Loading...
HomeMy WebLinkAboutContract E1-2015 CAG-16-108 ENGINEERING CONSULTANT AGREEMENT 2ti� THIS AGREEMENT, made and entered into on this �J , day of (,I,�Q/ 2016, by and between the CITY OF RENTON,WASHINGTON,A MUNICIPAL CORPORATION HEREINAFTER CALLED THE "CITY," and STANTEC CONSULTING SERVICES INC.whose address is 11130 NE 33RD Place, Suite 200, Bellevue,WA 98004, at which work will be available for inspection, hereinafter called the "CONSULTANT." PROJECT NAME:Thunder Hills Sanitary Sewer Interceptor Replacement Project-Design and Construction Services WHEREAS,the City has not sufficient qualified engineering employees to provide the engineering within a reasonable time and the City deems it advisable and is desirous of engaging the professional services and assistance of a qualified professional consulting firm to do the necessary engineering work for the project,and WHEREAS,the Consultant has represented and by entering into this Agreement now represents,that it is in full compliance with the statutes of the State of Washington for registration of professional engineers, has a current valid corporate certificate from the State of Washington or has a valid assumed name filing with the Secretary of State and that all personnel to be assigned to the work required under this Agreement are fully qualified to perform the work to which they will be assigned in a competent and professional manner, and that sufficient qualified personnel are on staff or readily available to Consultant to staff this Agreement. WHEREAS,the Consultant has indicated that it desires to do the work set forth in the Agreement upon the terms and conditions set forth below. NOW THEREFORE, in consideration of the terms, conditions, covenants and performances contained herein below, the parties hereto agree as follows: I SCOPE OF WORK The Consultant shall furnish, and hereby warrants that it has,the necessary equipment, materials, and professionally trained and experienced personnel to facilitate completion of the work described in Exhibit A,Scope of Work,which is attached hereto and incorporated into this Agreement as though fully set forth herein. The Consultant shall perform all work described in this Agreement in accordance with the latest edition and amendments to local and state regulations,guidelines and policies. The Consultant shall prepare such information and studies as it may deem pertinent and necessary, in order to pass judgment in a sound engineering manner on the features of the work. The Consultant shall make such minor changes, amendments or revisions in the detail of the work as may be required by the City. This item does not constitute an "Extra Work" item as related in Section VIII of the Agreement. The work shall be verified for accuracy by a complete check by the Consultant. The Consultant will be held responsible for the accuracy of the work, even though the work has been accepted by the City. I I 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 12 P iazza/Data_Ce nter/Form s/City/Contra cts E1-2015 1. Washington State Department of Transportation/American Public Works Association (WSDOT/APWA), "Standard Specifications for Road, Bridge, and Municipal Construction," as amended by Renton Standard Specification. 2. WSDOT/APWA, "Standard Plans for Road, Bridge and Municipal Construction." 3. Washington State Department of Transportation, "Highway Design Manual." 4. American Association of State Highway and Transportation Officials, "Standard Specifications for Highway Bridges." 5. Washington State Department of Transportation, "Bridge Design Manual,Volumes 1 and 2." 6. Washington State Department of Transportation, "Manual of Highways Hydraulics," except hydrologic analysis as described in item 14. 7. Washington State Department of Transportation, "Materials Laboratory Outline." 8. Transportation Research Board, "Highway Capacity Manual." 9. U.S. Department of Transportation, Federal Highway Administration, "Manual on Uniform Traffic Control Devices for Streets and Highways." 10. Washington State Department of Transportation, "Construction Manual." 11. Washington State Department of Transportation, "Local Agency Guidelines." 12. Standard drawings prepared by the City and furnished to the Consultant shall be used as a guide in all cases where they fit design conditions. Renton Design Standards, and Renton Specifications shall be used as they pertain. 13. Metro Transit, design criteria. 14. The City adopted King County Surface Water Design Manual, Sections 1.2 and 1.3 of Chapter 1, and Chapters 2, 3,4, 5, and 6. 15. American Association of State Highway and Transportation Officials, "A Policy on Geometric Design of Highways and Streets." III ITEMS TO BE FURNISHED TO THE CONSULTANT BY THE CITY The City will furnish the Consultant copies of documents which are available to the City that will facilitate the preparation of the plans, studies, specifications, and estimates within the limits of the assigned work. All other records needed for the study must be obtained by the Consultant. The Consultant will coordinate with other available sources to obtain data or records available to those agencies. The Consultant shall be responsible for this and any other data collection to the extent provided for in the Scope of Work. City will provide to Consultant all data in City's possession relating to Consultants services on the project. Consultant will reasonably rely upon the accuracy,timeliness, and completeness of the information provided by the City. Should field studies be needed,the Consultant will perform such work to the extent provided for in the Scope of Work. The City will not be obligated to perform any such field studies. Page 2 of 12 Pia zza/Data_Ce nte r/Forms/City/Contra cts E 1-2015 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. All work under this contract to be completed by December 31,2018. 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 attributab.le 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 pa rty. 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$313,700 without a written amendment to this contract, agreed to and signed by both parties. Cost Plus Net Fee Payment for work accomplished shall be on the basis of the Consultant's actual cost plus a net fee. The actual cost includes direct salary cost,overhead,and direct non-salary cost. 1. The direct salary cost is the salary expense for professional and technical personnel and principals for the time they are productively engaged in the work necessary to fulfill the terms of this Agreement. The direct salary costs are set forth in the attached Exhibit C and by this reference made a part of this Agreement. Page 3 of 12 Piazza/Data_Center/Forms/City/Contrects E1-2015 2. The overhead costs as identified on Exhibit C are determined as(per Exhibit C) percent of the direct salary cost and by this reference made a part of this Agreement. The overhead cost rate is an estimate based on currently available accounting information and shall be used for all progress payments over the period of the contract. 3. The direct non-salary costs are those costs directly incurred in fulfilling the terms of this Agreement, including, but not limited to travel, reproduction,telephone, supplies,and fees of outside consultants. The direct non-salary costs are specified in Exhibit C, Cost Estimate. Billings for any direct non-salary costs shall be supported by copies of original bills or invoices. Reimbursement for outside consultants and services shall be on the basis of the invoiced amount. Such invoiced amount must be reasonable for similar services within the area of the sub-consultant's profession. 4. The net fee, which represents the Consultants profit shall be (per Exhibit C) percent of direct salary plus overhead costs. This fee is based on the Scope of Work and the estimated labor hours therein. In the event a supplemental agreement is entered into for additional work by the Consultant,the supplemental agreement will include provision for the added costs and an appropriate additional fee. The net fee will be prorated and paid monthly in proportion to the percentage of the project completed as estimated in the Consultant's monthly progress reports and approved by the City. Any portion of the net fee not previously paid in the monthly payments shall be included in the final payment,subject to the provisions of Section XI entitled TERMINATION OF AGREEMENT. 5. Progress payments may be claimed monthly for direct costs actually incurred to date as supported by detailed statements, for overhead costs and for a proportionate amount of the net fee payable to the Consultant based on the estimated percentage of the completion of the services to date. Final payment of any balance due the Consultant of the gross amount earned will be made promptly upon its verification by the City after completion and acceptance by the City of the work under this Agreement. Acceptance, by the Consultant of final payment shall constitute full and final satisfaction of all amounts due or claimed to be due. Payment for extra work performed under this Agreement shall be paid as agreed to by the parties hereto in writing at the time extra work is authorized. (Section VIII "EXTRA WORK"). A short narrative progress report shall accompany each voucher for progress payment. The report shall include discussion of any problems and potential causes for delay. To provide a means of verifying the invoiced salary costs for consultant employees,the City may conduct employee interviews. Acceptance of such final payment by the Consultant shall constitute a release of all claims of any nature, related to this Agreement, which the Consultant may have against the City unless such claims are specifically reserved in writing and transmitted to the City by the Consultant prior to its acceptance. Said final payment shall not, however, be a bar to any claims that the City may have against the Consultant or to any remedies the City may pursue with respect to such claims. The Consultant and its subconsultants shall keep available for inspection, by the City,for a period of three years after final payment,the cost records and accounts pertaining to this Agreement and all items related to, or bearing upon,these records. If any litigation, claim or audit is started before the expiration of the three-year retention period,the records shall be retained until all litigation,claims or audit findings involving the records have been resolved. The three-year retention period starts when the Consultant receives final payment. Page 4 of 12 Piazza/Data_Center/Forms/City/Contracts E1-2015 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 12 Pia zza/Data_Cente r/Forms/City/Co ntracts E1-2015 bona fide occupational qualification with regard to, but not limited to the following: employment upgrading; demotion or transfer; recruitment or any recruitment advertising; layoff or termination's; rates of pay or other forms of compensation; selection for training; rendition of services. The Consultant understands and agrees that if it violates this Non-Discrimination provision,this Agreement may be terminated by the City and further that the Consultant shall be barred from performing any services for the City now or in the future, unless a showing is made satisfactory to the City that discriminatory practices have terminated and that recurrence of such action is unlikely. XI TERMINATION OF AGREEMENT A. The City reserves the right to terminate this Agreement at any time upon not less than ten (10) days written notice to the Consultant, subject to the City's obligation to pay Consultant in accordance with subparagraphs C and D below. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project,the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. In the event of the death of any of the parties listed in the previous paragraph, should the surviving members of the Consultant,with the City's concurrence, desire to terminate this Agreement, payment shall be made as set forth in Subsection C of this section. C. In the event this Agreement is terminated by the City other than for fault on the part of the Consultant, a final payment shall be made to the Consultant for actual cost for the work complete at the time of termination of the Agreement, plus the following described portion of the net fee. The portion of the net fee for which the Consultant shall be paid shall be the same ratio to the total net fee as the work complete is to the total work required by the Agreement. In addition, the Consultant shall be paid on the same basis as above for any authorized extra work completed. No payment shall be made for any work completed after ten (10)days following receipt by the Consultant of the Notice to Terminate. If the accumulated payment made to the Consultant prior to Notice of Termination exceeds the total amount that would be due as set forth herein above,then no final payment shall be due and the Consultant shall immediately reimburse the City for any excess paid. D. In the event the services of the Consultant are terminated by the City for fault on the part of the Consultant,the above stated formula for payment shall not apply. In such an event the amount to be paid shall be determined by the City with consideration given to the actual costs incurred by the Consultant in performing the work to the date of termination,the amount of work originally required which was satisfactorily completed to date of termination,whether that work is in a form or of a type which is usable to the City at the time of termination,the cost to the City of employing another firm to complete the work required and the time which may be required to do so, and other factors which affect the value to the City of the work performed at the time of termination. Under no circumstances shall payment made under this subsection exceed the amount which would have been made if the formula set forth in subsection C above had been applied. E. In the event this Agreement is terminated prior to completion of the work,the original copies of all Engineering plans, reports and documents prepared by the Consultant prior to termination shall become the property of the City for its use without restriction. Such unrestricted use not occurring as a part of this project, shall be without liability or legal exposure to the Consultant. Page 6 of 12 Piazza/Data_Center/Form s/City/Co ntracts E 1-2015 F. Payment for any part of the work by the City shall not constitute a waiver by the City of any remedies of any type it may have against the Consultant for any breach of this Agreement by the Consultant, or for failure of the Consultant to perform work required of it by the City. Forbearance of any rights under the Agreement will not constitute waiver of entitlement to exercise those rights with respect to any future act or omission by the Consultant. XII DISPUTES Any dispute concerning questions of facts in connection with work not disposed of by agreement between the Consultant and the City shall be referred for determination to the Public Works Administrator or his/her successors and delegees,whose decision in the matter shall be final and conclusive on the parties to this Agreement. In the event that either party is required to institute legal action or proceedings to enforce any of its rights in this Agreement, both parties agree that any such action shall be brought in the Superior Court of the State of Washington, situated in King County at the Maleng Regional Justice Center in Kent, Washington. XIII LEGAL RELATIONS The Consultant shall comply with all Federal Government,State and local laws and ordinances applicable to the work to be done under this Agreement. This contract shall be interpreted and construed in accordance with the laws of Washington. The Consultant agrees to indemnify,defend and hold the City and its officers and employees harmless from and shall process and defend at its own expense all claims,demands or suits at law or equity arising in whole or part from the Consultant's errors, omissions,or negligent acts under this Agreement provided that nothing herein shall require the Consultant to indemnify the City against and hold harmless the City from claims, demands or suits based upon the conduct of the City, its officers or employees and provided further that if the claims or suits are caused by or result from the concurrent negligence of(a)the Consultant's agents or employees and (b)the City, its agents, officers and employees,this provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Consultant's negligence or the negligence of the Consultant's agents or employees except as limited below. Insurance a. Consultant's Insurance. Consultant shall secure and maintain the following insurance policies, and shall not cancel or suspend the insurance policies identified below, except after twenty(20) calendar day's prior written notice by certified-mail to the City of Renton: i. Commercial General Liability Insurance: Commercial general liability insurance in the minimum amounts of$1,000,000 for each occurrence/$2,000,000 aggregate throughout the duration of this Agreement. ii. Automobile Liability insurance:With a minimum combined single limit for bodily injury and property damage of$1,000,000 for each accident. This is required of all consultant and professional service providers where a vehicle will be utilized to perform, prepare to perform or satisfy the Scope of Services. Renton may request a copy of Consultant's driving record abstract. "Consultant" in this Subsection shall mean the Consultant providing professional services, as well as the consultant's agents, employees, representatives, and/or volunteers who may operate a motor vehicle in relation to any Service to be provided under this Agreement. Page 7 of 12 Piazza/Data_Center/Forms/City/Contracts E1-2015 iii. Professional Liability Insurance: Professional liability insurance, in the minimum amount of $1,000,000 for each occurrence, shall also be secured for any professional services being provided to Renton that are excluded in the commercial general liability insurance. iv. Workers' Compensation:Workers' compensation coverage, as required by the Industrial Insurance laws of the State of Washington. v. Renton as an Additional-Insured: It is agreed that on Consultant's commercial general liability policy,the City of Renton will be named as an Additional-Insured on a primary and non-contributory basis. Any coverage maintained by the City of Renton is solely for the coverage and benefit of Renton, and its elected officials, officers, agents, employees, representatives and volunteers. vi. Verification of Coverage:Subject to Renton's review and acceptance, a certificate of insurance showing the proper endorsements, shall be delivered to Renton before executing the work of this Agreement. b. Review of Policy: Upon request, Consultant shall give Renton a full copy of the insurance policy for its records and for the Renton City Attorney's or Risk Manager's review.The policy limits may be reviewed and the value reassessed annually or as required by law. c. Termination: Notwithstanding any other provision of this Agreement,the failure of Consultant to comply with the above provisions of this section shall subject this Agreement to immediate termination without notice to any person in order to protect the public interest. XIV SUBLETTING OR ASSIGNING OF CONTRACTS The Consultant shall not sublet or assign any of the work covered by this Agreement without the express consent of the City. XV ENDORSEMENT OF PLANS The Consultant shall place their certification on all plans, specifications,estimates or any other engineering data furnished by them in accordance with RCW 18.43.070. XVI COMPLETE AGREEMENT This document and referenced attachments contain all covenants, stipulations,and provisions agreed upon by the parties. Any supplements to this Agreement will be in writing and executed and will become part of this Agreement. No agent, or representative of either party has authority to make, and the parties shall not be bound by or be liable for,any statement, representation, promise, or agreement not set forth herein. No changes, amendments, or modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as an amendment to this Agreement. The invalidity or unenforceability of any provision in this Agreement shall not affect the other provisions hereof, and this Agreement shall be construed in all respects as if such invalid or unenforceable provision were omitted. Page 8 of 12 Pia zza/Data_Cente r/Forms/City/Contra cts E 1-2015 XVII EXECUTION AND ACCEPTANCE This Agreement may be simultaneously executed in several counterparts, each of which shall be deemed to be an original having identical legal effect. The Consultant does hereby ratify and adopt all statements, representations, warranties, covenants, and agreements contained in the Request for Qualifications, and the supporting materials submitted by the Consultant, and does hereby accept the Agreement and agrees to all of the terms and conditions thereof. IN WITNESS WHEREOF,the parties hereto have executed this Agreement as of the day and year first above written. CO ANT CITY OF NTON �/ h�/� �/ Signature ate Mayor Denis Law Date Erik Waligorski type or print name ATTEST: Principal l � Title Jason . Seth,Ci Clerk �`,"�''•"°''�"' � .�1;j�•„ I�'fi.•i'p�, 4\,��Q�y' ��'a;�/'f//ir •y �V` o��'= = � �. `� ���� �� � , � � -- _� �,,�' J�''�.,, • Y=i�=,��'..,��,; ,!.I. � ���,,,, ;i, , , Page 9 of 12 Piazza/Data_Center/Forms/City/Contracts CITY OF RENTON . SUMMARY OF FAIR PRACfICES POLICY ADOPTED BY RESOLUTION NO. 4085 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 al) 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�th day of March , Zpl l , CITY O RENTON � RENTON CITY COUNCIL n � . Denis Law, Mayor uncil Pr sident Attest: . ..,:,". :..;;::�,.,,:. _,,�:���;'�C .,,,f:, ;;� �Q , "�'y'r �y/' ����,�. `�i ,�°"���� `��� '�'; Bonnie I.Walton, City Clerk � � g ,e�-_ �� S��L "��= �Z � � � r= ��%... �S�6;\�\� ���'�`1/Iltl11l I I I I t111i11A����\\ Page 10 of 12 P ia zza/Data_Cente r/Forms/City/Contracts E1-2015 ....--- -- _.° C����0� -�0 CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE STANTEC CONSULTING SERVICES INC. hereby confirms and declares that: (Name of contractor/subcontractor/consultant) I. It is the policy of the above-named contractor/subcontractor/consultant, to offer equal opportunity to all qualified employees and applicants for employment without regard to their race; religion/creed; national origin; ancestry; sex; the presence of a physical, sensory, or mental disability; age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status; or veteran's status. II. The above-named contractor/subcontractor/consultant complies with all applicable federal, state and local laws governing non-discrimination in employment. III. When applicable,the above-named contractor/subcontractor/consultant will seek out and negotiate with minority and women contractors for the award of subcontracts. Erik Wali�orski Print Agent/Representative's Name Principal Print Agent/Representative's Title Agent/Represe e's Signature �/8�/� Date Si ed Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or supplier. Include or attach this document(s) with the contract. Page 11 of 12 Pia zza/Data_Center/Form s/City/Contra cts E1-2015 Piease attach the following exhibits: Exhibit A—Scope of Work (per submitted proposal) Exhibit B-Schedule (per submitted proposal) Exhibit C—Cost Proposal (per submitted proposal in the amount of$313,700) Page 12 of 12 P ia zza/Data_Ce nte r/Fo rms/City/Co ntracts Thunder Hills Sanitary Sewer Interceptor Replacement Project Exhibit A Scope of Services—Design&Construction Services Page 1 of 5 SCOPE OF SERVICES City of Renton Thunder Hills Sanitary Sewer Interceptor Replacement Project Design and Construction Services Stantec Consulting Services Inc. PROJECT DESCRIPTION AND PURPOSE The purpose of this project is to prepare the design, assist the City with bidding, and perform as needed construction services for the replacement/rehabilitation of the Thunder Hills Sanitary Sewer Interceptor. This scope of services is a continuation of the alternatives analysis performed by Stantec during which the proposed alternative was selected. The Thunder Hills Sanitary Sewer Interceptor was originally installed in 1965 and serves a portion of the City's Rolling Hills neighborhood southeast of Renton City Hall. The portion of the Thunder Hills interceptor that will be replaced/rehabilitated as part of this project runs from Grant Avenue South to Benson Road within or adjacent to Thunder Hills creek. This project will reinstate and improve the existing gravel access road along the sanitary sewer alignment and will either rehabilitate or replace the existing sewer. SCOPE OF SERVICES AND TASKS This scope of services consists of the following tasks: Task 200 Project Management Stantec shall provide the project management services necessary to comply with the Project Management Plan developed as part of this task. Stantec shall work closely with City staff to develop a Project Management Plan that includes a detailed scope of services, budget, and schedule that meets the City's overall needs. This task shall also include the daily, ongoing project management through the completion of the project. This task includes monitoring progress against the Project Management Plan, attending periodic status meetings with the City, and preparing monthly status reports. Specific tasks for this effort are as follows: • Develop a Project Management Plan • Conduct a project kickoff ineeting • Prepare monthly status reports • Provide ongoing project management throughout the project • Monitor progress against projected schedule, scope of service, and budget and administer monthly invoicing to City Deliverables: • Draft and Final Project Management Plans including Scope of Services, Budget, and Schedule • Monthly invoices and status reports V:�2002�active�200200360Tmanagement�agreement\Design and Const\Thunder Hill Sewer Replacement Scope_Design 8 Construction_REVISED_20150516.doc5/16/2016 Thunder Hills Sanitary Sewer lnterceptor Replacement Project Exhibit A Scope of Services-Design&Construction Services Page 2 of 5 Task 201 Surveying / Easement Exhibits The purpose of the Surveying/Easement Exhibit task is to collect additional required survey information to design the retaining wall systems required for the access road improvements along the sanitary sewer alignment. Additionally, this task will include researching and preparing easement exhibits along the entire alignment so that the City can obtain permanent easements along the interceptor. This task assumes that we will assist the City by preparing easement exhibits for up to a maximum of 12 permanent easements along the interceptor alignment. In addition, this task assumes that we will prepare temporary construction permit exhibits on no more than 4 properties to allow for the construction of the proposed improvements. Specific Tasks for this effort are as follows: • Conduct additional survey for retaining wall design • Process survey data and add information to existing base maps for design • Map review and quality control • Office support of survey tasks • Property research for easements (assumes a maximum of 4 title reports required) • Prepare draft easement/temporary permit exhibits for City review • Submit easement exhibits to City • Prepare final easemenUtemporary permit exhibits Deliverables: � Draft and final copies of easement and temporary permit exhibits in electronic (PDF) format Assumptions: • No more than 12 permanent easements will be required for the project • No more than 4 temporary construction permit exhibits will be required for the project • No more than 4 title reports will be required to prepare the necessary exhibits • The City will lead all easemenUpermit negotiations and Stantec's involvement will be limited to exhibit preparation Task 202 Design The design phase will include developing design Drawings, Specifications, and an Opinion of Probable Construction Cost (OPCC) that may be used by the City to obtain bids from Contractors to construct the improvements. Copies of these documents will be sent to the City for review and comment at the 60%, 90%, and Final design stages. Design efforts will address all comments received from previous stages of the project. Stantec will provide quality assurance and quality control (QA/QC) reviews by senior technical engineers of the design documents prepared in order to minimize potential change orders and overall project costs. Stantec will also provide a constructability review by an experienced construction field representative. Specific Tasks required for this effort are as follows: • Prepare and submit design drawings, specifications/contract documents, and OPCC to the City at 60%, 90%, and final design stages. The City will provide copies of its latest standard specifications to facilitate this task V��2002\active�200200360Tmanagement\agreement\Design and Const\Thunder Hill Sewer Replacement Scope_Design&Construction_REVISED_20150516.doc5/16/2�16 Thunder Hills Sanitary Sewer lnterceptor Replacement Project Exhibit A Scope of Services—Design&Construction Services Page 3 of 5 • Internal review of 60%, 90% and Final Drawings, Specifications, and OPCC prior to submittal to the City • Attend design coordination meetings with the City at 60%and 90%design stages to discuss review comments Deliverables: • Three half-size reproducible paper review copies of the 60% and 90%design drawings, specifications, and OPCC • One reproducible quality paper copy of the final bid documents including half-size and full-size (22"x34") drawings, specifications, and associated contract documents (permits, wage rate tables, studies, etc.) for the City's use in obtaining bids to construction the improvements • One electronic (PDF) copy of the final bid documents as described above for use by the City in electronically bidding the project using online bid centers Task 203 Permitting Stantec will assist the City in obtaining the necessary permits for the construction of the project. This scope of services assumes that Stantec will prepare the permit packages and that the permits will be submitted, and all fees paid by, the City. It is assumed that no additional environmental studies will be required as part of the City's project. Stantec will prepare a project specific Storm Water Pollution and Prevention Plan (SWPPP) for the City's project. It is assumed that the City will not be required to provide mitigation for disturbing environmentally sensitive areas, but that any mitigation requirements will be covered under the credit bank established by the City. Specific Tasks required for this effort are as follows: • Prepare a JARPA/Corps Nationwide 12/WDFW HPA permit package � Prepare a WSDOT ROW permit package � Prepare a SWPPP and DOE NPDES permit package • Prepare a PSE Use Approval package • Prepare a Williams NW Use Approval package � Prepare a City of Renton SEPA checklist • Prepare a City of Renton Critical Areas Report • Prepare required plan exhibits for City of Renton In-house permits • Monitor permit progress and respond to agency requests for information (RFI) Deliverables: • Electronic (PDF) copies of permit packages to be submitted by the City • Where permits can be submitted online, it is assumed that Stantec will fill out the online applications Assumptions: • The City of Renton will pay all fees associated with permit approval • Stantec will submit online applications • No additional environmental studies will be required to obtain the necessary permits. In the event that additional studies are required by an outside agency, Stantec wili provide a scope and budget to conduct the study and the scope of services will be amended V:�2002Wchve�200200360Tmanagement�agreement\Design and Const\Thunder Hill Sewer Replacement Scope_Design 8 Construction_REVISED_20150516.doc5/16/2�16 Thunder Hills Sanitary Sewer Interceptor Replacement Project Exhibit A Scope of Services—Design&Construction Services Page 4 of 5 Task 204 Bidding Services Stantec will provide assistance during the bidding process to include answering bidder questions during the bid period, assistance with up to 3 addenda, attending the bid opening, and reviewing the bid tabulation as required. Specific Tasks required for this effort are as follows: • Assist City with answering prospective bidder's questions during the bidding period • Assist in the preparation of up to three (3) addenda (as required) • Attend the bid opening • Review of the bid tabulation (as required) Deliverables: • Answers to bidder's questions in the form of electronic email to the City • Preparation of up to three (3) addenda (as required) Assumptions: � Stantec will not be required to reproduce bid sets to be distributed to prospective bidders • The City will be responsible for the review of Contractor's references as part of the bidding process • The City will be responsible for the creation and maintenance of the bidder's list and will distribute any required information, including addenda and/or clarifications Task 205 Construction Support Services The Construction Support task will include providing construction support and services during the construction of the project. In addition, this task will include providing geotechnical observation of retaining wall and access road construction, submittal reviews of specialized work and preparing draft and final Construction Record Drawings (CRD's). Stantec will also provide review and responses of Contractor generated Requests for Information (RFI) and/or change orders on an as needed basis. Specific Tasks required for this effort are as foliows: • Attend the preconstruction conference led by the City of Renton • Review submittals as requested by the City • Review and respond to any Contractor generated RFI's or Change Order requests on an as needed basis, up to the hour limit identified in Exhibit C • Provide geotechnical observation during the construction of the retaining walls and access road improvements � Provide permit compliance reviews during construction by a Certified Erosion Sedimentation Control Lead (CESCL) • Provide onsite construction support on an as needed basis and as requested by the City. Task will be limited to the hour estimate identified in Exhibit C. Any work beyond the hour estimate will be based on actual Time and Material and wil� required an amended services agreement from the City • Prepare draft and final Construction Record Drawings (CRD's) Deliverables: • Responses to any required submittat reviews, RFI requests, or Change Order reviews • Onsite construction field reports V:�2002\active�200200360Tmanagement\agreement\Design and Const\Thunder Hill Sewer Replacement Scope_Design&Construction_REVISED_20750516.doc5/16/2�16 Thunder Hills Sanitary Sewer Interceptor Replacement Project Exhibit A Scope of Services—Design&Construction Services Page 5 of 5 • Half size (11x17) copy of draft CRD's in electronic format (PDF) for City review. Full size (22x34) Mylar copy of final CRD along with an electronic (PDF) copy for City use Assumptions: • The City of Renton will be the lead observer and construction manager for the project. Stantec will only provide special observations and review of portions of the project on an as needed basis • Stantec will not provide any geotechnical testing for construction, including any required compaction testing END OF EXHIBIT A V:�2002\active�200200360Tmanagement\agreement\Design and Const\Thunder Hill Sewer Replacement Scope_Design&Construction_REVISED_20150516.doc5/16/2�16 Thunder Hills Sanitary Sewer Inte�ceptor Replacement Project Exhibit 8 Schedule—Design&Bidding Services Page 1 of 1 EXHIBIT B SCHEDULE City of Renton Thunder Hilis Sanitary Sewer Interceptor Replacement Project Design and Construction Services Stantec Consulting Services Inc. SCHEDULE • Notice to Proceed—June 1, 2016 • Survey/Easement Exhibits—June 2016 to August 2016 • Design—July 2016 to November 2016 • Permitting—September 2016 to December 2017 • Bidding Services—January 2018 to February 2018 • Construction Services—April 2018 to October 2018 *All work under this contract to be completed by December 31, 2018 END OF EXHIBIT B V:�2002\ac6ve�2002003607�management�agreement\Design and Const\Thunder Hill Design Schedule_REVISED_20160516.doc 5/16/2016 EXHIBIT C BUDGET City of Renton Thunder Hill Sewer Interceptor Project Design and Construction Services TOTAL LABOR REIMB. SUB-CONSULTANT TOTAL Task Hours Cost Reimb. Cost w/Marku Cost $36,021 $879 $36,900 200 Project Management 766 Prepare project plan 4 $876 $40 $916 Conduct project kickoff meeting 6 $1,109 $20 $1,129 Prepare monthly status reports 30 $6,570 $150 $6,720 Manage staff and tasks 96 $20,896 $569 $21,465 Monitor progress and monthly invoicing 30 $6,570 $100 $6,670 $26,300 $3,300 $29,600 201 Surveying/Easement Exhibits 192 Additional survey for retaining walls 36 $4,948 $500 $5,448 Process data and add to base maps 8 $864 $80 $944 Map review and quality control 2 $322 $20 $342 Office support of sucvey tasks 4 $644 $40 $684 Property research for easements 16 $2,576 $2,000 $4,576 Prepare draft easement exhibits 92 $12,068 $500 $12,568 Submit exhibits to City 8 $1,308 $40 $1,348 Prepare final easement exhibits 26 $3,570 $120 $3,690 $121,500 $4,200 $125,700 202 Design 816 Preparedraft60%PS&E 192 $26,512 $1,000 $27,572 Conduct internal review of 60%PS&E 24 $4,952 $100 $5,052 Prepare final 60%PS&E 74 $10,234 $500 $10,734 Submit 60%PS&E to City 18 $2,814 $70 $2,884 Attend 60%PS&E review meeting 12 $2,118 $40 $2,158 Prepare draft 90%PS&E 164 $23,004 $S00 $23,804 Conduct internal review of 90%PS&E 24 $4,952 $20 $4,972 Prepare final 90%PS&E 74 $10,234 $500 $10,734 Submit 90%PS&E to City 18 $2,814 $70 $2,884 Attend 90%review meeting 12 $2,118 $40 $2,158 Prepare draft Final PS&E 104 $14,760 $500 $15,260 Conduct internal review of Final PS&E 32 $6,496 $160 $6,656 Prepare/Stamp/Sign Final PS&E 68 $10,492 $400 $10,892 $37,272 $1,428 $38,700 203 Permitting 248 JARPA/Corps Nationwide 12/WDFW HPA 57 $8,283 $368 $8,651 WSDOT ROW Permit 10 $1,580 $50 $1,630 DOE NPDES Permit(SWPPP) 28 $4,256 $180 $4,436 PSE Use Approval 28 $4,410 $140 $4,550 Williams NW Use Approval 12 $1,798 $60 $1,858 Renton SEPA Checklist 29 $4,475 $240 $4,715 Renton Critical Areas Report 22 $3,374 $110 $3,484 Renton in house permit exhibits 30 $3,872 $80 $3,952 Monitor permits&respond to RFIs 32 $5,224 $200 $5,424 $9,520 $380 $9,900 204 Bidding Services 56 Answer bidder questions during bid period 24 $4,104 $160 $4,264 Assist with addenda(up to 3 assumed) 24 $4,104 $160 $4,264 Attend bid opening 2 $438 $20 $458 Review bid tabulation(as required) 6 $874 $40 $914 $69,989 $2,911 $72,900 205 Construction Support Services 465 Attend preconstruction conference 9 $1,485 $100 $1,585 Submittal review 60 $9,076 $300 $9,376 RFI&change order review/response(as needed) 44 $7,788 $250 $7,438 Geotechnical observation 132 $21,788 $920 $22,708 Permit compliance(CESCL) 64 $7,648 $450 $8,098 Onsite construction support(as needed) 48 $8,624 $300 $8,924 Draft/Final CRD'S 108 $14,180 $591 $14,771 Projected Total Project Hours and Costs 1,943 $300,602 $13,098 $313,700 City Summary Print Da�e:5/16/2016 V:�2002�active�2002003607\managem9P�repry@nt\Design and Const\Thunder Hdl Sewer Design-Construction Budget_REVISED_20160516.x1s