Loading...
HomeMy WebLinkAboutContract CAG-18—011 � CITY OF - �n on �� AGREEMENT FOR PRELIMINARY DESIGN OF SOUTH TALBOT AND WEST HILL BOOSTER PUMP STATION UPGRADES THIS AGREEMENT, dated January 16, 2018, is by and between the City of Renton (the "City"), a Washington municipal corporation, and RH2 Engineering, Inc. ("Consultant"), Washington corporation. The City and the Consultant are referred to collectively in this Agreement as the "Parties." Once fully executed by the Parties, this Agreement is effective as of the last date signed by both parties. 1. Scope of Work: Consultant agrees to provide design plans and a design report as specified in Exhibit A, which is attached and incorporated herein and may hereinafter be referred to as the "Work." 2. Chan�es in Scope of Work: The City, without invalidating this Agreement, may order changes to the Work consisting of additions, deletions or modifications. Any such changes to the Work shall be ordered by the City in writing and the Compensation shall be equitably adjusted consistent with the rates set forth in Exhibit C or as otherwise mutually agreed by the Parties. 3. Time of Performance: Consultant shall commence performance of the Agreement pursuant to the schedule(s) set forth in Exhibit B. All Work shall be performed by no later than December 31, 2018. 4. Compensation: A. Amount. Total compensation to Consultant for Work provided pursuant to this Agreement shall not exceed $81,338, plus any applicable state and local sales taxes. Compensation shall be paid based upon Work actually performed according to the rate(s) or amounts specified in Exhibit C. The Consultant agrees that any hourly or flat rate charged by it for its Work sha�l remain locked at the negotiated rate(s) unless otherwise agreed to in writing or provided in Exhibit C. Except as specifical�y provided herein, the Consultant shall be solely responsible for payment of any taxes imposed as a result of the performance and payment of this Agreement. B. Method of Pavment. On a monthly or no less than quarterly basis during any quarter in which Work is performed, the Consultant shall submit a voucher or invoice in a form specified by the City, including a description of what Work has been performed, the name of the personnel performing such Work, and any hourly labor charge rate for such personnel. The Consultant shalt also submit a final bill upon completion of all Work. Payment shall be made by the City for Work performed within thirty (30) calendar days after receipt and approval by the appropriate City representative of the voucher or invoice. If the Consultant's performance does not meet the requirements of this Agreement, the Consultant will correct or modify its performance to comply with the Agreement. The City may withhold payment for work that does not meet the requirements of this Agreement. C. Effect of Pavment. Payment for any part of the Work shall not constitute a waiver by the City of any remedies it may have against the Consultant for failure of the Consultant to perform the Work or for any breach of this Agreement by the Consultant. D. Non-Appropriation of Funds. If sufficient funds are not appropriated or allocated for payment under this Agreement for any future fiscal period, the City shall not be obligated to make payments for Work or amounts incurred after the end of the current fiscal period, and this Agreement will terminate upon the completion of all remaining Work for which funds are allocated. No penalty or expense shall accrue to the City in the event this provision applies. 5. Termination: A. The City reserves the right to terminate this Agreement at any time, with or without cause by giving ten (10) calendar days' notice to the Consultant in writing. In the event of such termination or suspension, all finished or unfinished documents, data, studies, worksheets, models and reports, or other material prepared by the Consultant pursuant to this Agreement shall be submitted to the City, if any are required as part of the Work. B. In the event this Agreement is terminated by the City, the Consultant shall be entitled to payment for all hours worked to the effective date of termination, less all payments previously made. If the Agreement is terminated by the City after partial performance of Work for which the agreed compensation is a fixed fee, the City shall pay the Consultant an equitable share of the fixed fee. This provision shall not prevent the City from seeking any legal remedies it may have for the violation or nonperformance of any of the provisions of this Agreement and such charges due to the City shall be deducted from the final payment due the Consultant. No payment shall be made by the City for any expenses incurred or work done following the effective date of termination unless authorized in advance in writing by the City. 6. Warranties And Ri�ht To Use Work Product: Consuftant represents and warrants that Consultant witl perform all Work identified in this Agreement in a professional and �Page 2 of 10 ' workmanlike manner and in accordance with all reasonable and professional standards and laws. Compliance with professional standards includes, as applicable, performing the Work in compliance with applicable City standards or guidelines (e.g. design criteria and Standard Plans for Road, Bride and Municipal Construction). Professional engineers shall certify engineering plans, specifications, plats, and reports, as applicable, pursuant to RCW 18.43.070. Consultant further represents and warrants that all final work product created for and delivered to the City pursuant to this Agreement shall be the original work of the Consultant and free from any intellectual property encumbrance which would restrict the City from using the work product. Consultant grants to the City a non-exclusive, perpetual right and license to use, reproduce, distribute, adapt, modify, and display all final work product produced pursuant to this Agreement. The City's or other's adaptation, modification or use of the final work products other than for the purposes of this Agreement shall be without liability to the Consultant. The provisions of this section shall survive the expiration or termination of this Agreement. 7. Record Maintenance: The Consultant shall maintain accounts and records, which properly reflect all direct and indirect costs expended and Work provided in the performance of this Agreement and retain such records for as long as may be required by applicable Washington State records retention laws, but in any event no less than six years after the termination of this Agreement. The Consultant agrees to provide access to and copies of any records related to this Agreement as required by the City to audit expenditures and charges and/or to comply with the Washington State Public Records Act (Chapter 42.56 RCW). The provisions of this section shall survive the expiration or termination of this Agreement. 8. Public Records Compliance: To the full extent the City determines necessary to comply with the Washington State Public Records Act, Consultant shall make a due diligent search of all records in its possession or control relating to this Agreement and the Work, including, but not limited to, e-mail, correspondence, notes, saved telephone messages, recordings, photos, or drawings and provide them to the City for production. In the event Consultant believes said records need to be protected from disclosure, it may, at Consultant's own expense, seek judicial protection. Consultant shall indemnify, defend, and hold harmless the City for all costs, including attorneys' fees, attendant to any claim or litigation related to a Public Records Act request for which Consultant has responsive records and for which Consultant has withheld records or information contained therein, or not provided them to the City in a timely manner. Consultant shall produce for distribution any and all records responsive to the Public Records Act request in a timely manner, unless those records are protected by court order. The provisions of this section shall survive the expiration or termination of this Agreement. 9. Independent Contractor Relationship: A. The Consultant is retained by the City only for the purposes and to the extent set forth in this Agreement. The nature of the relationship between the Consultant and Page 3 of 10 =�� the City during the period of the Work shall be that of an independent contractor, not employee. The Consultant, not the City, shall have the power to control and direct the details, manner or means of Work. Specifically, but not by means of limitation, the Consultant shall have no obligation to work any particular hours or particular schedule, unless otherwise indicated in the Scope of Work or where scheduling of attendance or performance is mutually arranged due to the nature of the Work. Consultant shall retain the right to designate the means of performing the Work covered by this agreement, and the Consultant shall be entitled to employ other workers at such compensation and such other conditions as it may deem proper, provided, however, that any contract so made by the Consultant is to be paid by it alone, and that employing such workers, it is acting individually and not as an agent for the City. B. The City shall not be responsible for withholding or otherwise deducting federal income tax or Social Security or contributing to the State Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to Consultant or any employee of the Consultant. C. If the Consultant is a sole proprietorship or if this Agreement is with an individual, the Consultant agrees to notify the City and complete any required form if the Consultant retired under a State of Washington retirement system and agrees to indemnify any losses the City may sustain through the Consultant's failure to do so. 10. Hold Harmless: The Consultant agrees to release, indemnify, defend, and hold harmless the City, elected officials, employees, officers, representatives, and volunteers from any and all claims, demands, actions, suits, causes of action, arbitrations, mediations, proceedings, judgments, awards, injuries, damages, liabilities, taxes, losses, fines, fees, penalties, expenses, attorney's or attorneys' fees, costs, and/or litigation expenses to or by any and all persons or entities, arising from, resulting from, or related to the negligent acts, errors or omissions of the Consultant in its performance of this Agreement or a breach of this Agreement by Consultant, except for that portion of the claims caused by the City's sole negligence. Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115, (Validity of agreement to indemnify against liability for negligence relative to construction, alteration, improvement, etc., of structure or improvement attached to real estate...) then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees and volunteers, Consultant's liability shall be only to the extent of Consultant's negligence. It is further specifically and expressly understood that the indemnification provided in this Agreement constitute Consultant's waiver of immunity under the Industria� Page 4 of 10 �� ��� � Insurance Act, RCW Title 51, solely for the purposes of this indemnification. The Parties have mutually negotiated and agreed to this waiver. The provisions of this section shall survive the expiration or termination of this Agreement. 11. Gifts and Conflicts: The City's Code of Ethics and Washington State law prohibit City employees from soliciting, accepting, or receiving any gift, gratuity or favor from any person, firm or corporation involved in a contract or transaction. To ensure compliance with the City's Code of Ethics and state law, the Consultant shall not give a gift of any kind to City employees or officials. Consultant also confirms that Consultant does not have a business interest or a close family relationship with any City officer or employee who was, is, or will be involved in selecting the Consultant, negotiating or administering this Agreement, or evaluating the Consultant's performance of the Work. 12. Citv of Renton Business License: The Consultant shall obtain a City of Renton Business License prior to performing any Work and maintain the business license in good standing throughout the term of this agreement with the City. Information regarding acquiring a city business license can be found at: http://rentonwa.�ov/business/default.asax?id=548&mid=328. Information regarding State business licensing requirements can be found at: http://dor.wa.�ov/content/doin�business/re�istermybusiness/ 13. Insurance: Consultant shall secure and maintain: A. Commercial general liability insurance in the minimum amounts of $1,000,000 for each occurrence/$2,000,000 aggregate for the Term of this Agreement. B. In the event that Work delivered pursuant to this Agreement either directly or indirectly involve or require Professional Services, Professional Liability, Errors and Omissions coverage shall be provided with minimum limits of $1,000,000 per occurrence. "Professional Services", for the purpose of this section, shall mean any Work provided by a licensed professional or Work that requires a professional standard of care. C. Workers' compensation coverage, as required by the Industrial Insurance laws of the State of Washington, shall also be secured. D. Commercial Automobile Liability for owned, leased, hired or non-owned, leased, hired or non-owned, with minimum limits of $1,000,000 per occurrence combined single limit, if there will be any use of Consultant's vehicles on the City's Premises by or on behalf of the City, beyond normal commutes. Page 5 of 10 � E. Consultant shall name the City as an Additional Insured on its commercial general liability policy on a non-contributory primary basis. The City's insurance policies shall not be a source for payment of any Consultant liability, nor shall the maintenance of any insurance required by this Agreement be construed to limit the liability of Consultant to the coverage provided by such insurance or otherwise limit the City's recourse to any remedy available at law or in equity. F. Subject to the City's review and acceptance, a certificate of insurance showing the proper endorsements, shall be delivered to the City before performing the Work. G. Consultant shall provide the City with written notice of any policy cancellation, within two (2) business days of their receipt of such notice. 14. Delavs: Consultant is not responsible for delays caused by factors beyond the Consultant's reasonable control. When such delays beyond the Consultant's reasonable control occur, the City agrees the Consultant is not responsible for damages, nor shall the Consultant be deemed to be in default of the Agreement. 15. Successors and Assi�ns: Neither the City nor the Consultant shall assign, transfer or encumber any rights, duties or interests accruing from this Agreement without the written consent of the other. 16. Notices: Any notice required under this Agreement will be in writing, addressed to the appropriate party at the address which appears below (as modified in writing from time to time by such party), and given personally, by registered or certified mail, return receipt requested, by facsimile or by nationally recognized overnight courier service. Time period for notices shall be deemed to have commenced upon the date of receipt, EXCEPT facsimile delivery will be deemed to have commenced on the first business day following transmission. Email and telephone may be used for purposes of administering the Agreement, but should not be used to give any formal notice required by the Agreement. CITY OF RENTON CONSULTANT Andrew Weygandt Tony V. Pardi, President 1055 South Grady Way 22722 29th Drive SE, Suite 210 Renton, WA 98057 Bothell, WA 98201 Phone: (425) 430-7208 Phone: (425) 951-5358 aweygandt@rentonwa.gov tpardi@rh2.com Fax: (425) 430-7241 17. Discrimination Prohibited: Except to the extent permitted by a bona fide occupational qualification, the Consultant agrees as follows: Page 6 of 10 ;�£ A. Consultant, and Consultant's agents, employees, representatives, and volunteers with regard to the Work performed or to be performed under this Agreement, shall not discriminate on the basis of race, color, sex, religion, nationality, creed, marital status, sexual orientation or preference, age (except minimum age and retirement provisions), honorably discharged veteran or military status, or the presence of any sensory, mental or physical handicap, unless based upon a bona fide occupational qualification in relationship to hiring and employment, in employment or application for employment, the administration of the delivery of Work or any other benefits under this Agreement, or procurement of materials or supplies. B. The Consultant will take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, national origin, sex, age, sexual orientation, physical, sensory or mental handicaps, or marital status. Such action shall include, but not be limited to the following employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training. C. If the Consultant fails to comply with any of this Agreement's non-discrimination provisions, the City shall have the right, at its option, to cancel the Agreement in whole or in part. D. The Consultant is responsible to be aware of and in compliance with all federal, state and local laws and regulations that may affect the satisfactory completion of the project, which includes but is not limited to fair labor laws, worker's compensation, and Title VI of the Federal Civil Rights Act of 1964, and will comply with City of Renton Council Resolution Number 4085. 18. Miscellaneous: The parties hereby acknowledge: A. The City is not responsible to train or provide training for Consultant. B. Consultant will not be reimbursed for job related expenses except to the extent specifically agreed within the attached exhibits. C. Consultant shall furnish all tools and/or materials necessary to perform the Work except to the extent specifically agreed within the attached exhibits. D. In the event special training, (icensing, or certification is required for Consultant to provide Work he/she will acquire or maintain such at his/her own expense and, if Consultant employs, sub-contracts, or otherwise assigns the responsibility to perform the Work, said employee/sub-contractor/assignee will acquire and or maintain such training, licensing, or certification. Page 7 of 10 ;a; E. This is a non-exclusive agreement and Consultant is free to provide his/her Work to other entities, so long as there is no interruption or interference with the provision of Work called for in this Agreement. F. Consultant is responsible for his/her own insurance, including, but not limited to health insurance. G. Consultant is responsible for his/her own Worker's Compensation coverage as well as that for any persons employed by the Consultant. 19. Other Provisions: A. Approval Authoritv. Each individual executing this Agreement on behalf of the City and Consultant represents and warrants that such individuals are duly authorized to execute and deliver this Agreement on behalf of the City or Consultant. B. General Administration and Mana�ement. The City's project manager is Abdoul Gafour, Water Utility Supervisor. In providing Work, Consultant shall coordinate with the City's contract manager or his/her designee. C. Amendment and Modification. This Agreement may be amended only by an instrument in writing, duly executed by both Parties. D. Conflicts. In the event of any inconsistencies between Consuttant proposals and this Agreement, the terms of this Agreement shall prevail. Any exhibits/attachments to this Agreement are incorporated by reference only to the extent of the purpose for which they are referenced within this Agreement. To the extent a Consultant prepared exhibit conflicts with the terms in the body of this Agreement or contains terms that are extraneous to the purpose for which it is referenced, the terms in the body of this Agreement shall prevail and the extraneous terms shall not be incorporated herein. E. Governin� Law. This Agreement shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington and the City of Renton. Consultant and all of the Consultant's employees shall perform the Work in accordance with all applicable federal, state, county and city laws, codes and ordinances. F. Joint Draftin� Effort. This Agreement shall be considered for all purposes as prepared by the joint efforts of the Parties and shall not be construed against one party or the other as a result of the preparation, substitution, submission or other event of negotiation, drafting or execution. Page 8 of 10 ;�� G. Jurisdiction and Venue. Any lawsuit or legal action brought by any party to enforce or interpret this Agreement or any of its terms or covenants shall be brought in the King County Superior Court for the State of Washington at the Maleng Regional Justice Center in Kent, King County, Washington, or its replacement or successor. H. Severabilitv. A court of competent jurisdiction's determination that any provision or part of this Agreement is illegal or unenforceable shall not cancel or invalidate the remainder of this Agreement, which shall remain in full force and effect. I. Sole and Entire A�reement. This Agreement contains the entire agreement of the Parties and any representations or understandings, whether oral or written, not incorporated are excluded. J. Time is of the Essence. Time is of the essence of this Agreement and each and all of its provisions in which performance is a factor. Adherence to completion dates set forth in the description of the Work is essential to the Consultant's performance of this Agreement. K. Third-Partv Beneficiaries. Nothing in this Agreement is intended to, nor shall be construed to give any rights or benefits in the Agreement to anyone other than the Parties, and all duties and responsibilities undertaken pursuant to this Agreement will be for the sole and exclusive benefit of the Parties and no one else. L. Bindin� Effect. The Parties each bind themselves, their partners, successors, assigns, and legal representatives to the other party to this Agreement, and to the partners, successors, assigns, and legal representatives of such other party with respect to all covenants of the Agreement. M. Waivers. All waivers shall be in writing and signed by the waiving party. Either party's failure to enforce any provision of this Agreement shall not be a waiver and shall not prevent either the City or Consultant from enforcing that provision or any other provision of this Agreement in the future. Waiver of breach of any provision of this Agreement shall not be deemed to be a waiver of any prior or subsequent breach unless it is expressly waived in writing. N. Counterparts. The Parties may execute this Agreement in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. IN WITNESS WHEREOF, the Parties have voluntarily entered into this Agreement as of the date last signed by the Parties below. ,� Page 9 of 10 CITY OF RENTON CONSULTANT ' _� /�, �_ ! � � By: By: � ��� Denis Law To y V ardi Mayor Pr ' ent / /9 � Date Date Attest ' � < �° � r�`� laso A.Seth Cit lerk Approved as to Legal Form ,,,�� �,-i - Shane Moloney Renton City Attorney Contract Template Updated Ol/19/2017 \\\\����\11\\111111p��,� .� '� R El►r ''�� , ,,,�`,�`� ,,,���������,,,,,�Tp �.,, : ;1 V�_��' �''� y �': - �f. " , ; = � SEAL = * - : ' "� .� o= � �'�'�. .`' o, � '/'/,���c�RA�RA�TEO`5���.��```` �'�����i�un►�a"`��� 1 Page 1U of 30 � �� �� � EXHIBIT A Scope of Work City of Renton Preliminary Design of South Talbot and West Hill Booster Pump Stations December 2017 Background The City of Renton (City) has identified the need for standby generator and booster pump station improvements at its South Talbot and West Hill Booster Pump Stations (BPS). RH2 Engineering, Inc., (RH2) is in the process of finalizing Phase 1, which included an initial study of the proposed booster pump station improvements at the South Talbot and West Hill BPSs. The City has requested the services of RH2 for the second phase of the BPS upgrades — preliminary design. The preliminary design is to include the land/topographic survey performed by RH2's subconsultant, Axis Survey and Mapping; preparation of preliminary(30-percent)design plans;updating of the cost estimate prepared during Phase 1;and preparation of a preliminary design report. The City has determined that the installation of enclosed, weatherproof sound-attenuated standby generators,automatic transfer switches,fuel tanks,and load banks are required at each of the pump stations. Shelters for the standby generators are also required at each of the pump stations. Shelters with open sides will be required at the South Talbot and West Hill BPSs due to the non-residential and industrial areas where these pump stations are located.These shelters may be similar to the post-supported shelters currently being designed by RH2 for the Highlands Reservoir generator upgrades. Additional improvements include electrical power distribution and service equipment upgrades, generator screening and security, surface water runoff mitigation, and landscaping. In addition to the standby generator improvements, the City is requesting the replacement of the existing diesel engine fire pump at the West Hill BPS with an electric motor prime mover. This will require both mechanical and electrical system improvements to replace the equipment and supply power to the new motor. At the South Talbot BPS,the City is requesting replacement of the fire flow pumps, which will require both mechanical and electrical improvements. Additional engineering services for the final design, bidding, and construction administration phases may be authorized by the City as part of a future contract or amendment. RH2 will rely on the accuracy and completeness of any information, data,or materials generated or provided by the City or others in relation to this work. The following is a detailed description of the tasks that will be completed as part of this Scope of Work for the preliminary design of the pump station upgrades at the South Talbot and West Hill BPSs. Task 1 —Topographic and Boundary Survey Objective: Contract with RH2's professional land surveyor subconsultant, Axis Survey and Mapping, to provide utility locate services, and a topographic and land boundary survey that can be used for both the preliminary and final design of the project.Coordinate with the City to locate and pothole Public Works utilities (i.e.,water,sewer,storm,etc.)as needed for design and planning. Land surveyor will provide record of survey. Land surveyor will submit a draft of the record of survey to the City for review and approval prior to submitting the record of survey to King County. 1 12/10/2017 10:54 PM 1:\Data\REN\540\2017 South Talbot and West Hill Booster Pump Station Upgredes Preliminary Design\PSA_SOW_South Talbot and West Hill BPS Upgrades Preliminary Design.docx City of Renton Exhibit A Preliminary Design of South Talbot and West Hill Booster Pump Stations Scope of Work Approach: 1.1 Coordinate with the surveyor to provide horizontal and vertical survey control, and topographic and boundary information for the existing South Talbot and West Hill BPS sites. The survey shall include surface features, underground utilities, topography, roadway and utility alignments, rights-of-way, property lines, and easements within the project area. It is assumed that the City's Public Works Department will locate and mark all water, sewer, and stormwater utilities prior to surveying. Survey shall follow RH2's standard topographic survey requirements, including 1 foot contour intervals and topographic information. Review completed survey and perform site visit to "ground-truth" survey information. Format survey and prepare base site plan for design. 1.2 Coordinate with City and utility companies to obtain as-built records of the existing facilities and utilities located on the project sites. Review records and identify subsurface utilities where additional field investigation and potholing may be required. Coordinate with the City and utility companies to select pothole locations. Coordinate with the City and the surveyor to pothole selected locations and record the location, depth, and condition of the existing utility line(s). In the event that the City is unavailable to perform the potholing, the City will hire a private company to perform the potholing. The City will be responsible for contacting the One-Call locate service prior to potholing the utilities. RH2 is not responsible for site safety, nor for determining means and methods or directing any City contractor in their work. Provided by City: • Utility locate and potholing of existing City utilities. • As-built record drawings. RH2 Deliverables: • Boundary and topographic survey and base map drawings • Record of survey. Task 2—South Talbot and West Hill BPSs Preliminary Design Objective: Prepare 30-percent design and predesign report for City review, State Environmental Policy Act (SEPA) review,site plan review, and Conditional Use Permit application submittals. Approach: 2.1 Prepare a preliminary site plan for each BPS that identifies the proposed generator and fuel tank footprint, site improvements, and other site appurtenances. 2.2 Prepare preliminary (andscaping/screening plans that show the extents and type of landscaping/screening for the South Talbot BPS. 2.3 Prepare the preliminary structural plans for the generator shelter and concrete pads for the generator,fuel tank, and load bank. 2.4 Prepare the preliminary mechanical design, including piping and pump layouts. 2.5 Prepare the preliminary electrical design for the electrical distribution, standby generator,and motor control improvements. Develop an electrical one-line diagram, electrical site plan, building power distribution and signal plans, and standby generator installation details. 2 12/10/2017 10:54 PM 1:\Data\REN\540\2017 South Talbot and West Hill 800ster Pump Station Upgrades Preliminary Design\PSA_SOW_South Talbot and West Hill BPS Upgredes Preliminary Design,docx City of Renton Exhibit A Preliminary Design of South Talbot and West Hill Booster Pump Stations Scope of Work 2.6 Update the cost estimates developed during Phase 1 for each facility. In addition to construction costs, the cost estimates shall include planning-level cost estimates for the final design engineering fee, consultant support during the bidding phase, and consultant services during construction. 2.7 Prepare a preliminary design report that summarizes the design rationale for each booster pump station. The preliminary design report and plans will expand on the initial study prepared as part of Phase 1 and shall include the following. • Title Report • Cover Sheet • Site Plan • Utilities Plan • Grading Plan, Conceptual • Preliminary Landscaping Plan (applies to South Talbot BPS) • Architectural Elevations (generator shelter) • Floor Plans(showing locations of interior work in pump station) • Structural Plans • Mechanical Plans • Electrical Plans 2.8 Conduct an internal quality control review and provide two (2) hard copies of a draft preliminary design report and 30-percent design plans to the City for review. 2.9 Meet with the City to discuss the preliminary design report, 30-percent design plans, and required revisions. Complete final revisions to the preliminary design report and 30-percent design plans. 2.10 Prepare final preliminary design report and 30-percent design plans and send to City. Assumptions: � Geotechnical exploration needs will be determined during the preliminary design effort and performed during the final design phase of the project by RH2. Provided by City: • Review comments on 30-percent design plans and preliminary design report. RH2 Deliverables: • Two (2) hard copies and a PDF file of a draft preliminary design report, and two (2) half-size copies and a PDF file of the 30-percent design plans for City review. � Two(2)full-size copies,four(4) half-size copies,and a PDF file of the final 30-percent design plans for City. � Two (2) hard copies and a PDF file of the final preliminary design report for City. 3 12/10/2017 10:54 PM J:\Data\REN\540\2017 South Talbot and West Hill Booster Pump Station Upgrades Preliminary Design\PSA_SOW_South Talbot and West Hill BPS Upgredes Preliminary Design.docx Exhibit B: Time Schedule of Completion City of Renton Preliminary Design of South Talbot and West Hill Booster Pump Stations Anticipated Task Com letion Task 1-Topographic and Boundary Survey Task 1.1 —Coordinate survey xequirements with surveyoY,review Contxact Start + 1 month surve , and erform site visit Task 1.2—Coordinate with the City and utility companies, locate Contract Start + 1 month utilities, and othole locations Task 2— South Talbot and West Hill BPSs Preliminary Design Task 2.1 —Prepare preliininary site plans Contract Start + 3 months Task 2.2—Pxepare preliininary landscaping/screening plans for Contract Start + 3 months South Talbot BPS Task 2.3—Prepare preliininary structural plans Contract Start + 3 months Task 2.4—Prepare preliminary mechanical design Contract Start + 3 months Task 2.5—Prepare preliininary electrical design Contract Start + 3 months Task 2.6—Update cost estimates Contract Start + 4 months Task 2.7 —PrepaYe a preliininary design report Contract Start + 4 months Task 2.8—Conduct intetnal review and provide draft preliminary Contract Start + 4 months desi re oYt to Ci Task 2.9—Meet with City to discuss preluiunary design report and Contract Start + 5 months 30- ercent desi lans Task 2.10—PYepare final preliminary design Yeport and 30-perent ContYact Start + 6 months desi lans CONTRACT COMPLETION DATE: Contract Start + 6 months 12/10/2017 10:51:00 P1�1 J:\Data\REN\S40\2017 South Talbot and West Hill Booster Pump Station Upgrades Preliminary Design\PSA_Exhibit B_South Talbot and West Hill BPS Upgxades Preliminary Design.docx Exhibit C-1 Consultant Fee Determination -Summary Sheet (Negotiated Hourly Rates of Pay) Fee Schedule Subconsultant: RH2 ENGINEERING, INC Negotiated Hourly Overhead Fee Multiplier Negotiated Rate Staff Classification Rate Multiplier Per Hour 195.57% 12% Professionall $ 41.39 $ 80.94 $ 14.68 $ 137.00 Professionalll $ 45.62 $ 89.21 $ 16.18 $ 151.00 Professionallll $ 48.64 $ 95.12 $ 17.25 $ 161.00 ProfessionallV $ 51.96 $ 101.62 $ 18.43 $ 172.00 Professional V $ 55.89 $ 109.30 $ 19.82 $ 185.00 Professional VI $ 59.51 $ 116.39 $ 21.11 $ 197.00 Professional VII $ 64.34 $ 125.84 $ 22.82 $ 213.00 Professional VIII $ 67.37 $ 131.75 $ 23.89 $ 223.00 ProfessionallX $ 67.37 $ 131.75 $ 23.89 $ 223.00 Technician I $ 29.60 $ 57.90 $ 10.50 $ 98.00 Technician II $ 31.42 $ 61.44 $ 11.14 $ 104.00 Technician III $ 39.88 $ 77.98 $ 14.14 $ 132.00 Technician IV $ 42.29 $ 82.71 $ 15.00 $ 140.00 Administrative I $ 20.24 $ 39.58 $ 7.18 $ 67.00 Administrative II $ 23.86 $ 46.67 $ 8.46 $ 79.00 Administrative III $ 28.40 $ 55.53 $ 10.07 $ 94.00 Administrative IV $ 33.53 $ 65.58 $ 11.89 $ 111.00 Administrative V 39.57 77.39 14.04 131.00 In-House Copies B/W-8.5x11 $ 0.09 In-House Copies B/W-8.5x14 $ 0.14 In-House Copies B/W- 11x17 $ 0.20 In-House Copies Color-8.5x11 $ 0.90 In-House Copies Color-8.5x14 $ 1.20 In-House Copies Color- 11x17 $ 2.00 CAD Plots Large $ 25.00 CAD Plots Full $ 10.00 CAD Plots Half $ 2.50 CAD System Per Hour $ 27.50 GIS System Per Hour $ 27.50 Mileage Current IRS Rate Subconsultants will be billed at cost plus 15%. Outside direct costs for permit fees, reports, maps, data, reprographics, couriers, postage, and non- mileage related travel expenses that are necessary for the execution of the project and are not specifically identified elsewhere in the contract will be billed at cost. � EXHIBIT C-2 City of Renton Preliminary Design of South Talbot and West Hill Booster Pump Stations Fee Estimate Descri tfon Total P � . Hours � Total W6or Tota�Subconsultant Total Ezpense Total Cost ...................................................................................................................................Classi(ication.................................................................................................. Task 1 To o ra hic and Bounda Surve 24 $ 3,802 $ 24,265 S 525 $ 28,592 1.1 Coordinate survey requirements with surveyor,review survey,and perform site visit '' 18 $ 2,854'' $ 24,265 i$ 375 $ 27,494 1.2 Coordinate with the City and utility companies,locate utilities,and pothole locations � 6 S 948'�, $ - $ 150 I$ 1,095 Task 2 South Talbot and West Hill BPSs Preliminary Design 278 $ 46,766 $ - $ 5,981 $ 52,747 2.1 Prepare preliminary site plans 28 �$ 4,632 $ -,$ 485 $ 5,117 2.2 Prepare preliminary landscaping/screening plans for South Talbot BPS 8 '$ 1,318�, $ - $ 155 $ 1,473 23 Prepare preliminary structurel plans '' 22 $ 3,224�;$ -��$ 503�,$ 3,727 2.4 Prepare preliminary mechanical design � 30 $ 5,058 $ -'$ 494�$ 5,552 2.5 Prepare preliminary eledrical design '� 72 $ 12,036 $ -� $ 1,168�� $ 13,204 2.6 Update cost estimates 18 $ 3,060 $ -'$ 18'�,S 3,078 2J Prepare a preliminary design report 44 '$ 7,386 $ - $ 1,405 $ 8,791 2.8 Conduct intemal review and provide draft preliminary design report to City 16 ��$ 3,056, $ - S 180 $ 3,236 2.9 Meet with City to discuss preliminary design report and 30-percent design plans 12 $ 2,432�, $ - $ 223 $ 2,655 210 Prepare final preliminary design report and 30-percent design plans ' 28 $ 4,564' $ -i $ 1,350 $ 5,914 Preliminary Design of South Talbot and West Hill 302 $ 50,568 $ 24,265 S 6,505 S 81,338 J:\Data\REN\540�2017 South Talbot and W est Hill Booster PumD Station Upgrades Preliminary DesignlPSA_FEE_South 7albot and West Hill 9P5 Upgrades Preliminary Design.dsx 1 2/1 0/201 7 1 0:55 PM