Loading...
HomeMy WebLinkAboutContract CAG-18-080 likk gaR , AGREEMENT FOR KENNYDALE FIBER OPTIC THIS AGREEMENT, dated May 1, 2018 is by and between the City of Renton (the "City"), a Washington municipal corporation, and Transpo Group USA Inc. ("Consultant"), a 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 field inventory and condition assessment of the existing fiber network system,the development of base maps,the design of the fiber optic system from Logan and Park Avenue to the Kennydale fire station and reservoir site, the development of final plans and specifications for public bids and to provide services during construction of the project per current design standards as set forth by : City of Renton Pre-approved plans, WSDOT Standard Specifications, WSDOT Standard Plans, WSDOT Design Manual, King County Surface Water Design Manual, MUTCD as specified in Exhibit A, which is attached and incorporated herein and may hereinafter be referred to as the "Work." 2. Changes in Scope of Work: The City, without invalidating this Agreement, may order changes to the Work consisting of additions,deletions or modifications.Any such changes to the Work shall be ordered by the City in writing and the Compensation shall be equitably adjusted consistent with the rates set forth in Exhibit D or as otherwise mutually agreed by the Parties. 3. Time of Performance: Consultant shall commence performance of the Agreement pursuant to the schedule(s) set forth in Exhibit C.All Work shall be performed by no later than January 31, 2019. 4. Compensation: A. Amount. Total compensation to Consultant for Work provided pursuant to this Agreement shall not exceed $134,154.74, 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 B.The Consultant agrees that any hourly or flat rate charged by it for its Work shall remain locked at the negotiated rate(s) unless otherwise agreed to in writing or provided in Exhibit D. Except as specifically provided herein, the Consultant shall be solely responsible for payment of any taxes imposed as a result of the performance and payment of this Agreement. r 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 0 PAGE 2 OF 10 the City for any expenses incurred or work done following the effective date of termination unless authorized in advance in writing by the City. 6. Warranties And Right To Use Work Product: Consultant represents and warrants that Consultant will perform all Work identified in this Agreement in a professional and workmanlike manner and in accordance with all reasonable and professional standards and laws. Compliance with professional standards includes, as applicable, performing the Work in compliance with applicable City standards or guidelines (e.g. design criteria and Standard Plans for Road, Bridge and Municipal Construction). Professional engineers shall certify engineering plans, specifications, plats, and reports, as applicable, pursuant to RCW 18.43.070. Consultant further represents and warrants that all final work product created for and delivered to the City pursuant to this Agreement shall be the original work of the Consultant and free from any intellectual property encumbrance which would restrict the City from using the work product. Consultant grants to the City a non- exclusive, perpetual right and license to use, reproduce, distribute, adapt, modify, and display all final work product produced pursuant to this Agreement. The City's or other's adaptation, modification or use of the final work products other than for the purposes of this Agreement shall be without liability to the Consultant. The provisions of this section shall survive the expiration or termination of this Agreement. 7. Record Maintenance: The Consultant shall maintain accounts and records, which properly reflect all direct and indirect costs expended and Work provided in the performance of this Agreement and retain such records for as long as may be required by applicable Washington State records retention laws, but in any event no less than six years after the termination of this Agreement. The Consultant agrees to provide access to and copies of any records related to this Agreement as required by the City to audit expenditures and charges and/or to comply with the Washington State Public Records Act (Chapter 42.56 RCW). The provisions of this section shall survive the expiration or termination of this Agreement. 8. Public Records Compliance: To the full extent the City determines necessary to comply with the Washington State Public Records Act,Consultant shall make a due diligent search of all records in its possession or control relating to this Agreement and the Work, including, but not limited to, e-mail, correspondence, notes, saved telephone messages, recordings, photos, or drawings and provide them to the City for production. In the event Consultant believes said records need to be protected from disclosure, it may, at Consultant's own expense, seek judicial protection. Consultant shall indemnify, defend, and hold harmless the City for all costs, including attorneys' fees, attendant to any claim or litigation related to a Public Records Act request for which Consultant has responsive records and for which Consultant has withheld records or information contained therein, or not provided them to the City in a timely manner. Consultant shall produce for PAGE 3 OF 10 distribution any and all records responsive to the Public Records Act request in a timely manner, unless those records are protected by court order. The provisions of this section shall survive the expiration or termination of this Agreement. 9. Independent Contractor Relationship: A. The Consultant is retained by the City only for the purposes and to the extent set forth in this Agreement.The nature of the relationship between the Consultant and the City 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. PAGE 4 OF 10 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 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 PAGE 5 OF 10 �r�rr�► 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. 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. PAGE 6 OF 10 CITY OF RENTON CONSULTANT Eric F. Ott, Project Manager Kevin Collins, P.E., Principal 1055 South Grady Way 12131 113th Ave NE#203 Renton, WA 98057 Kirkland, WA 98034 Phone: (425) 430-7313 Phone: 425-821-3665 eott@rentonwa.gov Kevin.Collins@transpogroup.com Fax: (425) 430-7295 Fax: - 17. Discrimination Prohibited: Except to the extent permitted by a bona fide occupational qualification,the Consultant agrees as follows: A. Consultant, and Consultant's agents, employees, representatives, and volunteers with regard to the Work performed or to be performed under this Agreement, shall not discriminate on the basis of race, color, sex, religion, nationality, creed, marital status, sexual orientation or preference, age (except minimum age and retirement provisions), honorably discharged veteran or military status, or the presence of any sensory, mental or physical handicap, unless based upon a bona fide occupational qualification in relationship to hiring and employment, in employment or application for employment, the administration of the delivery of Work or any other benefits under this Agreement, or procurement of materials or supplies. B. The Consultant will take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, national origin, sex, age, sexual orientation, physical, sensory or mental handicaps, or marital status. Such action shall include, but not be limited to the following employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training. C. If the Consultant fails to comply with any of this Agreement's non-discrimination provisions, the City shall have the right, at its option, to cancel the Agreement in whole or in part. D. The Consultant is responsible to be aware of and in compliance with all federal, state and local laws and regulations that may affect the satisfactory completion of the project, which includes but is not limited to fair labor laws, worker's compensation, and Title VI of the Federal Civil Rights Act of 1964,and will comply with City of Renton Council Resolution Number 4085. 18. Miscellaneous:The parties hereby acknowledge: (;) PAGE 7 OF 10 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. 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 Eric F. Ott. 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 PAGE 8 OF 10 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. 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. PAGE 9OF10 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. CITY OF RENTON CONSULTANT By: A/ � By: Denis Law Kevin Collins, P.E Mayor Principal . -// gr Date Date Attest c Jason . Seth City Clark Approved as to Legal Form 0�����\\11111111r1,,,�� .i N 0FR,FN ,', * : SE Shane Moloney - ``�L Renton City Attorney yc+ Contract Template Updated 12/29/2017 ���A�ggTFDSEQ4%.�o`` ljIHi111U1\N4 PAGE 10 OF 10 Exhibit A: Scope of Work Client Name: _City of Renton Project Name: Kennydale Fiber Optic Project Exhibit Dated: April 2nd, 2018 TG: 1.18032.PR Introduction The proposed scope of work detailed below is based on discussions with the City of Renton (City) during the scoping meeting held on March 15th, 2018. This scope of work consists of preparing Plans, Specifications, and Estimate (PS&E) documents and construction support services for the fiber optic communications expansion from Logan Ave/Park Ave intersection to the Kennydale Fire Station and Water Reservoir site. Design Standards and References Design standards for this project will be based on the listed standards: • City of Renton Pre-Approved Plans • WSDOT Standard Specifications • WSDOT Standard Plans • WSDOT Design Manual • King County Surface Water Design Manual • MUTCD Scope of Work The following presents Transpo's (consultant) general work program for PS&E design and construction support services. The proposed work scope includes the following four primary work elements: Task 1— Project Assessment Task 2—Fiber Optic Design Task 3—Construction Support Services Task 4— Project Administration Extra Services (currently not included in this scope of work) include Surveying, Geotechnical Engineering, Environmental NEPA/SEPA Support Services, Right-of-Way Evaluation or Acquisition, and Rail Coordination. Task 1 — Project Assessment 1.1 -Existing Documentation Review The purpose of this subtask is to review existing documentation provided by the City, prior to performing Task 1.2 Field Inventory. As part of this subtask, Transpo Group will facilitate a pre-inventory meeting with project stakeholders (identified by the City). The objective of the pre-inventory meeting will be to identify critical/undocumented areas, especially work performed within Coulon Park and the Kennydale Fire Station. To be furnished by City: • Location of existing communications lines and existing conduits runs • Existing as-builts for potential fiber infrastructure within defined projects limits • Existing GIS base mapping with existing right-of-way limits and street features (i.e. channelization, curbs, sidewalks, and pavement limits) in AutoCAD format. • Aerial imagery within project boundaries (high-resolution) Deliverables: • FTP site for document upload by City • Pre-inventory meeting materials and minutes 1.2 —Field Inventory The purpose of this subtask is to conduct a detailed inventory of conduits and junction boxes to identify potential conflicts along the potential route. Transpo will notify City staff of when the field inventory will be performed. Existing infrastructure will be documented and verified to materials received in Task 1.1. This may include opening of junction boxes/pull boxes and making notes regarding preliminary routing options. As part of this subtask,Transpo Group will contract with a conduit proofing subcontractor to verify the condition of conduit located between Lake Washington Blvd/N 20th St and Meadow Ave N/N 26th St (-3,300ft). The City will maintain existing easement with property owner, contact the property owner of anticipated work, and make conduit infrastructure accessible (i.e. clearing and grubbing) for conduit proofing subcontractor. Deliverables: • Field notes and conduit proofing results (as requested) 1.3 —Utility Coordination Transpo will coordinate design requirements with City staff to address any conflicts. Typically, the utility companies will provide as-builts, interagency agreements, or mark locations in the field. Transpo will identify any conflicts with the proposed design and will propose alternatives to the City, if necessary. This subtask does not include any utility relocation design or surveying. Assumptions: • All right-of-way limits will be provided by the City. • All necessary R/W partial takes or construction easements will be coordinated by the City and is not included in this scope-of-work. • The City will be responsible for all coordination and permitting with Puget Sound Energy (PSE). • They City has an existing franchise agreement to attach to existing PSE poles. Deliverables: • Response to PSE comments (during PS&E design phase) Task 2 — Fiber Optic Design The main objective of this project is to provide fiber communications between existing fiber communications at Logan Ave/Park Ave intersection and route to the new Kennydale Hill Fire Station and Water Reservoir site. The infrastructure improvements are to include use of existing routes (conduit and aerial), new conduit routes, new fiber optic communications, and civil improvements. The project limits and proposed improvements are outlined below. The potential communications improvements for this extension include but are not limited to: A. Fiber communications for approximately 2 miles. Fiber infrastructure routing will be evaluated with the City after field investigation. Existing infrastructure will be utilized when feasible (e.g. existing conduit, aerial span wire). B. Conduit installation within Coulon Park and Kennydale Hill Fire Station properties. C. Full fusion splice to existing fiber communications in existing pull box on Logan Ave/Park Ave. D. Distribution splice at Coulon Park. Additional fiber design within park limits will be included as an addendum. E. Coiling at Kennydale Hill Fire Station for future splice, by others. 2.1 — Basemap Development Transpo will work with the City to assess the conduit along the proposed route with the detailed inventory. Transpo will incorporate base map information provided by the City— including both intersection/road projects and utility projects where spare conduits have been installed. The base map will identify information required for the contractor to successfully locate the proposed improvements. This may include the location of existing right of way, roadside features (including curbs, sidewalks, planter strips, trees,junction boxes, etc.), and utilities. As part of this subtask, Transpo Group will facilitate a pre-design meeting with project stakeholders (identified by the City). The objective of the pre-design meeting will be to update the City on information obtained from the field inventory and highlight proposed design approach. To be furnished by the City: • The City will furnish all CAD basemaps for use on the project. Where CAD files are not available, the City will furnish geo-referenced aerial photographs that will be used for plan development. Assumptions: • Transpo will superimpose infrastructure features using City-provided CAD files and aerial photographs. Deliverables: • Basemap (as requested) • Pre-design meeting materials and minutes 2.2—30% Engineering Design This subtask will focus on the development of a preliminary (30%) engineering design for the communication infrastructure elements described earlier. The base maps prepared in the previous task will be used to prepare the preliminary engineering drawings for the proposed communications infrastructure. The preliminary (30%) engineering drawings will show general location of existing and proposed infrastructure with construction notes and preliminary layout of restoration items such as roadway, sidewalk and landscaping. No wiring details and/or schedules will be prepared at this stage. 30% plans will be submitted for review and comment by the City and PSE.The cost estimate will be prepared and show list of bid items, unit costs, and quantities.The cost estimate will consider up to two alternative conduit installation methods (e.g. boring, open trench). Assumptions: • Drainage report will not be required. • The City will be responsible for shoreline permits. • The City will coordinate with PSE regarding 30% design and pole attachment. Deliverables: • Preliminary (30%) engineering plan drawings (PDF format) • Engineer's 30% opinion of cost (two alternatives) To be furnished by the City: • Coordination, review, and summary of City comments • Comments from PSE 2.3 and 2.4—90%/Ad-Ready Engineering Design This subtask will develop 90% design documents including plans, specifications, and estimate for the elements detailed in the 30% engineering design task above. The City comments from the 30% engineering design review will be incorporated into the 90% design. The 90% design shall include: infrastructure plans layout, construction notes, restoration of roadway, sidewalk, and landscaping, wiring details, fiber optic splice diagrams, fiber details sheets, details of non-standard design features, specifications, and estimate. Plans, specifications and estimate will be submitted for the City's review. Following comment review, Transpo will incorporate all City and comments and provide an ad-ready PS&E package. Special Provisions: Contract documents, required FHWA Division 1, amendments, Division 2-9, standard drawing details, wage rates. Deliverables: 90%PS&E • 90% engineering design plans, specifications, cost estimate, and bid item list. • Responses to City's 30% review comments Final(ad-ready) PS&E • One ad-ready set of PS&E documents • One copy of drawings on CD or DVD in .pdf and Autocad format, and reproducible specifications and cost estimate. • Responses to City's 90% review comments. To be furnished by the City: • City special provisions boiler plate • Coordination, review, and summary of City comments • PSE comments 2.5—Bid Support Services This subtask will include responding to bidder questions, preparing addenda as required, responding to Request for Information (RFI) as they are received, and assist the City in evaluating bids. Deliverables: • Bidder question tracking sheet • Responses to bidder RFIs • Issuing up to 4 addenda, if required Task 3 — Construction Support Services This task includes assisting the City in preparing for and attending a pre-construction conference, providing infrastructure and fiber installation oversight services, and producing record drawings after project commissioning. 3.1—RFI, Product Submittals, and Change Order Review and Response This subtask prepares and responds to requests for information as they are received from either the Contractor or the City.This subtask reviews shop drawings, material submittals, and review change orders if necessary. Deliverables: • Response to RFIs • Stamped product submittals • Response to change orders 3.2—Installation Observation Services The City will notify when Transpo will be required to be onsite to observe construction activities deemed unique such as during conduit boring, fiber installation, and fiber splicing. Transpo will record and report progress of infrastructure and fiber communications installation to City staff. The Subconsultant will provide professional observations and opinions regarding the field work relative to the design plans. Transpo will not be taking on jobsite safety responsibilities and will not perform jobsite safety observations during site visits. Assumptions: • The Contractor will retain all responsibilities for jobsite safety. • Transpo will not provide any direction to the Contractor. All direction to the Contractor will be routed through and conveyed by City staff. • The Contractor will retain their own records and provide reporting of material quantities and labor hours. • The City inspector will maintain quantity and hours reports. Deliverables: • Field construction observation reports • OTDR documentation comments • Field photos • Project punch list 3.3—Record Drawings This subtask prepares as-built drawings per the City's Pre-approved Plans Policy. Assumptions: • The Contractor will provide record drawings to Transpo. Deliverables: • As-built drawings in AutoCAD format. Task 4 — Project Administration The main objective of this subtask is to ensure the project is completed on time and within budget based on the scope of work.This includes tracking schedule adherence, tracking budget • expenditure, preparing and submitting progress reports and invoices, and internal resource allocation to support the project. 4.1—Project Management and Coordination This subtask primarily includes ongoing communication with the project team, progress report preparation, internal project management, and project oversight. Progress reports will be developed which will aim to inform the City regarding project status, project budget status, work accomplished for the billing period, money spent for the billing period, and work to be completed for the next billing period. This subtask also includes coordination with other City departments, 3rd party stakeholders and other agencies such as WSDOT and King County, as needed. 4.2—Project Meetings This subtask includes the attendance of the Consultant's project team at one (1) predesign inventory meeting, one (1) predesign meeting, and two (2) comment resolution meetings (after each 30% and 90% submittals). 4.3 Project Invoicing This subtask includes preparing and reviewing monthly invoices and reviewing sub consultant invoices. Exhibit B: Fee Estimate The proposed hours estimate considers the level of effort to complete the scope of work with assigned project staff. Additional staff is available if submittal dates change.The anticipated staff hours for this project is provided in the following table: Exhibit C: Proposed Schedule We propose a project schedule of 9 months to complete the scope of work from the time of receiving the Notice to Proceed (NTP). This includes all meetings and review times. Review times are estimated at 2 weeks per review. Constraints of this schedule include construction within Coulon Park to occur after Labor Day weekend (September 4th) and construction completion by end of 2018 to accommodate Kennydale Fire Station construction schedule. The anticipated schedule for this project is provided in the following table: Transpo Group USA, Inc. Cost Estimate Worksheet trans 9raup ' r Number/ProjectNamr Exhibit B: Fee Estimate 1.18032.00 Ke a Fiber Optic Pay rates are effective from July 8,2017 through June 29,2018,within the ranges shown in the attachment. Only key staff are shown and other staff may work on and charge to the project as needed by the project manager. Project Comm. Project Project Manager Civil Lead Lead Design Admin initials KT RP JKHC JAH AMC job title Eng L4 Eng L6 Eng L3 Eng L2 PA L4 cost rate $46.49 $54.88 $38.94 $35.96 $40.96 Labor: Work Task Hours Cost 1 Task 1-Project Assessment 2 1.1-As-Built Review 8 2 8 2 20 $865 31.2—Field Inventory 16 2 2 16 36 $1,507 4 1.3—Utility Review and Coordination 16 2 8 4 30 $1,309 5 Task 2-Fiber Optic Design 6 2.1—Basemap Development 4 2 12 40 58 $2,201 7 2.2—30%Engineering Design 12 8 40 40 100 $3,993 8 2.3—90%Engineering Design 12 12 60 60 144 $5,710 9 2.4—Final Plans,Specifications,and Estimate(PS&E) 12 8 40 20 80 $3,274 10 2.5—Bid Support Services 8 2 10 $482 11 Task 3-Construction Support 12 3.1—RFI,Submittals,and CO Review and Response 40 4 44 $2,079 13 3.2—Installation Observation Services 8 8 $372 14 3.3—Record Drawings 4 16 16 36 $1,384 15 Task 4-Project Administration 16 4.1—Project Management and Coordination 40 16 56 $2,738 17 4.2—Project Meetings 20 20 4 44 $2,183 18 4.3—Project Invoicing 16 16 32 $1,399 Total Hours 216 78 190 198 16 698 Labor Costs $10,042 $4,281 $7,399 $7,120 $655 Overhead Rate 167.68% $49,459.76 Fee(as a%of labor) 30.00% $8,848.96 Miscellaneous Expenses: Reimbursable Subconsultants: Subs Item Cost Firm Cost 1 Federal Ex.ress/Courier $0 1 PH Consulting Inc. $15,362.00 2 Phone $0 2 Integrity Network $10,687.50 3 Fax $0 3 Subconsultant C $0 4 Posta.e $0 4 Subconsultant D $0 5 Gra.hic su..lies $0 5 Subconsultant E $0 6 Photo.ra.h $0 7 Travel ex.enses milea.e $300 00 Total Subconsultants $26,049.50 8 Re.roduction $0 9 Traffic counts $0 Contingency(as approved by City): Subs 10 Traffic accident data $0 Firm Cost 11 S.ec.MPS model run $0 1 Contin.enc $20,000.00 12 Trans.ortation Concurrenc A..lication $0 Total Reimbursable Expenses $300.00 $134,154.74 Cost Estimate Prepared on:4/2/2018 If F. s a r i z r o z r o K rt _ = Z • n 3 ' mA 3 zm3' Ao 3 c z _ c o. A w 3 N - m E ; 1 E .,1 ° v ;< m 'AFD I 0 o m ° b N iii o w o n O" n ' ti v 4 N N " N ' N NN 'S " NH 3 3 - y - 3 3 - 3 3 -7 3 3 3 3 3 3 3 e t8 S Ut � � ' � � 61iSmi i ; ; °° °D �^ °° m m - - _ - - - ' - - - - . - - - ' - m m m m m m m m m m �',.. m . . .. m ' ti ti V O� P W. N 8 e m r O i 2 ir e N ? III o2 w pQ m N O S^ g ALAI 1 II W. ,e i ; , 4. t1,_ .. 13 I o=o 4 3 o 1 transpogroup WHAT TRANSPORTATION CAN BE. Exhibit D: Transpo Cost Rate Range Schedule Pay rates are effective from July 8, 2017 through June 29, 2018,within the ranges shown in the attachment. Category Cost Rate Range Engineer/Planner/Analyst/Principal/Director- Level 7 $65 $115 Engineer/Planner/Analyst/Proj Adm - Level 6 $50 $85 Engineer/Planner/Analyst/Proj Adm - Level 5 $45 $75 Engineer/Planner/Analyst/Proj Adm - Level 4 $35 $50 Engineer/Planner/Analyst/Proj Adm - Level 3 $30 $45 Engineer/Planner/Analyst/Proj Adm - Level 2 $25 $40 Engineer/Planner/Analyst/Proj Adm - Level 1 $15 $35