Loading...
HomeMy WebLinkAboutContract CITY OF • en o� CAG-18-026 AGREEMENT FOR THE PRV STATION REHABILITATION AND REPLACEMENT STUDY THIS AGREEMENT, dated January 10, 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 professional services for the assessment of physical and operational conditions for each of the City's pressure reducing valve (PRV) stations as specified in Exhibit A, which is attached and incorporated herein and may hereinafter be referred to as the "Work." 2. Changes in Scope of Work: The City, without invalidating this Agreement, may order changes to the Work consisting of additions, deletions or modifications. Any such changes to the Work shall be ordered by the City in writing and the Compensation shall be equitably adjusted consistent with the rates set forth in Exhibit 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 October 31, 2018. 4. Compensation: A. Amount. Total compensation to Consultant for Work provided pursuant to this Agreement shall not exceed $195,190, 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 shall remain locked at the negotiated rate(s) unless otherwise agreed to in writing or provided in Exhibit C. Except as specifically provided herein, the Consultant shall be solely responsible for payment of any taxes imposed as a result of the performance and payment of this Agreement. B. Method of Payment. On a monthly or no less than quarterly basis during any quarter in which Work is performed, the Consultant shall submit a voucher or invoice in a form specified by the City, including a description of what Work has been performed, the name of the personnel performing such Work, and any hourly labor charge rate for such personnel. The Consultant shall also submit a final bill upon completion of all Work. Payment shall be made by the City for Work performed within thirty (30) calendar days after receipt and approval by the appropriate City representative of the voucher or invoice. If the Consultant's performance does not meet the requirements of this Agreement, the Consultant will correct or modify its performance to comply with the Agreement. The City may withhold payment for work that does not meet the requirements of this Agreement. C. Effect of Payment. Payment for any part of the Work shall not constitute a waiver by the City of any remedies it may have against the Consultant for failure of the Consultant to perform the Work or for any breach of this Agreement by the Consultant. D. Non-Appropriation of Funds. If sufficient funds are not appropriated or allocated for payment under this Agreement for any future fiscal period, the City shall not be obligated to make payments for Work or amounts incurred after the end of the current fiscal period, and this Agreement will terminate upon the completion of all remaining Work for which funds are allocated. No penalty or expense shall accrue to the City in the event this provision applies. 5. Termination: A. The City reserves the right to terminate this Agreement at any time, with or without cause by giving ten (10) calendar days' notice to the Consultant in writing. In the event of such termination or suspension, all finished or unfinished documents, data, studies, worksheets, models and reports, or other material prepared by the Consultant pursuant to this Agreement shall be submitted to the City, if any are required as part of the Work. B. In the event this Agreement is terminated by the City, the Consultant shall be entitled to payment for all hours worked to the effective date of termination, less all payments previously made. If the Agreement is terminated by the City after partial performance of Work for which the agreed compensation is a fixed fee, the City shall pay the Consultant an equitable share of the fixed fee. This provision shall not prevent the City from seeking any legal remedies it may have for the violation or nonperformance of any of the provisions of this Agreement and such charges due to the City shall be deducted from the final payment due the Consultant. No payment shall be made by the City for any expenses incurred or work done following the effective date of termination unless authorized in advance in writing by the City. 6. Warranties And Right To Use Work Product: Consultant represents and warrants that Consultant will perform all Work identified in this Agreement in a professional and 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 3of10 ' 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 Industrial Page 4 of 10 �� l Insurance Act, RCW Title 51, solely for the purposes of this indemnification. The Parties have mutually negotiated and agreed to this waiver. The provisions of this section shall survive the expiration or termination of this Agreement. 11. Gifts and Conflicts: The City's Code of Ethics and Washington State law prohibit City employees from soliciting, accepting, or receiving any gift, gratuity or favor from any person, firm or corporation involved in a contract or transaction. To ensure compliance with the City's Code of Ethics and state law, the Consultant shall not give a gift of any kind to City employees or officials. Consultant also confirms that Consultant does not have a business interest or a close family relationship with any City officer or employee who was, is, or will be involved in selecting the Consultant, negotiating or administering this Agreement, or evaluating the Consultant's performance of the Work. 12. City of Renton Business License: The Consultant shall obtain a City of Renton Business License prior to performing any Work and maintain the business license in good standing throughout the term of this agreement with the City. Information regarding acquiring a city business license can be found at: http://rentonwa.gov/business/default.aspx?id=548&mid=328. Information regarding State business licensing requirements can be found at: http://dor.wa.gov/content/doingbusiness/registermybusiness/ 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 10Nor E. Consultant shall name the City as an Additional Insured on its commercial general liability policy on a non-contributory primary basis. The City's insurance policies shall not be a source for payment of any Consultant liability, nor shall the maintenance of any insurance required by this Agreement be construed to limit the liability of Consultant to the coverage provided by such insurance or otherwise limit the City's recourse to any remedy available at law or in equity. F. Subject to the City's review and acceptance, a certificate of insurance showing the proper endorsements, shall be delivered to the City before performing the Work. G. Consultant shall provide the City with written notice of any policy cancellation, within two (2) business days of their receipt of such notice. 14. Delays: Consultant is not responsible for delays caused by factors beyond the Consultant's reasonable control. When such delays beyond the Consultant's reasonable control occur, the City agrees the Consultant is not responsible for damages, nor shall the Consultant be deemed to be in default of the Agreement. 15. Successors and Assigns: Neither the City nor the Consultant shall assign, transfer or encumber any rights, duties or interests accruing from this Agreement without the written consent of the other. 16. Notices: Any notice required under this Agreement will be in writing, addressed to the appropriate party at the address which appears below (as modified in writing from time to time by such party), and given personally, by registered or certified mail, return receipt requested, by facsimile or by nationally recognized overnight courier service. Time period for notices shall be deemed to have commenced upon the date of receipt, EXCEPT facsimile delivery will be deemed to have commenced on the first business day following transmission. Email and telephone may be used for purposes of administering the Agreement, but should not be used to give any formal notice required by the Agreement. CITY OF RENTON CONSULTANT Abdoul Gafour Tony V. Pardi 1055 South Grady Way 22722 29th Drive SE, Suite 210 Renton, WA 98057 Bothell, WA 98201 Phone: (425) 430-7210 Phone: (425) 951-5358 agafour@rentonwa.gov tpardi@rh2.com Fax: (425) 430-7210 17. Discrimination Prohibited: Except to the extent permitted by a bona fide occupational qualification, the Consultant agrees as follows: Page 6of10 A. Consultant, and Consultant's agents, employees, representatives, and volunteers with regard to the Work performed or to be performed under this Agreement, shall not discriminate on the basis of race, color, sex, religion, nationality, creed, marital status, sexual orientation or preference, age (except minimum age and retirement provisions), honorably discharged veteran or military status, or the presence of any sensory, mental or physical handicap, unless based upon a bona fide occupational qualification in relationship to hiring and employment, in employment or application for employment, the administration of the delivery of Work or any other benefits under this Agreement, or procurement of materials or supplies. B. The Consultant will take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, national origin, sex, age, sexual orientation, physical, sensory or mental handicaps, or marital status. Such action shall include, but not be limited to the following employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training. C. If the Consultant fails to comply with any of this Agreement's non-discrimination provisions, the City shall have the right, at its option, to cancel the Agreement in whole or in part. D. The Consultant is responsible to be aware of and in compliance with all federal, state and local laws and regulations that may affect the satisfactory completion of the project, which includes but is not limited to fair labor laws, worker's compensation, and Title VI of the Federal Civil Rights Act of 1964, and will comply with City of Renton Council Resolution Number 4085. 18. Miscellaneous: The parties hereby acknowledge: A. The City is not responsible to train or provide training for Consultant. B. Consultant will not be reimbursed for job related expenses except to the extent specifically agreed within the attached exhibits. C. Consultant shall furnish all tools and/or materials necessary to perform the Work except to the extent specifically agreed within the attached exhibits. D. In the event special training, licensing, or certification is required for Consultant to provide Work he/she will acquire or maintain such at his/her own expense and, if 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. f ()4 E Q Page 7 of 10 E. This is a non-exclusive agreement and Consultant is free to provide his/her Work to other entities, so long as there is no interruption or interference with the provision of Work called for in this Agreement. F. Consultant is responsible for his/her own insurance, including, but not limited to health insurance. G. Consultant is responsible for his/her own Worker's Compensation coverage as well as that for any persons employed by the Consultant. 19. Other Provisions: A. Approval Authority. Each individual executing this Agreement on behalf of the City and Consultant represents and warrants that such individuals are duly authorized to execute and deliver this Agreement on behalf of the City or Consultant. B. General Administration and Management. The City's project manager is Abdoul Gafour. In providing Work, Consultant shall coordinate with the City's contract manager or his/her designee. C. Amendment and Modification. This Agreement may be amended only by an instrument in writing, duly executed by both Parties. D. Conflicts. In the event of any inconsistencies between Consultant proposals and this Agreement, the terms of this Agreement shall prevail. Any exhibits/attachments to this Agreement are incorporated by reference only to the extent of the purpose for which they are referenced within this Agreement. To the extent a Consultant prepared exhibit conflicts with the terms in the body of this Agreement or contains terms that are extraneous to the purpose for which it is referenced, the terms in the body of this Agreement shall prevail and the extraneous terms shall not be incorporated herein. E. Governing Law. This Agreement shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington and the City of Renton. Consultant and all of the Consultant's employees shall perform the Work in accordance with all applicable federal, state, county and city laws, codes and ordinances. F. Joint Drafting Effort. This Agreement shall be considered for all purposes as prepared by the joint efforts of the Parties and shall not be construed against one party or the other as a result of the preparation, substitution, submission or other event of negotiation, drafting or execution. rr VW Page 8 of 10 A G. Jurisdiction and Venue. Any lawsuit or legal action brought by any party to enforce or interpret this Agreement or any of its terms or covenants shall be brought in the King County Superior Court for the State of Washington at the Maleng Regional Justice Center in Kent, King County, Washington, or its replacement or successor. H. Severability. A court of competent jurisdiction's determination that any provision or part of this Agreement is illegal or unenforceable shall not cancel or invalidate the remainder of this Agreement, which shall remain in full force and effect. I. Sole and Entire Agreement. This Agreement contains the entire agreement of the Parties and any representations or understandings, whether oral or written, not incorporated are excluded. J. Time is of the Essence. Time is of the essence of this Agreement and each and all of its provisions in which performance is a factor. Adherence to completion dates set forth in the description of the Work is essential to the Consultant's performance of this Agreement. K. Third-Party Beneficiaries. Nothing in this Agreement is intended to, nor shall be construed to give any rights or benefits in the Agreement to anyone other than the Parties, and all duties and responsibilities undertaken pursuant to this Agreement will be for the sole and exclusive benefit of the Parties and no one else. L. Binding Effect. The Parties each bind themselves, their partners, successors, assigns, and legal representatives to the other party to this Agreement, and to the partners, successors, assigns, and legal representatives of such other party with respect to all covenants of the Agreement. M. Waivers. All waivers shall be in writing and signed by the waiving party. Either party's failure to enforce any provision of this Agreement shall not be a waiver and shall not prevent either the City or Consultant from enforcing that provision or any other provision of this Agreement in the future. Waiver of breach of any provision of this Agreement shall not be deemed to be a waiver of any prior or subsequent breach unless it is expressly waived in writing. N. Counterparts. The Parties may execute this Agreement in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. 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 Ton . Pardi Mayor President a// /SK Date Date Attes t A It, , of R Mr Jason eth 4 City Clark _ * SEAL : * = Approved as to Legal Form Shane Moloney Renton City Attorney Contract Template Updated 07/19/2017 f1! 1 0 Page l0 of 10 ' ) , ! ( : EXHIBIT A Scope of Work City of Renton PRV Station Rehabilitation/Replacement Study October 2017 Background The City of Renton (City) has identified the need to assess the physical and operational conditions of each of its 48 existing pressure reducing valve (PRV) stations located throughout its water system. The City has requested the services of RH2 Engineering, Inc., (RH2)to perform an initial study of the existing PRV stations to identify deficiencies and prepare recommendations for a multi-year implementation program for the improvements. The work also includes the development of standard details for PRV stations, guidelines for sizing PRVs for domestic uses and fire flow demands,sizing and locating pressure relief valves,and integrating flow monitoring and control into the City's supervisory control and data acquisition (SCADA) system. Additional engineering services for the preliminary design, final design, bidding, and construction contract administration phases may be authorized by the City as part of a future contract or amendment. The following is a detailed description of the tasks that will be completed as part of this Scope of Work for evaluating the City's existing PRV stations. Task 1— Data Collection and Site Visits Objective: Perform site visits to inventory each of the City's PRV stations and identify deficiencies. Approach: 1.1 Attend a kickoff meeting with pertinent City staff,including Engineering,Operations and Maintenance (O&M), and key team members to review the scope of work, important project elements, design standards, and desired schedule. 1.2 Perform site visits at each PRV station with City staff to inventory existing facilities and evaluate areas for improvements. During each visit, discuss preferences and opinions with O&M staff to better understand the constraints/concerns associated with each site/station. 1.3 Obtain maintenance records regarding station condition, upgrades, improvements, and failures. Perform a desktop review of each PRV station with regards to function within the overall water system (i.e., relative level of importance based on characteristics such as capacity, level of redundancy, number of customers, criticality of service, etc.). Information/concerns revealed during the hydraulic analysis in Task 2 will be used to supplement information readily available via physical records. 1.4 Tabulate the data collected as part of subtasks 1.2 and 1.3, and format in a manner to be used in conjunction with Task 3. Assumptions: RH2 will rely upon the accuracy and completeness of any data, information, or materials provided by the City or others in relation to the work. City staff with be present at all site visits. Provided by City: • Attendance at kickoff meeting. • Access/attendance to the existing PRV stations and relief facilities for site visits. 1 10/6/2017 11:14 AM Z:\NewBusiness\Proposal\REN\20170608_REN_M17-082 PRV Station Rehab and Replacement\Contract\PSA REN EXHIBIT A_SOW_PRV Study.docx City of Renton Exhibit A PRV Station Rehabilitation/Replacement Assessment Scope of Work • Maintenance and construction records for each PRV station. RH2 Deliverables: • Attendance at kickoff meeting. • Attendance at site visits for each of the PRV stations and relief facilities and data tabulation. Task 2— Hydraulic Analysis Objective: Analyze the City's existing water system using the hydraulic model to determine if additional pressure relief capabilities are required. Approach: 2.1 Perform hydraulic analysis for pressure zones that are supplied solely by PRVs to determine adequacy of existing relief facilities. Recommend improvements and/or additional relief facilities based on the findings. 2.2 Perform criticality analyses to evaluate the impact to the system if a PRV fails. 2.3 Where additional relief capacity is necessary, identify potential locations for the installation of proposed facilities that may be feasible and identify approximate relief pressure setpoints and flow rates. Recommend a size for the proposed pressure relief valves. 2.4 For PRVs that may require full replacement, perform an analysis to evaluate alternative locations that may provide hydraulic benefits to the system, independent from other significant water system improvements. Consider the City's rezoning study when evaluating alternative locations. 2.5 Meet with the City to review the results of the hydraulic analyses. Assumptions: The scope of this task is limited to providing analysis and recommendations. RH2 and the City may re-evaluate this Scope of Work as part of a scope modification should the City desire RH2 to provide additional services to assist with property acquisition, easements, design, or any other element of the implementation for any of the recommendations provided herein. Provided by City: • Most current hydraulic model of the City's water system. • Current field PRV pressure settings. • Previous reports or memoranda regarding potential pressure relief valve locations. • Attendance at meeting to review the results of the hydraulic analyses. RH2 Deliverables: • Attendance at meeting to review the results of the hydraulic analyses. Task 3—Standards, Recommendations, and Report Objective: Develop updated standard details for City PRV stations and relief facilities. Prepare recommendations for PRV station rehabilitation/replacements. Develop an implementation strategy to complete the recommended improvements from a biennial budget, and prepare a letter report summarizing the evaluations, recommendations,and implementation strategy. 2 10/6/2017 11:14 AM Z:\NewBusiness\Proposal\REN\20170608_REN_M17-082 PRV Station Rehab and Replacement\Contract\PSA_REN_EXHIBITA SOW_PRV Study.docx City of Renton Exhibit A PRV Station Rehabilitation/Replacement Assessment Scope of Work Approach: 3.1 Develop updated standard detail(s) for PRV stations that accommodate both new construction and rehabilitation of existing PRVs while also accounting for O&M procedures. Provide guidelines for the selection of sizes and number of PRVs used in proposed stations based on downstream domestic and fire flow demands. Develop updated standard details for pressure relief facilities and provide general guidelines for sizing requirements. The City's existing standard details will serve as the basis for developing the updated standards and recommended improvements will be incorporated directly. Where elements of these revised standards provide general guidelines regarding sizing and/or location, it may be necessary to include notes within the details indicating that additional engineering evaluation may be necessary prior to final design due to unusual conditions at specific PRV stations. 3.2 Evaluate PRVs and relief facilities for telemetry upgrades and integration with the City's SCADA system. Develop policies for monitoring and alarms for PRVs and pressure relief facilities based on operational needs and budget constraints. Following the completion of the tasks below, RH2 may complete additional testing,programming,and/or integration per the terms of the 2017/2018 General Services Contract(Water). 3.2.1 Identify general input/output (I/O) requirements for PRVs and relief facilities. I/O requirements may include digital position indication (limit switch), analog position indication (transmitter),flow, digital pressure (pressure switch),and analog pressure (transmitter). 3.2.2 Identify and evaluate different programmable logic controller (PLC)/remote terminal unit (RTU) devices that will allow for I/O connections to be made and can be integrated into the City's Wonderware SCADA system. 3.2.3 Meet with City staff to review I/O, PLC/RTU devices, and power supplies for PRVs and relief facilities. 3.3 Develop recommendations for improvements to each existing PRV station including, but not limited to, mechanical, structural, site/drainage, and telemetry upgrades. For PRVs recommended for full replacement, identify potential alternative locations for further evaluation/analysis in a subsequent project phase. 3.4 Prepare a budget-level cost estimate for each PRV station based on the recommended improvements. Cost estimates will include the opinion of probable construction cost, with contingency and planning-level cost estimates for the final design engineering fee, consultant support during the bidding phase, and consultant services during construction. 3.5 Develop an implementation strategy for completing the recommended improvements. For each PRV, determine the relative priority for completing the proposed improvements using a weighted, two- part scoring system. In a collaborative effort with the City, identify projects to be completed during each annual cycle based on priority level and available budget. Prepare an overall program schedule documenting the annual budget requirement and the suggested improvements. It is anticipated that some portion of the recommended improvements will be completed by City crews. These elements will be discussed/determined by the City prior to RH2 making final recommendations. 3.6 Prepare a draft letter report, including a summary of the evaluations, recommendations, cost estimates, and implementation schedule. 3 10/6/2017 11:14 AM Z:\NewBusiness\Proposal\REN\20170608 REN M17-082_PRV Station Rehab and Replacement\Contract\PSA REN EXHIBIT A SOW_PRV Study.docx City of Renton Exhibit A PRV Station Rehabilitation/Replacement Assessment Scope of Work 3.7 Meet with the City to discuss the evaluation process and the overall results as documented in the draft letter report. Update and finalize the letter report based on review comments and feedback received during the meeting. Provided by City: • Attendance at meeting to discuss the findings/recommendations from the study. RH2 Deliverables: • Updated PRV station and relief facility standard details in PDF and AutoCAD file formats. • Preliminary and final versions of the letter report, including a summary of the evaluations, recommendations,cost estimates, and implementation strategy in PDF file format. • Attendance at meeting with the City to discuss the findings/recommendations from the study. 4 10/6/2017 11:14 AM Z:\NewBusiness\Proposal\REN\20170608 REN_M17-082 PRV Station Rehab and Replacement\Contract\PSA_REN_EXHIBIT A SOW PRV Study.docx Exhibit B: Time Schedule of Completion City of Renton PRV Station Rehabilitation/Replacement Assessment ANTICIPATED NOTICE TO PROCEED DATE: February 2018 Anticipated Task Completion Task 1— Data Collection and Site Visits February 2018 Task 2— Hydraulic Analysis August 2018 Task 3—Standards, Recommendations, and Report October 2018 ANTICIPATED CONTRACT COMPLETION DATE: October 2018 1 1/9/2018 2:52:00 PM Z:\NewBusiness\Proposal\REN\20170608_REN_M17-082_PRV Station Rehab and Replacement\Contract\PSA_EXHIBIT B_Completion Schedule_PRV Study.docx Exhibit C: Cost and Fee Estimate City of Renton PRV Station Rehabilitation/Replacement Assessment Consisting of the following: Exhibit C-1—Consultant Fee Determination—Summary Sheet—Fee Schedule WSDOT Memo dated 9 Jun 2016;Subject:Acceptance of FYE 2015 ICR—Audit Office Review Exhibit C-2—Fee Estimate 1 9/26/2017 1:33:00 PM Z:\NewBusiness\Proposal\REN\20170608_REN M17-082 PRV Station Rehab and Replacement\Contract\PSA_EXHIBIT C_Cost and Fee Estimate PRV Study.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% Professional I $ 41.39 $ 80.94 $ 14.68 $ 137.00 Professional II $ 45.62 $ 89.21 $ 16.18 $ 151.00 Professional III $ 48.64 $ 95.12 $ 17.25 $ 161.00 Professional IV $ 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 Professional IX $ 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. MIL � Washington State TI/ Department of Transportation Memorandum June 7,2016 TO: Erik Jonson, Contracting Services Manager FROM: Schatzie Harvey,Agreement Compliance Audit Manage SUBJECT: RH2 Engineering, Inc. Indirect Cost Rate for Fiscal Year Ended December 31,2015 We have completed our review of the RH2 Engineering, Inc. (RH2) Indirect Cost Rate for the above referenced fiscal year. We reviewed the documentation supporting the rate for compliance with criteria contained in the Federal Acquisition Regulations (FAR), Subpart 31. Based on our review we are issuing this memo establishing the RH2 Indirect Cost Rate for fiscal year ending December 31,2015, at 195.57%of direct labor. RH2 provided an FHWA Certificate of Final Indirect Costs indicating all costs included in the indirect cost rate schedule comply with FARs. is Costs billed to agreements will still be subject to audit of actual costs,based on the terms and conditions of the respective agreement. This was not a cognizant review. Any other entity contracting with the firm is responsible for determining the acceptability of the Indirect Cost Rate. If you have any questions,feel free to call me at (360)705-7006,or via email at harvevs(c"i)wsdot.yva.uov. Cc: Steve McKerney File DOT Form 700-008 EF Revised 5/99 | \ 7 I | £ !£p v,g, .��1 ,. ... I \ . - `- E I!& | i. 77| ƒ$i3 (3{\| I M� � | ! }!!Iij ƒ:EjI (inVii EI/II 111 n! A |f Al F *!I !� {!! ` .a g 4 ! !I ƒ(: | \l i \'� III a 1 f \ }t . E | ! | | ; i 1 I — - — [ ) ■ .- ,4. ,,■ \... . , ,,,, , s1 $ | ; ; g t . ; .. . : , , I | \„\;;zi \... . ; ,.,-. ) - j. . — i| /V. /.. ., 1.," T311 .Vt. V ( , | , . . .. ■ . \..ws - p! 1 7 . . . . .. I■ \.,/ ,�, �� �� � § | ■ . . . . ,�, . k . . . 11 ! § . . !IF 111 .. � \- J . . . . ) ■ � �. 2.�. � % . , . ! 4 ; \, . . . . . . . . , ! | — 1 — — | i ,ER\;,,f \�;l: l4zd:f 41 7. _ --- -®-- -®-®- 1 I ifk} {| ttWil ,,,,;,41 II i _ _ _ _ || • §!§/ !§ E2!§§§ N!§tgi || i | 14 ,@»yam 0 4+94tA; ,!¥_. I | § / ■ #E\ } 1 |