Loading...
HomeMy WebLinkAboutContractCAG-18-271 AGREEMENT FOR RAINIER AVE N AND BENSON RD S CULVERT REPLACEMENT PROJECTS THIS AGREEMENT, dated i Z , is by and between the City of Renton (the "City"), a Washington municipal corpora ion, and CHS ENGINEERS ("Consultant"), A Washington Limited Liability Company. 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 the services as specified in Exhibit A-C, 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 B 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 December 31, 2019. 4. Compensation: A. Amount. Total compensation to Consultant for Work provided pursuant to this Agreement shall not exceed $69,200, plus any applicable state and local sales taxes. Compensation shall be paid as a flat rate fixed sum 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 B. 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. S. 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 workmanlike manner and in accordance with all reasonable and professional standards 0 PAGE 2 OF 10 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 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 0 PAGE 3 of 10 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. 0 PAGE 4 OF 10 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://www.rentonwa.gov/cros/One.aspx?portalld=7922741&pageld=9824882 Information regarding State business licensing requirements can be found at: http://dor.wa.gov/doing-business/register-my-business 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 0 PAGE 5 of 10 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. CITY OF RENTON Ron Straka Surface Water Utility Engineering Manager 1055 South Grady Way Renton, WA 98057 Phone: (425) 430-7248 rstraka@rentonwa.gov Fax: (425) 430-7241 0 PAGE 6 OF 10 CONSULTANT Evan Henke Principal 12507 Bel -Red RD, Ste. 101 Bellevue, WA. 98005 Phone: (425) 637-3693 Ext 25 evanh@chsengineers.com Fax: (425) 637-3694 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: 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 0 PAGE 7 OF 10 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 Ken Srilofung. 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 0 PAGE 8 OF 10 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. Consultant hereby expressly consents to the personal and exclusive jurisdiction and venue of such court even if Consultant is a foreign corporation not registered with the State of Washington. 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. 0 PAGE 9 OF 10 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 NTON r By: Dem Law Mayor l� Date Attest 1aso�A. Seth Citv Jerk Approved as to Legal Form Shane Moloney Renton City Attorney Contract Template Updated 08/22/2018 4 s PAGE 10 OF 10 CONSULTANT By: "'2 46 - Evan Henke Principal Date I ��CHSEERS Exhibit A City of Renton (A)Rainier Ave N and (B) Benson Rd S Culvert Replacement Projects Project Understanding and Concept We understand that the City of Renton (City) wishes to rehabilitate the existing storm drain culverts at two locations in order to: • Repair or Replace -the existing corrugated metal pipes (CMP) due to their age and structurally poor condition, • Reduce the risk of upstream street flooding, and • Preserve public access and road safety to commuters. After visiting the Rainier Ave N project location and reviewing its issues with you, our preliminary design concept would be to replace the existing approximately 65 lineal feet (LF) of 36-inch CMP via trenchless methods of cured -in -place (CIP) pipe or sliplining with a loss of internal diameter. The trenchless methods will be contrasted against an open - cut method. The Benson Rd S project location has issues with a failing pipe and poor construction access. Our preliminary concept would be to replace the existing 78 LF of 24-inch CMP via slip -lining (with a bursting head attached) or via the open -cut method. This site does not appear to have adequate site construction access or construction staging area at the upstream or downstream end, which may limit the construction methods available. Each project includes an allowance for unanticipated work (tasks A.6 and B.6). The primary consideration for this allowance is the potential for geotechnical engineering. CHS does not anticipate any geotechnical work under the current project construction method concepts however this cannot be confirmed until after review of CCTV and other existing records provided by the City. CHS Engineers, LLC 12507 Bel -Red Rd, Suite 101 Bellevue, WA 98005 425-637-3693 Proposal — City of Renton Culvert Replacement Projects Page 2 of 6 Scope of Work and Fee Estimates This project is based on two culvert rehabilitation projects at two separate sites (A) Rainier Ave N and (B) Benson Rd S. Each site will be set up as a separate biddable construction project and is detailed below as separate tasks. The City will designate the basic premises and criteria for the work needed. Reports and plans, to the extent feasible, shall be developed in accordance with the latest edition and amendments of local and State regulations, guidelines, and specifications, including, but not limited to the following: 1. Washington State Department of Transportation/American Public Works Association (WSDOT/APWA), "Standard Specifications for Road, Bridge, and Municipal Construction," as amended by Renton Standard Specification. 2. WSDOT/APWA, "Standard Plans for Road, Bridge and Municipal Construction." 3. Standard drawings prepared by the City and furnished to the Consultant shall be used as a guide in all cases where they fit design conditions. Renton Design Standards and Renton Specifications shall be used as they pertain. 4. City of Renton Surface Water Design Manual. 5. Other applicable standards and requirements for the design and construction of CIP and slip -lining methods. Land Survey: GIS based topographical information supplied by the City will be used for storm runoff basin delineation, existing aerial information will be used to estimate land cover. Field survey work will be limited to detailed topographical and utility information in the proposed work areas and will be presented to support the intended means of construction. In order to address the pipe condition and capacity issues at each project location, this proposal is for the work to: • Identify and analyze the upstream drainage basin for each project, • Perform a hydraulic modeling analysis to identify the existing and future peak runoff for the existing and proposed culverts for each project, • Complete a boundary (Benson Rd S location only) and topographical survey of existing above -grade features, including below -grade features as identified by the utility locates (survey will pick up all surface painted existing utility locates) (separate potholing is not anticipated) at each project location, • Evaluate existing conditions and potential construction methods for each project, CHS Engineers, LLC 12507 Bel -Red Rd, Suite 101 Bellevue, WA 98005 425-637-3693 Proposal — City of Renton Culvert Replacement Projects Page 3 of 6 • Prepare an exhibit and legal description for a temporary construction easement and permanent drainage easement (optional) for the Benson Rd S project, • Prepare and transmit a design recommendation memo to the City, • Design each project based on feedback from the memo, • Prepare Plans, Specifications and Estimates for each separate site (2), • Develop supplemental bidder criteria for each project, • Attend bid opening for each project, • Review contractor's shop drawings for each project, and • Support the City throughout bidding and construction of each project. (Task A) Rainier Ave N Culvert Replacement Project NO. TASK DESCRIPTION Al. Project Management Project setup, pre- and post -design meeting, progress and coordination communications, post -construction project debrief meeting. A2. Pre -Design Drainage basin delineation, hydraulic analysis using WHMM and backwater, topographical survey — 40' perimeter of target pipe, site visit, review inspection video/as-builts/GIS, research existing utilities, evaluate potential construction and bypass methods. A3. Design Results of hydraulic analysis, draft cost estimates for Recommendation each alternative (CIPP and open -cut methods), Memo recommend construction method. A4. Design Prepare plans for a public bid on 11x17 plan sheets (3); cover (1), notes and legend (1), site plan and profile (1). Prepare Special Provisions to Renton boilerplate specifications. Prepare supplemental bidder criteria. Prepare final cost estimate. Transmit final plans/specs/bid documents to City. A5. Bidding and Provide an allowance for responding to Construction Support bidder/contractor/City questions. Attend bid opening. Review contractor's shop drawings. Assist City as requested by City PM, to the extent of the hours allowed. CHS Engineers, LLC 12507 Bel -Red Rd, Suite 101 Bellevue, WA 98005 425-637-3693 Proposal — City of Renton Culvert Replacement Projects Page 4 of 6 A6. Unanticipated Work Allowance for geotechnical engineering, potholing, Allowance permitting support or other engineering work identified during the course of the evaluation and design. All work under this subtask must be specifically authorized by the City. (Task B) Benson Rd S Culvert Replacement Project NO. TASK DESCRIPTION 131. Project Management Project setup, pre- and post -design meeting, progress and coordination communications, post -construction project debrief meeting. B2. Pre -Design Drainage basin delineation, hydraulic analysis using WHMM and backwater, boundary and 40' wide topographical survey strip, site visit, determination of site construction access and construction staging area, review inspection video/as-builts/GIS, research existing utilities, evaluate potential construction methods, assist preparation for temporary or permanent easement. B3. Design Results of hydraulic analysis, draft cost estimates for Recommendation each alternative (Slip -line and open -cut methods), Memo recommend construction method. B4. Design Prepare plans for a public bid on 11x17 plan sheets (3); cover (1), notes and legend (1), site plan and profile (1). Prepare specifications in Special Provisions to Renton boilerplate. Prepare supplemental bidder criteria. Prepare final cost estimate. Transmit final plans/specs/bid documents to City. B5. Bidding and Provide an allowance for responding to Construction Support bidder/contractor/City questions. Attend bid opening. Review contractor's shop drawings. 'Assist City as requested, to the extent authorized. B6. Unanticipated Work See description for A6 above. Allowance CHS Engineers, LLC 12507 Bel -Red Rd, Suite 101 Bellevue, WA 98005 425-637-3693 Proposal — City of Renton Culvert Replacement Projects Page 5 of 6 Project Budget: Detailed fee estimates are attached as Exhibit B: Fee Estimate and Rates that show a total budget of $ 69,200 and includes a $ 14,000 allowance for unanticipated tasks. The allowance will only be utilized at the City's direction. Project Rates: See attached Exhibit B: Fee Estimate and Rates for CHS's 2019 billing rates. Project Schedule: We are prepared to begin work within two weeks of your authorization. First step will be the survey and site visits followed by the hydraulic analysis. We estimate that the design recommendation memo will take approximately 4 weeks. After CHS has received the City's final response to the memo, we estimate the bid documents for both projects will take approximately 6 weeks, excluding time for City review and response and easement acquisition. See attached Exhibit C: Preliminary Schedule for a more detailed schedule. Terms: This project will be performed under a City of Renton Professional Service Agreement. Insurance: CHS has adequate insurance to comply with all of the City's requirements. We will provide an insurance certification once this proposal has been accepted. Additional Services Available: It is our understanding that the City will advertise, bid and manage the resulting construction projects. CHS is capable of assisting the City with other related services if the City should desire, including: • Traffic control plans for each project • Permitting for each project • Posting each project's bid documents • Recommendation for award for each project • Final bid tabulation for each project • Pre -construction meeting with Contractor for each project • Construction inspection for each project • Processing contractor's monthly pay estimates for each project • Final project closeout for each project CHS Engineers, LLC 12507 Bel -Red Rd, Suite 101 Bellevue, WA 98005 425-637-36 3 Proposal — City of Renton Culvert Replacement Projects Page 6 of 6 Owner Supplied: Inspection notes and CCTV videos for each culvert As-builts/record drawings for each culvert Title Report for Benson Rd S project location Drainage basin topographical info Local horizontal and vertical datum monuments Deliverables: Design recommendation memo 60% and 95% progress drawings (11x17 PDF) 95% specifications (PDF) Final (bid set) construction drawings (11x17 - 2 sets and PDF), specifications, and cost estimate. Drawing file in AutoCad .dwg format Project Funding: This project will be partially funded by the King County Flood Control District Award Number: 4.18.16. Notes: This proposed scope of work represents our current and best understanding of the engineering support required for this project. Additional task items or additional requests for information may result in an increase in consulting services cost. If a non-scoped task request occurs, we will obtain your authorization prior to commencing the work. CHS Engineers, LLC 12507 Bel -Red Rd, Suite 101 Bellevue, WA 98005 .� 425-637-3693 Exhibit 8 - Project Fee Estimate A CHS City of Renton - Task A - Rainier Ave N Culvert Replacement Project ENGINEERS Estimated CHS Engineers Labor - Project Numbers 80111XX Date 12/11/2018 Prepared By CC/EH Personnel Positions and 2018 Hourly Billing Rates CHS Labor Task/Subtask(1) Survey Crew Project Project Design Senior Civil Admin. Total -w/Exp. & Manager E sneer Engineer Technician Assistant Total Total Est. Fee Rounding $169.00 $165.00 $135.00 $110.00 $113.00 $73.00 Hours ent . _.... 12 S1,g00.00 $1808.04 :AL A1.1. �Setup 2 2 4 $600,00 A1.2. 4 4 8 _.._..._._.... Sb $1,200,00 --�$7,402.00 ------------ , 420.10 -$7 ----------- A2.1. Field Survey and Site Visits 9 4 4 A2.2. Hydraulic Analysis 2 2 6 8 4 8 6 4 16 16 14 $2,332,00 $2.020.00 $040 00 A2.3. Evaluate Existing Conditions Evaluate Construction Methods A2.4. A3. Recommendation Memo _...,. ,. 8 12 10 29 13 $1,310 00 $3,861.00 $ 1,685.00 $3,863.05 A3.1. Draft Cost Estimates 1 2 4 2 __ A3.2. Memo A4. 8 8 2 16 0 $,68500 $g726S9 A4.1. Plans 4 2 1 12 7 4 16 B 25 - -$��Do- $2,739.00 A4.2. Specifications A4.3. Final Cost Estimate AS. Igiddrig and Co malan Support 7 i8 $925,00 $2,6*60 $2,678.50 AS 1' Bidding Support Allowance 4 6 A5.2. Construction Suppart Allowance 4 4 10 $1.470,00 A6. Unanticipated Work Allowance a $1,200.00 $7,000.00 $7,003.72 Total 8 28 81 44 18 1 8 187 $31 65.00 $31,500.Do Estimated Direct Expenses Mileage & Reproduction $118 Total $118 Task Fee Estimate Summary and Total Total Estimated Lab.,J $31,365 Total Estimated Expenses $118 Total fee Estimate(Rounded) $31,500 Notes and Assumptions: 11) See detailed Scope of Work dated December 4, 2018 (2) All hours and expenses are estimated, and may be increased or decreased within the total budget limit t the discretion of CHS' project manager. The CHS project manager may a transfer budget from estimated expenses to labor and vice versa, as the project manager may determine as appropriate. Work will be billed on a time and expense basis, subject to the limit of the not -to -exceed Total Fee Estimate (Rounded) value. (3) Olen shall be responsible for direct payment of all permit, agency review, advertisement, service or other project expenses not expressly included in the Project Fee Estimate and/or Scope of Work CHS Engineers, LLC 12507 Bel -Red Rd , Suite 101, Bellevue, WA 98005 425-637-3693 www.chsengineers.com tof3 Exhibit B - Project Fee Estimate QCHS City of Renton -Task 6 - Benson Rd S Culvert Replacement Pr, d ojeq ENGINEERS Estimated 01S Engineers tabor Project Numb.rs 8031txx oat. 12/11/2012 Prepared By CC/EH Personn. Positions and is Hourly Billing Rates CHS lobar Task/Subtask(1) Survey Cm Project Project Design Senior Civil Admin TOW - sill Exp. a Mona er En inter En i.e., Technician i Assistant Total Total Est Fee Rounding $169.00 5165.00 513500 $31000 $11300 573.00 Hours BL Mena cement 1812. Pro act Setup 2 4 2 4 12 4 8. S .00 S600 W _$2,200.00. S 7A7 HI Meebn wdh City B2 ►ra-Dedge 76 $70r490.00 $10,504M 821 Field Survey and Site Visits 12 4 6 822 Hydraulic Analysis 2 4 a 22 $3,228 00 823 Evaluate Existing Conditions 2 6 4 14 $1,75DW B24 Evaluate Constction Methods ry 3 S 6 12 2 b $L580 l$1.8300 825 Assisi Preparation of Easement 4 4 1 4 2 14 S2,102.00 63. Desigrs Remmmendatlon Massm 27 S3,SS1.00 $3,s9o_97 83 1 Draft Cost Estimates 1 e 4 632. Memo 2 13 14 51,635 00 $1,90600 B4. Design 12 lot $22,WLW $3J"49 4. Plans 6 3 2 14 8 6 12 12 6 20 51 35 14 $6,460.00 $3,77100 $1,80000 842 5 ecifications — 84.3 FimtCosl Estimate BS. BHRkng and Construction Support 71 $7 i70.00 $2,077.06 052 Edding Suptlort Allowance 4 6 85 2 )Construction Support Allowance 4 4 ..... 10 e $1.470.W . $L200 00.... 341. Una led Week Allowance _... 57000.00 $6 .94 . 7otN If, 85 58 24 1. 234 $37502A0 $37700.00 Estimated Direct Fa Experts Milea eBReproduction $118 Task Fee Estlmate5umme and Tetaf Total Estimated labor, W—.582 TOtai Estimated Ex enses' SusTOUT $318 _Total Fes Estknate (Rounded SWIM ProJen Summary Task A•Rammr 531,500 Task 8 -Benson 537.700 PROTECT TOTAL FEE Sol 200 Notesand Assumptions; (1) See detakd Scope o Work dated December 4, 201B. (2) All hours and expenses are estimated, and may be increased or decreased with the total budget limn at the dncretron of CHS' pralect manager The CHS project manager may 6anster budget from estimated expenses to labor and vice versa, as the project manager may detemrne as appropriate Work will be billed on a time and expense basis, subject to the lime of the notto exceed Total Fee Estimate (Rounded) value III) Client shall be responsible for direct payment of all p.rmit, agencyreview, advanise rit, service or other project expenses not expressly included in the Project Fee Estimate and/or Scope of work CHS Engineers, LLC 12507 Bel Red Rd, Suite 101, Bellevue, WA ISM 425-637.3693 www chsengneers tom 203 Exhibit B - Rates CHS ENGINEERS, LLC Billing Rates 2019 City of Renton Employee Title Hourly Rate CHRISTENSEN, Scott PE Principal $195.00 HENKE, Evan PE Principal $195.00 LANGER, Rodney PE Principal $195.00 DAHL, Mary PE Project Manager $140.00 ZEHNER, Eli PE Project Manager $142.00 CHRISTENSEN, Craig PE Project Engineer $124.00 COLLINS, Tucker EIT Design Engineer $97.00 GIBBS, William EIT Design Engineer $96.00 BERGLUND, Lars EIT Design Engineer $87.00 JENSEN, David Sr.Designer/Inspector $115.00 STCHERBININE, Scott Civil Technician $102.00 CHRISTENSEN, John PLS Survey Manager - PLS $141.00 CHRISTENSEN, John Survey Technician $117.00 CARPP, Lene Admin Assistant $74.00 OSSINGER, Kelly Bookkeeper $88.00 Robotic Survey $165.00 Mileage (per mile) $0.60 " Actual billing rates may differ from those listed above, but will not exceed the amounts shown. Page 3 of 3 p : ® ■ ! ! r e e « ! ! � � � ■ 2 § | @ 2 # 2 ƒ t\ ■ ; ! ! � f � ! � ! k k ƒ ! ! � � f ! !$ } ■ � | �� � ,;� ■ i i ■ | i ! ) & & ! & & § � | i | k i G : m IX | ego