Loading...
HomeMy WebLinkAboutContract CAG-19-077 + , 17 + t'NT°t AGREEMENT FOR ENGINEERING SERVICES FOR SW 41ST STREET AND OAKESDALE AVENUE SW INTERSECTION IMPROVEMENT PROJECT - CAG-19-077 THIS AGREEMENT, dated i 1 to I I , is by and between the City of Renton (the "City"), a Washington municipal corpo atio , and DKS Associates ("Consultant"), 719 Second Avenue, Suite 1250, Seattle, WA 98104-1706. 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 engineering services to design intersection improvements for the intersection of SW 41st Street and Oakesdale Avenue SW 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 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 A. 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 $90,775.20, which includes 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 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. 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. (;) PAGE 2OF10 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 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. PAGE 3 OF 10 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. 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 0 PAGE 4 OF 10 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://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. CI) PAGE 5 OF 10 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. CITY OF RENTON CONSULTANT Flora Lee, Project Manager Richard Hutchinson 1055 South Grady Way 719 Second Avenue, Suite 1250 Renton, WA 98057 Seattle, WA 98104 Phone: (425) 430-7303 Phone: (206) 382-9800 14 PAGE 6 OF 10 A FLee@rentonwa.gov Rjh@dksassociates.com Fax: (425) 430-7376 Fax: (XXX) XXX-XXXX 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. (11) PAGE 7 OF 10 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 Flora Lee. 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. PAGE 8 OF 10 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. 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. CI) PAGE 9OF10 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: Denis Law Richard J. Hutchinson Mayor Principal C/ l = f r Date Date Attest l////��„ of R •FE Jib Jason A eth " * SEAL City CI k Approved as to Legal Form %,,°Ra ED S� \\.' Shane Moloney City Attorney Contract Template Updated 03/12/2019 0 PAGE 10 of 10 EXHIBIT A - SCOPE OF WORK CITY OF RENTON - SOUTHWEST 41ST STREET AND OAKESDALE AVENUE SOUTHWEST INTERSECTION IMPROVEMENTS CONTRACT PRELUDE Where CONSULTANT is used it is applicable to DKS and sub-consultant firm(s) on this project. Where CITY is used it is used to represent City of Renton Transportation Systems Division. PROJECT DESCRIPTION This scope of work described in the following document will be provided by the CONSULTANT, DKS, with support from SUBCONSULTANTS, BergerABAM, and KPG, for the CITY's Southwest 41st Street and Oakesdale Avenue Southwest intersection improvement project. Oakesdale Avenue SW provides a vital north-south freight traffic corridor within the City of Renton. The existing Oakesdale Avenue SW/Southwest 41st Street intersection consists of a stop controlled leg along Southwest 41st Street to the east and a commercial driveway to the west creating a fourth leg outside of the public right-of-way (ROW). Springbrook Creek and the Springbrook Creek pedestrian trail also intersect Oakesdale Avenue SW at this intersection and travels in a southwest to northeast direction. The project will include project management, and/or meetings, and preliminary and final design plans, specifications, and estimate (PS&E)for a new traffic signal and channelization at the intersection of SW 41st Street and Oakesdale Avenue SW to provide an increased level of safety for motorists, freight traffic, cyclists, and pedestrians. Curb return radii and pedestrian curb ramps will be designed to facilitate traffic movements, including freight with wide turning radii, and meet current regulatory requirements. Stormwater collection and conveyance systems will be improved as required to accommodate roadway widening and curb return adjustments and to meet the requirements of the current City of Renton Surface Water Design Manual (SWDM). Signal pole locations and intersection improvements will be laid out in a manner that avoids impacts to the Springbrook Creek culvert systems and the King County Wastewater sanitary sewer transmission mains located within the public ROW to control project costs and scope. GENERAL PROJECT ASSUMPTIONS The following list is included to confirm the understanding between CONSULTANT and the CITY and will be used to guide the work. 1. Throughout this scope of work, it is understood that the City of Renton will provide the CONSULTANT, DKS Associates, with one set of consolidated review comments for the 30 and 90, and 100 percent submittal review. DKS Associates will submit to the CITY the response to comments that will also include all SUBCONSULTANT responses. 2. It is assumed that the design for the project will be completed within six months of the notice to proceed. However, the overall completion date of this agreement is twelve months of the notice to proceed to account for future supplements to the agreement City of Renton SW 41st Street/Oakesdale Ave SW Intersection Signal Design April 2019 Exhibit A Page 1 of 11 ANL which may include construction assistance, public outreach, signal timing implementation, geotechnical and structural support services. 3. Time is a material consideration in the performance of all work by the CONSULTANT under this agreement. The CONSULTANT shall complete its work and services within its control to meet the agreed upon schedule. The CONSULTANT shall provide to the CITY monthly updates to the project schedule that identify tasks and deliverables that require time extensions due to reasonable and/or unforeseen circumstances. The CITY shall not unreasonably withhold written acceptance of the time extensions. 4. It is assumed that no new pedestrian facilities will be added to the project scope within the Springbrook Creek Buffer area. Since this project connects to Springbrook Creek Trail, revisions to the location of the trail or widening of the trail, if within the project limits, may be needed as part of the scope. 5. It is assumed that proposed roadway improvements will not be required within the BNSF Railway crossing located north of the intersection. Coordination with BNSF Railway operation will be part of the design, if incorporation of interconnect to their bungalow via existing and available conduit through their right of way, is required. 6. It is assumed that public involvement will not be necessary for this project. This includes preparing a website, fliers, mailings, or any other public notices regarding the project. If necessary, these will be prepared by others or will be included in supplemental work. 7. Utility relocation and reconstruction plans, other than water, sewer, and storm drainage, will be prepared by the respective utility. It is assumed that two meetings will be held for this work. 8. The CITY will provide any previous traffic reports, geotechnical reports, trail projects/ plans, or other reports that may have occurred within the project boundary or adjacent to the project that may provide additional insight to be used for this project. 9. The CITY will hire an environmental consultant separately. The CONSULTANT will provide up to two exhibits to the CITY's environmental consultant for the environmental documentation and/or permitting. 10. It is assumed that the ROW plans, exhibits, and legal descriptions for the project will not be required. Street rights of way will be determined based on found monuments and research of public survey records. Property lines will be incorporated per King County GIS right of way linework. 11. All plans will be prepared using AutoCAD version 2018 or later. 12. It is assumed that no new landscape or irrigation services will be included in this scope. 13. Signal warrants are included as part of this scope. It is assumed this project will require up to a two page memo assisting the CITY justifying the new signalized intersection, including a traffic analysis with LOS results and recommendations, compared with the existing conditions, all way stop control, signal, and roundabout. Signal phasing will be included in the Plans and signal timing plans if necessary will be included in supplemental work. City of Renton SW 41st Street/Oakesdale Ave SW Intersection Signal Design April 2019 Exhibit A Page 2 of 11 14. Potholing for utilities will be performed for traffic signal mast arm poles and illumination poles. Up to two (2) potholes are estimated for this scope of work. 15. Lighting will be placed on the separate poles and signal poles with luminaire arm(s) per CITY standard detail, where applicable, to meet CITY standard lighting levels. AGI analysis is not part of this scope. LED fixtures for the lighting will be used on this project. 16. The included fee estimate is an estimate of how we expect to allocate our time. The CONSULTANT will request and obtain acceptance from the CITY prior to moving fee/time between tasks. 17. It is assumed 35' mounting height distance from roadway surface to face of luminaire fixtures will be used for roadway lighting. 18. Geotechnical investigations and engineering are included in this scope of work. 19. It is assumed that work as part of this scope will not exceed 2000 sf of additional new or replaced impervious surface. A simplified TIR may be required. 20. It is assumed that this project will not require WSDOT review. 21. This scope does not include Arborist services. 22. It is assumed that the 108- and 72-inch King County wastewater gravity sewer mains located within the Oakesdale Avenue SW ROW will not be impacted as part of the intersection improvements. 23. It is assumed that preparation of a Public Interest Finding (PIF) will not be required. 24. It is assumed that preparation of Maximum Extent Feasible (MEF) documentation will not be required unless curb ramps cannot meet current requirements. This project has standard grades at the intersection; therefore, no MEF documentation is assumed to be necessary on this project. If required, MEF documentation will be added to this project as part of a supplement. 25. Major utility design, relocation, and/or upgrades will not be required for this project. 26. City of Renton Traffic control plans for basic construction phasing will be included in the appendix of the PS&E Package. If necessary, project specific traffic control plans would be added to this project as part of a contract supplement. 27. CONSULTANT will be responsible for the overall reproduction of the PS&E packages that are submitted to the CITY for review and approvals as stated in the deliverables under each task. 28. Payments for the Lump Sum work are summarized below. In brackets is the estimated schedule following the notice to proceed on this contract : 40% upon completion of surveying basemap (1st month) 60% upon completion of 30 percent submittal (3rd month) City of Renton SW 41st Street/Oakesdale Ave SW Intersection Signal Design April 2019 Exhibit A Page 3 of 11 85% upon completion of final design (4th month) 95% upon completion of final bid plans (5th month) 100% following final electronic submittals to CITY(6th month) City of Renton uses the City of Renton Drafting Standards for Road, Bridge, and Municipal Construction, Current Edition with the following pertinent elements: • "feet" not meters • Either*.CTB or*. STL styles for plotting • datum in feet(per standard) • APWA.WSDOT symbols and lines • Layer naming per standard • Scale of 1"=20' TASK 1 PROJECT MANAGEMENT The estimated project duration is 6 months from NTP. No design work will proceed without written authorization from the City. Provide project management administrative services including: • Project set-up and execute agreement • Execution of Subconsultant agreements • Preparation of monthly progress reports in spreadsheet format, provided by the CITY, and invoices • Record keeping and project closeout Provide overall project management including: • Project staff management and coordination • Subconsultant management and coordination • Prepare and update project design schedule in Microsoft Project format. • Schedule and budget monitoring Coordinate with City staff, including preparation and attendance of up to 3 one hour coordination meetings throughout the duration of the project. Level of effort for this task is based on an average of 1 Consultant staff and the call-in of subconsultant staff when necessary at each of the following meetings: • One formal kickoff meeting at project start • One formal check-in meeting between kickoff and 90% • One formal review meeting after 90% review submittal • Bi-weekly progress e-mails The Consultant shall provide internal QA/QC reviews of the following major work elements prior to submittal to the City. Field review completed base maps for completeness and accuracy and incorporate findings. Provide QA/QC review of 30%, 90% and Final Plans, specifications and estimates prior to submittal to the City. City of Renton SW 41st Street/Oakesdale Ave SW Intersection Signal Design April 2019 Exhibit A Page 4 of 11 Task 1 Deliverables: • Monthly invoices and progress reports (6 months) via e-mail. • Project schedule in Microsoft Project and PDF format and updates via email. • Meeting agenda minutes in Microsoft Word format via email. Agenda will be submitted two days prior to meeting and Minutes will be submitted no later than two days after meeting. • Internal Review Mark-ups as part of each submittal to the City • Misc. correspondence to document project management issues, time extension requests via email, if necessary. TASK 2 DATA COLLECTION AND COORDINATION Data will be collected prior to field reviews and reviewed in the office (including as built plans and aerial photos), and with input from the City, to ensure efficient field visits are executed. The consultant will conduct an extensive field review at the project site to identify and assess all components that affect signal and intersection improvement design. • Intersection lane geometrics, including number, usage of each lane; length of left/right turning lanes; the distance between signalized intersections; and corridor lane configurations and lane widths as appropriate. • Utility confirmation • Other conflict confirmation Task 2 Assumptions: • CITY will provide signal technician to be on-site during site visit. Task 2 Deliverables: • Turning movement counts in PDF format via email. TASK 3 TIR Task 3 shall be performed by Subconsultant BergerABAM. Stormwater treatment will be consistent with the 2017 City of Renton Surface Water Design Manual (SWDM). A technical information report (TIR)will be required for this scope to document that the drainage improvements comply with the Core Requirements of the SWDM. Assumption(s) • The open channel and existing culverts conveying Springbrook Creek will not be altered as a part of this project • New pollution-generating impervious surface created by the project will be less than 5,000 square feet • Meet with the City to discuss comments on draft TIR. Prepare final TIR. Task 3 Deliverable(s): • Draft and final TIR in electronic PDF format. City of Renton SW 41st Street/Oakesdale Ave SW Intersection Signal Design April 2019 Exhibit A Page 5 of 11 TASK 4 UTILITY COORDINATION Task 4 shall be supported by Subconsultant BergerABAM The CONSULTANT will facilitate utility coordination meetings with project utility companies and other entities, public or private, whose facilities may be affected by the project. The CITY will provide meeting facility for meetings. SUBCONSULTANT will participate in up to two meetings with the CITY and the utility representatives. The meeting will include 3 hours per meeting for preparation, travel, and meeting time. These will be attended by one SUBCONSULTANT staff member. The CONSULTANT will prepare an agenda and shall provide meeting minutes for review and provide final meeting minutes. Task 4 Deliverable(s): • Project announcement letters and exhibits/plots to assist utility companies with their utilities relocation design • Meeting minutes—draft and final. Utility Design The CONSULTANT will provide design of fire hydrants that may need to be relocated within the project boundary and minor revisions to the City of Renton gravity sanitary sewer main located near the intersection. This will be part of deliverables under Task 7 and Task 8. Two potholes are assumed at proposed signal foundation locations as part of this project. TASK 5 SURVEY AND BASE MAPPING Task 5 shall be performed by Subconsultant KPG CONSULTANT will provide existing site condition data in addition to the preparation of existing condition documents for this project's design. Assumptions The scope of work defined within this document includes the assumptions noted below. 1. The CITY will provide relevant plans, studies, available existing mapping, title guarantees, and permitting histories for affected properties and identify known stakeholders. 2. City's Community and Economic Development (CED) Survey and Drafting Standards will be used. 3. Universal Field Services will provide title reports for all properties within the project boundaries. The ROW boundaries in the base map will be based on these title reports. 4. Primary survey control will be based upon standard survey practices and monumentation. 5. Coordinate mapping values will be based upon a "project datum" being that realization of the state plane grid coordinate system. City of Renton SW 41st Street/Oakesdale Ave SW Intersection Signal Design April 2019 Exhibit A Page 6 of 11 6. City of Renton requires Traffic Control Plan (TCP) form with TCP Plans be submitted for City's approval of that plan at least three (3)working days prior to work within City's right of way. 7. Appropriate signage and traffic control devices, per MUTCD requirements, will be used while performing field survey work. 8. Setting of monuments for ROW acquisition or road creation is not included in this scope. If additional work is required, this work will be billed as an extra to the contract, a supplement, as directed service. Field Mapping Total lineal footage for field mapping is approximately 800 I.f. 1. Survey Control: Existing monuments will be located and control points set which will be used for mapping and horizontal and vertical control during construction. The survey will be oriented to City of Renton horizontal and vertical datums (NAD83/91 and NAVD88). 2. Topographic Mapping: The following items shall be mapped during field survey: a. Curbs, edge of pavement and flowline b. Face of walk and back of walk c. Curb ramps d. Driveways, stairs, bus shelters, utility poles, and other visible features e. Grade brakes f. Utility castings and street monuments g. Measure-downs on sanitary and storm sewer structures h. Trees (greater than 8" DBH)within the limits of work i. Utility locates shall be mapped — per private utility locate consultant j. Portions of Springbrook Trail and creek shall be mapped as shown in Figure 1 Mapping work to prepare 1"=20' base map in AutoCAD format of the project within the limits described above. The base map will include features within the mapping area as describe above. 3. Right of Way determination: Street rights of way will be determined based on found monuments and research of public survey records. Property lines will be incorporated per King County GIS right of way linework. (prepared for 1"=20' plans)will be included in this file to aid in the design going forward. Deliverable(s) • A base map file, developed in AutoCAD®Civil 3D® 2018, will be the delivered product. This file will serve as the basis of this project's design. TASK 6 ENVIRONMENTAL SUPPORT Task 6 shall be supported by Subconsultant BergerABAM Coordination with CITY's Environmental Consultant City of Renton SW 41st Street/Oakesdale Ave SW Intersection Signal Design April 2019 Exhibit A Page 7 of 11 Ausommoimmumer CONSULTANT will coordinate with the CITY's environmental consultant to provide them with calculations and/or exhibits and an overview of the design that they may need for environmental permits and documentation. Prepare Environmental Exhibits CONSULTANT will prepare exhibits for the CITY's environmental consultant to be included with applicable environmental permits and documentation. Deliverable(s) • Overview and calculations of design for environmental permits via e-mail to CITY's environmental consultant • Up to two (2) 8.5 x 11 environmental exhibits in electronic format TASK 7 PRELIMINARY DESIGN (30%) CONSULTANT will prepare 30% Preliminary Plans for the proposed improvements. CONSULTANT will prepare 30% Engineer's Construction Cost Estimate for the proposed improvements. Task 7.1: Intersection Control Comparison and Signal Warrant Analysis Task 7.1 shall be performed by Consultant DKS. CONSULTANT will utilize collected traffic data including ADT and PM Peak Hour traffic counts to analyze the intersection operations for both a signalized intersection and a roundabout control intersection. A signal warrant analysis will also be conducted. Synchro and SIDRA software will be utilized for this analysis. Task 7.2: Preliminary Traffic Signal Design Task 7.2 shall be performed by Consultant DKS. CONSULTANT will prepare preliminary intersection signalization plans including location of new traffic signal hardware including proposed poles, cabinets, junction boxes, conduits, vehicle and pedestrian signal heads, vehicle detection, illumination, and pedestrian push buttons assemblies. This preliminary layout will not include proposed wiring. Once this preliminary design has been reviewed and accepted by the CITY, wiring and other details will be added to the following submittal. The plans are expected to include: Cover(1 sheet), Legend and Abbreviations (1 sheet), Signal Plans (1 sheet). Task 7.3: Preliminary Civil Design (30%) Task 7.3 shall be performed by subconsultant BergerABAM. CONSULTANT will prepare preliminary intersection plans including location of new and/or replaced sidewalk, curb ramps, curbs, pavement restoration and concept level grading points. Once this preliminary design has been reviewed and accepted by the CITY, other details will be added to the following submittal. The plans are expected to include: Intersection Plan (1 sheet, 1" = 10' scale), Restoration Detail (1 sheet), Right-of-way and alignment Plan and project limits (by KPG, 1 sheet). Task 7.4: Preliminary Right-of-Way and Alignment (30%) Task 7.4 shall be performed by subconsultant KPG. CONSULTANT will prepare preliminary Right-of-way and alignment Plan and project limits (1 sheet). City of Renton SW 41st Street/Oakesdale Ave SW Intersection Signal Design April 2019 Exhibit A Page 8 of 11 Task 7 Deliverables: • Signal Warrant Analysis and Intersection Control Comparison Analysis Memo, submitted electronically in PDF format, including synchro and SIDRA output reports in appendixes. (to be submitted one (1) month after turning movement counts data collection was completed) • Synchro files: existing and future for studied peak hours. • 30% Improvement Plans submitted electronically(11x17 .pdf format) • 30% Construction Cost Estimate, submitted electronically(.pdf format) • Specifications will not be included as part of this submittal Up to eight (8) plan sheets will be included in the preliminary plan review submittal. The plans are intended to be in-progress version so the following plan sheets will be included: • Cover and index sheet (1 Sheet) • Legend and Abbreviations (1 Sheet) • R/W and Alignment Plan (1 Sheet) • Intersection Plan (1 Sheet) • Signal and Illumination Plan (1 Sheet) • Restoration Plan (1 Sheet) • Channelization and signing Plan(1 Sheet) • Fiber Schematic (1 Sheet) TASK 8 NOT USED TASK 9 NOT USED TASK 10 GEOTECHNICAL REPORT Task 10 shall be performed by Subconsultant GeoDesign Geotechnical recommendations for design of the new signal pole foundation will be provided. The specific scope of geotechnical services is summarized as follows: • Coordinate and manage the field exploration, including obtaining street-use right-of-way (ROW) and lane closure permits from the City. We anticipate the City will waive the ROW permit fees associated with the project. A street-use ROW application will still be required, along with a proposed traffic control plan for each exploration location. • Conduct a subsurface field exploration that includes the following: • Prepare a geotechnical exploration plan summarizing the proposed field activities including a site plan showing where the proposed boring will be located. • Traffic control during the exploration activities within the public ROW. City of Renton SW 41st Street/Oakesdale Ave SW Intersection Signal Design April 2019 Exhibit A Page 9 of 11 • Exploration of the subsurface conditions at the northwest, northeast, and southeast corners of the intersection (three borings). We anticipate the borings can be located in the planter strip adjacent to the roadway at the proposed boring locations. The borings will be drilled to a depth of approximately 20 feet with a small track-or trailer-mounted drill rig to minimize our footprint within the ROW. Drilling will be conducted using hollow-stem auger techniques. Our representative will collect samples from the borings and log the subsurface conditions encountered. Samples will be collected using the SPT at approximately 2.5-foot intervals for the initial 15 feet and then at 5-foot intervals thereafter. • We anticipate that work hours will be restricted to between 9:00 a.m.and 3:00 p.m. and that traffic control services, including two flaggers, will be required when working within the ROW and to re-route traffic around the equipment. We do not anticipate that a uniformed police officer will be required. A separate site visit will be necessary in order to mark the boring locations for the utility locate requests. A second visit will be necessary to verify that there are no utility conflicts at the proposed boring location before drilling. We anticipate each boring can be drilled in approximately three hours and have budgeted one and one-half days for drilling activities. After drilling is completed at each location the drill rig and traffic control will be moved to the next location. We anticipate traffic control will require right lane closures. • Perform laboratory analyses on disturbed soil samples collected from the explorations, including up to three moisture content determinations and one grain-size analysis. • Task 10 Deliverables: • Prepare a draft report summarizing findings, conclusions, and recommendations, including information related to the following: • Subsurface soil and groundwater conditions • Signal pole foundation design based on Chapter 17 of the Washington State Department of Transportation's Geotechnical Design Manual: M 46-03, "Foundation Design for Signals, Signs, Noise Barriers, Culverts, and Buildings" • Prepare a final report that incorporates acceptable revisions requested to the draft report. TASK 11 STRUCTURAL DESIGN Task 11 shall be performed by Subconsultant Bright Engineering Structural design for signal pole and illumination pole foundations will be provided based on the initial design of the signal and illumination systems. The design will account for the soils and water table at the intersection as outlined in the geotechnical report to be provided as part of this project. Task 11 Deliverable(s) • Calculations in support of the depth of a WSDOT standard 3 foot round foundation if applicable, in memo format. City of Renton SW 41st Street/Oakesdale Ave SW Intersection Signal Design April 2019 Exhibit A Page 10 of 11 • If necessary, a special design detail showing all necessary dimensions of the foundation, rebar cage, anchor bolts, etc. for the signal and illumination pole foundations along with supporting calculations in memo format. ESTIMATED LEVEL OF EFFORT The estimated level of effort associated with providing these services is shown in Exhibit E, and is based upon the scope of work, assumptions, and task descriptions provided above. City of Renton SW 41st Street/Oakesdale Ave SW Intersection Signal Design April 2019 Exhibit A Page 11 of 11 DKS Associates 41st and Oaksdale --ee Estimate for Engineering Services - Exhibit B Prepared 4/11/19 Position Principal/ Project Sr. Assistant QA-QC Manager Engineer Engineer Admin Direct Hourly Rate $80.00 $58.65 $49.75 $33.50 $29.75 Overhead 184.82% Billing Rate $251.86 $184.64 $156.62 $105.46 $93.66 Fee 30% Task 1: Project Management and QA/QC 49 $8,812 Task 1.1 Project Adminstration and Management 1 6 4 g Task 1.2 Team Meetings and Coordination 4 16 Task 1.3 Quality Assurance 4 6 h j Task 2: Data Collection 13 $2,176 Task 2.1 Collect As-Builts 1 4 T T Task 2.2 Conduct Site Visit 4 4 Task 3: Drainage Memorandum (BA) Task 4: Utility Coordination (BA) 4 $739 Task 4.1 Utility Coordination Task 5: Survey and Base Map (KPG) Task 6: Environmental Support(BA) Task 7: Preliminary Design (30%) 104 $15,285 Task 7.1 Initial Traffic Analysis 4 32 12 Task 7.2 Preliminary Traffic Signal Design 4 40 12 ,. Task 7.3 Preliminary Civil Design Task 8: Not Used ;, Task 9: Not Used Task 10: Geotechnical report Task 11: Structural design ate• Subtotal Labor Hours 9 45 84 24 8 Subtotal Labor Costs $2,267 $8,309 $13,156 $2,531 1 $749 SUBCONSULTANTS Berger Abam-30% Roadway Design (Exhibit B-1) $26,131.11 KPG-Surveying (Exhibit B-2) $13,606.00 GeoDesign-Geotechnical Report (Exhibit B-3) $15,286 Bright-Structural Design (Exhibit B-4) $7,045 sub total $89,080 EXPENSES Quantity Units Unit price Travel-Mileage(prof) 150 miles @ 0.58 $87 Travel-Mileage(team coord) 100 miles @ 0.58 $58 Postage Reproduction/Copies Traffic Counts $500 Potholing(up to 2 locations estimated) 2 potholes @ 525 $1,050 TOTAL COST TASK 1-7, 10, 11 (Labor+ Overhead + Expenses + Fee) $90,775.20 Exhibit A-1 EXHIBIT A-1-SCOPE OF WORK CITY OF RENTON -SOUTHWEST 41ST STREET AND OAKESDALE AVENUE SOUTHWEST INTERSECTION SIGNAL DESIGN PROJECT DESCRIPTION This scope of work is for work to be provided by BergerABAM to support DKS with the 30 percent design of the Southwest 41st Street and Oakesdale Avenue Southwest Intersection Signal Design project. Oakesdale Avenue SW provides a vital north-south freight traffic corridor within the City of Renton. The existing Oakesdale Avenue SW/Southwest 41st Street intersection consists of a stop-controlled leg along Southwest 41st Street to the east and a commercial driveway to the west, creating a fourth leg outside of the public right-of-way (ROW). Springbrook Creek and the Springbrook Creek pedestrian trail also intersect Oakesdale Avenue SW at this intersection and travel in a southwest to northeast direction. The project will include a new traffic signal and channelization to provide an increased level of safety for motorists,freight traffic, cyclists, and pedestrians. Curb return radii and pedestrian curb ramps will be replaced as required to facilitate traffic movements and meet current regulatory requirements.Stormwater collection and conveyance systems will be improved as required to accommodate roadway widening and curb return adjustments and to meet the requirements of the City of Renton Stormwater Surface Water Design Manual. Signal pole locations and intersection improvements will be laid out in a manner that avoids impacts to the Springbrook Creek culvert systems and the King County Wastewater sanitary sewer transmission mains to control project costs and scope. ESTIMATED LEVEL OF EFFORT The estimated level of effort associated with providing these services is shown in Exhibit B, and is based upon the scope of work, assumptions, and task descriptions provided below. GENERAL PROJECT ASSUMPTIONS The following list is included to confirm the understanding between BergerABAM and DKS and will be used to guide the work. 1. This effort will only be for the design to a 30 percent design level. The CITY may elect to move forward with the final design, which will require a supplement for the revised scope and fee estimate to support the necessary submittals and design direction. 2. Throughout this scope of work,it is understood that the City of Renton will provide the prime consultant,DKS, with one set of consolidated review comments for the 30 percent submittal review. BergerABAM will respond to comments that correspond to their work and submit them to DKS. 3. The 30 percent design for the project will be completed within three months of the notice to proceed. Extension of the design completion date, caused or required by the CITY, DKS Associates BergerABAM,P19.0163.00 SW 41st Street/Oakesdale Ave SW Intersection Signal Design April 2019 City of Renton Page 1 of 6 beyond the number of months, will result in an extension of time and a supplemental agreement for additional funds to cover the costs associated with the extension of time. 4. It is assumed that the roadway widening for this project will not exceed 2,000 square feet of additional new or replaced impervious surface and that the existing culverts, which convey Springbrook Creek north and west through the intersection,will not be affected by the proposed project improvements. 5. Stormwater treatment will be consistent with the 2017 City of Renton Surface Water Design Manual(SWDM). It is understood that a simplified technical information report(TIR) will be required for this projectt o comply with the Core Requirements of the SWDM. 6. No new pedestrian facilities will be added to the project within the Springbrook Creek Buffer area. Since this project connects to Springbrook Creek Trail, revisions to the location of the trail or widening of the trail, if within the project limits may be needed as part of the scope. 7. Proposed roadway improvements will not be required within the BNSF Railway crossing located north of the intersection and that coordination with BNSF Railway will not be required. 8. Public involvement will not be necessary for this project. This includes preparing a website, fliers,mailings,or any other public notices regarding the project. If necessary, these will be prepared by others, or will be included in supplemental work. 9. Major utility design, relocation, and/or upgrades will not be required for this project. It is assumed that the CITY will invite the water and sewer department and any other known utility purveyors within the project limits to review the project and assess potential impacts to their systems. This will be conducted in one meeting for the 30 percent design work. 10. If required, potholing for utilities will be performed by others. 11. The CITY will provide any previous traffic reports, geotechnical reports, trail projects/plans, or other reports that may have occurred within the project boundary or adjacent to the project that may provide additional insight to be used for this project. 12. The City of Renton will hire an environmental consultant separately. BergerABAM, in coordination with DKS,will provide up to two exhibits to the CITY's environmental consultant. However,because the type of exhibits required is not yet known, the allowance of 8 hours may not be sufficient. Once the scope of work for the exhibits has been identified by the CITY's environmental consultant,BergerABAM will review the level of effort to determine if the level of effort required is beyond the level of effort DKS Associates BergerABAM,P19.0163.00 SW 41st Street/Oakesdale Ave SW Intersection Signal Design April 2019 City of Renton Page 2 of 6 assumed. A contract amendment may be necessary to supplement the assumed level of effort. 13. The ROW plans,exhibits, and legal descriptions for the project will be provided by others and no coordination will be required by BergerABAM other than providing the limits of proposed civil work. 14. All plans will be prepared using AutoCAD version 2018. 15. No new landscape or irrigation design will be included in this scope. 16. The included fee estimate is an estimate of how we expect to allocate our time. The consultant or subconsultant will request and obtain acceptance from the CITY prior to moving fee/time between tasks. 17. The 108- and 72-inch King County wastewater gravity sewer mains located within the Oakesdale Avenue SW ROW will not be impacted as part of the intersection improvements. 18. Preparation of a Public Interest Finding (PIF) will not be required. This project does not intend to have proprietary products or items specified by manufacturer on this project; therefore, it is assumed no PIF is necessary on this project. 19. Preparation of Maximum Extent Feasible(MEF) documentation will not be required, unless curb ramps cannot meet current requirements. This project has standard grades at the intersection; therefore,no MEF documentation is assumed to be necessary on this project. 20. DKS will prepare the channelization plans for approval. 21. DKS will compile the overall plan set,including the cover sheet,channelization and signing plans, signal plans, and traffic control and detour plans as applicable. 22. DKS will be responsible for the overall reproduction of the PS&E packages that are submitted to the CITY for review and approval. 23. A constructability review will not be required for the 30 percent design effort. 24. Special provisions will not be required for the 30 percent design effort. TASK 1.0 PROJECTADMINISTRATION This task will include project administration,meetings, coordination, and QA/QC. Subtask 1.1 Monthly Invoices and Reporting BergerABAM will prepare monthly invoices and progress reports as follows. DKS Associates BergerABAM,P19.0163.00 SW 41st Street/Oakesdale Ave SW Intersection Signal Design April 2019 City of Renton Page 3 of 6 • Prepare and submit monthly invoices,including a tabulation of hours expended,broken down by each major task. • Prepare monthly progress reports summarizing the status of the budget. Dellverable(s) • Monthly progress report and invoice,up to three months (one copy/month) Subtask 1.2 Team Meetings DKS will facilitate two internal project team coordination meetings. Meetings shall be approximately 1 hour in duration and will be attended by one BergerABAM staff member via telecommunication correspondence. Subtask 1.3 Project Coordination It is estimated that an average of two hours per month over three months for a total of six hours will be spent coordinating with the CITY,DKS, other team members firms, and utility companies via the phone and through email correspondence. Subtask 1.4 City Meetings The CITY will facilitate one initial project kick-off meeting and one project meeting over the course of the project. The meeting will include 3 hours per meeting for preparation, travel, and meeting time. These will be attended by one BergerABAM staff member. DKS will prepare an agenda and shall provide summary notes afterwards. Subtask 1.5 Utility Coordination Meetings The CITY will facilitate utility coordination meetings with project utility companies and other entities, public or private, whose facilities may be affected by the project. BergerABAM will participate in one meeting with the CITY and the utility representatives. The meeting will include 3 hours for preparation,travel, and meeting time. This will be attended by one BergerABAM staff member. The agenda and summary notes will be prepared by DKS. Dellverable(s) • Up to two exhibits to assist utility companies with their utilities relocation design. Subtask 1.6 Coordination with CRY's Environmental Consultant BergerABAM will coordinate with the CITY's environmental consultant to provide them with calculations and an overview of the design that they may need for environmental permits and documentation. Any exhibits required will be provided under Subtask 1.7. Subtask 1.7 Prepare Environmental Exhibits BergerABAM will prepare exhibits for the CITY's environmental consultant to be included with applicable environmental permits and documentation. It is assumed that two 8-1/2 x 11 exhibits will be prepared for this effort. DKS Associates BergerABAM,P19.0163.00 SW 41st Street/Oakesdale Ave SW Intersection Signal Design April 2019 City of Renton Page 4 of 6 Subtask 1.8 Quality Assurance BergerABAM will provide quality assurance/quality control(QA/QC) for all their design work elements in accordance with their QA/QC standards. TASK 2.0 CIVIL DESIGN The civil design work prepared by BergerABAM will include those services necessary to prepare preliminary plans up to a 30 percent design level for the CITY's review;to determine utility impacts; to determine environmental impacts; and to determine ROW impacts and needs. BergerABAM will attend one review meeting with the CITY to review their comments to the preliminary design plans. Subtask 2.1 Prepare Drainage Memorandum BergerABAM will review and design the drainage system in accordance with the 2017 City of Renton Surface Water Design Manual. BergerABAM will prepare a draft simplified technical information report(TIR), assuming not to exceed 2,000 square feet of additional new or replaced impervious surface, and submit it to the CITY for review. A final TIR will be prepared under the 60 percent design that incorporates all CITY review comments. Assumption(s) The scope of work defined within this document includes the assumptions noted below. • A full drainage TIR will not be required for this project. • The open channel and existing culverts conveying Springbrook Creek will not be altered as a part of this project • New pollution-generating impervious surface created by the project will be less than 5,000 square feet. Subtask 2.2 Preliminary Utility Design This BergerABAM task involves the preliminary design of fire hydrants that may need to be relocated within the project boundary and minor revisions to the City of Renton gravity sanitary sewer main located near the intersection. Subtask 2.3 Prepare Preliminary Plans and Details BergerABAM will prepare preliminary design plans and details as necessary for the project. The plans will be submitted to the CITY for review. Any comments will be incorporated into future design plans under a supplemental agreement. Dellverable(s) • Plans for the preliminary design level for submittal to DKS. Subtask 2.5 Preliminary Quantities and Cost Estimate BergerABAM will determine the preliminary bid items necessary for the project and anticipated quantity for each item identified. BergerABAM will then compile this list in a preliminary cost estimate that has the unit bid prices,contingencies, and the anticipated cost of construction. DKS Associates BergerABAM,P19.0163.00 SW 41st Street/Oakesdale Ave SW Intersection Signal Design April 2019 City of Renton Page 5 of 6 �r..r This will be sent to DKS for review and submitted to the CITY for review.Comments received will be incorporated into future submittals. Dellverable(s) • Preliminary cost estimate for 30 percent design level for submittal to DKS. Subtask 2.6 Attend CITY Review Meeting BergerABAM will attend one review meeting with the CITY via telecomm correspondence to review the preliminary design submittals. The meeting will include 3 hours per meeting for preparation, meeting time, and time to respond to comments provided by the CITY. The meeting will be attended by one BergerABAM staff member. DKS will prepare an agenda and shall provide summary notes afterwards. BergerABAM will respond to their applicable review comments and incorporate the agreed- upon resolution into the final construction document(s). Deliverables) • BergerABAM will submit responses to review comments to DKS who will maintain an overall spreadsheet of the review comments from the CITY. DKS Associates BergerABAM,P19.0163.00 SW 41st Street/Oakesdale Ave SW Intersection Signal Design April 2019 City of Renton Page 6 of 6 Exhibit B-1 EXHIBIT B-1: SUBCONSULTANT FEE DETERMINATION 4/8/2019 BergerABAM City of Renton -SW 41st Street and Oakesdale Ave SW Intersection Improvements DIRECT SALARY COSTS(DSC)for BeroerABAM Hours Rate Cost Project Manager 14 $ 83.49 $ 1,168.86 Project Engineer 51 $ 52.72 $ 2,688.47 Civil Engineer 70 $ 44.12 $ 3,088.19 Designer/CAD Oper 42 $ 48.45 $ 2,034.90 Dept. Coor./Admin 7 $ 39.85 $ 278.95 BergerABAM Hours, TOTAL 184 Subtotal Direct Salary Costs(DSC) = $ 9,259.37 Escalation of DSC for FY 2019 at= 0.0% $ - Subtotal (DSC +SE) = $ 9,259.37 Overhead (OH) 150.96% of(DSC+SE) = $ 13,977.94 Fixed Fee(FF) 30.00% of(DSC +SE)= $ 2,777.81 TOTAL SALARY COSTS(DSC+SE+OH+ FF)= $ 26,015.11 DIRECT NONSALARY COSTS(DNSC) Mileage 200 miles @ $ 0.580 $ 116.00 Courier and Postage 0 packages @ $ 60 $ - TOTAL REIMBURSABLE EXPENSES(DNSC)= $ 116.00 TOTAL BergerABAM FEE (DSC+SE+OH+ FF+ DNSC)= $ 26,131.11 SUBCONSULTANTS None TOTAL SUBCONSULTANT FEES= $ - TOTAL CONTRACT AMOUNT= $ 26,131.11 Page 1 of 3 EXHIBIT B-1: PROJECT FEE DETERMINATION 4/8/2019 BergerABAM City of Renton -41st Street Intersection Project Manager Base Wage Blended Hourly Classification Name Rate %Participation Rate Project Managers Steven True $ 83.49 100% $ 83.49 Project Engineers/Senior Engineers Arjun KC $ 51.35 90% Connie Linden $ 65.00 10% $ 52.72 Civil Engineers Blake Nelson $ 45.37 90% Kyle Grey $ 32.84 10% $ 44.12 Landscape Designer Earl Christian $ 35.99 100% $ 35.99 Designer/CAD Oper. John Reyes $ 48.45 100% $ 48.45 Dept.Coord./Admin Nora Bretana Kelly Robinson $ 39.85 100% $ 39.85 Page 2 of 3 EXHIBIT B-1:SUBCONSULTANT FEE DETERMINATION BergerABAM 4/8/2019 c o d `m c `o p. V y � d °1 w °O uc c Task •".c IT - Ca dE TASK DESCRIPTION Number a s a w v CI ta.1 a` Q Totals TASK 1-Project Administration and Management 1 Monthly Invoices(3 months) 1.1 3 3 6 Team Meetings(Assume 2 via telecomm) 1.2 2 2 Project Coordination(avg 2 hr/mo for 3 mo) 1.3 1 4 1 6 City Meetings(Assume 2) 1.4 3 3 6 Utility Coordination Meetings(Assume 1) 1.5 3 3 Coordination with City's Environmental Consultant 1.6 4 4 Prepare Environmental Exhibits(Assume 2) 1.7 2 2 4 8 QA/QC 1.8 6 6 Total Task 1 10 15 9 4 3 41 TASK 2-Civil Design 2 Prepare Drainage Memorandum 2.1 4 16 24 8 4 56 Preliminary Utility Design 2.2 4 8 4 16 Prepare Preliminary Plans 2.3 - 11 23 22 - 56 Preliminary Quantity and Cost Estimate 2.5 2 6 4 12 Attend City Review Meeting(Assume 1 via telecomm) 2.6 3 3 Total Task 2 4 36 61 38 4 143 OVERALL PROJECT TOTAL 14 51 70 42 7 184 Page 3 of 3 Exhibit A-2 SW 41st Street and Oakesdale Avenue SW Intersection Signal Design SCOPE OF WORK This task describes the effort anticipated to conduct field topographic survey at the intersection of SW 41st Street and Oakesdale Avenue SW. Total lineal footage for field mapping is approximately 800 I.f. See Figure 1 for graphic depiction. 1. Survey Control: Existing monuments will be located and control points set which will be used for mapping and horizontal and vertical control during construction. The survey will be oriented to City of Renton horizontal and vertical datums(NAD83/91 and NAVD88). 2. Topographic Mapping: The following items shall be mapped during field survey: a. Curbs, edge of pavement and flowline b. Face of walk and back of walk c. Curb ramps d. Driveways, stairs, bus shelters, utility poles, and other visible features e. Grade brakes f. Utility castings and street monuments g. Measure-downs on sanitary and storm sewer structures h. Trees(greater than 8"DBH)within the limits of work i. Utility locates shall be mapped—per private utility locate consultant j. Portions of Springbrook Trail and creek shall be mapped as shown in Figure 1 Mapping work to prepare 1"=20' base map in AutoCAD format of the project within the limits described above. The base map will include features within the mapping area as describe above. 3. Right of Way determination: Street rights of way will be determined based on found monuments and research of public survey records. Property lines will be incorporated per King County GIS right of way linework. Deliverables: AutoCAD Civil3D complete basemap for use by City for design Copies of field notes as needed Noe ta00 FIGURE 1 - LIMITS OF SURVEY s 0, ,� �,,,.. _ i —: , .. .. til 1. "I't-, F. Iyi , ... ;+J i Oake:ssdale Ave SG / & SW 41st St I .�. - ,'' o'er `i a '"� t a i Exhibit B-2 Project: DKS SW 41st Street and Oakesdale Avenue SW Intersection Signal Design Topographic Survey December,2018 Labor Hour Estimate Total Fee Survey Project Survey- Survey Survey Description Manager Surveyor Technician 2-Man Crew 1-Man Crew $ 210.00 $ 141.00 $ 118.00 $ 215.00 $ 165.00 Fee 1 Survey Control 1 4 4 $ 1,634.00 2 Topographic Mapping 1 4 30 4 24 $ 9,134.00 3 ROW determination 1 8 $ 1,338.00 Expenses(mileage, private utility locates) $ 1,500.00 Task Total I 3 16 30 , 8 1 24 $ 13,606.00 Total Estimated Fee: $ 13,606.00 Page 1 of 1 Exhibit A-3 i WOES! April 4, 2019 DKS Associates 719 Second Avenue, Suite 1250 Seattle, WA 98104 Attention: Richard Hutchinson, P.E. Proposal Geotechnical Engineering Services Intersection Signal Design SW 41"Street and Oakesdale Avenue SW Renton, Washington GeoDesign Project: DKS-1 2-01 INTRODUCTION GeoDesign, Inc. is pleased to present this proposal to provide geotechnical engineering services for the intersection signal design project located at SW 41=`Street and Oakesdale Avenue SW in Renton, Washington. The project includes installing new signal poles at the intersection. The exact locations of the poles have yet to be determined. We anticipate poles will be installed at the northwest, northeast, and southeast corners of the "T" intersection. Geologic maps of the area indicate that it is underlain by alluvium, which in the Duwamish Valley typically consists of interbedded silt, silty sand, and fine sand deposits that are loose and unconsolidated. The intersection and surrounding area are developed and near-surface soil has been impacted by previous grading activities. Springbrook Creek extends beneath the intersection within a culvert. We anticipate fill soil associated with the culvert will extend to significant depths beneath the existing pavement. Geotechnical recommendations are required for signal pole foundations. SCOPE OF SERVICES The purpose of our geotechnical engineering services will be to provide geotechnical recommendations for design of the new signal pole foundation. Past grading activities have likely impacted the surficial soil at the intersection; we recommend conducting subsurface explorations at the signal pole locations to reduce the risk associated with encountering differing site conditions during construction. Our specific scope of services is summarized as follows: 10700 Meridian Avenue North,Suite 402 I Seattle,WA 98133 I 206.838 9900 www.geodesigninc.com • Coordinate and manage the field exploration, including obtaining street-use right-of-way (ROW) and lane closure permits from the City. We anticipate the City will waive the ROW permit fees associated with the project. A street-use ROW application will still be required, along with a proposed traffic control plan for each exploration location. • Conduct a subsurface field exploration that includes the following: • Prepare a geotechnical exploration plan summarizing the proposed field activities including a site plan showing where the proposed boring will be located. • Traffic control during the exploration activities within the public ROW. • Exploration of the subsurface conditions at the northwest, northeast, and southeast corners of the intersection (three borings). We anticipate the borings can be located in the planter strip adjacent to the roadway at the proposed boring locations. The borings will be drilled to a depth of approximately 20 feet with a small track-or trailer-mounted drill rig to minimize our footprint within the ROW. Drilling will be conducted using hollow-stem auger techniques. Our representative will collect samples from the borings and log the subsurface conditions encountered. Samples will be collected using the SPT at approximately 2.5-foot intervals for the initial 15 feet and then at 5-foot intervals thereafter. • We anticipate that work hours will be restricted to between 9:00 a.m. and 3:00 p.m. and that traffic control services, including two flaggers, will be required when working within the ROW and to re-route traffic around the equipment. We do not anticipate that a uniformed police officer will be required. A separate site visit will be necessary in order to mark the boring locations for the utility locate requests. A second visit will be necessary to verify that there are no utility conflicts at the proposed boring location before drilling. We anticipate each boring can be drilled in approximately three hours and have budgeted one and one-half days for drilling activities. After drilling is completed at each location the drill rig and traffic control will be moved to the next location. We anticipate traffic control will require right lane closures. • Perform laboratory analyses on disturbed soil samples collected from the explorations, including up to three moisture content determinations and one grain-size analysis. • Prepare a draft report summarizing our findings, conclusions, and recommendations, including information related to the following: • Subsurface soil and groundwater conditions • Signal pole foundation design based on Chapter 17 of the Washington State Department of Transportation's Geotechnical Design Manual: M 46-03, "Foundation Design for Signals, Signs, Noise Barriers, Culverts, and Buildings" • Prepare a final report that incorporates acceptable revisions requested to the draft report. SCHEDULE We will begin work on the project upon receiving your notification to proceed. Subcontract drillers are approximately three to four weeks out in terms of scheduling. Our report will be available within two weeks after the field exploration is completed. Preliminary results can be provided after the field work is completed. C DESIGN? 2 DKS-12-01.040419 FEE Our services will be provided on a time-and-materials basis in accordance with the Schedule of Charges and General Conditions that are attached to and part of this proposal. The estimated project cost is $15,286 for the scope of services described above. A detailed summary of the proposed fee is attached. ♦ ♦ ♦ We appreciate the opportunity to submit this proposal. Please call if you have questions regarding this submittal. To formally authorize our services, return one signed copy of this proposal. Sincerely, GeoDesign, Inc. ,,,z,,...... ht.......„ Kevin J. La I P.E. Principal Engineer KJL:sn Attachments One copy submitted(via email only) Document ID: DKS-1 2-01-04041 9-geop.docx ©2019 GeoDesign, Inc. All rights reserved. The scope of services and terms described herein arc accepted, and CeoDesign, Inc. is authorized to proceed. by en Signature* Date Printed Name Title *Individual with contracting authority and responsible for payment of GeoDesign,Inc.'s fees. G EO DESIG N= 3 DKS-12-01:040419 ASIMMIllsor GeoDesign,Inc.FEE SUMMARY Exhibit B-3 Project:Intersection Signal Design Job No.DKS-12-01 I Date 4/4/2019 Standard Schedule(SS)or Direct Salary Cost(DSC) I SS Fixed Fee Labor Rate 2017 Standard Schedule GeoDesign OH Rate,if DSC calculation is used 163.66% If Labor is DSC is the Fixed Fee =FF x (DSC+OH) 7 NO Allowable Handling Charge 12.00% GEODESIGN LABOR-Summary from Geodesign Hours Worksheet PROJECT PHASES OR TASKS SCOPE: Three borings to 20 feet lab testing,geotechnical recommendations and Field Investigation Laboratory Engineering and Subcontractors Total Hours Labor Rate Cost report Testing Report Preparation CLASSIFICATION 1. Principal 2.5 0.5 4.0 7.0 $209.00 $1,463 2. Senior Associate $191.00 3, Associate $179.00 4. Senior Project Manager $164.00 5. Project Manager II $144.00 6. Project Manger) 1.0 10.0 11.0 $144.00 $1,584 9. Technical Speicalist I $135.00 10. Staff III 30.0 30.0 $125.00 $3,750 11. Staff II $113.00 12. Staff I $99.00 13. Sr Tech $95.00 14, CAD 3.0 3.0 $95.00 $285 15. Tech II $89.00 16. Tech I $77.00 17. Senior Project Assistant 4.0 4.0 $91.00 $364 18. Prior Assistant 2.0 2.0 $84.00 $188 19. Support Staff 1.0 1.0 $72.00 $72 SUBTOTAL-Labor $4,273 $249 $3,165 58.0 - 57,686.00 OVERHEAD(OH)COST(Including Salary Additives) FIXED FEE(FF): SUBTOTAL LABOR $4,273 $249 $3,1$5 '$7,686 Field Investigation Laboratory Engineering and Subcontractors Unit Rate Extended Testing Report Preparation EQUPMENT VEHICLE-GeoDesign-1 2 Day $21.00 $42 VEHICLE-Mileage 180 Mile $0.630 $113 SAMPLING-GEO-MISC Samping Equipment 1.5 Day $10.00 $15 INSTRUMENT-GEO-Digital Camera Day $11.00 SURVEY-GPS-Differential Day $100.00 INSTRUMENT-GEO-VWP 8 Minilogger Each $1,100.00 INSTRUMENT-GEO-VWP-Datalogger Recording for VWP Day $10.00 SUBTOTAL EQUP81ENT $170 $170.40 Field Investigation Laboratory Engineering and Subcontractors Unit Rate Extended REIMBURSABLES: Testing Report Preparation Reproduction-Copy(B&W) each $0.12 Reproduction-Copy(COLOR)11 x 17 25 $1.50 $37.50 Find Rate Subsistence day $185.00 SUBTOTAL REBreURSABLEB -: $38 .a:.. s$38,00 Field Investigation Laboratory Engineering and SubContractors Unit Rate Extended LABORATORY TESTS-ID: Testing Report Preparation Moisture-Oven 3 ea $28 $84 Particle Size Analysis Percent passing#200 ea $87 Particle Size Analysis ASTM C136 1 ea $139 $139 CEC ea $105 Organic Content ea $93 SUBTOTAL LABORATORY.... $223 :. $223.00 Geodesign Charges SubTotal $4,443 $472 $3,203 = $8,118.00 Field Investigation Laboratory Engineering and SubConractors SUBTOTAL HC Extended SUBCONTRACTORS(include tax when applicable) Taal..., Farm.Pmnaratinn Drilling and Coring $4,800 $4,800 $576 $5,376 Traffic Control $1,600 $1,600 $192 $1,792 SUBTOTAL SUBCOHSULTANTSkWI4C . . . $7,7$3 $6,400 8766 $7,106.00 ACTUAL SUBTOTAL BY PHASE Ind HC - $4,443 $472 $3,203 $7,168 $16,2116.00 TOTAL ESTIMATED FEE $15,286.00 DESIGN' GEOTECHNICAL AND GEOLOGICAL SCHEDULE OF CHARGES COMPENSATION Our compensation will be determined on the basis of time and expenses in accordance with the following schedule unless a fixed fee amount is so indicated in the proposal or services agreement. Contracted professional and technical services will be charged at the applicable hourly rates as listed below. Staff time spent in depositions,trial preparation,and court or hearing testimony will be billed at 1.5 to 2 times the below rates. Time spent in either local or inter-city travel,when travel is in the interest of this contract,will be charged in accordance with the foregoing schedule;when traveling by public carrier,a maximum charge of eight hours per day will be made. Current rates are as follows: Personnel Hourly Rate Personnel Hourly Rate Support Staff $ 72 Los Angeles Deputy Grading Inspector $100 Project Assistant $ 84 Technical Specialist I $135 Senior Project Assistant $ 91 Technical Specialist II $149 Technician I $ 77 Senior Technical Specialist $163 Technician II $ 89 Project Manager I $144 Senior Technician $ 95 Project Manager II $153 CAD $ 95 Senior Project Manager $164 Senior CAD Technician $105 Associate $179 Staff I $ 99 Senior Associate $191 Staff II $1 13 Principal $209 Staff III $12 5 Equipment Rate Air compressor,generator(per day) $ 55 Cement amending field tool $ 22 Cement scale and pan(per day) $ 28 Core drill(per day) $ 221 Cross-hole sonic logger(CSL)(per day) $ 496 Data recorder(VW MiniLogger and vibrating wire piezometer) $ 12 Datalogger(per day;maximum $42 per week, maximum$105 per month) $ 12 Digital camera(per day) $ 11 Drilled shaft inspection camera(DSIC)(per day;maximum$1,874 per week) $ 992 Drive probe $ 11 Dynamic cone penetrometer(DCP)drive probe $ 105 Field California bearing ratio(CBR)equipment(per day) $ 243 Falling weight deflectometer(FWD)(per day) $1,869 Falling weight deflectometer(FWD)with GPR(per day) $3,192 Geotech Field Equipment $ 11 Global positioning system(GPS)-differential(per day) $ 105 Global positioning system(GPS)-hand-held(per day) $ 32 Ground penetrating radar(GPR)-cart mounted(per day) $ 551 Ground penetrating radar(GPR)-truck mounted(per day) $1,323 Hand auger(per day) $ 39 Hydroacoustic monitoring equipment(per day) $ 276 Nuclear density gauge equipment(per hour) $ 11 Pile Driving Analyzer®(PDA)(per day) $ 551 Pile Integrity Tester(per day) $ 221 Resistivity meter(per day) $ 110 Slope inclinometer equipment(per casing) $ 160 Soil samples in brass or stainless sleeves(per sample) $ 11 Soil samples in rings(per sample) $ 11 Specialty software(MODFLOW,PLAXIS,Slope/W,etc.,per hour) $1 1.55-55.65 Total Station-Survey Equipment(per hour) $ 55 Vehicle(company)usage(full day,plus$0.63 per mile charge) $ 22 Vehicle(personal)usage(per mile) $ 0.63 Vibrating wire piezometer $ 551 Vibration monitoring equipment(per day;maximum $278 per week, maximum $819 per month) $ 58 Reproduction Black/White Color 8%2 x 11 (per finished page) $ 0.10 $ 0.16 11 x 17(per finished page) $ 0.20 $ 0.32 C-or D-size plots(per finished plot) $25.00 $25.00 D-size scan $12.50 OTHER SERVICES,SUPPLIES,AND SPECIAL TAXES Outside services(equipment, supplies,and facilities not furnished in accordance with the above schedule,and any unusual items of expense not customarily incurred in our normal operations)are charged at cost plus 12 percent. This includes shipping charges,subsistence,transportation,printing and reproduction, miscellaneous supplies and rentals, surveying services,drilling equipment,construction equipment,watercraft,aircraft,and special insurance that may be required. Specialized equipment will be quoted on a per job basis. In-house disposable field supplies(routinely used field supplies stocked in-house by GeoDesign)at current rates. List available upon request. Taxes required by local jurisdictions for projects in specific geographic areas will be charged to projects at direct cost. All rates are subject to change upon notification. G EODESIGN= 070117,rev 022619 GEOTECHNICAL LABORATORY SCHEDULE OF CHARGES TYPE OF TEST UNIT PRICE Atterberg Limits(ASTM D 4318-05) $ 179 CBR with 3-Point Proctor(ASTM D 1883-07) $ 683 Compaction(ASTM D 1 557-07/ASTM D 698-07; Methods A, B,and C) 1 point $ 105 4 points $ 252 Consolidation(ASTM D 2435-04;with two timed rebounds) $ 462 Direct Shear(ASTM D 3080-04) 1 point $ 255 3 points $ 486 Moisture Content-Oven Method(ASTM D 2216-05) $ 28 Moisture/Density(ASTM D 7263) Rings $ 41 Shelby tubes $ 41 Organic Content(ASTM D 2974) $ 93 Particle-Size Analysis Sieve(ASTM C 1 1 7-04/ASTM C 1 36-06)(includes-200 Wash, Dry Sieve) $ 139 Percent passing No. 200(ASTM C 1 17-04/ASTM D 1140-00) $ 87 Combined sieve and hydrometer(ASTM D 422-63) $ 232 Oversize sieve analysis(ASTM C 1 1 7-04/ASTM C 136-06) $ 232 Permeability Falling head in rigid wall permeameter(Army Corps Eng. EM 1 1 10-2-1906,VII-1 3) $ 406 In triaxial cell with back pressure saturation(ASTM D 5084-03) $ 463 Flex wall with triaxial compression(ASTM D 5084/ASTM D 4767) $ 627 pH of Soil(ASTM G 51) $ 93 Resilient Modulus(AASHTO T 307-99) In situ sample $ 662 Remolded sample(includes compaction and sample preparation) $ 992 Rice Density(ASTM D 2041) $ 139 Soil Resistivity(ASTM G 57) $ 214 Specific Gravity Bulk Specific Gravity-Asphalt(Parafilm coated)(ASTM D 1 188) $ 52 Maximum Specific Gravity-Asphalt(Rice)(ASTM D 2041) $ 105 Bulk Specific Gravity-Asphalt(ASTM D 2726) $ 18 Coarse Aggregate(ASTM C 127) $ 83 Fine Aggregate(ASTM C 128) $ 110 Soil(ASTM D 854) $ 116 Swell(ASTM D 4546) Method A $ 365 Method B $ 255 Method C $ 637 Triaxial Compression Unconsolidated, undrained(back pressure saturation)(ASTM D 2850-03) $ 353 Consolidated, undrained, 1 point(ASTM D 4767-06) $ 463 Consolidated, undrained, strength envelope(ASTM D 4767-06) $1,389 Load-controlled cyclic(ASTM D 531 1) $1,389 Unconfined Compression Unconfined compression of undisturbed soil samples(ASTM D 2166-06) $ 133 Unconfined compression of cement-treated soils(ASTM D 1633-00) $ 90 Sample preparation(per hour) $ 72 Other tests charged at hourly rates. GeoDesign, Inc. reserves the right to subcontract any laboratory testing listed in our scope of work and to apply charges for subcontracted testing at the rates listed above. GEODESIGN= 070117 Exhibit B-4 -[31 • i t si- • nglneenng nc. Consulting Structural and Civil Engineering Client: DKS Associates Date: April 10,2019 Attn: Richard Hutchinson Address: 719 Second Avenue,Suite 1250 Seattle,WA 98104 Project: Renton 41st St&Oaksdale Signal Design Project Location: Renton, WA ESTIMATE OF LABOR AND EXPENSE Labor Structural Document Labor Descriptions Project Engineer Engineer CADD Processing Total a. PS&E Signal Pole Foundations 4 32 24 60 b. Meeting 1 1 Engineering Services during Bid & c. Construction 2 4 6 Total Labor Hours 7 32 28 67 Billing Rate $229.25 $96.50 $84.00 Labor Subtotals $1,604.75 $3088.00 $2,352.00 $ 7,044.75 Total Labor Amount $ 7,044.75 Expenses In-House Expenses Unit Unit Cost Qty Direct Cost Totals Mileage Miles $0.57 I $ - Submittal Vellum Plots Sheet $8.00 $ Photocopies Sheet $0.10 $ Check Prints Sheet $1.00 $ Total In-House Expense $ Total Estimate of Labor&Expense $ 7,044.75 Estimate of Labor and Expense BEt Form 700