Loading...
HomeMy WebLinkAboutContract E1-2012 ' CAG-14-020 ENGINEERING ANNUAL CONSULTANT AGREEMENT THIS AGREEMENT,made and entered into on this�'day of T.G . Ow/T 'by and between the CITY OF RENTON,WASHINGTON,A MUNICIPAL CORPORATION HEREINAFTER CALLED THE"CITY," and BHC Consultants, LLC whose address is 1601 Fifth Avenue,Suite 500,Seattle,WA 98101, at which work will be available for inspection, hereinafter called the "CONSULTANT." PROJECT NAME:Central Renton Sewer Interceptor Reline& Upsize Project WHEREAS,the City has not sufficient qualified engineering employees to provide the engineering within a reasonable time and the City deems it advisable and is desirous of engaging the professional services and assistance of a qualified professional consulting firm to do the necessary engineering work for the project,and WHEREAS,the Consultant has represented and by entering into this Agreement now represents,that it is in full compliance with the statutes of the State of Washington for registration of professional engineers, has a current valid corporate certificate from the State of Washington or has a valid assumed name filing with the Secretary of State and that all personnel to be assigned to the work required under this Agreement are fully qualified to perform the work to which they will be assigned in a competent and professional manner,and that sufficient qualified personnel are on staff or readily available to Consultant to staff this Agreement. WHEREAS,the Consultant has indicated that it desires to do the work set forth in the Agreement upon the terms and conditions set forth below. NOW THEREFORE, in consideration of the terms, conditions, covenants and performances contained herein below, the parties hereto agree as follows: SCOPE OF WORK The Consultant shall furnish, and hereby warrants that it has,the necessary equipment, materials,and professionally trained and experienced personnel to facilitate completion of the work described in Exhibit A,Scope of Work,which is attached hereto and incorporated into this Agreement as though fully set forth herein. The Consultant shall perform all work described in this Agreement in accordance with the latest edition and amendments to local and state regulations,guidelines and policies. The Consultant shall prepare such information and studies as it may deem pertinent and necessary, in order to pass judgment in a sound engineering manner on the features of the work. The Consultant shall make such minor changes, amendments or revisions in the detail of the work as may be required by the City. This item does not constitute an "Extra Work" item as related in Section VIII of the Agreement. The work shall be verified for accuracy by a complete check by the Consultant. The Consultant will be held responsible for the accuracy of the work, even though the work has been accepted by the City. 11 DESIGN CRITERIA 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: Page 1 of 15 Piazza/Data—Center/Forms/City/Contracts E1-2012 f 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 Plahs for Road, Bridge and Municipal Construction." 3. Washington State Department of Transportation, "Highway Design Manual." 4. American Association of State Highway and Transportation Officials,"Standard Specifications for Highway Bridges." 5. Washington State Department of Transportation, "Bridge Design Manual,Volumes 1 and 2." 6. Washington State Department of Transportation, "Manual of Highways Hydraulics," except hydrologic analysis as described in item 14. 7. Washington State Department of Transportation, "Materials Laboratory Outline." 8. Transportation Research Board, "Highway Capacity Manual." 9. U.S. Department of Transportation, Federal Highway Administration, "Manual on Uniform Traffic Control Devices for Streets and Highways." 10. Washington State Department of Transportation, "Construction Manual." 11. Washington State Department of Transportation, "Local Agency Guidelines." 12. 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. 13. Metro Transit, design criteria. 14. King County Surface Water Design Manual,Sections 1.2 and 1.3 of Chapter 1,and Chapters 3,4, and 5. 15. American Association of State Highway and Transportation Officials, "A Policy on Geometric Design of Highways and Streets." III ITEMS TO BE FURNISHED TO THE CONSULTANT BY THE CITY The City will furnish the Consultant copies of documents which are available to the City that will facilitate the preparation of the plans,studies,specifications,and estimates within the limits of the assigned work. All other records needed for the study must be obtained by the Consultant. The Consultant will coordinate with other available sources to obtain data or records available to those agencies. The Consultant shall be responsible for this and any other data collection to the extent provided for in the Scope of Work. City will provide to Consultant all data in City's possession relating to Consultants services on the project. Consultant will reasonably rely upon the accuracy,timeliness, and completeness of the information provided by the City. Should field studies be needed,the Consultant will perform such work to the extent provided for in the Scope of Work. The City will not be obligated to perform any such field studies. Page 2 of 15 P is zza/Data_Cente r/Fo rms/City/Contra cts E 1-2012 IV OWNERSHIP OF PRODUCTS AND DOCUMENTS TO BE FURNISHED BY THE CONSULTANT Documents,exhibits or other presentations for the work covered by this Agreement shall be furnished by the Consultant to the City upon completion of the various phases of the work_ All such material, including working documents, notes, maps, drawings, photo, photographic negatives,etc. used in the project,shall become and remain the property of the City and may be used by it without restriction. Any use of such documents by the City not directly related to the project pursuant to which the documents were prepared by the Consultant shall be without any liability whatsoever to the Consultant. All written documents and products shall be printed on recycled paper when practicable. Use of the chasing-arrow symbol identifying the recycled content of the paper shall be used whenever practicable. All documents will be printed on both sides of the recycled paper, as feasible. V TIME OF BEGINNING AND COMPLETION The work detailed in the Scope of Work will be performed according to Exhibit B,Time Schedule of Completion, attached hereto and incorporated herein as though fully set forth. It is agreed that all the Consultant's services are to be completed and all products shall be delivered by the Consultant unless there are delays due to factors that are beyond the control of the Consultant. The Consultant shall not begin work under the terms of this Agreement until authorized in writing by the City. If, after receiving Notice to Proceed,the Consultant is delayed in the performance of its services by factors that are beyond its control,the Consultant shall notify the City of the delay and shall prepare a revised estimate of the time and cost needed to complete the Project and submit the revision to the City for its approval. Time schedules are subject to mutual agreement for any revision unless specifically described as otherwise herein. Delays attributable to or caused by one of the parties hereto amounting to 30 days or more affecting the completion of the work may be considered a cause for renegotiation or termination of this Agreement by the other party. VI PAYMENT The Consultant shall be paid by the City for completed work for services rendered under this Agreement as provided hereinafter as specified in Exhibit C, Cost Estimate. Such payment shall be full compensation for work performed or services rendered and for all labor, materials,supplies, equipment,and incidentals necessary to complete the work. All billings for compensation for work performed under this Agreement will list actual time (days and/or hours)and dates during which the work was performed and the compensation shall be figured using the rates in Exhibit C. Payment for this work shall not exceed$97,358.00 without a written amendment to this contract,agreed to and signed by both parties. Cost Plus Net Fee Payment for work accomplished shall be on the basis of the Consultant's actual cost plus a net fee. The actual cost includes direct salary cost,overhead,and direct non-salary cost. 1. The direct salary cost is the salary expense for professional and technical personnel and principals for the time they are productively engaged in the work necessary to fulfill the terms of this Agreement. The direct salary costs are set forth in the attached Exhibit C and by this reference made a part of this Agreement. Page 3 of 15 Piazza/Data_Center/Forms/City/Contracts E1-2012 'fir✓ ► 2. The overhead costs as identified on Exhibit C are determined as 183 percent of the direct salary cost and by this reference made a part of this Agreement. The overhead cost rate is an estimate based on currently available accounting information and shall be used for all progress payments over the period of the contract. 3. The direct non-salary costs are those costs directly incurred in fulfilling the terms of this Agreement, including, but not limited to travel, reproduction,telephone, supplies,and fees of outside consultants. The direct non-salary costs are specified in Exhibit C, Cost Estimate.. Billings for any direct non-salary costs shall be supported by copies of original bills or invoices. Reimbursement for outside consultants and services shall be on the basis of times the invoiced amount. 4. The net fee,which represents the Consultants profit shall be 15 percent of direct salary plus overhead costs. This fee is based on the Scope of Work and the estimated labor hours therein. In the event a supplemental agreement is entered into for additional work by the Consultant,the supplemental agreement will include provision for the added costs and an appropriate additional fee. The net fee will be prorated and paid monthly in proportion to the percentage of the project completed as estimated in the Consultant's monthly progress reports and approved by the City. Any portion of the net fee not previously paid in the monthly payments shall be included in the final payment,subject to the provisions of Section XI entitled TERMINATION OF AGREEMENT. 5. Progress payments may be claimed monthly for direct costs actually incurred to date as supported by detailed statements,for overhead costs and for a proportionate amount of the net fee payable to the Consultant based on the estimated percentage of the completion of the services to date. Final payment of any balance due the Consultant of the gross amount earned will be made promptly upon its verification by the City after completion and acceptance by the City of the work under this Agreement. Acceptance, by the Consultant of final payment shall constitute full and final satisfaction of all amounts due or claimed to be due. Payment for extra work performed under this Agreement shall be paid as agreed to by the parties hereto in writing at the time extra work is authorized. (Section VIII "EXTRA WORK"). A short narrative progress report shall accompany each voucher for progress payment. The report shall include discussion of any problems and potential causes for delay. To provide a means of verifying the invoiced salary costs for consultant employees,the City may conduct employee interviews. Acceptance of such final payment by the Consultant shall constitute a release of all claims of any nature, related to this Agreement,which the Consultant may have against the City unless such claims are specifically reserved in writing and transmitted to the City by the Consultant prior to its acceptance. Said final payment shall not, however, be a bar to any claims that the City may have against the Consultant or to any remedies the City may pursue with respect to such claims. The Consultant and its subconsultants shall keep available for inspection, by the City,for a period of three years after final payment,the cost records and accounts pertaining to this Agreement and all items related to,or bearing upon,these records. If any litigation,claim or audit is started before the expiration of the three-year retention period,the records shall be retained until all litigation,claims or audit findings involving the records have been resolved. The three-year retention period starts when the Consultant receives final payment. Page 4 of 15 Piazza/Data_Center/Forms/City/Contracts E 1-2012 VII CHANGES IN WORK The Consultant shall make all such revisions and changes in the completed work of this Agreement as are necessary to correct errors appearing therein,when required to do so by the City,without additional compensation. Should the City find it desirable for its own purposes to have previously satisfactorily completed work or parts thereof revised,the Consultant shall make such revisions, if requested and as directed by the City in writing. This work shall be considered as Extra Work and will be paid for as provided in Section VIII. VIII EXTRA WORK The City may desire to have the Consultant perform work or render services in connection with the Project in addition to or other than work provided for by the expressed intent of the Scope of Work. Such work will be considered as Extra Work and will be specified in a written supplement which will set forth the nature and scope thereof. Work under a supplement shall not proceed until authorized in writing by the City. Any dispute as to whether work is Extra Work or work already covered under this Agreement shall be resolved before the work is undertaken. Performance of the work by the Consultant prior to resolution of any such dispute shall waive any claim by the Consultant for compensation as Extra Work. IX EMPLOYMENT The Consultant warrants that it has not employed or retained any company or person,other than a bona fide employee working solely for the Consultant,to solicit or secure this contract and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Consultant,any fee, commission, percentage, brokerage fee,gifts or any other consideration,contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty,the City shall have the right to annul this Agreement without liability, or in its discretion to deduct from the Agreement price or consideration or otherwise recover,the full amount of such fee,commission, percentage, brokerage fee,gift or contingent fee. Any and all employees of the Consultant, while engaged in the performance of any work or services required by the Consultant under this Agreement, shall be considered employees of the Consultant only and not of the City and any and all claims that may or might arise under the Workman's Compensation Act on behalf of said employees,while so engaged and any and all claims made by a third party as a consequence of any negligent act or omission on the part of the Consultant's employees,while so engaged on any of the work or services provided to be rendered herein,shall be the sole obligation and responsibility of the Consultant. The Consultant shall not engage,on a full or part-time basis, or other basis,during the period of the contract, any professional or technical personnel who are, or have been at any time during the period of this contract, in the employ of the City except regularly retired employees,without written consent of the City. If during the time period of this Agreement,the Consultant finds it necessary to increase its professional,technical, or clerical staff as a result of this work,the Consultant will actively solicit minorities through their advertisement and interview process. X NONDISCRIMINATION The Consultant agrees not to discriminate against any client, employee or applicant for employment or for services because of race,creed, color, national origin, marital status, sexual orientation,sex, age or handicap except for a Page 5 of 15 Pia zza/Da ta_Ce n to r/F o r m s/City/Co ntra cts E1-2012 bona fide occupational qualification with regard to, but not limited to the following: employment upgrading; demotion or transfer; recruitment or any recruitment advertising; layoff or termination's; rates of pay or other forms of compensation;selection for training; rendition of services. The Consultant understands and agrees that if it violates this Non-Discrimination provision,this Agreement may be terminated by the City and further that the Consultant shall be barred from performing any services for the City now or in the future, unless a showing is made satisfactory to the City that discriminatory practices have terminated and that recurrence of such action is unlikely. XI TERMINATION OF AGREEMENT A. The City reserves the right to terminate this Agreement at any time upon not less than ten (10) days written notice to the Consultant, subject to the City's obligation to pay Consultant in accordance with subparagraphs C and D below. B. In the event of the death of a member, partner or officer of the Consultant,or any of its supervisory personnel assigned to the project,the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. In the event of the death of any of the parties listed in the previous paragraph,should the surviving members of the Consultant,with the City's concurrence, desire to terminate this Agreement, payment shall be made as set forth in Subsection C of this section. C. In the event this Agreement is terminated by the City other than for fault on the part of the Consultant, a final payment shall be made to the Consultant for actual cost for the work complete at the time of termination of the Agreement, plus the following described portion of the net fee. The portion of the net fee for which the Consultant shall be paid shall be the same ratio to the total net fee as the work complete is to the total work required by the Agreement. In addition,the Consultant shall be paid on the same basis as above for any authorized extra work completed. No payment shall be made for any work completed after ten (10) days following receipt by the Consultant of the Notice to Terminate. If the accumulated payment made to the Consultant prior to Notice of Termination exceeds the total amount that would be due as set forth herein above,then no final payment shall be due and the Consultant shall immediately reimburse the City for any excess paid. D. In the event the services of the Consultant are terminated by the City for fault on the part of the Consultant,the above stated formula for payment shall not apply. In such an event the amount to be paid shall be determined by the City with consideration given to the actual costs incurred by the Consultant in performing the work to the date of termination,the amount of work originally required which was satisfactorily completed to date of termination,whether that work is in a form or of a type which is usable to the City at the time of termination,the cost to the City of employing another firm to complete the work required and the time which may be required to do so,and other factors which affect the value to the City of the work performed at the time of termination. Under no circumstances shall payment made under this subsection exceed the amount which would have been made if the formula set forth in subsection C above had been applied. E. In the event this Agreement is terminated prior to completion of the work,the original copies of all Engineering plans, reports and documents prepared by the Consultant prior to termination shall become the property of the City for its use without restriction. Such unrestricted use not occurring as a part of this project,shall be without liability or legal exposure to the Consultant. Page 6 of 15 Piazza/Data_Center/Form s/City/Contracts E1-2012 F. Payment for any part of the work by the City shall not constitute a waiver by the City of any remedies of any type it may have against the Consultant for any breach of this Agreement by the Consultant,or for failure of the Consultant to perform work required of it by the City. Forbearance of any rights under the Agreement will not constitute waiver of entitlement to exercise those rights with respect to any future act or omission by the Consultant. XII DISPUTES Any dispute concerning questions of facts in connection with work not disposed of by agreement between the Consultant and the City shall be referred for determination to the Public Works Administrator or his/her successors and delegees,whose decision in the matter shall be final and conclusive on the parties to this Agreement. In the event that either party is required to institute legal action or proceedings to enforce any of its rights in this Agreement, both parties agree that any such action shall be brought in the Superior Court of the State of Washington, situated in King County at the Maleng Regional Justice Center in Kent,Washington. XIII LEGAL RELATIONS The Consultant shall comply with all Federal Government, State and local laws and ordinances applicable to the work to be done under this Agreement. This contract shall be interpreted and construed in accordance with the laws of Washington. The Consultant agrees to indemnify,defend and hold the City and its officers and employees harmless from and shall process and defend at its own expense all claims,demands or suits at law or equity arising in whole or part from the Consultant's errors, omissions,or negligent acts under this Agreement provided that nothing herein shall require the Consultant to indemnify the City against and hold harmless the City from claims, demands or suits based upon the conduct of the City, its officers or employees and provided further that if the claims or suits are caused by or result from the concurrent negligence of(a)the Consultant's agents or employees and (b)the City, its agents,officers and employees,this provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Consultant's negligence or the negligence of the Consultant's agents or employees except as limited below. Insurance The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives,or employees. No Limitation A. Consultant's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance,or otherwise limit the City's recourse to any remedy available at law or in equity. Page 7 of 15 Piazza/Data_Center/Forms/City/Contracts E1-2012 B. Minimum Scope of Insurance Consultant shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office(ISO)form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary,the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises,operations, independent contractors and personal injury and advertising injury. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City. 3. Workers'Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability insurance appropriate to the Consultant's profession. C. Minimum Amounts of Insurance Consultant shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than$1,000,000 each occurrence,$2,000,000 general aggregate. 3. Professional Liability insurance shall be written with limits no less than$1,000,000 per claim and $1,000,000 policy aggregate limit. D. Other Insurance Provision The Consultant's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance as respect to the City. Any Insurance,self-insurance,or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. E. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. F. Verification of Coverage Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement,evidencing the insurance requirements of the Consultant before commencement of the work. G. Notice of Cancellation The Consultant shall provide the City with written notice of any policy cancellation,within two business days of their receipt of such notice. Page 8 of 15 Piazza/Data—Center/Forms/City/Contracts E1-2012 H. Failure to Maintain Insurance Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Consultant to correct the breach, immediately terminate the contract or,at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith,with any sums so expended to be repaid to the City on demand,or at the sole discretion of the City,offset against funds due the Consultant from the City. The limits of said insurance shall not,however, limit the liability of Consultant hereunder. The Consultant shall also submit copies of the declarations pages of relevant insurance policies to the City within 30 days of contract acceptance if requested. The Certification and Declaration page(s) shall be in a form as approved by the City. If the City's Risk Manager has the Declaration page(s)on file from a previous contract and no changes in insurance coverage has occurred, only the Certification Form will be required. The Consultant shall verify,when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. The Consultant shall require,and provide verification upon request, that all subconsultants participating in a City project possess a current City of Renton business license. The Consultant shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City right-of-way. The Consultant's relation fo.the City shall be at all times as an independent contractor. It is further specifically and expressly understood that the indemnification provided herein constitute the Consultant's waiver,of immunity under the Industrial Insurance Act, Title 51 RCW, solely for the purposes of this indemnification' ThJs.wziyes has been mutually negotiated by the parties. The provisions of this section shall survive the exjliration or termination of this agreement. XIV SUBLETTING OR ASSIGNING OF CONTRACTS The Consultant shall not sublet or assign any of the work covered by this Agreement without the express consent of the City. XV ENDORSEMENT OF PLANS The Consultant shall place their certification on all plans,specifications,estimates or any other engineering data furnished by them in accordance with RCW 18.43.070. XV I COMPLETE AGREEMENT This document and referenced attachments contain all covenants,stipulations, and provisions agreed upon by the parties. Any supplements to this Agreement will be in writing and executed and will become part of this Agreement. No agent,or representative of either party has authority to make, and the parties shall not be bound by or be liable for,any statement, representation, promise, or agreement not set forth herein. No changes, amendments,or modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as an amendment to this Agreement. The invalidity or unenforceability of any provision in this Agreement shall not affect the other provisions hereof, and this Agreement shall be construed in all respects as if such invalid or unenforceable provision were omitted. Page 9 of 15 Piazza/Data_Cente r/Form s/City/Co ntracts E1-2012 XVII EXECUTION AND ACCEPTANCE This Agreement may be simultaneously executed in several counterparts, each of which shall be deemed to be an original having identical legal effect. The Consultant does hereby ratify and adopt all statements, representations, warranties,covenants, and agreements contained in the Request for Qualifications,and the supporting materials submitted by the Consultant,and does hereby accept the Agreement and agrees to all of the terms and conditions thereof. IN WITNESS WHEREOF,the parties hereto have executed this Agreement as of the day and year first above written. CONSULTANT CITY F NTON 1 �tl ignature to Mayor De is La ate � ' type or print name ATTEST: Title Bonnie I.Walton,City Clerk ,ZIT0�� / IIf 14111+1\ Page 10 of 15 Piazza/Data_Center/Form s/City/Contracts El-2012 EXHIBIT C COST ESTIMATE (To be filled in per tasks to be completed for Scope of Work) Page 11 of 15 Pia zza/Data_Cente r/Forms/City/Contracts E1-2012 COST PLUS NET FEE DETERMINATION DIRECT SALARY COST: Hourly Rates of Pay Personnel Principal Engineer Chief Engineer Engineer Surveyor Surveyor Planner Bookkeeper Executive Secretary CADD Operator/Drafter Clerical Net Fee %of direct salary cost plus overhead DIRECT NON-SALARY COST: Travel and Per Diem Cars at$ /mile Per Diem Office and Equipment Computer$ /hour Reproduction Expenses @$ Jcopy ............................................................$ Communications......................................................................................................$ Page 12 of 15 Piazza/Data_Ce me r/Forms/City/Contracts E1-2012 %ag, 'rn' EXHIBIT C(cont.) SUMMARY OF FEE FOR ENGINEERING SERVICES BREAKDOWN OF OVERHEAD COST Profit Sharing FICA.......................................................................................................................... % UnemploymentCompensation................................................................................ % Medical Aid and Industrial Insurance....................................................................... % Company Insurance and Medical............................................................................. % Vacation, Holiday and Sick Leave............................................................................. % State B&0 Tax&Other Business Tax..................................................................... % Insurance.................................................................................................................. % Administration and Time Unassignable................................................................... % Printing,Stationery and Supplies............................................................................. % TravelNot Assignable............................................................................................... % Telephone and Telegraph Not Assignable ............................................................... % Fees, Dues, Professional Meetings........................................................................... % Utilities and Maintenance........................................................................................ % Rent.......................................................................................................................... % RentalEquipment..................................................................................................... % Office Miscellaneous, Postage................................................................................. % Professional Services................................................................................................ % TOTAL % SUMMARY OF COSTS Project No. Name of Project DirectSalary Cost..............................:.......................................................................................$ Overhead Cost(including payrolladditives........................................................................... % $ Sub-Total $ NetFee.............................................................................................................. % $ Direct Non-Salary Costs: a. Travel and per diem ...............................................$ b. Reproduction expenses..........................................$ c. Computerexpense................................. ...............$ d. Outside consultants................................................$ e. Other(specify)........................................................$ Tota 1 $ Sub Total $ GRAND TOTAL $ Page 13 of 15 Piazza/Data—Cent a r/Form s/City/Co ntracts - CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION N0. 4085 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to their race; religion/creed; national origin;ancestry;sex; age over 40;sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status; or veteran's status, or the presence of a physical, sensory, or mental disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES -The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules,and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) CONTRACTORS' OBLIGATIONS- Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and by City policy. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 7th day of March 20 11 CITY O RENTON RENTON CITY COUNCIL Denis Law, Mayor uncil Pr ident Attest: �rl�i�;%iii!. Bonnie 1.Walton,City Clerk ° SEA Page 14 of 15 Pia zza/Data_Ce nter/Forms/City/Contracts E1-2012 city or CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE BHC Consultants,LLC hereby confirms and declares that: (Name of contractor/subcontractor/consultant) I. It is the policy of the above-named contractor/subcontractor/consultant,to offer equal opportunity to all qualified employees and applicants for employment without regard to their race; religion/creed; national origin; ancestry; sex;the presence of a physical, sensory, or mental disability; age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status; or veteran's status. II. The above-named contractor/subcontractor/consultant complies with all applicable federal, state and local laws governing non-discrimination in employment. III. When applicable,the above-named contractor/subcontractor/consultant will seek out and negotiate with minority and women contractors for the award of subcontracts. Print Agent/Representative's Name Print Agent/Representative's Title i\—1�t� Age /Representative's Signature e l3y l I 'A Date Signed Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or supplier. Include or attach this document(s) with the contract. Page 15 of 15 Piazza/Data—Center/Forms/City/Contracts EXHIBIT A CITY OF RENTON CENTRAL RENTON SEWER INTERCEPTOR RELINE& UPSIZE PROJECT PRELIMINARY ENGINEERING, DESIGN AND PREPARATION OF PS&E/BID DOCUMENTS SCOPE OF SERVICES January 24, 2014 Per your request, this scope of services is furnished to the City of Renton (City). It represents the engineering services to be performed by BHC Consultants, LLC (BHC) and subconsultants — KPG (survey work) and Aspect (geotechnical engineering) for the preliminary engineering, design and support during bid/construction services in support of the City Central Sewer Interceptor Reline & Upsize project. Project improvements are anticipated to include relining and upsizing of portions of the City's Central Sewer Interceptor of the City's sewer system located within Renton, Washington city limits. More specifically, the project consists of the following: • relining approximately 625 feet of existing 24-inch diameter sewer located along N 4th St alignment/ROW between City sewer manhole(s) - SSMH #5317-249 (near the intersection with N. 3rd PI.) and SSMH 5317-185 (east of the BNSF railroad tracks, near the intersection with Houser Way); and • upsizing (to 18-inch dia.) approximately 150 feet of existing 12-inch diameter sewer located along N 4th St alignment/ROW between City sewer manhole(s) - SSMH 5317- 185 (east of the BNSF railroad tracks, near the intersection with Houser Way) and SSMH 5317-186 (in the center of the northbound lane of Sunset Blvd N). This proposal is based on our understanding of the City's needs and requirements gained during our meeting and site visit with you on December 17, 2013, as well as subsequent related discussions and input. Proposed Work Scope The following efforts are anticipated. 1. Orientation Meeting &Project Site Visit: Prepare for and meet with City personnel and visit the project site on 12/17/13 to review and discuss the project, background, and desired assistance. 2. Information Research, Collection, and Review/Kick-Off Meeting/Field Reconnaissance: Collect and review existing available City, BNSF, and WSDOT information -documents, as- builts, and other pertinent available information to further understand, identify, and define the City's and others' existing facilities and equipment and system's current operating conditions and procedures relevant to the project. BHC will visit the project site and meet with City personnel to: 1 City of Renton Central Renton Sewer Interceptor Reline & Upsize Consultant Services January 24, 2014 • further understand, identify, and define the City's existing sewer system in the vicinity of the project; • further review and discuss project goals and objectives, understanding and requirements of desired improvements, and work plan; and • collect minimal, additional physical data (field measurements, limited)for design of improvements. A total of eight (8) hours for each of the project manager and project engineer have been budgeted for the site visit including meeting with City personnel, obtaining field measurements, etc. (described above). 3. Preliminary Engineering, Alternatives Analysis, and Design (30%): Perform preliminary engineering to identify and evaluate a limited number of potential alternatives and develop the project's design to a 30%-level. Project constraints and considerations as well as applicable design criteria, related requirements, and/or assumptions will be identified. Up to three (3) alternatives each, as appropriate, for the "relining" (CIPP, deformed/reformed lining, and sliplining) and "upsizing" (pipe bursting, bore &jack; and open cut trench) portions of the project will be developed for consideration relative to City goals and functional requirements. The preliminary engineering and alternatives analysis will be performed to a sufficient level of detail to evaluate and select a preferred design approach/solution for the proposed project including identifying general elements/facilities/features required, as well as develop a planning-level opinion of probable construction cost for the project. Existing available topographic information, GIS data, and other mapping provided by the City or others will be used to identify and illustrate the project's preliminary (30%) design concept(s). The preliminary design analysis and recommended improvements will be documented in a brief technical memorandum to be used as the basis for final design. 4. Field Survey/Base Map:(Limited) Perform a field survey and prepare a base map relative to design the sewer upsizing portion (only) of the project. The surveying and related services will include collecting surrey information for site topography, rights of way, easements, locations of existing utilities and other structures, facilities or features that may influence design as specifically defined in the Surveying subconsultant's proposal. In general, services will include: • Right of Way Determination—research readily available City/County records to determine the location of existing public right(s)-of-way and easements in the project area; and research and coordination with City surveyor to determine the location and/or whether the railroad crossing is an easement or railroad right-of-way—see assumptions. • Field Control &Topographic Surveys—conduct a field control survey to tie the project to local horizontal and vertical monumentation. Establish vertical and horizontal control using the City's preferred datum: Horizontal Datum —NAD83/91 and Vertical Datum— NAVD88. Conduct a limited field topographic survey to obtain topographic and facility or feature information required for design along the project corridor. The field survey will be augmented with other existing available topographic mapping and/or other facilities and related information, as may be available and appropriate. Locations of existing surface features, subsurface and aerial utilities (water, sewer, storm drain, gas, power, TV, phone and/or fiber optic) will be identified and mapped -see assumptions. • Base Map Preparation - prepare a base map to reflect the current project site conditions based on the field survey and other existing available topographic mapping and/or other facilities and related information. The base map will be prepared in accordance with City 2 City of Renton Central Renton Sewer Interceptor Reline & Upsize Consultant Services January 24, 2014 of Renton Drafting Standards. The final base map will be stamped and signed by a Surveyor (PLS) registered in the State of Washington. * For further details—see 1/23/14 KPG proposal (copy attached) 5. Geotechnical Investigation/Engineering Services(Limited): Provide limited geotechnical engineering services relative to the design the sewer upsizing portion (only) of the project. The geotechnical engineering services will include review of existing available soil data and limited subsurface explorations as specifically defined in the Geotechnical subconsultant's proposal. Based on an analysis of this information, the project understanding, and other similar projects, recommendations will be developed for design and construction of project improvements. In general, services will include: • Review Existing Data— Review readily available existing geotechnical and geologic data for the project areas to gain an overview of general geologic conditions and to aid in identifying geotechnical factors that might have an impact on the design and construction of the project. • Limited Subsurface Explorations/Testing and Laboratory Analysis— Perform limited subsurface explorations consisting of up to three (3) machine-drilled borings and laboratory analyses to determine subsurface soil and groundwater conditions along the project corridors/alignments. The subsurface explorations will be spaced and located at relatively unobtrusive locations based on the planned project alignments, field reconnaissance, and review of geologic and geotechnical information in the vicinity of the project—see subconsultant proposal for further detail on boring locations. Soil samples will be taken from the explorations at various depths to be determined by the field engineer/geologist during exploration. Soils observed in the excavations will be evaluated for consistency with the general geologic conditions reviewed, as described previously above. Laboratory tests will be conducted on selected soil samples to determine engineering properties necessary for design. • Engineering Analysis - Evaluate data derived from the subsurface explorations and laboratory testing with respect to design of the project. Geotechnical recommendations will be determined by the Geotechnical subconsultant regarding pipeline upsizing design and construction, alternatives construction methods, and other related project requirements and considerations. • Geotechnical Summary Letter Report- Prepare a brief letter report to summarize the results of the limited subsurface explorations, analyses, and geotechnical recommendations pertaining to the design of the project. * For further details—see 1/13/14 Aspect proposal (copy attached) 6. Environmental Documentation and Permitting Services/Assistance (Limited): Provide limited environmental documentation and permitting services/assistance (specifically defined below) as requested by the City for the project. • State Environmental Policy Act (SEPA) Checklist/Assistance—BHC will prepare/provide documentation required to support the City's preparation of a SEPA Checklist (draft)for the project. • BNSF RR Permit(s)—Assist City with coordination for construction permit and/or an up- dated crossing permit for lining existing sewer beneath railroad/railroad right-of-way, if needed. If additional environmental documentation and/or permitting services/assistance are de- sired/required, additional budget may be required. 3 City of Renton Central Renton Sewer Interceptor Reline& Upsize Consultant Services January 24, 2014 7. BNSF, WSDOT Property Owner(s) and/or Other(s) Coordination: Coordinate with BNSF, WSDOT, property owner(s) — PACCAR, Enterprise Car Rental, and/or other(s) as required during the preliminary engineering and design phase(s) of the project. For budgeting purposes, only phone and e-mail communication and no meeting(s) are anticipated. The extent of work, which may be required under this task, is difficult to and cannot be accurately predicted and therefore, a budget allowance of$2,500 has been established for this work. 8. Final Design and Preparation of Drawings and Technical Specifications: Perform/complete final design and prepare drawings and technical specifications for the City selected sewer system improvements for the project. In general, the project will consist of the identified/defined improvements based on the Task 3 — Preliminary Engineering, Alternatives Analysis, and Design work. It is anticipated the project will include new and/or rehabilitated sewer interceptor piping and manholes, related system appurtenances, and connections or adjustments to existing or proposed facilities as well as related site/ROW restoration work. Design of project improvements will be developed utilizing the prepared base map (defined previously) and/or based on City-furnished base mapping and related information as applicable; and will be in accordance with the City of Renton's current design standards, applicable codes and regulations, and generally accepted industry standards and practices. Drawings and technical specifications, and opinion(s) of probable construction cost will be developed for design of the project. Draft documents, as identified/defined as deliverables below, will be prepared at the 60% and 90% level of completion for review by the City. • The fee estimate is based on the following preliminary drawing/sheet list. This drawing list (up to 7 sheets total) represents BHC's best judgment as to the drawings that will be required for design of the project. - Cover Sheet, Location Map, and Index of Drawings (1 sheet) - General, Survey & Construction C/L Control and Notes, and Temporary Ero- sion and Sedimentation Control Notes (1 sheet) - Legend, Abbreviations, Symbols, and Designations (1 sheet) - Reline Sewer Plan Drawings (2 sheets) - Upsize Sewer Plan & Profile Drawing (1 sheet) - Sewer System Miscellaneous Details (1 sheet) Relevant City Standard Plans (Details) or other applicable standard plans (e.g. WSDOT) will be referenced and will be identified for appending to the specifications. • Technical specifications (including the development of a bid schedule) will be prepared for the project. The design specifications for the project will be based on the 2012 edi- tion of the Washington State Department of Transportation (WSDOT/APWA) Standard Specifications for Road, Bridge, and Municipal Construction, as well as the City's Stand- and Specifications that modify or supplement the Standard Specifications. The City's standard technical specifications (Special Provisions, Divisions 2 through 9 - only) that supplement or modify the WSDOT Standard Specifications will be used and modified (as appropriate)for the project. • An opinion of probable construction cost for each of the preliminary and final design submittals will be developed. 9. Assistance During Bid Period(Limited): Provide the following limited support and assistance to the City during the bid period. At the City's request, respond to inquiries and requests for clarification from the bidders and/or 4 City of Renton Central Renton Sewer Interceptor Reline & Upsize Consultant Services January 24, 2014 others regarding the contract documents. As needed or appropriate, prepare the necessary text and/or drawing revisions or supplemental drawings to be included in an addendum which will be prepared, finalized, and issued/distributed by the City. Provide related miscel- laneous support and assistance during the bid period, including general communication and coordination with City staff and others to exchange information, provide assistance, discuss related issues, coordinate efforts, etc. *Due to the difficulty in determining the extent of assistance/services during the bid period that may be desired/required; a budget allowance of$2,500 has been established for this task. 10. Communication/Coordination/Meeting(s): Maintain regular communications (phone, facsimile, e-mail) and coordinate with City per- sonnel to exchange information, discuss related issues, and coordinate efforts. Meet with City staff to review and discuss the project's design development. It is anticipated that up to two (2) additional meetings (not otherwise identified above) will be held, following select de- sign review submittals (preliminary and final design tasks), to discuss the project. The pro- ject manager and project engineer will attend the meetings. A budget allowance of$8,000 has been established for this effort based on the two (2) meetings and thirty-two (32) addi- tional hours. If additional meetings or coordination and communication time is required, ad- ditional budget may be requested. 11. Quality Assurance/Quality Control: A senior engineer (not directly associated with the project) will review draft documents for completeness, clarity, coordination, and/or other quality considerations. A budget allowance of$1,650 has been established for this effort. 12. Project Management: Provide project management, coordination and administration in support of BHC's final de- sign, support during bid period/construction and related services. These efforts include those associated with project development, initial contracting and project setup, manage- ment of consultant team, related internal, subconsultant(s), and client communication and coordination, and preparation of monthly invoices. The budget assumes a limited, up to eight (8) calendar months, period ending no later than August 30, 2014. Deliverables: • Field Surrey and Base Map • Geotechnical Summary Letter Report • Preliminary (30%) Design Drawings, Technical Memorandum & Opinion of Probable Construction Cost • Preliminary Design Documents & Opinion of Probable Construction Cost - (60% & 90%) Submittals • Final Design Documents & Opinion of Probable Construction Cost Additional Services The City may request BHC to perform additional services not included in the above listed activities and/or provide additional information and/or detail beyond what is anticipated at this time. BHC shall perform such services and will be paid for such additional services when they 5 City of Renton Central Renton Sewer Interceptor Reline & Upsize Consultant Services January 24, 2014 are mutually agreed to and made part of the agreement by written amendment or other authorization by the City's Project Manager. At the City's request, a scope and fee estimate for such additional assistance may be developed. Attachment(s): • Assumption(s) • KPG Survey Proposal (dated 1/23/14) • Aspect Geotechnical Engineering Proposal (dated 1/13/14) 6 City of Renton Central Renton Sewer Interceptor Reline& Upsize Consultant Services January 24, 2014 ATTACHMENT TO EXHIBIT A ASSUMPTION(S) The described efforts and scope of work as well as the associated fee estimate and schedule are predicated on the following assumptions. 1. The City will provide the following information to BHC: relevant engineering data, plans, specifications, reports/studies, topographical or other mapping, physical system information (as-builts), and/or other pertinent information available about the City's existing sewer system/facilities relevant to the project, applicable City standards, design criteria, requirements, and/or preferences, deemed necessary for BHC's work. As described above and herein, pertinent data and information required for determining and evaluating the existing conditions (capacity and other operating/performance characteristics) as well as potential future needs and requirements will be provided by the City. 2. Special assumptions regarding design of the project: - Inspection of the condition of the existing City sewer system infrastructure fea- tures and facilities is not included as part of this effort. It is anticipated that the City (or the City's contractor) will remove existing roots and TV- or visually- inspect the existing pipelines, manholes, etc. (if required) in order to determine their integrity/availability/adequacy for use. - It is our understanding that an analysis of the City's sewer system and determi- nation/identification of system requirements — sizing, etc. will be furnished by the City or others. Design of sewer system facilities does not include a hydraulic analysis or evaluation of the existing system (characteristics, condition, or ca- pacity) including downstream or upstream of the project. If such an analysis is determined to be necessary additional budget may be required. - Standard manhole tie-in or replacement, except as otherwise stated, will be suit- able for construction; repair or rehabilitation of existing manhole(s) is not antici- pated nor part of the current work scope and if needed may require additional budget. - Roadway restoration (if required) will consist of repairing the trench/excavation section and pavement patching, not reconstruction or complete overlay. The re- quirement for the structural section will be per the City of Renton's standards, and not require a separate design. - landscaping restoration will be minimal and will not require a landscape architect. - The following work is not included as part of BHC's efforts (alternatively, are an- ticipated to be required of and/or prepared by the construction contractor or oth- ers): 1) inspection of existing facilities or field measurements or other quantifica- tion of flows (if applicable/needed) for analysis/design; 2) Stormwater Pollution Prevention Plan (SWPPP) preparation; 3) evaluation of, preliminary engineering, or design of TESC BMPs; 4) hydraulic/flow or system operational anal- yses/determination of requirements for and/or Temporary Sewer Bypass Plan preparation; 5) preparation (or analysis) of a project-specific temporary traffic control plan, if applicable (working hours limitations and signage requirements will be coordinated with City Transportation group); and 6) preparation of other documentation beyond that specifically identified and stated herein. P. 1 of 3 City of Renton Central Renton Sewer Interceptor Reline & Upsize Consultant Services January 24, 2014 low 3. BHC's work, unless otherwise specifically stated, will be based on and utilize existing available base mapping (including original design drawings and/or record drawings)to reflect current site conditions, including topographic survey and existing facilities furnished by the City or others in an AutoCAD drawing file/format. Based on that discussed and agreed to with the City and unless otherwise specifically stated, BHC's work scope and budget does not include field survey, mapping or other related services to determine surface and subsurface features and utilities (with detailed vertical and horizontal information) such as information for site topography, right(s)-of-way, centerline of right(s)-of-way, easements, locations of existing utilities -water, sewer, storm drain, gas, power, TV, phone and/or fiber optic, and other structures, facilities or features that could potentially adversely impact design and/or construction. 4. Utilities that may potentially impact or be affected by the project include, but are not necessarily limited to the following: City of Renton—stormwater, water, sewer; ComCast Cable, Verizon, Century Link—phone/fiber optic/TV; Seattle City Light, Puget Sound Energy — power; Puget Sound Energy - natural gas. It is assumed that the information furnished by the City and others regarding the location, etc. of the various existing utilities can be relied upon for purposes of design of the project. Existing utilities that may be in conflict or require adjustment during the construction of this project will be identified. Potholing to verify location and elevation of existing utilities is not included as part of this scope of work and if necessary will require additional budget. All coordination required for relocating existing utilities (if required)will be done by the City. 5. Coordination with franchise utilities (e.g. power, natural gas, phone/fiber optic/tv, etc.), and other agencies including possibly for relocating existing utilities is not part of the current work scope and if needed will require additional budget. 6. All project work is anticipated to occur and be located within existing public right-of-way or existing City property or easement(s). No new temporary and/or permanent easements will be obtained. Individual deeds and title reports to determine/verify existing public right(s)-of-way or easements, except as otherwise specifically stated, are not part of the work scope. Easement negotiations, acquisition, and recordings are not part of the work scope and if needed will require additional budget. If necessary, the City will be responsible for all efforts associated with temporary/permanent easements required for the project. Right(s) of Entry, if required, will be obtained by the City as necessary for BHC's and subconsultant's use/work for the project. 7. BHC's work will be based on available environmental documentation and/or permitting (if any/required)furnished by the City or others related to the project. BHC's work scope and budget does not include time for the preparation of permit applications or other environmental, etc. review and/or documentation for the project, or other related permitting services and/or assistance, except as otherwise specifically identified. Based on discussions with City staff, it is our understanding that a Cultural Resources Assessment and CWA Section 402 (NPDES) construction stormwater permit are not anticipated and specifically assumed to not be required for this project. Other City or non-City (federal, state, or other local) permits may be required. City permits that may be required for the project include those for: building, land use, clearing and grading, stormwater, ROW/street opening, and/or utility installation. No non-City permits, except as otherwise specifically identified, are anticipated to be required for the project. We P. 2 of 3 City of Renton Central Renton Sewer Interceptor Reline & Upsize Consultant Services January 24, 2014 understand it to be the City's intention to be responsible for the preparation of any/all information, applications, and/or fees necessary for all City or other permits required for the project. 8. Preliminary design drawings (30%) will include plan and profile drawings only and will represent preliminary alignment, sizing and layout of proposed improvements. Details, except as otherwise specifically stated herein, will not be prepared. BHC's fee estimate is based on up to an estimated three (3) drawings (plan & profile) may be required for illustrating the preliminary design (30%) of the project's improvements. 9. Drawings will be prepared in accordance with City of Renton Drafting Standards. The plans will be 22"x 34" drawings with a standard signature block. Drawings will be prepared using AutoCAD 2012/Civil 3D. From the full size drawings, half-sized drawings will be produced for review copies. 10. Based on discussions with the City it is our understanding that the project manual or contract documents (including bid information, contract forms, and non-technical specifications) required for the project will be prepared by the City; and, therefore is not part of the work scope and if needed will require additional budget. 11. Two (2) sets of half-size drawings, and an electronic copy, for each design submittal will be provided to the City for review. It is requested that the City provide one set of written comments for all preliminary submittals and that all review comments be provided within no more than a two week turnaround. All review comments from the City will be addressed and incorporated in the revised/final documents. 12. The final submittal shall include technical documents, signed and stamped by the design engineer responsible for their preparation, and ready for the City staff approval signatures (if applicable). An electronic copy on a CD and one set of camera ready, full- size drawings will be provided to the City (or Builders' Exchange or designated reprographics company) for printing and preparation of the bid/contract documents. The budget assumes that the City will be responsible for all printing costs. Two (2) copies of final bid/contract documents "Issued for Bid" are requested for BHC's use and record. 13. In preparing the scope of services defined herein, we have attempted to identify all tasks/work that were considered necessary or essential to the work/project as desired by the City at this time. Services not specifically identified in our Scope of Services are not included in our scope and are not being provided. Should other services and/or additional time be necessary or desired by the City for the project, additional budget may be required. P. 3 of 3 City of Renton Central Renton Sewer Interceptor Reline & Upsize Consultant Services January 24, 2014 ..r `wo KPG Survey Scope of Work (1/23/14) Project Limits Project limits are within a 60-foot wide strip along the easterly extension of N. 4th Street from 50 feet west of sewer manhole no. 5317-185 located on the east side of BNRR right of way, approximately 200 feet east to the easterly right of way of Sunset Boulevard, including sewer manhole no. 5317-186. Task 1 Survey Control Establish horizontal and vertical control points within the project limits. Basis of control will be NAD 83/91 and NAVD88 for horizontal and vertical respectively. Approximately 2 control points will be established for continued use. Task 2 Survey Mapping Field Survey. Field mapping will include underground and overhead utilities (water, gas, sanitary, electric, storm, etc.), surface features, storm drain features (pipe size, materials, structure type, invert and rim elevations; pipe, ditch and swale locations) within the mapping area. Field survey for utility locate paint marks at 50-ft intervals and surface feature (valves, manholes, catch basins, junction boxes, vaults). Irrigation systems will not be included. This information will be added to the base map. Perform measure-downs of existing storm drain and sanitary sewer structures. Document the approximate size, type, material, and general condition of the structures. These observations will be made from the surface. Any required pipe video inspection, potholing or smoke testing needed to verify the condition or connectivity of drainage features is outside the scope of this task. Task 3 Underground Utility Locate An underground conductible utility locate within the project limits to be performed by a private utility locating firm. A one-call utility locate request will be ordered for public right-of-way portions (if any). Includes coordination with City's locator for location of city-owned utilities. While every reasonable effort will be made by KPG to depict the location of underground utilities based on utility locates, KPG is not liable for errors or omissions by utility locators or erroneous or insufficient information shown on utility record drawings. Task 4 Base Map Preparation Prepare V=20' topographic base map and digital terrain model (DTM) in AutoCAD format of the project to City of Renton cad standards. The base map will include underground and overhead utilities (water, gas, sanitary, electric, storm, etc.), surface features, storm drain and sewer features (pipe size, materials, structure type, invert and rim elevations) within the project area. One-foot contours will be generated from the DTM. N 4th Street right of way will be determined from available public records (i.e. records of survey, plats, state right-of-way plans, etc.) and found survey monuments. Right-of- way and parcel information will be added to the base map. It is assumed that title reports will not be available for this task. Eight hours of labor has been included for research and coordination with City surveyor to determine the location and/or whether the railroad crossing is an easement or railroad right-of-way. Task 5 Legal Description No new legal descriptions are anticipated. It is assumed that the existing right-of-way will be adequate to provide access. *..r Noe RENTON CENTRAL SEWER INTERCEPTOR RELINE AND UPSIZE PROJECT(1/13/14) ASPECT CONSULTING,LLC -- GEOTECHNICAL ENGINEERING INVESTIGATION Aspect will provide geotechnical engineering support for the Upsize Project, involving the upsizing the existing 12-inch pipe to provide for increased flow capacity. This reach of pipe extends west from the northbound center lane of Sunset Blvd toward the BNSF railroad tracks. As-builts indicate the pipe to be vitrified clay pipe (VCP)and about 11 feet deep at the western manhole (near the BNSF railroad). This reach of pipe may be upsized in place by bursting methods; however bore-and-jack and open trench replacement methods will also be evaluated. SCOPE OF WORK-the geotechnical investigation will include the following: • Review readily available geotechnical and geologic data for the site. • Complete a site reconnaissance to observe site access conditions and to determine and mark proposed boring locations for utility clearances. • Complete a geotechnical field exploration program consisting of three(3) machine-drilled borings at two (2) locations. Borings will be located in the gravel parking lot on the west side of Sunset Blvd, and in the entrance to the restaurant building on the east side of Sunset Blvd. At the western (gravel lot) boring location,we will drill two borings: one directly over the crown of the pipe, and one off to the side of the pipe,to explore trench backfill and native soil conditions. At the eastern (parking lot entrance) boring location,we will drill and sample a single boring. Soil samples will be retrieved at 2%Z-foot intervals in each boring using Standard or Non-Standard Penetration Test methods. A standpipe piezometer will be installed in the deeper eastern (parking lot) boring location to monitor ground water conditions during the design period. The borings and piezometer will be completed in accordance with Ecology regulations. • Assign geotechnical laboratory testing on selected samples to characterize engineering and index properties of the site soils. Such tests will include grain size distribution,Atterberg Limits(if fine- grained soils are encountered), natural moisture content, and Modified Proctor(compaction). • Conduct geotechnical engineering analyses with respect to pipe upsizing options by bursting and by trenchless(e.g. bore-and-jack) methods. Evaluations will include potential ground displacement due to pipe bursting, earth pressures on temporary shoring,construction dewatering requirements, general site earthwork considerations including potential re-use of existing soils as structural backfill. • Prepare a draft geotechnical engineering report that provides geotechnical engineering design and construction recommendations in support of the upsizing. The report will include field and laboratory test data, and will include a site and exploration plan (using a base map provided by BHC). We will address any review comments and issue a final stamped geotechnical report. • Participate in one meeting with the BHC team to review and discuss geotechnical issues related to the project. • Provide four(4) hours of geotechnical PS&E support during detailed design. ASSUMPTIONS/LIMITATIONS • All site access permission will be obtained and provided by the City of Renton. The borings will be located on the gravel lot(west of Sunset) and the parking lot entrance(east of Sunset) such that traffic control will not be required. • This scope of work excludes evaluation of the presence or absence of potentially contaminated substances in the soil or ground water. Environmental support can be provided as an additional service upon request. • The standpipe piezometer will become property of the City of Renton. It may be necessary to abandon the piezometer at the completion of the design period, before or during construction. Monitoring well abandonment support can be provided as an additional service on request. • This work scope excludes construction support. Geotechnical observation,testing, and inspection can be provided as an additional service upon request. 14OW EXHIBIT B rr�' CITY OF RENTON CENTRAL RENTON SEWER INTERCEPTOR RELINE & UPSIZE PROJECT PRELIMINARY ENGINEERING, DESIGN AND PREPARATION OF PS&E/BID DOCUMENTS SCHEDULE January 24, 2014 We understand the importance and need for working closely with you and other City staff to perform our work efficiently and complete our efforts in a timely manner. We are able to begin work upon receipt of a signed contract and notice to proceed, or other agreeable written authorization. With the City's authorization, we will begin our work and proceed in a timely manner with an anticipated completion of the preliminary engineering, alternatives analysis and design (30%) and corresponding technical memorandum for the City's review within a one (1)to two (2) month period; and all other final design and related efforts no later than June 30, 2014. Refer to the milestone schedule provided below for further details of the anticipated projected schedule. This schedule is based on timely input and information from City staff and others including the collection of requisite information and documentation, staff input, and feedback regarding draft document(s) or other project matters. Should the actual project schedule/timeline differ substantially, additional budget may be required to cover additional related consultant costs. The following represents our understanding of the anticipated project schedule/timeline within the ap- proximately eleven (11) month period beginning in February 2014. Completion Date Notice To Proceed Feb 2014 Prelim. Eng., Alts Analysis & Design/Tech Memo Mar/Apr 2014 Field Survey/Base Map Feb/Mar 2014 Geotechnical Investigation/Summary Letter Report Feb/Mar 2014 Final Design Dwgs, Technical Specs & Cost Estimate May/Jun 2014 Complete Design Related Actions Dec. 31, 2014 r.r *"W EXHIBIT C CITY OF RENTON CENTRAL RENTON SEWER INTERCEPTOR RELINE & UPSIZE PROJECT PRELIMINARY ENGINEERING, DESIGN AND PREPARATION OF PS&E/BID DOCUMENTS FEE January 24, 2014 Based on the attached hour effort estimate and related expenses, we estimate our fee for the proposed effort to be $97,358, which includes $26,573 for subconsultant(s) and $655 for related reimbursable expenses (communications, mileage, reproductions, etc.). This fee includes a five (5) percent contingency budget of$4,636 for covering potential additional unanticipated efforts/costs. With the City's concurrence and approval, we anticipate the execution of a standard time and expense agreement with a not to exceed amount for the proposed services. A current Schedule of Charges (effective beginning January 1, 2014) is attached. Specific billing rates for the primary individuals anticipated to be involved with the project are shown on Exhibit C-1. Attachment(s): • Exhibit C-1 —Consultant Fee Determination • Exhibit C-2— Breakdown of Overhead Costs • Exhibit C-3—2014 Schedule of Charges to O W !V M t0 00 tD O N tD lD d' t n M t00 l�D r a �_ tM0 M y N m O M O a N D1 N N D1 ° tD M h n Of h O n a N N !D N < tD N w 4 r 1R M V!w h IA N sA N N N M w w) to O tD ea N N O1 Vk � j V► fH fA fR /A H Hf l y eN- OV n N O M 'OC O � 2 O V VJ y w w e w °_ LL d O U N M -� d �0 U o u o Im c N - __ _..___d Q 0 m o o U y m 0 E C 0 0 0 0 0 0 tb O O O N N o V W' +d+ C ¢ _ _ 0 d d 7 N D O y U to d w _ L O O o N O O to d o O .O O O coo n N O o 0 N o 0 0 o M > h o O t` O U M h r N 0 r y 69 nj I'�-.. _.._.._ d O t_n M LL 2 (� to i cL p C o � °rsr000a0000 ^ 2 U 2 d d m d d y V N v w o o N a o h y w E C O (a O fD tD N O N tD N c O O O U N O N to h W t`i to U d ° O W d Q O` •O V d d 3 O N d' O r tD N O o U O` m O y O_ N Z am d y ° N d O �' O M tN9 M co M ONi N -d0 = O C to G1 O U M O to r N N N T N 0 0 � m c m E who ° O O r N V N O M N y o 13 ca L � w c xtL = y �+ = 0/ w L "' O C O U 3 O O W U O O O O O O O O O O N ON U d y O `d _ E O m C d = O O O o o O O O O O O N 0 CD �2 d m W vi U = r y N d E o E o = J c _rn v uc ' U y ad+ ttl O d J � U N m f6 jq O _U w u co C d p I-- O to d V .Q •N N C C N N d C = O c cL o � 'o c '€ h = E °ro a E a"iw E m °' d `m 3 ` �_ c u _° d > o w a = .o c O m Z tmi a of�r 16 O d c p ni E a)a)� ati m m o a m a D y 6 o ° � aor d y a � c� d V rnm c day =V E x m Has m w x d = .3 o d � m u oy wd 0 R 'a a) c _ y C L 0 d y C Q �_ y > O d d c > U c � ENaai � u � vdE «u n0 0 �v c m w y m o > N c 'H E m p _ 4 C7 0 d c z •_ y 0 d 7 R rn V 0 � ai� 0wco 0CYa 20 mY ¢ _ N M N tD h tD O `O N m E- BHC Consultants City of Renton Sewer Interceptor-N.4th St and Sunset Blvd. Topographic Mapping 1/1312014 rev.1/23/14 Hours Rate Amount Task 1 Survey Control 4.00 $139.00 $556.00 Task 2 Survey Mapping 8.00 $139.00 $1,112.00 Task 3 Underground Utility Locate(by others) 4.00 $85.00 $340.00 Traffic Control Services for SSMH in Sunset Blvd. $450.00 Task 4 Base Map Preparation 8.00 $100.00 $800.00 R/W determination 14.00 $120.00 $1,680.00 Total $4,938.00 KPG Aspect Proposal No.:140013 Project Cost Estimate Revision: Central Interceptor Sewer Upsize Project Date: 23-Jan-14 Renton,Washington Prepared By: EOA Proposed Scope of work: Please refer to the geotechnical engineering scope of work document prepared by Aspect Consulting dated January 13,2014 ASPECT PERSONNEL&2014 BILLLNG RATES WORK TASK Principal I.Sr.Engr. Proj.Engr. Geologist' GIS/CAD Admin. TOTAL TOTAL DESCRIPTION $19400 1 $181.00 $135.00 $107.00 $90.00 $73.00 HOURS .AMOUNT Review eotechmcaldata for the site 1 _-2 2 f j 4 $632 Site reconnaissance,plan field explorations,obtain utility clearances, coordinate drilling activities with City and other stakeholders 1 2 10 2 15 $1,667 1 +---------- �- -- — --- ---- Field ex loration-three borin s w th one stand i e iezometer 2 14 $1,554 ----P---- --- --�- - -- -�P-e--------------- ....... ----- ------ --- ------ Borin�logs and assipn/reviewlaboratory test data I ! 2 2_ 2 2 B $810 --------------- --------i--- — — - ------ -------- ------- Geotechnical engineering analyses -,1 8 1 12 _ 1-_- -__ i 21__ $3,262 _ Draft and final geotechnical report 1 6 8 2 r 2 19 $2,-686--- Parttcipate in one(1)meeting to discuss geotechmcal issues 4 4 8 $1264 Geechnical engineering in t and coordination d uin PS&E 4 4 $724 ot Project and contract management and correspondence l 4 6 10 $1,162 TOTAL DIRECT SALARY LABOR: 2 29 32 24 4 12 103 $13,761 LABORATORY TEST SUMMARY: ESTIMATED DIRECT EXPENSES: Est.No Unit I Total Mileage,parking,field supplies,etc. $100 Test Tests Cost Cost Laboratory Testing(detail to left) $1,356 Natural Moisture Content 23 $16 $368 Drilling Subcontractor(3 borings,one piem,extra sampling) $4,000 Grain Size Distribution b $90 ' $540 Traffic Control Subcontracmr s0 Grain Size Distribution with Hydrometer 0 $210 1 $0 TOTAL DIRECT EXPENSES: $5,458 AtterbergLinuits(plasticity) _ _ 3 _$150 1 $450 _ Modified Proctor(moisture-density) 0 $190 1 $O PROJECr TOTALS AND SUMMARY: LABORATORY TOTAL: $1,358 Aspect Labor $13,761 Direct Expenses $5,458 ESTIMATED PROJECT TOTAL: $19,219 Assumptions: 1. All Hours and expenses are estimates;they maybe increased/decreased,within the limits of the budget at the discretion of the Aspect project manager. The Aspect project manager may also transfer funds allocated for direct costs to professional/technical hours,and vice-versa,as appropriate. 2.All site access and permiting required for exploration will be aquired by the owner(City of Renton)at no cost to Aspect. 3.The scope of work is related solely to geotechnical engineering evaluation of site soil and ground water,with a view toward evaluation of bore-and jack,pipe bursting,and open-trench sewer construction. Neither identification nor evaluation of contaminants that may be present in the soil or ground water is included in this scope of work. 4.The piezometer installed for this project will become the property of the City of Renton. Well decomrnissioning should be antincpated before or during construction,and should be performed in accordance with Washington Administrative Code and Department of Ecology regulations. P140013 EXHIBIT C-2 BHC CONSULTANTS, LLC BREAKDOWN OF OVERHEAD COSTS Provisional Rate FY Ending December 31,2011 Direct Labor(Billable Base) A $1,758,220 General&Administrative Expenses Indirect Salaries B $1,185,240 Payroll Burden Payroll Taxes $91,199 Health&Life Insurance Program $349,232 Worker's Compensation - Performance Bonus $198,868 Retirement, Pension,401(k) $111,313 Vacation, Holiday, Sick $315,498 Other Employee Benefits $9,199 Total Payroll Burden C $1,075,309 Other General&Administrative Expenses Temporary Personnel $0 Legal&Accounting $98,588 Facilities(Occupancy) $429,577 Communications $35,391 Professional Development $36,920 Personnel $31,795 Business Development $72,885 Travel&Subsistence $21,889 Printing&Reproduction $2,950 Vehicle Expense $6,034 Office Supplies $28,502 Library $2,229 Computer&Software Expense $72,010 Business Licenses and Taxes Other Than Income $131,809 Insurance Expense $86,522 Contributions $283 Depreciation $67,498 General&Administrative Other $70,109 Total General&Administrative Expenses D $1,194,991 Unallowable Costs Owner Distributions -$75,000 General Marketing -$7,161 Corporate&Owner Tax Return Preparation&Consulting -$62,390 Entertainment,Gifts -$19,788 Advertising, Sponsorships, Contributions -$25,534 Unallowable Travel Expenses -$3,000 Key Man Life Insurance -$13,537 Charitable Contributions -$283 Losses on Contracts -$31,936 Total Unallowable Costs E -$238,629 Total Allowable Costs(B+C+D-E) F $3,216,911 Facility Capital Cost of Money @ 2.5625% G $2,712 Overhead Rate(F+G/A) 183% EcWS)r-C-3 2014 Schedule of Charges CONSULTANTS Billing Title Hourly Billing Rates Principal Engineer $175-$230 Principal Structural Engineer $190-$210 Sr. Structural Engineer $175-$190 Senior Engineer $140-$175 Project Engineer $100-$140 Staff Engineer* $85-$100 Engineering Technician* $50 -$85 Planning Manager $110-$150 Senior Planner $75-$110 Planner $60 -$90 GIS Specialist* $90 -$95 Sr. Field Inspector* $100-$140 Field Inspector& Building Inspectors* $80-$100 CAD Manager* $120-$145 Draftsperson* $85-$100 Project Administrator* $80-$130 Project Coordinator/Word Processor* $60-$80 Building Code Compliance Review $90-$210 Professional Reimbursement: The hourly billing rates include the cost of salaries of the BHC employees, plus paid sick and safe leave, vacation, holiday, other fringe benefits, indirect overhead and fee. All employees classified as "non-exempt' (billing category denoted with *) by the U.S. Department of Labor will be compensated at 1-1/2 times salary, as per State and Federal wage and hour laws. Billing rates will be calculated accordingly for these overtime hours. Communication Fee: Project Labor times 3.0%which includes telecommunications, faxes, standard U.S. Mail, mobile phones, and internet access. Direct Expenses: Reimbursement for direct expenses incurred in connection with the work, will be at cost plus ten percent. See Schedule of Non-Labor Charges for detail. The foregoing Schedule of Charges is incorporated into the agreement for the services provided, effective January 1, 2014 through December 31, 2014, and will be adjusted thereafter. Schedule of Non-Labor Charges January 1, 2014 Non-Labor Charges Description Fee Reproduction In-House Reproduction B&W Print 8.5"x 11" $0.15/Copy B&W Print 11"x 17" $0.30/Copy B&W Plot(Line Drawings) up to 6 sq. ft. $2.00/Copy B&W Plot(Line Drawings) Large Format Plot(>6 sq. ft.) $0.33/Sq. Ft. B&W Mylar up to 6 sq. ft. $14.00/Copy Color Plot(Color Graphics) up to 6 sq. ft. $12.00/Copy Color Plot(Color Graphics) Large Format Plot(>6 sq. ft.) $2.00/Sq. Ft. Color Print 8.5"x 11" $1.00/Copy Color Print 11"x 17" $2.00/Copy External Reproductions Cost+ 10% Subconsultants &Contractors Cost+ 10% Transportation &Travel Airfare Cost+ 10% Lodging Cost+ 10% Meals Cost+ 10% Vehicle Rental& Gas Cost+ 10% Public Transportation & Taxis Cost+ 10% Parking Cost+ 10% Mileage IRS Rate Telecommunication, Faxes, Standard U.S. No Charge if 3% Comm. Chg. Mail, Mobile Phones, Internet Access and Included Cost+ 10% Hardware Express Mail &Courier Cost+ 10% Special Fees, Insurance, Permits, and o Licenses Cost+ 10/o Software& Equipment Cost+ 10%