, coordinate drilling activities with City and other stakeholders 2 1— 4-- is S6632-- S1,667 _- - - -2-- --- --- - j 1 ; 2 1 10 2_ _ three Field exploration - borings w ei�zom th one standpipe ete --- -----three -- -------- --- l� ---- l — - - -- ==--' ---- -- - 14 — - S1,554 -- — Boring logs and assign/review laboratory test data _ - - _ -- _ I _ I __2 _L 2___ 2_-12 _8 - - S313 Geotechnical engineer iag analyses Draft and final - eotechnical report ---------------------- - - --- -------- Participate none (1 ) meeting to discuss geotechn cal issues Geotechnical engineering input and coordination during?S&E_ 1 8 j 12 j 21 9 8 4 S3,262 S2 636 51,264 S7z4 t 6 8 2 2 --- -- ---- 4 i 4 I i 4 - _ Project and contract management and correspondence _ _I _ _—_ j4 6 10 _ St,162 TOTAL DIRECT SALARY LABOR: LABORATORY TEST SL77NLARY: Est. No Uni: I Total Test Tess Cest Cost Natural Moisture Content 23 Si6 j S368 Grain Size Distribution 6 S90 S540 Grain Size Distribution with Hydrometer 0 S210 SO AnabergLimits (plasticity) 3 S150_. I--S450 Modified Proctor (moisture-dcnsity) 0 S! 90 j SO LABORATORY TOTAL: S1,358 29 32 24 4 12 103 S13,761 ESTIMATED DIRECT EXPENSES: Mileage, paling, field supplies, etc S100 l.abcrunry Testing (detail to left) $1,358 Drilling Subcontractor (3 borings, one piem, e.-r3 sampLag) S4 000 Traffic Control Subcontzc�r so TOTAL DIRECT EXPENSES: S5,458 PRO]ECI TOTALS AND SUMMARY: Aspect Labor S13,761 Direct Expenses S5,458 ESTIMATED PROJECT TOTAL: 519,219 Assumptions: 1. All Hours and expenses are estimates, they may be inereasedidecreased, within the limits of the budget at the discretion of the Aspect project manager. The Aspect project manager may also transfer funds allocated for direct costs to professional/technical hours, and vice -versa, as appropriate- 2. All site access and permiting required for exploration will be aquired by the owner (City of Renton) at no cost to Aspect. 3. The scope of work is related solely to geotechnical engineering evaluation of site soil and ground water, with a view toward evaluation ofbore-and jack, pipe bursting, and open -trench scHsr construction. Neither identification nor evaluation of contaminants that may be present in the soil or ground water is included in this scope of work. 4. The piezometer installed for this project will become the property of the City of Renton Well decommissioning should be antincpated before or during construction, and should be performed in accordance with Washington Administrative Code and Department of Ecology regulations. P140013. EXHIBIT C-2 BHC CONSULTANTS, LLC BREAKDOWN OF OVERHEAD COSTS Provisional Rafe FY Ending December 31, 2011 Direct Labor (Billable Base) General & Administrative Expenses Payroll Burden Total Payroll Burden Other General & Administrative Expenses A $ 1,758,220 Indirect Salaries B $1,185,240 Payroll Taxes $91,199 Health & Life Insurance Program $349,232 Workers Compensation - Performance Bonus $198,868 Retirement, Pension, 401(k) $ 1 11,313 Vacation, Holiday, Sick $315,498 Other Employee Benefits $9.199 C $1,075,309 Temporary Personnel $0 Legal & Accounting $98,588 Facilities (Occupancy) $429,577 Communications $35,391 Professional Development $36,920 Personnel $31.795 Business Development $72,885 Travel & Subsistence $21,889 Printing & Reproduction $2,950 Vehicle Expense $6,034 Office Supplies $28,502 Library $2,229 Computer & Software Expense $72,010 Business Licenses and Taxes Other Than Income $131,809 Insurance Expense $86,522 Contributions $283 Depreciation $67,498 General & Administrative Other $70,109 Total General & Administrative Expenses D $1,194,991 Unallowable Costs Owner Distributions -$75,000 General Marketing -$7,161 Corporate & Owner Tax Return Preparation & Consulting -$62,390 Entertainment, Gifts -S19,788 Advertising, Sponsorships, Contributions -$25,534 Unallowable Travel Expenses -$3,000 Key Man Life Insurance -S13,537 Charitable Contributions -$283 Losses on Contracts -$31,936 Total Unallowable Costs E -$238,629 Total Allowable Costs (B+C+D-E) F $3,216,911 Facility Capital Cost of Money @ 2.5625% G $2,712 Overhead Rate (F+GIA) 183% 6aki sir C.-1 2014 Schedule of Charges �� 17( ' -, O N� ��"�t Billing Title Hourly Billing Rates Principal Engineer $175 - $230 Principal Structural Engineer $190 - $210 Sr. Structural Engineer $175 - $190 Senior Engineer $140 - $175 Project Engineer $100 - $140 Staff Engineer* $85 - $100 Engineering Technician" S50 - $85 Planning Manager $110 - $150 Senior Planner $75 - $110 Planner S60 - $90 GIS Specialist' S90 - $95 Sr. Field Inspector* $100- $140 Field Inspector & Building Inspectors* $80 - $100 CAD Manager* $120 - $145 Draftsperson" $85 - $100 Project Administrator* $80 - $130 Project Coordinator/Word Processor` $60 - $80 Building Code Compliance Review $90 - $210 Professional Reimbursement: The hourly billing rates include the cost of salaries of the BHC employees, plus paid sick and safe leave, vacation, holiday, other fringe benefits, indirect overhead and fee. All employees classified as "non-exempt' (billing category denoted with ") by the U.S. Department of Labor will be compensated at 1-1/2 times salary, as per State and Federal wage and hour laws. Billing rates will be calculated accordingly for these overtime hours. Communication Fee: Project Labor times 3.0% which includes telecommunications, faxes, standard U.S. Mail, mobile phones, and internet access. Direct Expenses: Reimbursement for direct expenses incurred in connection with the work, will be at cost plus ten percent. See Schedule of Non -Labor Charges for detail. The foregoing Schedule of Charges is incorporated into the agreement for the services provided, effective January 1, 2014 through December 31, 2014, and will be adjusted thereafter. Schedule of Non -Labor Charges January 1, 2014 Non -Labor Charges Description Fee Reproduction In -House Reproduction B&W Print 8.5" x 11" $0.15/Copy B&W Print 11" x 17" $0.30/Copy B&W Plot (Line Drawings) up to 6 sq. ft. $2.00/Copy B&W Plot (Line Drawings) Large Format Plot (> 6 sq. ft.) $0.33/Sq. Ft. B&W Mylar up to 6 sq. ft. $14.00/Copy Color Plot (Color Graphics) up to 6 sq. ft. $12.00/Copy Color Plot (Color Graphics) j Large Format Plot (> 6 sq. ft) S2.00/Sq. Ft. Color Print 8.5" x 11" $1.00/Copy Color Print 11" x 17" $2.00/Copy External Reproductions Cost + 10% Subconsultants & Contractors Cost + 10% Transportation & Travel Airfare Cost + 10% Lodging Cost + 10% Meals Cost + 10% Vehicle Rental & Gas Cost + 10% Public Transportation & Taxis Cost + 10% Parking Cost + 10% Mileage IRS Rate Telecommunication, Faxes, Standard U.S. No Charge if 3% Comm. Chg. Mail, Mobile Phones, Internet Access and Included Cost + 10% Hardware Express Mail & Courier Cost + 10% Special Fees, Insurance, Permits, and o Cost + 10/o Licenses Software & Equipment Cost + 10% John D. Hobson From: John D. Hobson Sent: Tuesday, July 29, 2014 7:53 AM To: Tyler Whitehouse (Tyler.Whitehouse@bhcconsultants.com) Cc: Jeff Kreshel Subject: 90% Review - Comments Tyler, The plans and specifications look very good. I only have a few comments and they are as follows: Specifications 1- Section 1-04.2: Keep the existing order of precedence for contract documents. 2- Section 1-07.15: Remove this section from the special provisions (it is word for word identical to the WSDOT spec). 3- Section 1-08.13: Change starting time to 8AM (we got approval from our transportation dept), otherwise it looks good. 4- Section 7-06.1(6): Update the Geotech report date if necessary. 5- Section 7-27: The projected "Dry Weather Peak" flow rate at MH 5317-186 is modeled to be 110 GPM (with the temporary bypass in place). We should probably give it a safety factor in case of rain. If we show the maximum as 200 GPM then we should be covered. I'd remove the minimum flow portion. 6- Section 8-01: Keep as is. 7- Section 9-14: Keep as is. Plans 1- Traffic Control Notes: Add a note stating that one lane of travel in each direction shall be maintained during work hours. 2- Traffic Control Notes: Add a note stating that all lanes of traffic shall be reopened at the end of each work day. 3- Traffic Control Notes: Update note No. 6 working hours to begin at 8AM. 4- We need a note alerting the contractor about the rail deliveries to Boeing. It should require the contractor to inform the City a minimum of 2 weeks prior to them beginning construction in the railroad right-of-way so that we can coordinate with Boeing to avoid conflicts. I am still waiting to hear from BNSF with regards to the permit. John We& an City of Renton Wastewater Utility 425-430-7279 CITY OF RENTON CENTRAL RENTON SEWER INTERCEPTOR INDEX OF DRAWINGS SHEET DWG DRAWING TITLE NO. NO. GENERAL X G-1 COVER VICINITY MAP & INDEX OF DRAWINGS X G-2 NOTES & GENERAL CONSTRUCTION SEQUENCE X G-3 LEGEND, ABBREVIATIONS, SYMBOLS & DESIGNATIONS CIVIL X C-1 EXISTING SITE & DEMOLITION PLAN X C-2 SEWER UPSIZE PLAN & PROFILE X C-3 MISCELLANEOUS SEWER DETAILS X C4 SEWER RELINE PLAN & DETAILS RELINE 8 UPSIZE PROJECT PROJECT NO, WW P-XX-XXXX MAY 2014 Z-7 0�712 VICINITY MAP �I �� 1 tit4aaa� o11 0 J��\ ,11 � 1111� � j i.I ter_ �■� �1 • .� - Preliminary 60% Review Set Not For Construction 05-2014 CONTACT PERSONNEL JOHN HOBSON PROJECT MANAGER (425)430-7279 DAVE CHRISTENSEN WASTEWATER UTILITY PERVISOR (425)430-7212 MA"AQEIZ CITY OF RENTON 1055 SOUTH GRADY WAY RENTON, WA 98057 PREPARED BY BHC Consultants, LLC 1601 FAth A—e, Sate 500 - Seattle, Was KVq 98101 206.W5.34DO S 2 v t n L A N S ts IN ASSOCIATION WITH Survey - KPG a� NSA CITY OF CENTRAL RENTON SEWER INTERCEPTOR MhY 2014 T. WHITEHOUSE. P.E. Id RENTON RELINE & UPSIZE PROJECT v. suow . is Works Dept. COVER VICINITY MAP & INDEX OF DRAWINGS—� N0. REVISION BY DATE APPR +'4� X — X X Pvss.3:� cam--ra-� X x GENERAL NOTES SURVEY NOTES EROSION CONTROL NOTES GENERAL CONSTRUCTION SEQUENCE x 1 ALL WORK AND WORK MATERIAL SHALL BE IN CONFORMANCE WITH THE 1 THE LOCATIONS OF EXISTING UNDERGROUND UTILITY SYSTEMS, AS 1 BEFORE ANY CONSTRUCTION OR DEVELOPMENT ACTIVITY OCCURS, A THE GENERAL CONSTRUCTION SEQUENCE PROVIDED IS A SUGGESTED 1 x x V STAN RDS AND SPECIFICATIONS OF THE CITY OF RENTON SHOWN HEREON, ARE TAKEN FROM UTILITY LOCATE PAINT MARKS OR PRECONSTRUCTION MEETING MUST BE HELD WITH THE CITY OF RENTON, SEQUENCE OF WORK AND DOES NOT DESCRIBE ALL ELEMENTS OF WORK THE x fm &/PUBLIC WORKS DEPARTMENT AND THE LATEST EDITION AS -BUILT PLANS AND ARE SHOWN IN AN APPROXIMATE WAY ONLY. PUBLIC WORKS DESIGN ENGINEER GENERAL CONSTRUCTION SEQUENCE IS PROVIDED FOR CONTRACTOR OF THE WSDOT/APWA STANDARDS AND SPECIFICATIONS, AS APPROVED AND REFERENCE ONLY AND DOES NOT IMPLY DIRECTION, MEANS, OR METHODS OF MODIFIED BY THE CITY OF RENTON IN THE RENTON STANDARD PLANS 8 2 THE CONTRACTOR SHALL DETERMINE THE EXACT LOCATION OF ALL 2 ALL LIMITS OF CLEARING AND AREAS OF VEGETATION PRESERVATION AS CONSTRUCTION. THE CONTRACTOR SHALL BE RESPONSIBLE FOR COMPLETING SPECIFICATIONS. A SET OF APPROVED PLANS SHALL BE KEPT ON SITE AT ALL EXISTING UTILITIES BEFORE COMMENCING WORK, AND AGREES TO BE PRESCRIBED ON THE PLAN(S) SHALL BE CLEARLY FLAGGED IN THE FIELD AND ALL ELEMENTS OF WORK AS DESCRIBED IN THE CONTRACT DOCUMENTS. TIMES DURING CONSTRUCTION. FULLY RESPONSIBLE FOR ANY AND ALL DAMAGES WHICH MIGHT BE OBSERVED DURING CONSTRUCTION OCCASIONED BY THE CONTRACTOR'S FAILURE TO EXACTLY LOCATE 1 INSTALL EROSION CONTROL MEASURES. 2 THE HOURS OF WORK IN THE STREET RIGHT OF WAY SHALL BE PER CITY AND PRESERVE ANY AND ALL UNDERGROUND UTILITIES. ALL LOCATOR 3 ALL REQUIRED SEDIMENTATIOWEROSION CONTROL FACILITIES MUST BE SPECIFICATIONS ON WEEKDAYS UNLESS OTHERWISE APPROVED IN WRITING SERVICES SHOULD BE CONTACTED PRIOR TO ANY CONSTRUCTION OR CONSTRUCTED AND IN OPERATION PRIOR TO LAND CLEARING AND/OR 2 INSTALL TEMPORARY SEWER BYPASS SYSTEM(S) TO ISOLATE AREA OF BY THE PLANNING/BUILDING/PUBLIC WORKS DEPARTMENT. AN APPROVED SUBSURFACE EXPLORATION. CALL 1-800-424-5555. CONSTRUCTION TO ENSURE THAT SEDIMENT LADEN WATER DOES NOT ENTER WORK TRAFFIC CONTROL PLAN MUST BE OBTAINED PRIOR TO BEGINNING ANY WORK THE NATURAL DRAINAGE SYSTEM. ALL EROSION AND SEDIMENT FACILITIES WITHIN PUBLIC RIGHT OF WAY. 3. FIELD SURVEY: KPG, MARCH 2O14. SHALL BE MAINTAINED IN A SATISFACTORY CONDITION UNTIL SUCH TIME THAT 3 PERFORM DEMOLITION OF EXISTING SMH 5317-185, 12-INCH SANITARY 3 THE CITY OF RENTON AND BHC CONSULTANTS LLC ASSUME NO CLEARING AND/OR CONSTRUCTION IS COMPLETE AND POTENTIAL FOR ON -SITE SEWER AND OTHER SITE ELEMENTS, WITH EXCEPTION OF WORK IN SUNSET 4 CONTOUR INTERVAL = 1 FOOT. EROSION HAS PASSED. THE IMPLEMENTATION, MAINTENANCE, REPLACEMENT BLVD N RESPONSIBILITY FOR EXISTING UTILITY LOCATIONS AND ELEVATIONS ALL AND ADDITIONS TO EROSION/SEDIMENTATION CONTROL SYSTEMS SHALL BE LOCATIONS OF EXISTING UTILITIES SHOWN ARE APPROXIMATE AND IT SHALL 5 STORM AND SEWER CONNECTIONS HAVE BEEN DRAWN FROM CENTER THE RESPONSIBILITY OF THE PERMITEE 4 INSTALL SMH 5317-185 AND 24-INCH SANITARY SEWER TO EDGE OF SUNSET BE THE CONTRACTOR'S RESPONSIBILITY TO VERIFY THE TRUE AND CORRECT OF LID TO CENTER OF LID LOCATION AND ELEVATION SO AS TO AVOID DAMAGE OR DISTURBANCE PRIOR . BLVD N TO COMMENCEMENT OF ANY CONSTRUCTION 4 THE EROSION AND SEDIMENTATION CONTROL SYSTEMS DEPICTED ON THIS 6 THE LOCATIONS AND DIMENSIONS OF UNDERGROUND VAULTS HAVE DRAWING ARE INTENDED TO BE MINIMUM REQUIREMENTS TO MEET 5 ESTABLISH TRAFFIC CONTROL IN SUNSET BLVD N AND ELSEWHERE AS 4 A PRE -CONSTRUCTION CONFERENCE (PROVIDE MIN 7 DAY NOTICE) AND A 24 NOT BEEN VERIFIED AND ARE APPROXIMATE ANTICIPATED SITE CONDITIONS. AS CONSTRUCTION PROGRESSES AND REQUIRED HOUR NOTICE SHALL BE REQUIRED PRIOR TO STARTING NEW CONSTRUCTION. UNEXPECTED OR SEASONAL CONDITIONS DICTATE. THE PERMITEE SHALL IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO SECURE ALL NECESSARY HORIZONTAL DATUM ANTICIPATE THAT MORE EROSION AND SEDIMENTATION CONTROL FACILITIES 6 REMOVE EXISTING SANITARY SEWER IN SUNSET BLVD N AND INSTALL PERMITS PRIOR TO STARTING CONSTRUCTION. (INSPECTION WILL BE WILL BE NECESSARY TO ENSURE COMPLETE SILTATION CONTROL ON THE REMAINING 24-INCH SANITARY SEWER TO EXISTING SMH 5317-186 ACCOMPLISHED BY A REPRESENTATIVE OF THE CITY OF RENTON ) IT SHALL BE WASHINGTON STATE PLANE COORDINATE SYSTEM.. NORTH PROPOSED SITE. DURING THE COURSE OF CONSTRUCTION. IT SHALL BE THE THE CONTRACTOR'S RESPONSIBILITY TO NOTIFY THE PUBLIC WORKS ZONE, NAD 83/2011 OBLIGATION AND RESPONSIBILITY OF THE PERMITEE TO ADDRESS ANY NEW 7. PERFORM CONCRETE AND ASPHALT RESTORATION IN SUNSET BLVD N. INSPECTOR 24 HOURS IN ADVANCE OF BACKFILLING ALL CONSTRUCTION CONDITIONS THAT MAY BE CREATED BY THE ACTIVITIES AND TO PROVIDE ADDITIONAL FACILITIES, OVER AND ABOVE MINIMUM REQUIREMENTS, AS MAY 8. REMOVE TRAFFIC CONTROL MEASURES 5 CONTRACTOR IS SOLELY RESPONSIBLE FOR THE MEANS. METHODS AND VERTICAL DATUM BE NEEDED, TO PROTECT ADJACENT PROPERTIES AND WATER QUALITY OF THE SEQUENCES OF CONSTRUCTION AND FOR THE SAFETY OF WORKERS AND RECEIVING DRAINAGE SYSTEM 9. RESTORE SITE BETWEEN SMH 5317-185 AND SMH 6317-186 OTHERS ON THE CONSTRUCTION SITE NAVD 88 5. APPROVAL OF THIS PLAN IS FOR EROSION/SEDIMENTATION CONTROL ONLY IT 10. REMOVE SMH 5317-249 TOP AND INSTALL CIPP IN EXISTING 24-INCH 6 IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO OBTAIN STREET DOES NOT CONSTITUTE AN APPROVAL OF STORM DRAINAGE DESIGN, SIZE NOR SANITARY SEWER BETWEEN SMH 5317-249 AND SMH 5317-185 USE AND ANY OTHER RELATED PERMITS PRIOR TO ANY CONSTRUCTION LOCATION OF PIPES, RESTRICTORS, CHANNELS, OR RETENTION FACILITIES 7 PLANS APPROVED BY THE CITY OF RENTON, PUBLIC WORKS DEPARTMENT T�../t G1(s: 1 L �h.,�Z.C� �;,� `� 6. DURING THE TIME PERIOD OF OCTOBER 1ST THROUGH APRIL 30TH, ALL 11. RESTORE SMH 5317-249 AND SURROUNDING CONCRETE PAVEMENT SHALL TAKE PRECEDENCE OVER ALL OTHER PLANS PROJECT DISTRIBUTED SOIL AREAS GREATER THAN 5,000 SQUARE FEET, THAT 12 REMOVE EROSION CONTROL MEASURES AND PERFORM FINAL CLEANUP ARE TO BE LEFT UN -WORKED FOR MORE THAN 12 HOURS, SHALL BE COVERED 8 A COPY OF THESE APPROVED PLANS MUST BE ON THE JOB SITE WHENEVER BY MULCH, SODDING OR PLASTIC COVERING. CONSTRUCTION IS IN PROGRESS�����-f�Gt�l�`f� 7. IN ANY AREA WHICH HAS BEEN STRIPPED OF VEGETATION AND WHERE NO 9 THE CONTRACTOR SHALL PROVIDE THE CITY OF RENTON WITH AN AS -BUILT FURTHER WORK IS ANTICIPATED FOR A PERIOD 30 DAYS OR MORE, ALL DRAWING OF THE SANITARY SEWER SYSTEM. WHICH HAS BEEN STAMPED AND DISTURBED AREAS MUST BE IMMEDIATELY STABILIZED WITH MULCHING, GRASS SIGNED BY A LICENSED PROFESSIONAL ENGINEER OR LICENSED PLANTING OR OTHER APPROVED EROSION CONTROL TREATMENT APPLICABLE PROFESSIONAL SURVEYOR TO THE TIME OF YEAR. GRASS SEEDING ALONE WILL BE ACCEPTABLE ONLY DURING THE MONTHS OF APRIL THROUGH SEPTEMBER, INCLUSIVE. SEEDING 10. BACKFILL SHALL BE PLACED EQUALLY ON BOTH SIDES OF THE PIPE IN LAYERS MAY PROCEED, HOWEVER, WHENEVER IT IS IN THE INTEREST OF THE WITH A LOOSE AVERAGE DEPTH OF 6 INCHES, MAXIMUM DEPTH OF 8INCHES, PERMITEE, BUT MUST BE AUGMENTED WITH MULCHING, NETTING OR OTHER THOROUGHLY TAMPING EACH LAYER TO 95 PERCENT OF MAXIMUM DENSITY. TREATMENT APPROVED BY THE CITY OF RENTON. OUTSIDE THE SPECIFIED TIME THESE COMPACTED LAYERS MUST EXTEND FOR ONE PIPE DIAMETER ON EACH PERIOD SIDE OF THE PIPE OR TO THE SIDE OF THE TRENCH. MATERIALS TO COMPLETE THE FILL OVER PIPE SHALL BE THE SAME AS DESCRIBED 8 FOR ALL EROSION/SEDIMENTATION CONTROL PONDS WHERE THE DEAD STORAGE DEPTH EXCEEDS 6INCHES, A FENCE IS REQUIRED WITH A MINIMUM 11 OPEN CUT ROAD CROSSINGS FOR UTILITY TRENCHES ON EXISTING TRAVELED HEIGHT OF THREE (3) FEET. 3.1 SIDE SLOPES. ROADWAY SHALL BE BACKFILLED WITH CRUSHED ROCK AND MECHANICALLY COMPACTED UNLESS OTHERWISE APPROVED BY THE ENGINEER. 9 A TEMPORARY GRAVEL CONSTRUCTION ENTRANCE. 24 FEET X 50 FEET X 8 INCHES OF 4 TO 6 INCH QUARRY SPALLS SHALL BE LOCATED AT ALL POINTS OF + R 12 DATUM FOR VERTICAL CONTROL SHALL BE NORTH AMERICAN VERTICAL DATUM VEHICULAR INGRESS AND EGRESS TO THE CONSTRUCTION SITE 1988 METERS, AND FOR HORIZONTAL CONTROL SHALL BE NORTH AMERICAN DATUM 1983/1991 METERS UNLESS OTHERWISE APPROVED BY THE CITY OF e : RENTON PUBLIC WORKS DEPARTMENT REFERENCE BENCHMARK AND ELEVATIONS ARE NOTED ON THE PLANS. 13 ALL DISTURBED AREAS SHALL BE SEEDED AND MULCHED OR OTHERWISE STABILIZED TO THE SATISFACTION OF THE DEPARTMENT FOR THE PREVENTION OF ON -SITE EROSION AFTER THE COMPLETION OF CONSTRUCTION. 14 ALL PIPE AND APPURTENANCES SHALL BE LAID ON A PROPERLY PREPARED FOUNDATION IN ACCORDANCE WITH THE STANDARDS AND SPECIFICATIONS OF I CI >{ THE CITY OF RENTON P1�11N'..&ef�lli6lPUBLIC WORKS DEPARTMENT AND T THE LATEST EDITION OF THE WSDOT/APWA STANDARDS AND SPECIFICATIONS.. AS APPROVED AND MODIFIED BY THE CITY OF RENTON IN THE RENTON STANDARD PLANS & SPECIFICATIONS. THIS SHALL INCLUDE NECESSARY LEVELING OF THE TRENCH BOTTOM OR THE TOP OF THE FOUNDATION MATERIAL, AS WELL AS PLACEMENT AND COMPACTION OF REQUIRED BEDDING MATERIAL, TO UNIFORM GRADE SO THAT THE ENTIRE LENGTH OF THE PIPE WILL BE SUPPORTED ON A UNIFORMLY DENSE, UNYIELDING BASE. E 15 SANITARY SEWER PIPE MATERIAL SHALL BE AS SPECIFIED AND AS SHOWN ON k THE PLANS. 16 IN UNIMPROVED AREAS. MANHOLE TO EXTEND MINIMUM 61NCHES AND MAXIMUM 12 INCHES ABOVE FINISHED GRADE OR MUST HAVE MINIMUM 2' DIAMETER CONCRETE RING POURED AT GRADE. IN PAVED AREA. COVER MUST SLOPE IN ALL DIRECTIONS TO MATCH PAVING. Preliminary 17 THE CONTRACTOR SHALL VERIFY ALL UTILITY LOCATIONS PRIOR TO Call 48 Hours i� CONSTRUCTION BY CALLING THE UNDERGROUND LOCATE LINE AT p 60 �O Review Set LL 1-800424-5555 A MINIMUM OF 48 HOURS PRIOR TO ANY EXCAVATION Before You Dig z 18 A PROJECT GEOTECHNICAL ENGINEERING REPORT IS AVAILABLE FOR Not For Construction 1-800-424-5555 CONTRACTOR REFERENCE AS NOTED IN THE CONTRACT BIDDING DOCUMENTS 05-2014 ui O RC,Rr W) FR-;,--: a d BHC Consultants, LLC �JS;L WY zo14 1601 Seaft. Avenue, Suite 1 qlm 98101T. h/ARENTON ""' CITY OFCENTRAL RENTON SEWER INTERCEPTOR RELINE 8 UPSIZE PROJECT206 "17T OUSE, R.E 20650 3400 505 3406 Sfax) S PP.SIMON /4IN ~'Hencca s°rtane:.com . KNEsRe P r Planning/B011dnq/PuWlc works Dept. NOTES 8 GENERAL CONSTRUCTION SEQUENCE G-2 u NO. REV5ION BY DAIS APPR X-XXXXXX LEGEND: ABBREVIATIONS SYMBOLS AND DESIGNATIONS x EXISTING PROPOSED AASHTO AMERICAN ASSOC. OF STATE MB MAIL BOX x HIGHWAY MDD MAXIMUM DRY DENSITY x— — — — — — — RIGHT OF WAY TEMPORARY CONSTRUCTION EASEMENT TRANSPORTATION OFFICIALS MH MANHOLE TITLE CENTERLINE PERMANENT CONSTRUCTION EASEMENT AB ANCHOR BOLT MIN MINIMUM TITLE DETAIL NUMBER AC ASPHALT CONCRETE MON MONUMENT CLEARING LIMIT/WORK ZONE DELINEATION FENCE ACP ASPHALT CONCRETE PAVEMENT MW MONITORING WELL DETAIL -- PROPERTY LINE ADS POLYETHYLENE PIPE FILTER FABRIC FENCE C-2 ALD ALDER N NORTH EASEMENT APPROX APPROXIMATE NE NORTHEAST DRAWING NUMBER WHERE DETAIL GRAVITY SEWER IS REFERENCED. USE DASH IF APWA AMERICAN PUBLIC WORKS NIC NOT IN CONTRACT CONTOUR © SANITARY SEWER MANHOLE OR STRUCTURE ASSOCIATION NO. NUMBER DETAIL APPEARS THE SAME RE SHEET AS SHEET REFERENCED. Y0 AVE AVENUE NTS NOT TO SCALE B MONUMENT IN CASE TRACER WIRE HAND HOLE NW NORTHWEST IYOM� SURFACE MONUMENT fbf-tiff. TO BE REMOVED OR ABANDONED BF BLIND TITLE BH BORE FLANGE OC ON CENTER TITLE HOLESECTION, ELEVATION OR L SLOPE (PROFILE) BLVD BOULEVARD OD OUTSIDE DIAMETER PROFILE REFERENCE LETTER • PK NAIL BM BENCH MARK OH OVERHEAD SECTION �1 t DIRECTION OF FLOW (PLAN) BNSF BURLINGTON NORTHERN SANTA FE OF OVERHEAD POWER REBAR 8 CAP -` - DASH IF SECTION IS TAKEN ON THE q SIGN LOCATION OPG OPENING CB CATCH BASIN SAME DRAWING. USE DRAWING C SEWER MANHOLE ° CHANNELIZING DEVICES CCW COUNTER CLOCK WISE P POWER NUMBER IF SECTION WAS TAKEN o POWER POLE ® PROTECTIVE VEHICLE - RECOMMENDED CDF CONTROLLED DENSITY FILL PE PLAIN END ON A DIFFERENT SHEET CF CLEARING LIMIT FENCE PG PERFORMANCE GRADE PORTABLE CHANGEABLE MESSAGE SIGN CHLK CHAIN LINK PSF POUNDS PER SQUARE FOOT POWER POLE W/UNDERGROUND CONNECT SECTION LETTER CIPP CURED IN PLACE PIPE PSI POUNDS PER SQUARE INCH CCO ARROW PANEL C/L, CL CENTERLINE PVC POLYVINYL CHLORIDE A - —� GUY ANCHOR CLR CLEAR PVMT PAVEMENT C-1 ASPHALT CONCRETE PAVEMENT (ACP) -PLAN CO CLEANOUT PWR POWER DRAWING NUMBER WHERE DETAIL CALLOVT © POWER MANHOLE © CONICCONCRETE SECTION IS DRAWN. USE DASH IF ASPHALT CONCRETE PAVEMENT (ACP) - SECTION 4/C-1 C� TELEPHONE MANHOLE CPLG COUPLING RD ROAD SECTION APPEARS ON SAME I CONCRETE CSBC CRUSHED SURFACING BASE COURSE REINF REINFORCEMENT SHEET AS CUT. DRAWING # m GAS VALVE CSTC CRUSHED SURFACING TOP COURSE REQ'D REQUIRED RET RETAINING ELEVATION LETTER PRE -CAST CONCRETE D/W DRIVEWAY ROW. R/W RIGHT OF WAY DETAIL # b WATER VALVE D DEPTH. DOUBLE RRC RED REBAR AND CAP A fr GROUT OR SAND DBH DIAMETER BREAST HEIGHT RT RIGHT C 1 ® WATER METER DI DUCTILE IRON DRAWING NUMBER WHERE ELEVATION IS CDF DIA DIAMETER S SOUTH. SLOPE DRAWN. USE DASH IF ELEVATION �j WATER VAULT LID _ DIP DUCTILE IRON PIPE SCH SCHEDULE APPEARS ON SAME SHEET AS .T <' FOUNDATION GRAVEL, DRAIN ROCK DIPS DUCTILE IRON PIPE SIZE SD STORM DRAIN REFERENCED. �- FIRE HYDRANT DR DRIVE SDMH STORM DRAIN MANHOLE r _771777711 PIPE BEDDING. PEA GRAVEL DTREE DECIDUOUS TREE SDR STANDARD DIMENSION RATIO 9 BLOW -OFF DWG DRAWING SE SOUTHEAST csrc SERV SERVICE PIPING DESIGNATIONS • BORE SITE (W/FIELD DESCRIPTION) E EAST, ELECTRICAL SF SILT FENCE CSBC EA EACH SSFM SANITARY SEWER FORCE MAIN MONITORING WELL EW EACH WAY SSMH SEWER MANHOLE PIPING IS IDENTIFIED BY ITS SIZE FOLLOWED BY PIPING _ _ COMMON BORROW EL, ELEV ELEVATION SS SANITARY SEWER SYSTEM AS FOLLOWS o GUARD POST EP EDGE OF PAVEMENT SST STAINLESS STEEL II SELECT BEDDING EX EXISTING ST STREET DESIGNATES NEW PIPING: a SIGN STA STATION i UNDISTURBED NATIVE FF FINSHED FLOOR STD STANDARD O SHRUB FG FINISH GRADE STL STEEL 8' SSFM j - DECIDUOUS TREE. DIA (# OF TRUNKS) / `, FT.' FEET SW SOUTHWEST X X x EXISTING TREE(S) TO BE REMOVED PAINTED POWER 7 , ` G GAS T TELEPHONE DESIGNATES EXISTING PIPING. -,1 GALV GALVANIZED T&B TOP AND BOTTOM Qh T - PAINTED TELEPHONE GRAV GRAVEL TBM TEMPORARY BENCHMARK �- EX 8' SSFM GV GATE VALVE TELJB TELEPHONE JUNCTION BOX <s i EXISTING TREE(S) TO BE SAVED —FO-- PAINTED FIBER OPTIC �- TELR TELEPHONE RISER HDPE HIGH DENSITY POLYETHYLENE TV TELEVISION (CABLE) e �I FOR NEW PIPING MATERIAL FITTINGS. AND VALVES, SEE HMA HOT MIX ASPHALT 7VJ8 TELEVISION (CABLE) JUNCTION -- Tb PAINTED TV zl SAVE HORIZ HORIZONTAL BOX SPECIFICATIONS. HT HUB AND TACK TVR TELEVISION (CABLE) RISER —N PIPING SYSTEM DESIGNATIONS FOR EXISTING PIPING PAINTED WATER HYD HYDRANT TYP TYPICAL I, INDICATE TYPE OF SERVICE AND DO NOT IMPLY PIPE —c - PAINTED GAS ID INSIDE DIAMETER UGP UNDERGROUND POWER MATERIAL USED. UNO. -- S SEWER IE INVERT ELEVATION LINO UNLESS NOTED OTHERWISE IN," INCH FENCE IPS IRON PIPE SIZE VCP VITRIFIED CLAY PIPE ---�- VERT VERTICAL JB JUNCTION BOX RAISED -BUTTON SOLID STRIPE W/ WITH DRAWING REFERENCE L LENGTH W WATER, WEST RAISED -BUTTON SKIP STRIPE LF LINEAR FEET WL WATER LEVEL EDGE OF PAVEMENT LN LANE WM WATER METER G GENERAL LT LEFT WSDOT WASHINGTON STATE C CIVIL al� --- CONTOUR DEPARTMENT f MAX MAXIMUM OF TRANSPORTATION O CONCRETE WS WATER SERVICE -: GRAVEL All Preliminary Call 48 Hours 60% Review Set Before You Dig Not For Construction 05-2014 1-800 424-5555 BHC Consultants, LLC 1611 FReAveooe Sune500 KPC •CITY OF CENTRAL RENTON SEWER INTERCEPTORSeat0e, washingtw s8101 T, WHITEHOUSE, P.e. RELINE & UPSIZE PROJECT.�2065053400 RENTON f, y206.505.3406 If— Gam. SWONJS;L ANTS—bh—n.mc J KRESHEL. P.E. I "` '�"� Plmning/Building/Public works Dept. LEGEND, ABBREVIATIONS, SYMBOLS AND DESIGNATIONS .G-3 u NO. REVISION BY DATE APPR '•"Om "-.. "m"'� anemones I sl I Z 0 20 40 P 'ARAB Stale in Feet 'V BSI 2 / sm smmeerr [cnNG a.� of esr . V SECC-0N L'NF E1051NG eOHT OF WAY ( — GB-15 4TH ST N Ell / ez,s�NG mw? 5 wr Z jtSHCF0 . Consultants, LLC 1601 e V Avenge981 1Seame tVashirgtm98t01206 505.s400 S L 2% 5bh ? s ftan w.vw blxca+autnntscam / / / / / SEE DWG C-4 FOR SEWER RELINE / REQUIREMENTS b/ EX UTILITY VAULT I I EX 18' PVC SS' /GB-14 f{Il EX 12" VCP SS AND MH PLUGGED AND ABANDONED BELOW GRADE 1 20'-0" �„ ANN& CITY OF RENTON - — tL►TUM PlannMp/BWldnq/Public works Dept NOTES: 1. SEE SPECIFICATIONS FOR BYPASS PUMPING REQUIREMENTS. 2 REFER TO GEOTECHNICAL ENGINEERING REPORT (AVAILABLE FOR REFERENCE ONLY) FOR INFORMATION ON PROJECT SOIL BORINGS A13-1, AB-2, GB-14 AND G8-15. DEMOLITION NOTES: 1O REMOVE 12' VCP SEWER PIPE. OREMOVE 72% DIA BRICK MANHOLE OREMOVE DISTURBED CONCRETE SIDEWALK, CURB AND GUTTER TO NEAREST JOINT. OREMOVE AND REINSTALL DISTURBED RAILROAD TIES BETWEEN BARK AND GRAVEL LOT TO MATCH EXISTING. OREMOVE AC PAVEMENT WITHIN APPROXIMATE SAWCUT LIMITS OS REMOVE F TALL CHAINLINK FENCE FABRIC, APPROXIMATE LENGTH = _ LF, AND LINE POSTS AS REQUIRED. 0REMOVE SHRUBBERY AS REQUIRED. OS REMOVE SOIL IN T LAYERS AROUND MH TO PREVENT SOIL LOADING ON ONE SIDE OF THE MH. Preliminary Call 48 Hours 60% Review Set Before You Dig Not For Construction 05-2014 1-800-424-5555 Imu)ERCR�IHc, CENTRAL RENTON SEWER INTERCEPTOR wr 2014 RELINE & UPSIZE PROJECT EXISTING SITE & DEMOLITION PLAN C✓-1 �X x 5 NO. BY I°ANIAMI x- X X T �L '��- NEW 84" DIA/ SMH 5317-185, PER DETAIL 1/C-3 �. X / / STA 1+ 0 X x P OFFS 1' R g DT1 r _ 0 O 10 20 • • t! - Fset n a EAMP441 a ► Q • G w N.00 A - s I d � , t~ ° 2 O 24" SS - iR 35 PVC AS REQUIRED a • 3 AB-1 ° ! W. OH • / � T T L • ■ P GP , EX 15" _ T X 24 AC VCP SS. / SEE DWG C-4 FOR a DU50NG PoC71T OF WAY SEWER RELINE -- — — — ._ AC / // REQUIREMENTS ENTERPRISE C:Ap— ��+•T4�it_. / ,ejn, v c E x . '7 AN e rtcPL� w rrN . BHC Consultants, LLC 1601 FMh Avenue, Sun, 500 C. - Seattle, Washington 98101 206 505. 34DO S L N S-5053406I hhcconsuUtta can AC u NOTES: ! ' 1 CONTRACTOR SHALL DEVELOP AND ' SUBMIT A TRAFFIC CONTROL PLAN FOR WORK IN SUNSET BLVD N. THE TRAFFIC CONTROL PLAN SHALL BE APPROVED ! v BY THE ENGINEER PRIOR TO BEGINNING ANY WORK IN SUNSET BLVD N. EX 18" PVGSS z r I9 MIN n GB-14 � 1 I Ktend.0i IT I CONSTRUCTION NOTES: OAC PAVEMENT PATCH PER RENTON STD PLAN H032.1. r � r-- —r _ r I RcTt(.v� AN-D, {ACP44C- / - 1crs O SIDEWALK, CURB AND GUTTER, AND Z. J AC REPLACEMENT PER RENTON STD / �I J PLANS 103 AND F007AC EX 60" . SMH 531117-186 I'y` G vZ CX. F=Yc-JCaF AS 1-4 coC�' / W O MATCHREINSTAL EXISTING ACE FENCE TO A. SADDLE TYPE MATCH EXISTING. � ( STA 2+27x 1 r CO 65 C/L SUNSET B BLVD IN ^ N 0 — - 60 APPROX EX APPROX. w w = ui w FENCE LINE FINSHED GRADE AT C/L I v w STATIONING 66 -- __—._..__ 11 w _ II i � I I 50 _..__ __._._— 50 O =I '= w / VERIFY DEPTH OF 1 1 1 EX UTILITIES, TYP I I 45 I 1 45 I PVC SS QR 35 40 94- ` Z 40 EX 24" 1223 0 m VCP SS101 fTIFT 0I� S N w 35 ---- —__ _ _ _ n m ao ww 35 30 ------ 30 O?w N ? .2 25 _.___--____ w w N n N Q 25 w w w SEE PIPE T ENCH DETAIL 2/C-3 20 20 14 15 DO 24 DO 11PG HORIZ: 1--10'-0- Es CITY OF uaT WrEHOUSE, P.E. VERT: 1"-5'-0" -� RENTON P. SSION I ' DATUM J. KRESHEl, P.E. m Planning/Building/Public Works Dept NO. REVISION BY RATE APPIR Dz�c'tC S1lIs1>►NC, CS � f',>�•T I,"1 Es hT Dc �sni '� S c.�.n� I�{c'�-} Preliminary Call 48 Hours 60% Review Set Before You Dig Not For Construction Ci- 1-800-424-5555 05-2014 UNDERGROUND SERVICE CENTRAL RENTON SEWER INTERCEPTOR MAY zo14 RELINE 8 UPSIZE PROJECT SEWER UPSIZE PLAN S PROFILE C-2 AN ?� x 84' ID MH PER x EXTEND CHANNEL TO WSDOT STD x TOP OF 24- SEWER, TYP PLAN B-15.40-01 X CUSTOM OLDED PLASTIC CONTRACTOR TO FIELD MH BASE LINER AND CAST SEE CIVIL DINGS FOR a�- VERIFY SKEWED ANGLES MH BASE BY PREDL SURFACE RESTORATI Z AND INVERT ELEVATIONS, SYSTEMS, OR EQUIVALENT WARNING TAPE LOCATED 12"-18" CONNECTIONS TO BE CAST BELOW FINISHED GRADE IN PLACE BY MH LINER MFR sC� �T-XkJJp'ZI> PLAIll!5 EX 24' VCP SSA \ �` \ 24" SS , IE 31.4: SDR 35 PVC `5`JR'VAG� c r ---.. - -- - f— GRAVEL BORROW PER 1 WSDOT SECTION OFFSET 9-03.14(1), PROVIDE �1--------- `�. CRUSHED SURFACING WHERE REQUIRED FOR IE 31.2t 1 INSTALLATION UNDER PAVEMENT PER RENTON STD PLAN 405, i EXCEPT PIPE ZONE MATERIAL SHALL BE GRAVEL BACKFILL q i \ FOR PIPE ZONE BEDDING PER a \ WSDOT SECTION 9-03.12(3), IN NO CASE SHALL PEA GRAVEL NOTES: BE PERMITTED MANHOLE ACCESSORIES, / IE 31.7t COATING AND GENERAL / / SEWER PIPE INSTALLATION PER RENTON STD PLAN 400.1, j j EX 15' _ SS EXCEPT MODIFIED AS SHOWN (�'/ NATIVE SOIL CONTRACTOR TO FIELD VERIFY ENTRY ANGLE SMH 5317-185 PIPE TRENCH DETAIL DETAIL Nrs C-2 C-2 v� C� S Preliminary Call 48 Hours 60% Review Set Before You Dig - Not For Construction 05-2014 1-800-424-5555 wnr ucaa >. - . BHC Consultants, LLC 1601 t=,ro, Arenas su.0 soo NPG AS s,cwN - CENTRAL RENTON SEWER INTERCEPTOR MOW 2014 SeatM. Wash,ngtm 98101 W-ITF:90USF P.E.ITY OF RELINE & LIPSIZE PROJECT �'- 206.505.3400 P. 5RENTON jY 2065053106(fw) Pan MON I DATUM S LAN S eh�cons�nant:rom KR:S_, F. p PklnMnq/BUlldlnq/Puax works Dept. MISCELLANEOUS SEWER DETAILS .. C-3 a N0. REASON BY DATE APPR Rommon©l X X 0 50 100 X X SI:AkM ill FAf': X ti d O � z FOR MANHOLE AND PAVEMENT SM H RESTORATION, SEE DETAIL 1/- _ -- - _ — — 249 It >ti Q,Srr , 1:I x. a 40 •r ;a 7 SCHEDULE - CURED IN PLACE PIPE FOR SANITARY SEWER UPSTREAM APPROX DEPTH TO DOWNSTREAM APPROX DEPTH TO EXISTING PIPE APPROX APPROX # STREET MANHOLE PIPE INVERT MANHOLE PIPE INVERT MATERIAL PIPE SIZE RUN LENGTH LATERALS TO REINSTATE N 4TH ST 5317-185 11 3 FT 5317-184 4 8 FT VITRIFIED CLAY 24" 356 FT 3 N 4TH ST 5317-184 4.8 FT 5317-249 5 6 FT VITRIFIED CLAY 24' 2C3 FT C TOTAL 24" 559 FT 3 . BHC Consultants, LLC It a Avenue. Sure 500 � Seame wasrxngtoR 9e10 1 206.505.3400 S LAN S �� 34� `nan b1YY1TSUNdlfIS CIXY+ CIPP PLAN AND SCHEDULE PLAN NOTES: 1 CONTRACTOR SHALL DEVELOP AND SUBMIT A TRAFFIC CONTROL PLAN FOR WORK IN N 4TH ST THE TRAFFIC CONTROL PLAN SHALL BE APPROVED BE THE ENGINEER PRIOR TO BEGINNING ANY WORK IN N 4TH ST REPLACE TYPE C TRAFFIC CURB TO MATCH EX PER RENTON STD PLAN H007 CONSTRUCTION NOTES: 1O NEW SMH 5317-185 SHALL BE INSTALLED PRIOR TO BEGINNING CIPP WORK REMOVE 72" DIA MANHOLE TOP FOR INSTALLATION OF CIPP, REINSTALL AND ROTATE APPROX 135" CCW AS APPROVED BY THE CITY IN THE FIELD YELLOW T MARKING REPLACE 4' WHITE H EX TYPE 1 LINE MARKERS TO MATCH EX PER ""RENTON STD PLAN HOW, TYP 20 MIN LREMOVEAND AND REPLACE.4 NELS PER_TT�U1H5 _''I"A1V�R3IT10 SIZE=10'x10'xl2" CH PANEL MANHOLE AND PAVEMENT Re., M"j RESTORATION (LOOKING WEST) DETAIL xPG SAS NOTED -�-� �® CITY OF T."1`"°°5E'P.E. -+1� RENTON P. SIMON II �� /���r yam,, //pp,,,���� J. xRESHEL, P.E. DAltl� • M•_'Y/ "`��-/, u..6C Works Dept NO. REIRSION BY DATE APPR �" "��• z Preliminary Call 48 Hours 60% Review Set Before You Dig Not For Construction 1-800424-5555 05-2014 u WERCRWNDSER`n F CENTRAL RENTON SEWER INTERCEPTOR TM4Y 2014 RELINE & UPSIZE PROJECT SEWER RELINE C-4 PLAN & DETAILS man (D O 50 Ll 0 20 1 ShlH 5311 _1�'5 I----#- suNsf7 two ry DIA RAM El BIZ, r ►� Ili' C IE 15 5= 31�7 ) EX SM14 531-?-IB(Q I E 7q" V) = 3 I. Z APPaa x I "0"DrA s,9DD« HYPE RIM EL = 55,3 2 APPROX FFE►JCE I IE 18"Al = r!3,8 L16JE _ IC /S'IW = q3.% SEE NarE I} s90 1 30 DOTES: �. :r- VELOGiiI[S IN FPS AAE" Gilllt-'D Un► Q i0,' c"CF �. VepT 5 NDS 45 /AEG? D, A/07-511-OWAJ, rar c/U UY(0U 4-1^ $G OC') P20 PROF-►1 E SCALC; I 10' HOR%Z 1"= S' VE(LT Project �;F/'✓T0d SFUE'Z //U%e7(1(.l'j2i0i? Date SIVIv Subject M1,yVI-A (,f <.'dNGCIJ7' Sheet of I Computed By % r�N i 7 r/c>vi Job Number Checked By Task Number 11 0 /1 IOFFr-T r Lj i I MMx as Ow ins U LTA N TS UNKNOWAI SITE LEGEND PROPERTY ONE BUIEDING SETBACK ONE --- RIGHT OF WAY CENTERIJNE RIGHT OF WAY UNIT EXISTING WATER EASEMENT -G--G- EXISTING GAS P P- EXISTING POWER o EXISTING POWER POLE SS -55- EXISTING SANITARY SEWER 57 ST- EXISTING STORM SEWER TL TL - EXISTING TELEPHONE :• V.,- EXISTING 196 ZONE WATER i! V: - EXISTING 320 ZONE WATER W W- 196/435 ZONE WATER ---- - - ABANDONED WATER MAIN W—W- EXISTING WATER SERVICE ®4 EXISTING WATER METER PROPOSED WATER MAIN EXISTING PAVED ROAD O EXISTING GRAVEL ROAD EXISTING SIDEWALK I EXISTING RAILROAD TRACKS CG7 ABANDONED RR SPUR EXISTING BUILDING EXISTING TRAFFIC SIGN EXISTING TREES WATER PIPE LEGEND WATER FITTING LEGEND ® 12: 01 PIPE, TIE RODS, ® NOT USED THIS SHEET 12 LQVG PATTERN MJ SLEEVE ® 12' DI PIPE, APPROX. 6 LF -- ® 12' DI PIPE, APPROX. 24 LF ® 14' DI PIPE. APPROX. 5 LF ® 12' DI PIPE, APPROX. 3 LF .L- t TLSL -+J IT 4$ GENERAL WYES LOCATIONS OF EXISTING UTIUPES .ARE APPROXIMATE, VERIFY LOCATIONS PRIOR TO C04STRUCIKN SEE BDUG NO. C01 FOR STATION RASFLINE DEFINITION TOP OF VAULTS TO BE RUSH WITH FINISHED GRADE -Z1•2 PROVIDE AND LOCATE AS SHOWN: (1) 12- DI 90- BEND (MJxMJ) WITH CONCRETE BLOCKING, 36 SOFT BEARING AREA ® LOCATE AS SHOWN, CUT AND REMOVE PIPE BETWEEN TEES. PROVIDE: (3) 14' SHORT NIPPLES (1) 14' GATE VALVE (M&MJ) 1M14: LONG PATTERN SLEEVE (1 14' x 12' DI REDUCER (MJxIAJ) PROVIDE AND LOCATE AS SHOWN: 12' PRESSURE REDUCING' VALVE PER CITY : RENTON STANDARD DEIAILS ® AS LOCATED IN FIELD, REMOVE TEE CONCRETE BLO•J(ING, PIPE AND FITTINGS AS NECESSARY. PROVIDE. (1) 12' x 12" x 12' x 12' 01 CROSS (FLxELxNJJAJ) 1) II x 6' DI REDUCER (FLxFL) 3) 2' LCNG PATTERN SLEEVE (3) 12' SNORT NIPPLE (1) 6' GATE VALVE (FLAU) ® AS LOCATED IN FIELD, REMOVE PIPE AS NECESSARY PROVIDE: (1) 14' x 14' x 12' DI TEE (MJNAJxFL) MTH CONCRETE. BLOCKING, 34 SOFT BEARING AREA (1) I4GATE VALVE (M".J) (1) I4: LONG PATTERN SLEEVE (3) 14- SHORT NIPPLES (1) 12' GATE VALVE (FLxMJ) AS SHOWN, REMOVE PIPE AS NECESSARY, PROVIDE AN INDIVIDUAL SERVICE PRESSURE REDUCING VALVE PER CITY OF RENTON STANDARDS. [ tires WINDSOR HILLS Z L 3 2 1 1 tl < >" PUMP STATION \I` � y ,��, c� 1 12 W T S1)) 14 121HOT TAP Ii f L ` T T�9 F ,✓ - 1 i i 7 r 1 {2) 12 GV'Fl,xA1J 1 G ! s2?� 12. 3 0 PE PE -DIP NIPPLES r[(' q `. d x lh tY LONG PATTERNSLEEVEI P G ? s BRONSON ?1 r + :ham Ei 7 (L I J-B l t ^• �� 1 64- COVER ! ti• x %J C : j .2 7 x i. LL• W., 1i n aiY 'c' i l i a. 7 7 ELECTRICAL 9 yz TRANSMISSION TOWER 60 i' COVER I � +.. ABANDONED PUMP STATION - �y'Y . 'KL,\9a',, \ r, WAL15 (7. 6 RICH) TOP �: 1 f • � / 8 BELGWD(RADE 'aik PROPOSED UTILITY PLAN AT WINDSOR HILLS 1' = 10•_ 16' x 12' HOT TAP 16' ILL 1MTH BLIND FLANGE 12- GATE VALVE (RXMJ) INSTALLED VERTICAL R r '� BOLLARDS ii D TVIt' F -:1 .• D! — �]-�[ °35/196 ZONE b• DI W -- (TYPICAL) _ / I 35/196 't 4� �Y PHV --- L — ----- -- Tt ; -- T, -- TI. --- 5 — sr) CONCRETE BLOCK WITH EMBEDDED THRUST PLATE AND TIE RODS / EXISTING POWER 14KV - 80' COVER (TYPICAL EACH END) PROPOSED UTILITY PLAN _-AT_196/435 PRV 1' - 10, — — a. I I j I I I I I ® I I I I i I I I A I 6 i 10 19 18 17 16 15 14 13 12 11 10 9 8 7 6 148, ' L EXISTING CONCRETE a 6 ' THRUST BLOCKING G ZONE 1r WATER NOTES: PIPE LENGTHS ARE %EASUREO FROM FITTING CENTER LINES HORIZONTALLY, ADJUST IFNGTHS AS NECESSARY FOR FIELD CONDITIONS. FITTING LOCATIONS ARE MEASURED AT IHE INTFRSECTION OF CENTER ONES. CUT AND REMOVE ABANDONED WATER MAIN AS NECESSARY TO INSTALL PROPOSED WATER MAIN, SEE DWG NO. C04 FOR THRUST BLOCKING DETAILS. SiACKLL RODS 10 BE HIGH STRENGTH LOW ALLOY STEEL, ASTM A242, COR-TEN SUPERSTAR OR EQUAL. PER CITY OF RENTON STANDARDS. '.2' - 11 - 1/4' BEND (MJ MJ) 12' LONG PATTERN SLEEVE 12' DP NIPPLES 14' s 12' REDUCER (Mbi(J) 14' x 2 D' DI PIPE NIPPLE REVISED TO CONFORM TO CONSTRUCTION RECORDS T ✓, i NOTE: R112 ENGINEERING P.S. LDATE ALL WORK THIS SHEET :S INCLUDE°'" ADDITIVE ALTERNATIVE NO. 7 1 w �•2®8� ADDITIVE ALTERNATIVE N0. t �� CITY OF R'NTO 6 N HOUSER WAY PUMP STATION W-2089 SCHEDULE: B u COB 192.022------- --�-- PROPOSED UTILITY PLAN 2 REC_03DS MAY MLM B/9/96------- HOUSR26TSLR I TVP I SHOWN 1 1. 09, 1996 10 A v 24 I T I I I i I I I I I I I I I J 6 7 8 9 10 11 12 13 14 15 16 17 18 4 DOLL190 FR 079' �� f iz, 6/:�z -rb W4,� --I—, �5t Lcla dlt7J� ■ S-U�LTA N S LETTER OF TRANSMITTAL DATE: January 30, 2014 PROJECT NO. TO: City of Renton City Hall — 5th Floor 1055 South Grady Way Renton, WA 98057-3232 ATTN: Mr. David M. Christensen THE FOLLOWING ITEMS ARE: ❑ El RECEIVED FEB C 3 20 14 CI T Y Cr F;,_:•4T,,) UTI! ITY RE: Engineering Services Contract COR: Central Renton Sewer REQUESTED ENCLOSED SENT VIA US MAIL Interceptor Reline & Upsize NO. OF COPIES DESCRIPTION 2 Contract for Engineering Services, BHC Consultants, LLC — Original(s) for Execution General Remarks: Per your request, the enclosed signed contract (duplicate originals) is being returned for execution by the City. Following execution, please return one original for our files. Thank you again for this opportunity to work with you and the City. We look forward to working with you towards the successful completion of this project. Sincerely, /" BHC Consultantsil LLC el l BY: Jeffrey S.(Ki Project Man CC: 1601 Fifth Avenue, Suite 500 • Seattle, WA 98101 • (206) 505-3400 • FAX (206) 505-3406 www.bhcconsuItants.com David Christensen From: Jeff Kreshel[Jeff.Kreshel@bhcconsultants.com] Sent: Friday, January 24, 2014 2:09 PM To: David Christensen Subject: COR: Central Renton Sewer Interceptor Reline & Upsize - BHC Proprosal, draft 1-24-14 Attachments: COR Central Sewer Interceptor - BHC Proposal draft 1-24-14.pdf Dave, Here you go! Per your request, the attached BHC proposal is furnished for you information and review. The refined work scope addresses and incorporates your initial draft comments and reflects the corresponding draft level of effort/fee estimate and schedule. I believe the level of effort/fee estimate to be both reasonable and conservative given the defined scope of work. The following specific items are highlighted for your consideration during your review. 1) I've added a qualifying assumption (#2, 3`d bullet) regarding manhole replacement or tie-in vs. rehabilitation. Not knowing exactly what's anticipated I wanted to clarify the distinction and that rehabilitation if required may be outside the current scope and budget. Does this meet your needs? 2) 1 realize the fee may seem somewhat high at first glance. I believe, however, if you look at the details of the specific anticipated efforts, you'll see that these costs include and are in part a function of the following: an abnormally high percentage of subconsultant costs relative to BHC costs for these types of projects; coordination and other related efforts associated with a number of ancillary project logistics, etc. rather than/in addition to actual design work — driving project costs higher; and also unfortunately there really is little to no "economy of scale" for the project. If you have concern(s) over any of this, please let me know and we can discuss further. 3) Geotechnical investigation/engineering services scope and fee currently includes time for a meeting that I believe may not be necessary. This time can be removed if desirable. Following your review, please let me know if you have any questions or concerns. With your comments/concurrence and approval, I will refine/finalize the documents for inclusion with a City standard contract. Jeff Jeffrey S. Kreshel, P.E. Principal Engineer Ate, O S-DU-1-1S 1601 Fifth Avenue, Suite 500 Seattle, WA 98101 Ph: 206-505-3400 Fax: 206-505-3406 ieff.kreshel(cDbhcconsultants.com This email and all attachments are confidential. For further information about emails sent to or from BHC Consultants or if you have received this email in error, please refer to Email Disclaimer EXHIBIT A CITY OF RENTON CENTRAL RENTON SEWER INTERCEPTOR RELINE & UPSIZE PROJECT PRELIMINARY ENGINEERING, DESIGN AND PREPARATION OF PS&E/BID DOCUMENTS SCOPE OF SERVICES January 24, 2014 Per your request, this scope of services is furnished to the City of Renton (City). It represents the engineering services to be performed by BHC Consultants, LLC (BHC) and subconsultants — KPG (survey work) and Aspect (geotechnical engineering) for the preliminary engineering, design and support during bid/construction services in support of the City Central Sewer Interceptor Reline & Upsize project. Project improvements are anticipated to include relining and upsizing of portions of the City's Central Sewer Interceptor of the City's sewer system located within Renton, Washington city limits. More specifically, the project consists of the following: • relining approximately 625 feet of existing 24-inch diameter sewer located along N 4th St alignment/ROW between City sewer manhole(s) - SSMH # 5317-249 (near the intersection with N. 3rd PI.) and SSMH 5317-185 (east of the BNSF railroad tracks, near the intersection with Houser Way); and • upsizing (to 18-inch dia.) approximately 150 feet of existing 12-inch diameter sewer located along N 4th St alignment/ROW between City sewer manhole(s) - SSMH 5317- 185 (east of the BNSF railroad tracks, near the intersection with Houser Way) and SSMH 5317-186 (in the center of the northbound lane of Sunset Blvd N). This proposal is based on our understanding of the City's needs and requirements gained during our meeting and site visit with you on December 17, 2013, as well as subsequent related discussions and input. Proposed Work Scope The following efforts are anticipated. 1. Orientation Meeting & Project Site Visit: Prepare for and meet with City personnel and visit the project site on 12/17/13 to review and discuss the project, background, and desired assistance. 2. Information Research, Collection, and Review/ Kick -Off Meeting/Field Reconnaissance: Collect and review existing available City, BNSF, and WSDOT information - documents, as- builts, and other pertinent available information to further understand, identify, and define the City's and others' existing facilities and equipment and system's current operating conditions and procedures relevant to the project. BHC will visit the project site and meet with City personnel to: City of Renton Central Renton Sewer Interceptor Reline & Upsize Consultant Services January 24, 2014 • further understand, identify, and define the City's existing sewer system in the vicinity of the project; • further review and discuss project goals and objectives, understanding and requirements of desired improvements, and work plan; and • collect minimal, additional physical data (field measurements, limited) for design of improvements. A total of eight (8) hours for each of the project manager and project engineer have been budgeted for the site visit including meeting with City personnel, obtaining field measurements, etc. (described above). Preliminary Engineering, Alternatives Analysis, and Design (30%): Perform preliminary engineering to identify and evaluate a limited number of potential alternatives and develop the project's design to a 30%-level. Project constraints and considerations as well as applicable design criteria, related requirements, and/or assumptions will be identified. Up to three (3) alternatives each, as appropriate, for the "relining" (CIPP, deformed/reformed lining, and sliplining) and "upsizing" (pipe bursting, bore & jack; and open cut trench) portions of the project will be developed for consideration relative to City goals and functional requirements. The preliminary engineering and alternatives analysis will be performed to a sufficient level of detail to evaluate and select a preferred design approach/solution for the proposed project including identifying general elements/facilities/features required, as well as develop a planning -level opinion of probable construction cost for the project. Existing available topographic information, GIS data, and other mapping provided by the City or others will be used to identify and illustrate the project's preliminary (30%) design concept(s). The preliminary design analysis and recommended improvements will be documented in a brief technical memorandum to be used as the basis for final design. 4. Field Survey/Base Map: (Limited) Perform a field survey and prepare a base map relative to design the sewer upsizing portion (only) of the project. The surveying and related services will include collecting survey information for site topography, rights of way, easements, locations of existing utilities and other structures, facilities or features that may influence design as specifically defined in the Surveying subconsultant's proposal. In general, services will include: • Right of Way Determination — research readily available City/County records to determine the location of existing public right(s)-of-way and easements in the project area; and research and coordination with City surveyor to determine the location and/or whether the railroad crossing is an easement or railroad right-of-way — see assumptions. • Field Control & Topographic Surveys — conduct a field control survey to tie the project to local horizontal and vertical monumentation. Establish vertical and horizontal control using the City's preferred datum: Horizontal Datum — NAD83/91 and Vertical Datum — NAVD88. Conduct a limited field topographic survey to obtain topographic and facility or feature information required for design along the project corridor. The field survey will be augmented with other existing available topographic mapping and/or other facilities and related information, as may be available and appropriate. Locations of existing surface features, subsurface and aerial utilities (water, sewer, storm drain, gas, power, TV, phone and/or fiber optic) will be identified and mapped - see assumptions. • Base Map Preparation - prepare a base map to reflect the current project site conditions based on the field survey and other existing available topographic mapping and/or other facilities and related information. The base map will be prepared in accordance with City 2 City of Renton Central Renton Sewer Interceptor Reline & Upsize Consultant Services January 24, 2014 of Renton Drafting Standards. The final base map will be stamped and signed by a Surveyor (PLS) registered in the State of Washington. * For further details — see 1/23/14 KPG proposal (copy attached) Geotechnical Investigation/Engineering Services (Limited): Provide limited geotechnical engineering services relative to the design the sewer upsizing portion (only) of the project. The geotechnical engineering services will include review of existing available soil data and limited subsurface explorations as specifically defined in the Geotechnical subconsultant's proposal. Based on an analysis of this information, the project understanding, and other similar projects, recommendations will be developed for design and construction of project improvements. In general, services will include: • Review Existing Data — Review readily available existing geotechnical and geologic data for the project areas to gain an overview of general geologic conditions and to aid in identifying geotechnical factors that might have an impact on the design and construction of the project. • Limited Subsurface Explorations/Testing and Laboratory Analysis — Perform limited subsurface explorations consisting of up to three (3) machine -drilled borings and laboratory analyses to determine subsurface soil and groundwater conditions along the project corridors/alignments. The subsurface explorations will be spaced and located at relatively unobtrusive locations based on the planned project alignments, field reconnaissance, and review of geologic and geotechnical information in the vicinity of the project — see subconsultant proposal for further detail on boring locations. Soil samples will be taken from the explorations at various depths to be determined by the field engineer/geologist during exploration. Soils observed in the excavations will be evaluated for consistency with the general geologic conditions reviewed, as described previously above. Laboratory tests will be conducted on selected soil samples to determine engineering properties necessary for design. • Engineering Analysis - Evaluate data derived from the subsurface explorations and laboratory testing with respect to design of the project. Geotechnical recommendations will be determined by the Geotechnical subconsultant regarding pipeline upsizing design and construction, alternatives construction methods, and other related project requirements and considerations. • Geotechnical Summary Letter Report - Prepare a brief letter report to summarize the results of the limited subsurface explorations, analyses, and geotechnical recommendations pertaining to the design of the project. * For further details — see 1 /13/14 Aspect proposal (copy attached) 6. Environmental Documentation and Permitting Services/Assistance (Limited): Provide limited environmental documentation and permitting services/assistance (specifically defined below) as requested by the City for the project. • State Environmental Policy Act (SEPA) Checklist/Assistance — BHC will prepare/provide documentation required to support the City's preparation of a SEPA Checklist (draft) for the project. • BNSF RR Permit(s) — Assist City with coordination for construction permit and/or an up- dated crossing permit for lining existing sewer beneath railroad/railroad right-of-way, if needed. If additional environmental documentation and/or permitting services/assistance are de- sired/required, additional budget may be required. City of Renton Central Renton Sewer Interceptor Reline & Upsize Consultant Services January 24, 2014 BNSF, WSDOT, Property Owner(s) and/or Other(s) Coordination: oordinate with BNSF, WSDOT, property owner(s) - PACCAR, Enterprise Car Rental, and/or other(s) as required during the preliminary engineering and design phase(s) of the project. For budgeting purposes, only phone and e-mail communication and no meeting(s) are anticipated. The extent of work, which may be required under this task, is difficult to and cannot be accurately predicted and therefore, a budget allowance of $2,500 has been established for this work. 8. Final Design and Preparation of Drawings and Technical Specifications: Perform/complete final design and prepare drawings and technical specifications for the City selected sewer system improvements for the project. In general, the project will consist of the identified/defined improvements based on the Task 3 — Preliminary Engineering, Alternatives Analysis, and Design work. It is anticipated the project will include new and/or rehabilitated sewer interceptor piping and manholes, related system appurtenances, and connections or adjustments to existing or proposed facilities as well as related site/ROW restoration work. Design of project improvements will be developed utilizing the prepared base map (defined previously) and/or based on City -furnished base mapping and related information as applicable; and will be in accordance with the City of Renton's current design standards, applicable codes and regulations, and generally accepted industry standards and practices. Drawings and technical specifications, and opinion(s) of probable construction cost will be developed for design of the project. Draft documents, as identified/defined as deliverables below, will be prepared at the 60% and 90% level of completion for review by the City. • The fee estimate is based on the following preliminary drawing/sheet list. This drawing list (up to 7 sheets total) represents BHC's best judgment as to the drawings that will be required for design of the project. - Cover Sheet, Location Map, and Index of Drawings (1 sheet) - General, Survey & Construction C/L Control and Notes, and Temporary Ero- sion and Sedimentation Control Notes (1 sheet) - Legend, Abbreviations, Symbols, and Designations (1 sheet) - Reline Sewer Plan Drawings (2 sheets) - Upsize Sewer Plan & Profile Drawing (1 sheet) - Sewer System Miscellaneous Details (1 sheet) Relevant City Standard Plans (Details) or other applicable standard plans (e.g. WSDOT) will be referenced and will be identified for appending to the specifications. • Technical specifications (including the development of a bid schedule) will be prepared for the project. The design specifications for the project will be based on the 2012 edi- tion of the Washington State Department of Transportation (WSDOT/APWA) Standard Specifications for Road, Bridge, and Municipal Construction, as well as the City's Stand- ard Specifications that modify or supplement the Standard Specifications. The City's standard technical specifications (Special Provisions, Divisions 2 through 9 - only) that supplement or modify the WSDOT Standard Specifications will be used and modified (as appropriate) for the project. • An opinion of probable construction cost for each of the preliminary and final design submittals will be developed. 9. Assistance During Bid Period (Limited): Provide the following limited support and assistance to the City during the bid period. At the City's request, respond to inquiries and requests for clarification from the bidders and/or City of Renton Central Renton Sewer Interceptor Reline & Upsize Consultant Services January 24, 2014 others regarding the contract documents. As needed or appropriate, prepare the necessary text an or yawing revisions or supplemental drawings to be included in an addendum which will be prepared, finalized, and issued/distributed by the City. Provide related miscel- laneous support and assistance during the bid period, including general communication and coordination with City staff and others to exchange information, provide assistance, discuss related issues, coordinate efforts, etc. *Due to the difficulty in determining the extent of assistance/services during the bid period that may be desired/required; a budget allowance of $2,500 has been established for this task. 10. Communication/Coordination/Meeting(s): Maintain regular communications (phone, facsimile, e-mail) and coordinate with City per- sonnel to exchange information, discuss related issues, and coordinate efforts. Meet with City staff to review and discuss the project's design development. It is anticipated that up to two (2) additional meetings (not otherwise identified above) will be held, following select de- sign review submittals (preliminary and final design tasks), to discuss the project. The pro- ject manager and project engineer will attend the meetings. A budget allowance of $8,000 has been established for this effort based on the two (2) meetings and thirty-two (32) addi- tional hours. If additional meetings or coordination and communication time is required, ad- ditional budget may be requested. 11. Quality Assurance/Quality Control: A senior engineer (not directly associated with the project) will review draft documents for completeness, clarity, coordination, and/or, other quality considerations. A budget allowance of $1,650 has been established for this effort. 12. Project Management: Provide project management, coordination and administration in support of BHC's final de- sign, support during bid period/construction and related services. These efforts include those associated with project development, initial contracting and project setup, manage- ment of consultant team, related internal, subconsultant(s), and client communication and coordination, and preparation of monthly invoices. The budget assumes a limited, up to eight (8) calendar months, period ending no later than August 30, 2014. Deliverables: • Field Survey and Base Map • Geotechnical Summary Letter Report • Preliminary (30%) Design Drawings, Technical Memorandum & Opinion of Probable Construction Cost • Preliminary Design Documents & Opinion of Probable Construction Cost - (60% & 90%) Submittals • Final Design Documents & Opinion of Probable Construction Cost Additional Services The City may request BHC to perform additional services not included in the above listed activities and/or provide additional information and/or detail beyond what is anticipated at this time. BHC shall perform such services and will be paid for such additional services when they City of Renton Central Renton Sewer Interceptor Reline & Upsize Consultant Services January 24, 2014 are mutually agreed to and made part of the agreement by written amendment or other _... _ .. ... _ authorization by the City's Project Manager. At the City's request, a scope and fee estimate for such additional assistance may be developed. Attachment(s): Assumption(s) 0 KPG Survey Proposal (dated 1/23/14) • Aspect Geotechnical Engineering Proposal (dated 1/13/14) 6 City of Renton Central Renton Sewer Interceptor Reline & Upsize Consultant Services January 24, 2014 ATTACHMENT TO EXHIBIT A ASSUMPTION(S) The described efforts and scope of work as well as the associated fee estimate and schedule are predicated on the following assumptions. 1. The City will provide the following information to BHC: relevant engineering data, plans, specifications, reports/studies, topographical or other mapping, physical system information (as-builts), and/or other pertinent information available about the City's existing sewer system/facilities relevant to the project, applicable City standards, design criteria, requirements, and/or preferences, deemed necessary for BHC's work. As described above and herein, pertinent data and information required for determining and evaluating the existing conditions (capacity and other operating/performance characteristics) as well as potential future needs and requirements will be provided by the City. 2. Special assumptions regarding design of the project: - Inspection of the condition of the existing City sewer system infrastructure fea- tures and facilities is not included as part of this effort. It is anticipated that the City (or the City's contractor) will remove existing roots and TV- or visually - inspect the existing pipelines, manholes, etc. (if required) in order to determine their integrity/availability/adequacy for use. - It is our understanding that an analysis of the City's sewer system and determi- nation/identification of system requirements — sizing, etc. will be furnished by the City or others. Design of sewer system facilities does not include a hydraulic analysis or evaluation of the existing system (characteristics, condition, or ca- pacity) including downstream or upstream of the project. If such an analysis is determined to be necessary additional budget may be required. - Standard manhole tie-in or replacement, except as otherwise stated, will be suit- able for construction; repair or rehabilitation of existing manhole(s) is not antici- pated nor part of the current work scope and if needed may require additional budget. - Roadway restoration (if required) will consist of repairing the trench/excavation section and pavement patching, not reconstruction or complete overlay. The re- quirement for the structural section will be per the City of Renton's standards, and not require a separate design. - landscaping restoration will be minimal and will not require a landscape architect. - The following work is not included as part of BHC's efforts (alternatively, are an- ticipated to be required of and/or prepared by the construction contractor or oth- ers): 1) inspection of existing facilities or field measurements or other quantifica- tion of flows (if applicable/needed) for analysis/design; 2) Stormwater Pollution Prevention Plan (SWPPP) preparation; 3) evaluation of, preliminary engineering, or design. of TESC BMPs; 4) hydraulic/flow or system operational anal- yses/determination of requirements for and/or Temporary Sewer Bypass Plan preparation; 5) preparation (or analysis) of a project -specific temporary traffic control plan, if applicable (working hours limitations and signage requirements will be coordinated with City Transportation group); and 6) preparation of other documentation beyond that specifically identified and stated herein. P. 1 of 3 City of Renton Central Renton Sewer Interceptor Reline & Upsize Consultant Services January 24, 2014 3. BHC's wor:k, unless otherwise specifically stated, will be based on and utilize existing available base mapping (including original design drawings and/or record drawings) to reflect current site conditions, including topographic survey and existing facilities furnished by the City or others in an AutoCAD drawing file/format. Based on that discussed and agreed to with the City and unless otherwise specifically stated, BHC's work scope and budget does not include field survey, mapping or other related services to determine surface and subsurface features and utilities (with detailed vertical and horizontal information) such as information for site topography, right(s)-of-way, centerline of right(s)-of-way, easements, locations of existing utilities - water, sewer, storm drain, gas, power, TV, phone and/or fiber optic, and other structures, facilities or features that could potentially adversely impact design and/or construction. 4. Utilities that may potentially impact or be affected by the project include, but are not necessarily limited to the following: City of Renton — stormwater, water, sewer; ComCast Cable, Verizon, Century Link — phone/fiber optic/TV; Seattle City Light, Puget Sound Energy — power; Puget Sound Energy - natural gas. It is assumed that the information furnished by the City and others regarding the location, etc. of the various existing utilities can be relied upon for purposes of design of the project. Existing utilities that may be in conflict or require adjustment during the construction of this project will be identified. Potholing to verify location and elevation of existing utilities is not included as part of this scope of work and if necessary will require additional budget. All coordination required for relocating existing utilities (if required) will be done by the City. 5. Coordination with franchise utilities (e.g. power, natural gas, phone/fiber optic/tv, etc.), and other agencies including possibly for relocating existing utilities is not part of the current work scope and if needed will require additional budget. 6. All project work is anticipated to occur and be located within existing public right-of-way or existing City property or easement(s). No new temporary and/or permanent easements will be obtained. Individual deeds and title reports to determine/verify existing public right(s)-of-way or easements, except as otherwise specifically stated, are not part of the work scope. Easement negotiations, acquisition, and recordings are not part of the work scope and if needed will require additional budget. If necessary, the City will be responsible for all efforts associated with temporary/permanent easements required for the project. Right(s) of Entry, if required, will be obtained by the City as necessary for BHC's and subconsultant's use/work for the project. 7. BHC's work will be based on available environmental documentation and/or permitting (if any/required) furnished by the City or others related to the project. BHC's work scope and budget does not include time for the preparation of permit applications or other environmental, etc. review and/or documentation for the project, or other related permitting services and/or assistance, except as otherwise specifically identified. Based on discussions with City staff, it is our understanding that a Cultural Resources Assessment and CWA Section 402 (NPDES) construction stormwater permit are not anticipated and specifically assumed to not be required for this project. Other City or non -City (federal, state, or other local) permits may be required. City permits that may be required for the project include those for: building, land use, clearing and grading, stormwater, ROW/street opening, and/or utility installation. No non -City permits, except as otherwise specifically identified, are anticipated to be required for the project. We P. 2 of 3 City of Renton Central Renton Sewer Interceptor Reline & Upsize Consultant Services January 24, 2014 understand it to be the-City's intention to be responsible -for the preparatiOn(if any/all information, applications, and/or fees necessary for all City or other permits required for the project. 8. Preliminary design drawings (30%) will include plan and profile drawings only and will represent preliminary alignment, sizing and layout of proposed improvements. Details, except as otherwise specifically stated herein, will not be prepared. BHC's fee estimate is based on up to an estimated three (3) drawings (plan & profile) may be required for illustrating the preliminary design (30%) of the project's improvements. 9. Drawings will be prepared in accordance with City of Renton Drafting Standards. The plans will be 22"x 34" drawings with a standard signature block. Drawings will be prepared using AutoCAD 2012/Civil 3D. From the full size drawings, half -sized drawings will be produced for review copies. 10. Based on discussions with the City it is our understanding that the project manual or contract documents (including bid information, contract forms, and non -technical specifications) required for the project will be prepared by the City; and, therefore is not part of the work scope and if needed will require additional budget. 11. Two (2) sets of half-size drawings, and an electronic copy, for each design submittal will be provided to the City for review. It is requested that the City provide one set of written comments for all preliminary submittals and that all review comments be provided within no more than a two week turnaround. All review comments from the City will be addressed and incorporated in the revised/final documents. 12. The final submittal shall include technical documents, signed and stamped by the design engineer responsible for their preparation, and ready for the City staff approval signatures (if applicable). An electronic copy on a CD and one set of camera ready, full- size drawings will be provided to the City (or Builders' Exchange or designated reprographics company) for printing and preparation of the bid/contract documents. The budget assumes that the City will be responsible for all printing costs. Two (2) copies of final bid/contract documents "Issued for Bid" are requested for BHC's use and record. 13. In preparing the scope of services defined herein, we have attempted to identify all tasks/work that were considered necessary or essential to the work/project as desired by the City at this time. Services not specifically identified in our Scope of Services are not included in our scope and are not being provided. Should other services and/or additional time be necessary or desired by the City for the project, additional budget may be required. P. 3 of 3 City of Renton Central Renton Sewer Interceptor Reline & Upsize Consultant Services January 24, 2014 KPG Survey Scope.of Work (1/23/14) Project Limits Project limits are within a 60-foot wide strip along the easterly extension of N. 4th Street from 50 feet west of sewer manhole no. 5317-185 located on the east side of BNRR right of way, approximately 200 feet east to the easterly right of way of Sunset Boulevard, including sewer manhole no. 5317-186. Task 1 Survey Control Establish horizontal and vertical control points within the project limits. Basis of control will be NAD 83/91 and NAVD88 for horizontal and vertical respectively. Approximately 2 control points will be established for continued use. Task 2 Survey Mapping Field Survey. Field mapping will include underground and overhead utilities (water, gas, sanitary, electric, storm, etc.), surface features, storm drain features (pipe size, materials, structure type, invert and rim elevations; pipe, ditch and swale locations) within the mapping area. Field survey for utility locate paint marks at 50-ft intervals and surface feature (valves, manholes, catch basins, junction boxes, vaults). Irrigation systems will not be included. This information will be added to the base map. Perform measure -downs of existing storm drain and sanitary sewer structures. Document the approximate size, type, material, and general condition of the structures. These observations will be made from the surface. Any required pipe video inspection, potholing or smoke testing needed to verify the condition or connectivity of drainage features is outside the scope of this task. Task 3 Underground Utility Locate An underground conductible utility locate within the project limits to be performed by a private utility locating firm. A one -call utility locate request will be ordered for public right-of-way portions (if any). Includes coordination with City's locator for location of city -owned utilities. While every reasonable effort will be made by KPG to depict the location of underground utilities based on utility locates, KPG is not liable for errors or omissions by utility locators or erroneous or insufficient information shown on utility record drawings. Task 4 Base Map Preparation Prepare 1"=20' topographic base map and digital terrain model (DTM) in AutoCAD format of the project to City of Renton cad standards. The base map will include underground and overhead utilities (water, gas, sanitary, electric, storm, etc.), surface features, storm drain and sewer features (pipe size, materials, structure type, invert and rim elevations) within the project area. One -foot contours will be generated from the DTM. N 4th Street right of way will be determined from available public records (i.e. records of survey, plats, state right-of-way plans, etc.) and found survey monuments. Right-of- way and parcel information will be added to the base map. It is assumed that title reports will not be available for this task. Eight hours of labor has been included for research and coordination with City surveyor to determine the location and/or whether the railroad crossing is an easement or railroad right-of-way. Task 5 Legal Description No new legal descriptions are anticipated. It is assumed that the existing right-of-way will be adequate to provide access. RENTON CENTRAL SEWER INTERCEPTOR RELINE AND UPSIZE PROJECT (1/13/14) ASPECT CONSULTING, LLC -- GEOTECHNICAL ENGINEERING INVESTIGATION Aspect will provide geotechnical engineering support for the Upsize Project, involving the upsizing the existing 12-inch pipe to provide for increased flow capacity. This reach of pipe extends west from the northbound center lane of Sunset Blvd toward the BNSF railroad tracks. As-builts indicate the pipe to be vitrified clay pipe (VCP) and about 11 feet deep at the western manhole (near the BNSF railroad). This reach of pipe may be upsized in place by bursting methods; however bore -and -jack and open trench replacement methods will also be evaluated. SCOPE OF WORK - the geotechnical investigation will include the following: • Review readily available geotechnical and geologic data for the site. • Complete a site reconnaissance to observe site access conditions and to determine and mark proposed boring locations for utility clearances. • Complete a geotechnical field exploration program consisting of three (3) machine -drilled borings at two (2) locations. Borings will be located in the gravel parking lot on the west side of Sunset Blvd, and in the entrance to the restaurant building on the east side of Sunset Blvd. At the western (gravel lot) boring location, we will drill two borings: one directly over the crown of the pipe, and one off to the side of the pipe, to explore trench backfill and native soil conditions. At the eastern (parking lot entrance) boring location, we will drill and sample a single boring. Soil samples will be retrieved at 2%:-foot intervals in each boring using Standard or Non -Standard Penetration Test methods. A standpipe piezometer will be installed in the deeper eastern (parking lot) boring location to monitor ground water conditions during the design period. The borings and piezometer will be completed in accordance with Ecology regulations. • Assign geotechnical laboratory testing on selected samples to characterize engineering and index properties of the site soils. Such tests will include grain size distribution, Atterberg Limits (if fine- grained soils are encountered), natural moisture content, and Modified Proctor (compaction). • Conduct geotechnical engineering analyses with respect to pipe upsizing options by bursting and by trenchless (e.g. bore -and -jack) methods. Evaluations will include potential ground displacement due to pipe bursting, earth pressures on temporary shoring, construction dewatering requirements, general site earthwork considerations including potential re -use of existing soils as structural backfill. • Prepare a draft geotechnical engineering report that provides geotechnical engineering design and construction recommendations in support of the upsizing. The report will include field and laboratory test data, and will include a site and exploration plan (using a base map provided by BHC). We will address any review comments and issue a final stamped geotechnical report. • Participate in one meeting with the BHC team to review and discuss geotechnical issues related to the project. 0 Provide four (4) hours of geotechnical PS&E support during detailed design. ASSUMPTIONS/LIMITATIONS ...... ..... _.. • All site access permission will be obtained and provided by the City of Renton. The borings will be located on the gravel lot (west of Sunset) and the parking lot entrance (east of Sunset) such that traffic control will not be required. • This scope of work excludes evaluation of the presence or absence of potentially contaminated substances in the soil or ground water. Environmental support can be provided as an additional service upon request. • The standpipe piezometer will become property of the City of Renton. It may be necessary to abandon the piezometer at the completion of the design period, before or during construction. Monitoring well abandonment support can be provided as an additional service on request. • This work scope excludes construction support. Geotechnical observation, testing, and inspection can be provided as an additional service upon request. EXHIBIT B CITY OF RENTON CENTRAL RENTON SEWER INTERCEPTOR RELINE & UPSIZE PROJECT PRELIMINARY ENGINEERING, DESIGN AND PREPARATION OF PS&E/BID DOCUMENTS SCHEDULE January 24, 2014 We understand the importance and need for working closely with you and other City staff to perform our work efficiently and complete our efforts in a timely manner. We are able to begin work upon receipt of a signed contract and notice to proceed, or other agreeable written authorization. With the City's authorization, we will begin our work and proceed in a timely manner with an anticipated completion of the preliminary engineering, alternatives analysis and design (30%) and corresponding technical memorandum for the City's review within a one (1) to two (2) month period; and all other final design and related efforts no later than June 30. 2014. Refer to the milestone schedule provided below for further details of the anticipated projected schedule. 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. Should the actual project schedule/timeline differ substantially, additional budget may be required to cover additional related consultant costs. The following represents our understanding of the anticipated project schedule/timeline within the ap- proximately eight 0)-month period beginning in February 2014. Completion Date Notice To Proceed Feb 2014 Prelim. Eng., Alts Analysis & Design/Tech Memo Mar/Apr 2014 Field Survey/Base Map Feb/Mar 2014 Geotechnical Investigation/Summary Letter Report Feb/Mar 2014 Final Design Dwgs, Technical Specs & Cost Estimate May/Jun 2014 EXHIBIT C CITY OF RENTON CENTRAL RENTON SEWER INTERCEPTOR RELINE & UPSIZE PROJECT PRELIMINARY ENGINEERING, DESIGN AND PREPARATION OF PS&E/BID DOCUMENTS FEE January 24, 2014 Based on the attached hour effort estimate and related expenses; we estimate our fee for the proposed effort to be $97,358, which includes $26,573 fors : bcor sultant(s) and $655 for related reimbursable expenses (communications, mileage, reproductions;'etc.). This fee includes a five (5) percent contingency budget of $4,636 for covering,potential additional`, unanticipated efforts/costs. With the City's concurrence and approval, we anticipate the execution of a standard time and expense agreement with a not to exceed amount for the proposed services. A currentSchedule of Charges (effective beginning January 1, 2014) is attached. Specific billing; rates for the primary individuals anticipated to be involved with the project are shown on Exhibit G=1. Attachment(s): • Exhibit C-1 —Consultant Fee Determination ;.`; . • Exhibit C-2 — Breakdown.of Overhead. -Costs • Exhibit C-3 — 201,4 Schedule:of Charges.,_ City of Renton Central Renton Sewer Interceptor Reline & Upsize Project - Preliminary Engineering, Design & Preparation of PS&E/Bid Documents - Exhibit C-1 Consultant Fee Determination (1124/14) draft Task vv Task Description Principal Eng PM/Sr. Engineer Project Engineer CAD/GIS/Graphics Admin./Clerical Total Kreshel Werner $64.00 $58.00 $44.00 $32.00 $26.00 Hours Cost Hours Cost Hours j Cost Hours Cost Hours Cost Hours ! Cost 1 Orientation Meeting & Project Site Visit 0 0 6 348 6 264 0 0 0 0 12 i $612 2 Info. Research, Collect. & Review/Kickoff Mtg/Field Reconn. 0 0 12 696 24 1,066 12 384 0 0 48 $2,136 3 Preliminary Engineering, Alternatives Analysis, and Design (30%) 0 0 14 812 42 1,848 18 576 4 104 78 $3,340 4 Field Survey/Base Map (Limited) 0 0 2 116 6 264 4 128 0 0 12 $508 5 Geotechnical Investigation/Engineering Services (Limited) 0 0 4 232 12 528 0 0 0 0 16 $760 6 Enviro. Documentation and Permitting Services/Assistance (Limit.) 0 0 4 232 16 704 0 0 0 0 20 $936 7 BNSF, WSDOT, Property Owner(S), and/or Other(s) Coordination 0 0 4 232 12 528 0 0 0 0 16 $760 8 Final Design and Prep. Of Drawings and Technical Specifications 0 0 16 928 60 2,640 40 1,280 8 208 124 $5,056 9 Assisance During bid Period (Limited) 0 0 4 232 12 528 0 0 0 0 16 $760 10 Communication/Coordination/Meeting(s) 0 0 24 1,392 24 1,066 0 0 0 0 48 $2,448 11 Quality Assurance/Quality Control 8 512 0 0 0 0 0 0 0 0 8 i' $512 12 1 Project Management 1 2 128 1 32 1,856 1 0 1 0 1 0 1 0 1 12 312 46 $2,296 Labor 10 $640 1 122 $7,076 1 214 $9,416 1 74 1 $2,368 1 24 624 444 ! $20,124 Overhead (183% of Direct) Net Fee (15%, of Direct + Overhead) Total Labor Cost Reimbursable Expenses: Other Direct Expenses -- mileage, reproductions, printing, delivery charges, telecommunications, postage, outsides services, special fees, etc. (approx. 1 % of project labor) Reimbursables Subconsultant(s): KPG (Surveying & Related Services) Aspect Consulting (Geotechnical Engineering Services) BHC Subtotal Subconsultant(s) Subtotal Contingency (5%) TOTALFEE $36,827 8 543 $65,494 $ 655 $ 655 $66,148 $ 5,432 $ 21,141 $ 26,573 $ 4,636 $ 97,358 G-�tK%m C-- l BHC Consultants City of Renton Sewer Interceptor - N. 4th St and Sunset Blvd. Topographic Mapping 1/13/2014 rev. 1/23/14 Task 1 Survey Control Task 2 Survey Mapping Task 3 Underground Utility Locate (by others) Traffic Control Services for SSMH in Sunset Blvd. Task 4 Base Map Preparation R/W determination KPG Hours Rate Amount 4.00 $139.00 $556.00 8.00 $139.00 $1,112,00 4.00 $85.00 S340.00 $450.00 8.00 $100.00 $800.00 14.00 $120.00 $1,680.00 Total $4,938.00 C'V Aspect Proposal No.: 140013 Project Cost Estimate Revision: Central Interceptor Sewer Upsize Project Date_ 23Jan-14 Renton, Washington Prepared By: EOA Proposed Scope of work: Please refer to the eotechmcal engineering scope of work document prepared by Aspect Consulting dated January 13, 2014 ASPECT PERSONNEL & 2014 BILLING RATES WORK TASK Principal 1_Sr_Engr_,-Proj,_Engr_IGeologist� GIS/CAD - Admin. TOTAL TOTAL DESCRIPTION i - - 1------- $194.00 $181.00 $135.00 $107.00 .590.00 ---....-- -.- $73.00 HOLRS AMOUNT Review_geotechnical data for the site ----- ----.._--- I 2 1 2 I -.. -- 1- ---� -- -i-- -- . -- -- q -- $632 ----- - Site reconnaissance, plan field explorations, obtain utility clearances, I I coordinate_ drilling activities with City and other stakeholders 1 1 I 2 I t0 1 2 IS S1,667 Field exploration - three borin s with one stand i e iezometer 1 12 Boring logs and assign/review laboratory test data _ _ — I I 2 1 2 2 2 8 $810 _ —f ---- f - - ---------- — -� I 8 1 12 --- 21 $3,262 _Geotechnicalengineeringanalyses _ Draft and final eotechnical re ott P---------------------------------- _ — 1 8 l —� 6_—_ I 8 �_ 2 I2 — $2,68_6____Partici -------------g----------- ate in one 1 meetin to discuss eotechnical issues ------- --� - _ Geotechnicalengineering input and coordination during PS&E5724 a Project and contract management and correspondence q6 $1,162 a V rnl. Uuwl.l -An' L DVn: LARORATORV TCCT CITMMARV- 2 L9 Test Est. No. ( Tests I Unit Cost j Total Cost Natural Moisture Content Grain Size Distribution 23 6 $16 S90 $368 5540 Grain Size Distribution with Hydrometer 0 S210 s0 AtterberpzLimits (plasticity) 3 $150 j $450 Modified Proctor (moisture -density) 0 $190 j s0 LA VMIIUKY 1VIAL: 3-l'i 0 32 24 4 12 103 $13,761 ESTIMATED DIRECT EXPENSES: Mileage, parking, field supplies, etc. $100 Laboratory Testing (detail to left) $1,358 Drilling Subcontractor (3 borings, one piezo, "no sampling) 54,000 Traffic Control Subcontractor SO TOTAL DIRECT EXPENSES: 55,458 PROJECTTOTALS AND SUMMARY: Aspect Labor $13,761 Direct Expenses $5,458 ESTIMATED PROSECT TOTAL: L519,219 Assumptions: 1. All Hours and expenses are estimates; they may be increased/decreased, within the limits ofthe budget at the discretion ofthe Aspect project manager. The Aspect project manager may also transfer funds allocated for direct costs to professional/technical hours, and vice -versa, as appropriate. 2. All site access and permiting required for exploration will be aquired by the owner (City of Renton) at no cost to Aspect. 3. The scope of work is related solely to geotechnical engineering evaluation of site soil and ground water, with a view toward evaluation of bore -and jack, pipe bursting, and open -trench sewer construction. Neither identification nor evaluation of contaminants that may be present in the soil or ground water is included in this scope of work. 4. The piezometer installed for this project will become the property of the City of Renton. Well decommissioning should be antincpated before or during construction, and should be performed in accordance with Washington Administrative Code and Department of Ecology regulations. P140013 EXHIBIT C-2 BHC CONSULTANTS, LLC BREAKDOWN OF OVERHEAD COSTS Provisional Rate FY Ending December 31, 2011 Direct Labor (Billable Base) A $1,758,220 General & Administrative Expenses Indirect Salaries B $1,185,240 Payroll Burden Payroll Taxes $91,199 Health & Life Insurance Program $349,232 Worker's Compensation - Performance Bonus $198,868 Retirement, Pension, 401(k) $111,313 Vacation, Holiday, Sick $315,498 Other Employee Benefits $9,199 Total Payroll Burden C $1,075,309 Other General & Administrative Expenses Temporary Personnel $0 Legal & Accounting $98,588 Facilities (Occupancy) $429,577 Communications $35,391 Professional Development $36,920 Personnel $31,795 Business Development $72,885 Travel & Subsistence $21,889 Printing & Reproduction $2,950 Vehicle Expense $6,034 Office Supplies $28,502 Library $2,229 Computer & Software Expense $72,010 Business Licenses and Taxes Other Than Income $131,809 Insurance Expense $86,522 Contributions $283 Depreciation $67,498 General & Administrative Other $70,109 Total General & Administrative Expenses D $1,194,991 Unallowable Costs Owner Distributions -$75,000 General Marketing -$7,161 Corporate & Owner Tax Return Preparation & Consulting -$62,390 Entertainment, Gifts -$19,788 Advertising, Sponsorships, Contributions -$25,534 Unallowable Travel Expenses -$3,000 Key Man Life Insurance -$13,537 Charitable Contributions -$283 Losses on Contracts -$31,936 Total Unallowable Costs E -$238,629 Total Allowable Costs (B+C+D-E) F $3,216,911 Facility Capital Cost of Money @ 2.5625% G $2,712 Overhead Rate(F+G/A) 183% 2014 Schedule of Charges Billing Title Hourly Billing Rates Principal Engineer $175 - $230 Principal Structural Engineer $190 - $210 Sr. Structural Engineer $175 - $190 Senior Engineer $140 - $175 Project Engineer $100 - $140 Staff Engineer* $85 - $100 Engineering Technician* $50 - $85 Planning Manager $110 - $150 Senior Planner $75 - $110 Planner $60 - $90 GIS Specialist* $90 - $95 Sr. Field Inspector* $100- $140 Field Inspector & Building Inspectors* $80 - $100 CAD Manager* $120 - $145 Draftsperson* $85 - $100 Project Administrator* $80 - $130 Project Coordinator/Word Processor* $60 - $80 Building Code Compliance Review $90 - $210 Professional Reimbursement: The hourly billing rates include the cost of salaries of the BHC employees, plus paid sick and safe leave, vacation, holiday, other fringe benefits, indirect overhead and fee. All employees classified as "non-exempt" (billing category denoted with *) by the U.S. Department of Labor will be compensated at 1-1/2 times salary, as per State and Federal wage and hour laws. Billing rates will be calculated accordingly for these overtime hours. Communication Fee: Project Labor times 3.0% which includes telecommunications, faxes, standard U.S. Mail, mobile phones, and internet access. Direct Expenses: Reimbursement for direct expenses incurred in connection with the work, will be at cost plus ten percent. See Schedule of Non -Labor Charges for detail. The foregoing Schedule of Charges is incorporated into the agreement for the services provided, effective January 1, 2014 through December 31, 2014, and will be adjusted thereafter. �,��ti' �- � CGcia�• a CONS IL:TANTS. - Schedule of Non -Labor Charges January 1, 2014 Non -Labor Charges Description Fee Reproduction In -House Reproduction B&W Print 8.5" x 11" $0.15/Copy B&W Print 11" x 17" $0.30/Copy B&W Plot (Line Drawings) up to 6 sq. ft. $2.00/Copy B&W Plot (Line Drawings) Large Format Plot (> 6 sq. ft.) $0.33/Sq. Ft. B&W Mylar up to 6 sq. ft. $14.00/Copy Color Plot (Color Graphics) up to 6 sq. ft. $12.00/Copy Color Plot (Color Graphics) Large Format Plot (> 6 sq. ft.) $2.00/Sq. Ft. Color Print 8.5" x 11" $1.00/Copy Color Print 11" x 17" $2.00/Copy External Reproductions Cost + 10% Subconsultants & Contractors Cost + 10% Transportation & Travel Airfare Cost + 10% Lodging Cost + 10% Meals Cost + 10% Vehicle Rental & Gas Cost + 10% Public Transportation & Taxis Cost + 10% Parking Cost + 10% Mileage IRS Rate Telecommunication, Faxes, Standard U.S. No Charge if 3% Comm. Chg. Mail, Mobile Phones, Internet Access and Included Cost + 10% Hardware Express Mail & Courier Cost + 10% Special Fees, Insurance, Permits, and o Cost + 1.0/o Licenses Software & Equipment Cost + 10% Legend City of Renton Print map Template City and County Labels City and County Boundary Other City of Renton Addresses J jjf 0823059197 r Parcels 0823059026, U 72230000i0 i'6 l t� f 0823059087 354 omca ;;. 1 1723059122 � 135230i1: / !352301205 t� o 1675 j = -'i 1723059033 ! r Notes 3 S3 + f � 1 None 323- lr, J // rl i Information Technology - GIS This map is a user generated static output from an Internet mapping site and 73 0 37 73 Feet is for reference only. Data layers that appear on this map may or may not be Renton Ma pSupport@Rentonwa.gov accurate. current, or otherwise reliable. �-- Ctty Of Refffon... W GS_1984_Web_Mercator_Auxiliary_Sphere 01/21/2014 THIS MAP IS NOT TO BE USED FOR NAVIGATION Fln<U]Ce & IT Division David Christensen From: Jeff Kreshel [Jeff. Kreshel@bhcconsultants.com] Sent: Tuesday, January 14, 2014 2:17 PM To: David Christensen Cc: Aaron Werner Subject: COR: Central Sewer Interceptor Relin & Upsize - Draft Work Scope (dated 1/14/14) Attachments: COR Central Sewer Interceptor - Draft Work Scope 1-14-14.pdf Dave, Per your request, the attached initial draft scope of work for the subject project is forwarded for your information, review and comment. Please note this draft document is a work in progress with some known "holes". It is intended to facilitate communication about and a mutual understanding of the intended/anticipated project approach as well as desired consultant versus City roles/responsibilities for the work. Following your review, please share your comments/questions and we'll arrange a time to discuss. Meanwhile, if you have any questions or require additional information, please let me know. Jeff Jeffrey S. Kreshel, P.E. Principal Engineer S AS 1601 Fifth Avenue, Suite 500 Seattle, WA 98101 Ph: 206-505-3400 Fax: 206-505-3406 Jeff.kreshel(o)_bhcconsultants.com This email and all attachments are confidential. For further information about emails sent to or from BHC Consultants or if you have received this email in error, please refer to Email Disclaimer EXHIBIT A CITY OF RENTON CENTRAL SEWER INTERCEPTOR RELINE & UPSIZE PROJECT PRELIMINARY ENGINEERING, DESIGN AND PREPARATION OF PS&E/BID DOCUMENTS SCOPE OF SERVICES January 14, 2014 :L Per your request, this scope of sery es is furnished to the City of Renton (City). It represents the engineering services to be perfor ed by BHC Consultants, LLC (BHC) and subconsultants — KPG (survey work) and Aspect (geot hnical engineering) for the preliminary engineering, design and support during bid/construction, ervices in support of the subject City Central Sewer Interceptor Reline & Upsize project. Project improvements are anticipated to provide for the relining and upsizing of portions of the City's Central' Sewer Interceptor of the City's sewer system located within Renton, Washington city limits. More specifically, the project consists of the following.. • relining approximately 625 feet of existing 24-inch diameter sewer located along N 4"' St alignment/ROW between City sewer manhole(s) - SSMH # 5317-249 (near the intersection with N. 3`C PI.) and SSMH 5317-185 (east of the BNSF railroad tracks, near the intersection with Houser Way), and • upsizing (to 18-inch dia.) approximately 150 feet of existing 12-inch diameter sewer located along N 4`' St alignment/ROW between City sewer manhole(s) - SSMH 5317-185 (east of the BNSF railroad tracks, near the intersection with Houser Way) and SSMH 5317-186 (in the center of the northbound lane of Sunset Blvd N). This proposal is based on our understanding of the City's needs and requirements gained during our meeting and site visit(s) with you on December 17, 2013. as well as subsequent related discussions and input. Proposed Work Scope The purpose of the work scope defined below is to perform the desired conceptual analysis and preliminary design services to support the project. The following efforts are anticipated. 1. Orientation Meeting & Project Site Visit: Prepare for and meet with City personnel and visit the project site on 12/17/13 to review and discuss the project, background, and desired assistance. Information Research, Collection, and Review/ Kick -Off Meeting/Field Reconnaissance: Collect and review existing available City and other agencies' (i.e. BNSF, WSDOT) information - documents, as-builts, and other pertinent available information to further understand, identify, and define the City's and others' existing facilities and equipment and system's current operating conditions and procedures relevant to the project. BHC will visit the project site and meet with City personnel to obtain the following information: l City of Renton Central Sewer Interceptor Reline & Upsize Consultant Services January 14, 2014 • further understand, identify, and define the City's existing sewer system in the vicinity of the project; • further review and discuss project goals and objectives, understanding and requirements of desired improvements, and work plan; and • collect minimal, additional physical data (field measurements, limited) for design of improvements. A total of eight (8) hours for each of the project manager and project engineer have been budgeted for the site visit including meeting with City personnel,, --obtaining field measurements, etc. (described above). 3. Preliminary Engineering, Alternatives Analysis, and Design (30%): Perform preliminary engineering to identify and evaluate"a limit "' :number of potential alternatives and develop the project's design to.a 30%-level. Project constraints and considerations as well as applicable design criteria, related requirements,-:and%or assumptions will be identified Up to three (3) alternatives each, as appropriate, for the relining" (CI PP, deformed/'reformed fining; sh'plmmg) . _ .�... and "upsizing" (pipe bursting, bore & jack; and`open cut trench) portions ofahe project will be developed for consideration relative to City goals anid functional requirements=;:The preliminary engineering and alternatives analysis will be performed to asufficient level of detail to evaluate and select a preferred design approach/solution for the proposed project including identify required basic orageneral elements/facilities/features, as well -as estimate a planning -level opinion of probable construction cost for the project Existing available ;topographic information, GIS data, and other mapping provided by the City `or others`will-be used fo,identify and illustrate the project's preliminary (30%) design concept(s). The preliminary design analysis and recommended improvements will te'documeniif in a brief technical°memorandum to be used as the basis for final design. 4. Field Survey/Base Map (Gm�ted) Perform a field survey and ptep�are a basemap relative to design the sewer upsizing portion (only) of the project: The surveying and,.related_ services will include collecting survey information for site topography, rights of way, easements, locations1:of existing utilities and other structures, facilities or features:that may influertce design'as specifically defined in the Surveying subconsultant's proposal. `Inygeneral, serviceswill include: • Right of V 41jpetermination-- research readily available City/County records to determine the location of existing public rigM(s)-of-way and easements in the project area — see assumptions. • Field Control & Topograpfi&'�Surveys — conduct a field control survey to tie the project to local horizontal and vertical=monumentation. Establish vertical and horizontal control using the City's preferred datum-". Horizontal Datum — NAD83/91 and Vertical Datum — NAVD88. Conduct a limited field topographic survey to obtain topographic and facility or feature information required for design along the project corridor. The field survey will be augmented with other existing available topographic mapping and/or other facilities and related information, as may be available and appropriate. Locations of existing surface features, subsurface and aerial utilities (water, sewer, storm drain, gas, power, TV, phone and/or fiber optic) will be identified and mapped - see assumptions. • Base Map Preparation - prepare a base map to reflect the current project site conditions based on the field survey and other existing available topographic mapping and/or other facilities and related information. The base map will be prepared in accordance with City of Renton Drafting City of Renton Central Sewer Interceptor Reline & Upsize Consultant Services January 14, 2014 Standards. The final base map will be stamped and signed by a Surveyor (PLS) registered in the State of Washington. * For further details — see 1/13/14 KPG proposal (copy attached) Geotechnical Investigation/Engineering Services (Limited): Provide limited geotechnical engineering services relative to the design the sewer upsizing portion (only) of the project. The geotechnical engineering services will include review of existing available soil data and limited subsurface explorations as specifically defined in the Geotechnical subconsultant's proposal. Based on an analysis of this information, the project understanding, and other similar projects, recommendations will be developed for design and construction of project improvements. In general, services will include: • Review Existing Data — Review readily available existing geotechnical and geologic data for the project areas to gain an overview of general geologic conditions and to aid in identifying geotechnical factors that might have an impact on the design and construction of the project. • Limited Subsurface Explorations/Testing and Laboratory Analysis — Perform limited subsurface explorations consisting of up to three (3) machine -drilled borings and laboratory analyses to determine subsurface soil and groundwater conditions along the project corridors/alignments. The subsurface explorations will be spaced and located at relatively unobtrusive locations based on the planned project alignments, field reconnaissance, and review of geologic and geotechnical information in the vicinity of the project — see subconsultant proposal for further detail on boring locations. Soil samples will be taken from the explorations at various depths to be determined by the field engineer/geologist during exploration. Soils observed in the excavations will be evaluated for consistency with the general geologic conditions reviewed, as described previously above. Laboratory tests will be conducted on selected soil samples to determine engineering properties necessary for design. • Engineering Analysis - Evaluate data derived from the subsurface explorations and laboratory testing with respect to design of the project. Geotechnical recommendations will be determined by the Geotechnical subconsultant regarding pipeline upsizing design and construction, alternatives construction methods, and other related project requirements and considerations. • Geotechnical Summary Letter Report - Prepare a brief letter report to summarize the results of the limited subsurface explorations, analyses, and geotechnical recommendations pertaining to the design of the project. * For further details — see 1/13/14 Aspect proposal (copy attached) 6. Environmental Documentation and Permitting Services/Assistance (Limited): Provide limited environmental documentation and permitting services/assistance (specifically defined below) as requested by the City for the project. • State Environmental Policy Act (SEPA) Checklist/Assistance — BHC will prepare/provide doc- umentation required to support the City's preparation of a SEPA Checklist (draft) for the pro- ject. * If additional environmental documentation and/or permitting services/assistance are de- sired/required, additional budget may be required. City of Renton Central Sewer Interceptor Reline & Upsize Consultant Services January 14, 2014 BNSF, WSDOT, P►j�ert wrter(s) and Other Coordin�tion: Coordinate with BNSF, SDOT)property owner(s) — PACCAR, Enterprise Car Rental, and/or other(s) — as required during the preliminary engineering, design and construction phase(s) of the project. For budgeting purposes, up to three (3) meetings, erne with eaGh park for an average of four (4) hours each including preparation, travel, and attendance are included for each of the project manager and project engineer. The extent of work; which may be required under this task, is difficult to and cannot be accurately predicted and therefore, a budget allowance of approxi ately $?,000 has been established for this work. Final Design and Preparation of Drawings and Technical Specifications: 64W IC4 /�i Perform/complete final design and prepare drawings and technical specifications for the City �� selected sewer system improvements for the project. In general, the project will consist of the identified/defined improvements based on the Task 3 — Preliminary Engineering, Alternatives Analysis, and Design work. It is anticipated the project will include new and/or rehabilitated sewer interceptor piping and manholes, related system appurtenances, and connections or adjustments to existing or proposed facilities as well as related site/ROW restoration work. Design of project improvements will be developed utilizing the prepared base map (defined previously) and/or based on City -furnished base mapping and related information as applicable; and will be in accordance with the City of Renton's current design standards, applicable codes and regulations, and generally accepted industry standards and practices. Drawings and technical specifications, and opinion(s) of probable construction cost will be developed for design of the project. Draft documents, as identified/defined as deliverables below, will be prepared at the 60% and 90% level of completion for review by the City. • The fee estimate is based on the following preliminary drawing/sheet list. This drawing list (up to 7 sheets total) represents BHC's best judgment as to the drawings that will be required for design of the project. Cover Sheet, Location Map, and Index of Drawings (1 sheet) General Survey & Construction C/L Control and Notes, and Temporary Erosion and Sedimentation Control Notes (1 sheet) Legend, Abbreviations, Symbols, and Designations (1 sheet) Reline Sewer Plan & Profile Drawings (2 sheet) - Upsize Sewer Plan & Profile Drawing (1 sheet) Sewer System Miscellaneous Details (1 sheet) Relevant City Standard Plans (Details) or other applicable standard plans (e.g. WSDOT) will be referenced and will be identified for appending to the specifications. • Technical specifications (including the development of a bid schedule) will be prepared for the project. The design specifications for the project will be based on the 2012 edition of the Washington State Department of Transportation (WSDOT/APWA) Standard Specifications for Road, Bridge, and Municipal Construction, as well as the City's Standard Specifications that modify or supplement the Standard Specifications. The City's standard, boilerplate front end documents — bid information, contract forms, etc., non -technical specifications (general condi- tions and/or requirements, including Special Provision, Division 1), and technical specifications (Special Provisions, Divisions 2 through 9) that supplement or modify the WSDOT Standard Specifications will be used and modified (as appropriate) for the project. The City's standard technical specifications (Special Provisions, Divisions 2 through 9 - only) that supplement or modify the WSDOT Standard Specifications will be used and modified (as appropriate) for the project. City of Renton Central Sewer Interceptor Reline & Upsize Consultant Services January 14, 2014 prob An opinion of able construction cost for each of the preliminary and final design submittals will be developed. 9. Assistance During Bid Period (Limited): Provide the following limited support and assistance to the City during the bid period. At the City's request, respond to inquiries and requests for clarification from the bidders and/or others regard- ing the contract documents. As needed or appropriate, prepare the necessary text and/or drawinc revisions or supplemental drawings to be included in an addendum which will be prepared, final- ized, and issued/distributed by the City. Provide related miscellaneous support and assistance during the bid period, including general communication and coordination with City staff and others to exchange information, provide assistance, discuss related issues, coordinate efforts, etc. *Due to the difficulty in determining the extent of assistance/services during the bid period that may be desired/required; a budget allowance of approximately $?,000 has been established for this task. 1 � h 3� I v 10. Support During Construction (Limited): Provide limited support and assistance to the City A during construction of the project. At the City's request, assist with resolving technical issues, questions, or problems, clarifying or understanding the intended design and contract documents, and reviewing proposals for changes in the work or design. As needed or appropriate, provide supplemental instructions and/or drawings/sketches for clarification. Provide related miscellaneous support and assistance during construction, including general communication and coordination with City staff and others to exchange information, provide assistance, discuss related issues, coordinate efforts, etc. *Due to the difficulty in determining the extent of technical support that may be desired/required during construction, a budget allowance of approximately $?,000 has been established for this task. 11. Communication/CoordinationJMeeting(s): Maintain regular communications (phone, facsimile, e-mail) and coordinate with City personnel to exchange information, discuss related issues, and coordinate efforts. Meet with City staff to re- view and discuss the project's design development. It is anticipated that up to two (2) additional meetings (not otherwise identified above) will be held, following select design review submittals (preliminary and final design tasks), to discuss the project. The project manager and project engi- neer will attend the meetings. A budget allowance of approximately $?,000 has been established for this effort based on the two (2) meetings and twenty fe F (24) additional hours. If additional meetings or coordination and communication time is required, additional budget may be request- ed. 12. Quality Assurance/Quality Control: A senior engineer (not directly associated with the project) will review draft documents for completeness, clarity, coordination, and/or other quality considerations. A budget allowance of approximately $?,000 has been established for this effort. 13. Project Management: Provide project management, coordination and administration in support of BHC's final design, support during bid period/construction and related services. These efforts include those associat- ed with project development, initial contracting and project setup, management of consultant team, related internal, subconsultant(s), and client communication and coordination, and preparation of City of Renton Central Sewer Interceptor Reline & Upsize Consultant Services January 14, 2014 monthly invoices The budget assumes a limited, up to twelve (12) calendar months, period end- ing no later than December"31 Deliverables: • Preliminary (30%) Design Drawings, Technical Memorandum & Opinion of Probable Con- struction Cost • Field Survey and Base Map • Geotechnical Summary Letter Report • Preliminary Design Documents & Opinion of Probable' -Construction Cost - (60% & 90%) Submittals • Final Design Documents & Opinion of Probable,`Construction Cost Additional Services The City may request BHC to perform additional services not included in the.above listed activities and/or provide additional information and/or detail beyond what is.anticipated at #_his time. BHC shall perform such services and will be paid for such additional ;services when they are mutually agreed to and made part of the agreement by wHtten amendment or other authorization by the City's Project Manager. At the City's request, a scope and fee:estimate for such additional assistance may be developed. Attachment(s): • Assumption(s) • KPG Survey Proposal.(dated • Aspect Geotechnical En1/1 gineering Proposal (dated 1/13/14) 7. City of Renton Central Sewer Interceptor Reline & Upsize Consultant Services January 14, 2014 ATTACHMENT TO EXHIBIT A ASSUMPTION(S) The described efforts and scope of work as well as the associated fee estimate and schedule are predicated on the following assumptions. 1. The City will provide the following information to BHC: relevant engineering data, plans, specifications, reports/studies, topographical or other mapping, physical system information (as-builts), and/or other pertinent information available about the City's existing sewer system/facilities relevant to the project, applicable City standards, design criteria, requirements, and/or preferences, deemed necessary for BHC's work. As described above and herein, pertinent data and information required for determining and evaluating the existing conditions (capacity and other operating/performance characteristics) as well as potential future needs and requirements will be provided by the City. 2. Special assumptions regarding design of the project: - Inspection of the condition of the existing City sewer system infrastructure features and facilities is not included as part of this effort. It is anticipated that the City (or the City's contractor) will remove existing roots and TV- or visually -inspect the existing pipelines, manholes, etc. (if required) in order to determine their integrity/availability/adequacy for use. - It is our understanding that an analysis of the City's sewer system and determina- tion/identification of system requirements — sizing, etc. will be furnished by the City or others. Design of sewer system facilities does not include a hydraulic analysis or eval- uation of the existing system (characteristics, condition, or capacity) including down- stream or upstream of the project. If such an analysis is determined to be necessary additional budget may be required. - Roadway restoration (if required) will consist of repairing the trench/excavation section and pavement patching, not reconstruction or complete overlay. The requirement for the structural section will be per the City of Renton's standards, and not require a sepa- rate design. - landscaping restoration will be minimal and will not require a landscape architect. - The following work is not included as part of BHC's efforts (alternatively, are anticipat- ed to be required of and/or prepared by the construction contractor or others): 1) in- spection of existing facilities or field measurements or other quantification of flows (if applicable/needed) for analysis/design; 2) Stormwater Pollution Prevention Plan B=PP rep_ _ aration )_evaluation of preliminarv�ngineering design of TESC BMPs 4) analysis of re ui ora Sewer Bypass Plan prepara- tion preparation (or analysis) of a project -specific temporary traffic control pan, if pplicable (working hours limitations and signage requirements will be coordinated with City Transportation group); and 6) preparation of other documentation beyond that specifically identified and stated herein. 3. BHC's work, unless otherwise specifically stated, will be based on and utilize existing available base mapping (including original design drawings and/or record drawings) to reflect current site conditions, including topographic survey and existing facilities furnished by the City or others in an AutoCAD drawing file/format. Based on that discussed and agreed to with the City and unless otherwise specifically stated, BHC's work scope and budget does not include field survey, mapping or other related services to determine surface and subsurface features P. 1 of 3 City of Renton Central Sewer Interceptor Reline & Upsize Consultant Services January 14, 2014 and utilities (with detailed vertical and horizontal information) such as information for site topography,ri ht s -of-way, centerline of ri ht s -of-wa easements, locations of existing i� g () Y, g () Y, 9 utilities - water, sewer, storm drain, gas, power, TV, phone and/or fiber optic, and other structures, facilities or features that could potentially adversely impact design and/or construction. 1. 4 Utilities that may potentially impact or be affected by the project include, but are not necessarily limited to the following: City of Renton — stormwater, water, sewer; ComCast Cable, Verizon, Century Link — phone/fiber optic/TV; Seattle City Light, Puget Sound Energy — power; Puget Sound Energy - natural gas. It is assumed that the information furnished by the City and others regarding the location, etc. of the various existing utilities can be relied upon for purposes of design of the project. Existing utilities that may be in conflict or require adjustment during the construction of this project will be identified. Potholing to verify location and elevation of existing utilities is not included as part of this scope of work and if necessary v will require additional budget. All coordination required for relocating existing utilities (if required) will be done by the City. 5. Coordination with franchise utilities (e.g. power, natural gas, phone/fiber optic/tv, etc.), and other agencies including possibly for relocating existing utilities is not part of the curre�work scope and if needed will require additional budget. 6. All project work is anticipated to occur and be located within e tirlg pnbftc Figt� -way or existing City property or easement(s). No new tempor and/or permanent easements will be obtained, except as otherwise specifically identified. Individual deeds and title reports to determine/verify existing public right(s)-of-way or easements are not part of the work scope. Easement negotiations, acquisition, and recordings are not part of the work scope and if needed will require additional budget. If necessary, the City will be responsible for all efforts associated with temporary/permanent easements required for the project. Right(s) of Entry, if required, will be obtained by the City as necessary for BHC's and subconsultant's use/work for the project. 7. BHC's work will be based on available environmental documentation and/or permitting (if any/required) furnished by the City or others related to the project. BHC's work scope and budget does not include time for the preparation of permit applications or other environmental review and/or documentation for the project, or other related services and/or assistance, except as otherwise specifically identified. We LlRdeFStand a r ,l+, Fal pos„ ,FGe 0 0 me + 4y oempleted for the . A construction stormwater permitting applications/submittals permit is not anticipated and specifically assumed to not be required for this project. Other City or non -City (federal, state, or other local) permits may be required. City permits that may be required for the project incl those for: building, land use, clearing and grading, stormwater, ROW/street opening, a or utility installation. No non -City permits are anticipated to be required for the project. e understand it to be the City's intention to be responsible for the preparation of any/all information, applications, and/or fees necessary for all City or other permits required for the project. Preliminary design drawings (30%) will include plan and profile drawings only and will represent preliminary alignment, sizing and layout of proposed improvements. Details, except as otherwise specifically stated herein, will not be prepared. BHC's fee estimate is based on I� up to an estimated three (3) drawings (plan & profile) may be required for illustrating the preliminary design (30%) of the project's improvements. V P. 2 of 3 City of Renton Central Sewer Interceptor Reline & Upsize Consultant Services January 14, 2014 9. Drawings will be prepared in accordance with City of Renton Drafting Standards. The plans will be 22"x 34" drawings with a standard signature block. Drawings will be prepared using AutoCAD 2012/Civil 3D. From the full size drawings, half -sized drawings will be produced for review copies. 10. Based on discussions with the City it is our understanding that the project manual or contract documents (including bid information, contract forms, and non -technical specifications) required for the project will be prepared by the City; and, therefore is not part of the work scope and if needed will require additional budget. 11. Two (2) sets of half-size drawings, and an electronic copy, for each design submittal will be provided to the City for review. It is requested that the City provide one set of written comments for all preliminary submittals. All review comments from the City will be addressed and incorporated in the revised/final documents. 12. The final submittal shall include technical documents, signed and stamped by the design engineer responsible for their preparation, and ready for the City staff approval signatures (if applicable). An electronic copy on a CD and one set of camera ready, full-size drawings will be provided to the City (or Builders' Exchange or designated reprographics company) for printing and preparation of the bid/contract documents. The budget assumes that the City will be responsible for all printing costs. Two (2) copies of final bid/contract documents "Issued for Bid" are requested for BHC's use and record. 13. In preparing the scope of services defined herein, we have attempted to identify all tasks/work that were considered necessary or essential to the work/project as desired by the City at this time. Should other services and/or additional time be necessary or desired by the City for the project, additional budget may be required. P. 3 of 3 City of Renton Central Sewer Interceptor Reline & Upsize Consultant Services January 14, 2014 KPG Survey Scope of Work Project Limits Project limits are within a 60-foot wide strip along the easterly extension of N. 4th Street from 50 feet west of sewer manhole no. 5317-185 located on the east side of BNRR right of way, approximately 200 feet east to the easterly right of way of Sunset Boulevard, including sewer manhole no. 5317-186. Task 1 Survey Control Establish horizontal and vertical control points within the project limits. Basis of control will be NAD 83/91 and NAVD88 for horizontal and vertical respectively. Approximately 2 control points will be established for continued use. Task 2 Survey Mapping Field Survey. Field mapping will include underground and overhead utilities (water, gas, sanitary, electric, storm. etc.), surface features, storm drain features (pipe size, materials, structure type, invert and rim elevations, pipe, ditch and swale locations) within the mapping area. Field survey for utility locate paint marks at 50-ft intervals and surface feature (valves, manholes, catch basins, junction boxes, vaults). Irrigation systems will not be included. This information will be added to the base map. Perform measure -downs of existing storm drain and sanitary sewer structures. Document the approximate size, type, material, and general condition of the structures. These observations will be made from the surface. Any required pipe video inspection, potholing or smoke testing needed to verify the condition or connectivity of drainage features is outside the scope of this task. Task 3 Underground Utility Locate An underground conductible utility locate within the project limits to be performed by a private utility locating firm. A one -call utility locate request will be ordered for public right-of-way portions (if any). While every reasonable effort will be made by KPG to depict the location of underground utilities based on utility locates, KPG is not liable for errors or omissions by utility locators or erroneous or insufficient information shown on utility record drawings.9c�o.� 01�-- b'ffcf at"),J r� Task 4 Base Map Preparation Prepare 1 "=20' topographic base map and digital terrain model (DTM) in AutoCAD format of the project to City of Renton cad standards. The base map will include underground and overhead utilities (water, gas, sanitary, electric, storm, etc.), surface features, storm drain and sewer features (pipe size, materials, structure type, invert and rim elevations) within the project area. One -foot contours will be generated from the DTM. N 4th Street right of way will be determined from available public records (i.e. records of survey, plats, state right-of-way plans, etc.) and found survey monuments. Right-of- way and parcel information will be added to the base map. It is assumed that title reports will not be available for this task. Task 5 Legal Description No new legal descriptions are anticipated. It is assumed that the existing right-of-way will be adequate to provide access. BBC Consultants City of Renton Sewer Interceptor - N. 4th St and Sunset Blvd. Topographic slapping 1/13/2014 Task 1 Survey Control Task 2 Survey Mapping Task 3 Underground Utility Locate (by others) Traffic Control Services for SSMH in Sunset Blvd. Task 4 Base Map Preparation R/W determination KPG Hours Rate Amount 4.00 $139.00 $556.00 8.00 S139.00 $1,112.00 4.00 $85.00 $340.00 S450.00 8.00 $100.00 S800.00 6.00 $120.00 S720.00 Total $3,978.00 RENTON CENTRAL SEWER INTERCEPTOR RELINE AND UPSIZE PROJECT ASPECT CONSULTING, LLC -- GEOTECHNICAL ENGINEERING INVESTIGATION Aspect will provide geotechnical engineering support for the Upsize Project, involving the upsizing the existing 12-inch pipe to provide for increased flow capacity. This reach of pipe extends west from the northbound center lane of Sunset Blvd toward the BNSF railroad tracks. As-builts indicate the pipe to be vitrified clay pipe (VCP) and about 11 feet deep at the western manhole (near the BNSF railroad). This reach of pipe may be upsized in place by bursting methods; however bore -and -jack and open trench replacement methods will also be evaluated. SCOPE OF WORK - the geotechnical investigation will include the following: • Review readily available geotechnical and geologic data for the site. • Complete a site reconnaissance to observe site access conditions and to determine and mark proposed boring locations for utility clearances. • Complete a geotechnical field exploration program consisting of three (3) machine -drilled borings at two (2) locations. Borings will be located in the gravel parking lot on the west side of Sunset Blvd, and in the entrance to the restaurant building on the east side of Sunset Blvd. At the western (gravel lot) boring location, we will drill two borings: one directly over the crown of the pipe, and one off to the side of the pipe, to explore trench backfill and native soil conditions. At the eastern (parking lot entrance) boring location, we will drill and sample a single boring. Soil samples will be retrieved at 2%:-foot intervals in each boring using Standard or Non -Standard Penetration Test methods. A standpipe piezometer will be installed in the deeper eastern (parking lot) boring location to monitor ground water conditions during the design period. The borings and piezometer will be completed in accordance with Ecology regulations. • Assign geotechnical laboratory testing on selected samples to characterize engineering and index properties of the site soils. Such tests will include grain size distribution, Atterberg Limits (if fine- grained soils are encountered), natural moisture content, and Modified Proctor (compaction). • Conduct geotechnical engineering analyses with respect to pipe upsizing options by bursting and by trenchless (e.g. bore -and -jack) methods. Evaluations will include potential ground displacement due to pipe bursting, earth pressures on temporary shoring, construction dewatering requirements, general site earthwork considerations including potential re -use of existing soils as structural backfill. • Prepare a draft geotechnical engineering report that provides geotechnical engineering design and construction recommendations in support of the upsizing. The report will include field and laboratory test data, and will include a site and exploration plan (using a base map provided by BHC). We will address any review comments and issue a final stamped geotechnical report. • Participate in one meeting with the BHC team to review and discuss geotechnical issues related to the project. • Provide four (4) hours of geotechnical PS&E support during detailed design. ASSUMPTIONS/LIMITATIONS • All site access permission will be obtained and provided by the City of Renton. The borings will be located on the gravel lot (west of Sunset) and the parking lot entrance (east of Sunset) such that traffic control will not be required. • This scope of work excludes evaluation of the presence or absence of potentially contaminated substances in the soil or ground water. Environmental support can be provided as an additional service upon request. • The standpipe piezometer will become property of the City of Renton. It may be necessary to abandon the piezometer at the completion of the design period, before or during construction. Monitoring well abandonment support can be on request. • This work scope excludes construction support. Geotechnical observation, testing, and inspection can be provided as an additional service upon request. LO CD SUNSET SEWER INTERCEPTOR PHASE II SUNSET BLVD NE: N 4TH ST TO HARRINGTON AVE NE VICINITY MAP AS -BUILT AS CONSTRUCTED INFORMA RON PROVIDED JAN. 26, 2006 BY RCl/PARSONS CONSTRUCTION GROUP RECOMMENDED FOR APPROVAL ��— O/ • //OS UDLIT SERVICES DIRECT61 OAIT MAINTENANCE SERVICES DIRECTOR DATE WASFWA7ER UTILITY DATE '1 C C Ic C SRN J4 aE WA�,Se� . 4NL E%PIRES 8 21 O5 LEGEND w wI.T[R v.LVE {} nrDRNNT p FAR[ o-=Pi. [oNnecnw A _'R YETEP �® ' EYES (SS/SD) G CB o POWERNhiirr-PALE E— a Cur .LNaoa PEDES!RIA. POSH BUTTON ("'�=, TRAFFIC SIGNAL ARAI � _lJhCn(W BO% Q POWER TRu+SFORuER C ELECIRIC CABINET © POWER/TELEPHONE VA I TELEPHONE/TV RISEN GAS VALE¢ A. Luuw�iRE LUYWNRE W/CO.NC. F—IG V J-C SIREET LICIT, w SPOT ELZ-A _ SGN ( I, BO% ROCKERr ` ,�Q ,"I-- CONFER TREE ODEOD. TREE BORE MOL' B -alo CI•SED YCM1VENi i - — CENTER LINES ---- PRO ml LINES — ---- R:--OF-WAY LINES CTC. L'NES/ -'Ow Wxr R LINE _- -- ES— --SD--- STNIT— SEWER DRNN LwE -- G --- FO— GA, L' 113C LINE OPEC LINE --UCP— ONDERGR— POWER LINES INDE DNDERGRDGND TLEPHONE LINES —'JDP/UGT/G- L:NOERE;ROUND POWER/TELEPHONE/GAB LINES —Cr•°/CN l— OVERNExC POWER/1lEPNONE LINES OVlRHFAC PoWER LINES � GuxRORuI NEPI RKDRI ve O PAECA.R TRUCK PLANT ' 4TH ST ►•r DRAWINlG INQEX — PME '. .. .... OCT 20�4 SAS SHOWN a_� CITY 4F -` Sl}NSE:�SEWEFt INTERCEPTOR �° �7� RENTON DATUM PHASE II C _.._ w Planning/Baildina/Pu51 c Works. Deut. S �•. r 10 r r li r r r r r r r r r r r r go r 10 r r 10 10 10 5308 vw wI' ` 29 5308 , �!/ A/5308\1/ 053 `5308 5308 299 1�/t C/ 3 048 / 530 ram! 0509 330 301 5308 04 ��/ 048 5308 5308 e 298 p 8, 646 5309 052 N 5228 300 fr308� �p46 m 16447 530 5308 5308 v. t I 5309 331 809 Y 530� 5309 / 051 5308 ` 5308 8108 5043 168 045 049 v 537 332 r 311 5308 5308 r 270 272 V 530�J° Q 8 ` Qle i309 5309 v ' 530 308 ' 6308 f F ' S309 312 G 0.7.2• ,. 073 5308 5308 •64 42 530,8 8`1 /� 5309053 5308 165 ti \/ 313 = 044 � 075 308�271 5308i' D8 ° O 5308 5308 5074 w 5308 269 ��'274 8„1F273 5308t82 ` 062 041 53095309 r�%� 06P 4 5308 5308 0�066 6 0 5308 530 063� 256 5308 276 333 5308 563708065, 30530 G 5309�I 268 If 276 1668 � 5308 257 5309 !�A 07-8 R 258 / 5309 \, 067\ 6 , 069 I 5308 5308 5308 530� 530 334 026 249 �5308 032 Cw 5309 068�53099 e., 70 5308 031 y 064 5308 248 1678 5308 811 5308 \6° r 5308 n �5309 NE $tIt PI 530 335 027 5308 �\ 030 063 t2 53091 8^ �308 � 5308 0248 2t47 �.0 / �- 5033� 0. 50625309 495 1sCt�',va 330 336 53/ ,53 /0298 {U �r 351 -- Sul 812 308 �( p� 5338 530.8 5308/° 028 0357 6 09 ��530 5308 338 308 �% 038 530� 3 f 52 33 02`NN�6)/ozi �� 036 3o g„ Ci 1 s w ■ _ + f 530 G $ 5308 ��356 f 340 308 ✓ 5308040 0 5308 `., 1 ♦ 5309 34i 019 f 53 5308 020 010"e �~ 037 i 755 6309 0 ' 511� 5308 ��� �� 5309 5309 53 / 5308 009 358 354 018 5308308 530 5308 039 5308 ° 530 / i --- �V 0 Detail 5 3az� 017 5308 W 13 Doa erttdale Ave NF 30 530 53. �014 `o 5317 53174, 338 8 342 5317 5317 5377 194\ 1 S-g"•�200 F{r/ 53'17 5309 5309 5309 p 531.7 5317— 340 341 183 249 184 ` �L�I •Sf 185. 53Y 53Q8 sr 5317 203 339 14' i 5317- - 1 6 1 012 5199 8 2 `� 199 5317 � 86 a,5317 317 5316 5316 5316 tia m 5317 >; b 076 2237531 5317 5317 53.1 b 083 5317 ° 077 097 030 031 �� 250 251 2528, 253 L 0 6' 237 _ N m 204 ,1,,-, F4 - 17 T23N R5E E 1/2 SANITARY SEWERS Public Works Department, Wastewater Utility, Engineering Division, D. Ellis 02/27/13 D City of S OB ;eMIDM C �,�t,-26e `ac 1IL 4 0 200 400 08 T23N R5E E 1/2 Feet 1:4, 800 5308 MH 30 31 32 33 34 35 RIM 36.49 �. (/�/G'y'6nA.>�1►Er.�� IE 29.69 W " �Q IE 32.612 9 N 12' IE 29.59 S 30' RI RM 36.50 IE 30.19 E 12 /J� RIM 36.14 Cs IE29.1ON12' ❑ TEL. VAULT MH o RIM 38.90 W - ' (TV LOG MH #1) NEW 24" SANITARY SEWER CURED -IN -PLACE = E 27.95 W 12" N N 4TH ST PIPE LINER. SCHEDULE C W _� p __--E 28.35 S 8" / IE-28.00 E 12" (6+ W TV LOG ASS 12" o 00 / „ v QA - t�� WATER MH10 12" r w W oa 6. b / 12"-W b� W -- -- -- -- — -- - - `- ❑ Z DECO. TEL VAULT � = TEL. J-BOX ELECT VAULT J / F 3:IRIM D MH Q 0 JE o/ � 32.98 .98 C 4" E 33.3' / E 33.58 58 W 4" CB RIM 35.58 tw 124TH ST 13 BENCH MARK t�}�1 14 ry i 15 i 16 / IE 30.58 S 24" j' ®RECONNECT ACTIVE SIDE SEWER �1 IE 30.73 N 24" TO EX. 24" 1555 CHISELED SQUARE AT BACK OF WALK _ PLAN AT NE QUADRANT INT. OF N. BROOKS AND FACTORY SCALE 1' = 20' ELEV. 37.04 J N O m o U OCw .. ... ....Ln NZ Q J+....... ........................... .... .... D n 0 m ...... .. .Z+yL N ~QW :F-mM?Nv QF- X H - �(nU7 :W fn W.W W W 40......... ............. :.................. ......:............ ................ .................... 40 EXISTING GRADE 35 ...... _...........:...................... :.... .............._ . .......-............-- .-........-................. 35 EXISTING 24' VCP SANITARY SEWER 30 .......................:........................:........................:........................:................... ... - - -- ........ 0 ........... 3 -- - _ EXISTING 12" VCP] 25 .. 5 SANITARY SEWER : 2 SGiEDULE C NEW 24" SANITARY SEWER CURED -IN -PLACE PIPE LINER N 259 LF20 ......... ...................... ..... ......... ...... ......... ....... .. m wQ 20 VI (~n �D S/3 9 6+00 7+00 PROFILE 8+00 9+00 SCALE 1" = 20' H V HAMMOND, COLLIER & WADE - CITY OF LIVINGSTONE ASSOC., INC. DEPARTMENT OF A84UILT CIERTF14 AnHDw w I HEREBY CERTIFY THAT THE HORIZONTAL AND VERTICAL CENTRAL RENTON SEV sEAt LOCATIONS OF THE STORM DRAIN AND SANITARY SEWERS � wWAr N � g SHOWN HEREON ARE THE RESULT OF A SURVEY MADE BY S-0513 . (C) 02 sW4 LF - wA 9 set Ds-eavo _ N 4TH Sl 223 13 C ME OR UNDER MY DIRECTION. I� L FROM STA 5+50 TO ! a RECOMMENDED FOR APPROVAL DEsawm: REB DAie 6/26 o*.WS RnVn 4T F.D. RING& LS. 23613 DATE ��-LL-fc PLAN Rr�E- DATE DRAW. DPH � scALE: AS S 1 -i 7•0igV" UTND DATE NO. RE ON BY APPR. DATE APPR DAD, 5 F - :. ':t lEN - f . ` /'r•�: -�--aim `7 yu.: Zry1, 1 s k/ 4 3 h N W I -T ! loo_.P EET tI(on PROJECT WASH. 4513`6 WASH NGTON As -BUILT 01-F—SITE SANITARY SEN!F2 WAR APTS FOR COUPLES $ TYPE *K" NATIONAL HOUSING AGENCY FEDERAL PUBLIC HOUSING :AUTHORITY NERBERT CAlMERICH, COMMISS{ONER SERIE.5N. QEVISIONS DRAWINGNe -" .. ,:.p"(.�a .. L'tw ., �. -..,. t.. �n„cr. 3 4'"."�. i. •: F' , '.,.:.i :..� _g�ia -,.-. �. _' � ti . . �l M:r... ,tt?!s .. .t �ri'd � ,. :2;p.r,`,vm�RFKt's".S C{.g.�k.;t` G'4. :k":='fi :,Y' .rY NH DIVERSION DAM MH SHELF 21 22 I 23 I 24 25 26 27 28 i 29 TOP mw -CROWN OF PIPE NEW 22" SANITARY SEWER SUPPED a START OF SHELF REMOVE AND REPLACE CONNECT PE.PE TO EL 2a43 OR 24" CURED -IN -PLACE INER EXISTING TRAFFIC ISLAND rR EXISTING 2i VCP PIPE SCHEDULE B PER CITY STANDARD PLAN LJ #4014 -TRAFFIC CURB ISLAND SSMH 96' 31.30 0W 8" IE 26.4 RIM 31. zs 43 APPROX. LOCATION OF IE 27.67 W 2 " SO MH E N EXISTING 24' TC WEST _ BORING LAUNCH/RECEIVE S t r 2903 N TRAFFIC GNAL PIT IE 26-23 E/ 24" RIM 31.71 HAND H LE W / EX. 24" FROM EAST F.. _ _ _ _ _ W O LLJ_ ■ (A MH SHELF / LLJ N SCHED. B SCHED. C ST +50 -5 NEW 72" DIA LLJ 72" O MH 24 N 4TH ST o /J� SANITARY SEWER n UT IN EX_ 24� 6 MH NO SERV CES N LOG 1� y MANHOLE Lo 224 `. ++ao S+FF NEW 24" SANITARY SEWER o 0NEW 24" SANITARY SEWER j to CENTER OF STRUCTURE �- CURED -IN -PLACE PIPE LINER CURED -IN -PLACE PIPE LINER SLOPE MANHOLE SHELVES G CB `�- a 2 SCHEDULE C u0i SCHEDULE C ~ AT2:12 SLOPE REMOVE AND REPLACE N ~ RIM 31. W EXISTING STREET PAVEMENT 36 36 6" W - _ Z N Z0 FO—UGT _ - —FO-UGT 72" JUNCTION MANHOLE DETAIL �� = CARING 80 ING PROVIDE AULrIr ce M" S D MH a NTS 24 BARRIER N FR OF NJ I RIM 31.52 �j RIM 31.87 CB RIM 31.79E 29.30 N 10" � Q BARRIER I FRONT OF IE 29.77 NNE 12" (TV LOG MH IN BORINGPI, IE 29.77 NNW 12" IE 26.96 E Ec W NOTES: P� IE 30.27 S 6" .75 2 30 LF 30" STEEL TOP OF TRAP 29.95 1. DIVERSION DAM SHALL BE 3/4 HEIGHT OF EXISTING CASING PI IE 29.25 E 12" 24" PIPE AND CHANNELED TO DIRECT FLOW TO THE 'p IE 29.S 18" NEW 24" PIPE TO FACTORY AVE N \� IE 2965 5 SW 6" `0 S 4 5 6 to 7 8 , 9 t0 71 2. THE TOP OF THE DIVERSION DAM SHALL BE 28.03t. ` 1515 N 4TH ST 1525 N 4TH STD RENTON SCHOOL ADMINISTRATION ® RECONNEC�IICTIVE SIDE SEWER: 3. THE WEST SIDE OF THE DIVERSION DAM SHALL BE \ I I I PLAN I l TO EX. 24"� SLOPED TOWARD THE WEST INVERT OF THE EXISTING SCALE 1" = 20' N 24" PIPE. W N W w w J O JO: r N O rn m UT V1 :�.. �. o O I+. ..... .. ...... ... :.... ...... 2.n... .......... ... ..... .. ... ...:.. ... ....... ......Z _.I. N �.. ... .... ... .� Q W .. ... 1 �+ N .. 'Z 10 10 r'O i ¢ NS ¢ _ ¢ f- W ¢N' NNN'n w. mn �.\ �"T'O'3W �InN O w, N l� vv V O d Wv N h O �� - EXISTING GRADE z+ n, Z+l`N • vW Nn ~� YY .... ..... ... .. .. ... .� NN... .. ..... 35 35. W 1N VmZ. 13 Zm NN...... X WW .xrF - �/Iz 7� WW w <niK W W W W 30 30 .. ... ....... ... .. .. -. ................ ...... BENCH MARK --i - _ .� ..... .. 5 i 25... _ -3 n 3 n SCHEDULE C CHISELED SQUARE AT BACK OF WALK SCHEDULE B EXISTING 24" VCP SCHEDULE C w + w + 2 AT NE QUADRANT INT. OF N. BROOKS NEW :22- SANITARY SEWER CONTINUOUS NEW 24":SANITARY SEWER N e N a NEW 24 SANITARY SEWER SANITARY SEWER w w CURED -IN -PLACE PIPE LINER AND FACTORY PE SLIPLINED OR 24" CURED -IN -PLACE SCHEDULE B SCHEDULE C CURED -IN -PLACE PIPE LINER _ o o r¢- 97 LF ELEV. 37.04 LINER 142 LF .. ... _ 203 LF .. _ .. ul V1_vr VI .20 . . 20..... ........-...... .. ... .. .... ............- _ ..................... ....... .......... .... .. ........ 1+00 2+00 3+00 PROFILE 4+00 5+00 SCALE 1" = 20' H 1" = 5' V N z m' O + pp 40... N ..... vo � - cfi tiC AS -BUILT CERTIFICATION 9 j C I HEREBY CERTIFY THAT THE HORIZONTAL AND VERTICAL W • O - LOCATIONS OF THE STORK DRAIN AND SANITARY SEWERS 42i 2` a ¢ = APPROX. EXISTING GRADE - xM24'PVC a-m SHOWN HEREON ARE THE RESULT OF A SURVEY MADE 6Y pmi i0 0'rn : 35 x�e+3 ME OR UNDER MY DIRECTION.o:35ZW Ii1 t F.D. RINGEl L5. 23613 DATEDS'3'8 r30 p .... .. _........- 30--------- _CITY OF RENTON HAMMQND, COLLIER &WADE25 LIVINGSTONE ASSOC., INC. X)EPA.RTMENT OF PUBLIC WORKS 65' LF 30" STEEL CASING 4FIFSTFMEYAYN CENTRAL RENTON SEWER REPLACEMENT PIPE UNDER N. 3RD ST. ITARY SEWER 5-0513 ��' MA 9°5°'-° FILL ANNULAR SPACE IN CASING - (>•a1 RF2-4 �.� N 4TH STREET 155.3 LF O 0.11% RECOMMENDED FOR APPROVAL FROM FACTORY AVE N TO STA 5+50 'NTH SAND OR GROUT : FE�cREF: F DATE: 7/20/95 FllE MADE: 3 _.... .. 1+00..... .PROFILE 2+00 ....3+0FSEWER VEW FATE FRAMN: "PH cRECT<EF: AS SHOWN mA.••A �+� SCALE i" = 20' H APPRa�cF: 9'FET: 24 oF: 37 I" = 5' V lR1TY FATE No. R"" 8Y �#JDE