Loading...
HomeMy WebLinkAboutContract ,%No, 1%0001 CAG-14-041 E1-2012 ENGINEERING ANNUAL CONSULTANT AGREEMENT THIS AGREEMENT, made and entered into on this 1_,day of V 2014 , by and between the CITY OF RENTON,WASHINGTON,A MUNICIPAL CORPORATION HEREINAFTER CALLED THE"CITY," and PACE Engineers,Inc. whose address is 11255 Kirkland Way,Suite 300,Kirkland,WA 98033 , at which work will be available for inspection, hereinafter called the "CONSULTANT." PROJECT NAME: N 30th St/Burnett Ave N Storm System 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 Vlll 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. I I 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: Piazza/Data—Center/Forms/City/Contracts `'we E1-2012 1. Washington State Department of Transportation/American Public Works Association(WSDOT/APWA), "Standard Specifications for Road, Bridge,and Municipal Construction,"as amended by Renton Standard Specification. 2. WSDOT/APWA, "Standard Plans for Road, Bridge and Municipal Construction." 3. 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. Pia zza/Data_Center/Forms/City/Contracts fir' `rrry El-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$ 25,000.00 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. Piazza/Data Center/Forms/City/Contracts V4001 E1-2012 2. The overhead costs as identified on Exhibit Care determined as NA 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 NA 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. Pia zza/Data_Ce nter/Forms/City/Contracts Now V"00 E1-2012 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 Pia zza/Data_Center/Form s/C ity/Cont ra 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. Pia zza/Data_Center/Fo rms/City/Co ntracts El-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. P ia zza/Data_Center/Forms/City/Co ntracts 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. 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 to 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. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration 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. XVI 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. Piazza/Data_Ce nter/Forms/City/Contracts El-2012 XVI I 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 /f CI RENTON SignatureJ Date Gregg Zim a a rm ,Administrtor D e 491%- type or print name Sr Title Piazza/Cata_Center/Forms/City/Contracts yam, *Ave CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 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 02011 , CITY RENTON RENTON CITY COUNCIL n Denis Law, Mayor CbJuncil P4sident Attest: .,'; ,;,.•,. O Bonnie I.Walton City Clerk SEAL * i ro. TEDS�• `�� ����'Ifgp�1gI111N11}QU���\\\\ Piazza/Data_Center/Forms/City/Contracts E 1-2012 Ity of CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE 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 5vr oT Print Agent/Repre entative's Title har:::r�J. fi�� Agent/Representative's Signature z 0, zp14/ 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. Piazza/Data—Center/Forms/City/Contracts .„ . a..........,a,.,, .. ..- _.... Engineers Planners y Surveyors �PACE) An ENInaaAng SanrIcas Company March 19, 2014 Mr. Daniel W. Carey, PE City of Renton Surface Water Utilities Renton City Hall 1055 S Grady Way Renton, WA 98057 SUBJECT. N. 30TH STREET/BURNETT AVE. N STORM SYSTEM PROJECT PACE PROPOSAL NO. P14-117 Dear Mr. Carey, PACE Engineers, Inc. (PACE, appreciates the opportunity to provide you with an estimate and scope of surveying services for the subject project. Our proposal is based on your request for a base map survey and geotechnical evaluation of the rights of way for N 301h and Burnett Ave. N. If anything in this proposal is not as you anticipated, please let us know so we can adjust it as required. The tasks, scope of work, and total cost for these tasks, as we envision them, are as follows: AREA OF COVERAGE Full rights of way along Burnett Ave. N from the intersection with N 32nd St. to N 301h St and along N 30th St. from Burnett Ave. N to Park Ave. N. Mapping at intersections will extend to end of curb returns in all directions, except at N 32nd Street,where we will include to 100' each way from the intersection.. Total length of survey =±2,000 lineal feet. SCOPE OF SERVICES Task 1 -Boundary &Topographic Survey All information gathered will be per the attached "Exhibit A—Scope of Work, Task 1, Base Map Survey". Miscellaneous The following conditions clarify the assumptions and limitations of our scope of services: • Time for an underground utility locate, for non-city utilities, is included in the scope and fee. • Time for preparing the Traffic Control Plan is included the scope and fee. • Four hours has been budgeted for locating borings and plotting locations on the base map. This assumes that the boings will happen after completion of base map survey. The survey and geotechnical firm will call the city inspection line (425-430-7203)24 hours before starting work in city rights of way and provide the company name, contact, phone number, streets being worked in and dates. The following conditions clarify the exclusions from our scoCie of services: • Entering into confined spaces. Note: Invert elevations will be obtained,where possible, by measuring down from the rim of the structure. PACE Engineers,Inc 11255 Kirkland Way I Suile 300 wrkland Washington 98033-6715 p 425.827 2014 1 f 425 827 5043 wzwt paceengrs corn March 19,2014 Engineers I Planners I Surveyors Mr. Daniel W. Carey Renton Surface Water Utilities Page 2 of 3 vAm paceengrs.com The compensation for the surveying services will be completed on a not to exceed basis with an estimated fee of$13,400.00, according to the attached 2014 Rate Schedule. SCHEDULE We will complete the work within 15 working days from receiving notice to proceed. Task 2—Construction Support Provide surveying services during construction on an"as-needed" basis. Assume two (2) field visits to establish centerline stationing and verify control used in base mapping and right of way establishment. Estimated fee of$2,400.00, according to the attached 2014 Rate Schedule. Task 3—Geotechnical Report Associated Earth Sciences, Inc. (AESI) proposes to complete three exploration borings using a hollow-stem auger truck mounted drill rig. Two borings would be advanced on North 30th Street and one boring on Burnett Avenue North. AESI has assumed borings would extend to a maximum depth of 20 feet and that soil cuttings will be disposed of off-site. AESI anticipates closing one lane of traffic during the drilling operations and will utilize appropriate traffic control measures including flaggers, traffic cones, and signage. It is assumed that a temporary street use permit will not be required. If a street use permit is required we have assumed that the city will provide the permit at no cost. Field work should be completed during one day.Work in N 30th Street will be limited to 8:00 am to 4:00 pm per the traffic control plan. We will collect representative samples of subsurface materials from our exploration borings, and will complete a limited scope of laboratory testing on selected samples. Laboratory testing will include a maximum of three grain-size analysis, and up to 12 moisture-content tests. Upon completion of our field exploration and laboratory testing, we will prepare a geotechnical report that will include: • A site plan showing exploration locations; • Summary of soil and ground water conditions; * Laboratory testing results; • Temporary excavation and shoring recommendations; • Structural fill recommendations, including suitability of site materials for reuse as trench backfill; • Conclusions regarding the need for construction dewatering; and • Recommendations for further study, if required. Note: Utilities will be located as part of the initial base mapping. If marking are not in evidence at the time of borings, AESI will work with City of Renton (City) to locate buried utilities in advance of our explorations and will notify the mandatory'one-call" utility location service. Estimated fee of$9,200.00 P`.ta 14114DOO PROPOSAL f1LES'SURVEY PROPOSRLS,,NI 1PP1NGIRenton\P 1.1-1 17 Rwit,:n N?0th Str�?et Mapping d-­u PACE MEt1,YMUir twNat Cwn,r+, March 19, 2014 Engineers I Planners I Surveyors Mr. Daniel W. Carey Renton Surface Water Utilities Page 3 of 3 wim,paceengrs.com TERMS AND CONDITIONS Contract will be according to City of Renton"Contract for Professional Consultant Services". DELIVERABLES One signed reproducible and electronic files in ACAD 2014Civil3D format. APPROVAL This scope and fee proposal reflects our understanding of the work at this time. If you feel we do not accurately understand the project, please do not hesitate to let us know. Sincerely, PACE Engineers, Inc. Fred Williamson Survey Project Manager Attachments: Exhibit A—Scope of Services Project Area Figure 2014 Rates. P T14'04000 PROPOSAL FILEa'SURVEY PROPOSALSMAPPING Renton+P14-117 Renton-N 30th Street Mapping d x P09 MF�nwq e.,w.ve.�„ *rrr .rt►i Engineers I Planners i Surveyors M EnQinemkg Srrnios�Canparry 2014 PREFERRED CLIENT HOURLY,RATE SCHEDULE DESCRIPTION HOURLY RATE 1. Office Tech I, Expediter 1 $ 45.00 2. Office Tech II, Expediter II $ 57.00 3. Jr. Instrument Person,Office Tech III, Intern $ 67.00 4. Instrument Person, GPS Assistant,Jr. Planner,Jr.CAD Drafter,Sr.Office Tech, Inspector$ 79.00 5. Jr. Engineer, Designer 1, Party Chief, CAD Drafter I, GIS Tech, Inspector I, Project Administrator $ 89.00 6. Engineer I, Designer II, Planner I, Survey Tech 1,CAD Drafter 11, GIS Analyst 1, Inspector II $ 99.00 7. Engineer 11, Sr.Designer,Planner 11,Sr. Party Chief, Survey Technician 11, CAD Drafter M,GIS Analyst 11, Inspector 111 $109.00 8. Sr. Engineer, Project Designer I, Sr. Planner, Project Surveyor, Sr.CAD Drafter, GIS Analyst 111, Sr. Inspector $ 120.00 9. Project Engineer, Project Designer 11, Project Planner, Sr. Project Surveyor,GIS IV, GIS/CAD Manager $130.00 10. Sr. Project Engineer, Structural Engineer, Sr. Project Designer,Sr. Project Planner, Survey Project Manager, Robotic/GPS&Operator $140.00 11. Project Manager,Principal Surveyor $150.00 12. Sr. Project Manager, Sr. Principal Surveyor, 3D Scanning&Operator $ 160.00 13. Principal Engineer, Principal Planner $ 170.00 14. Senior Principal $ 185.00 REIMBURSABLES A. Sub-Consultants, Professional, and Technical Cost+ 12% B. Maps, reports, materials, permit fees,express delivery and messenger,pass-thru bills, and similar items necessary for work in progress Cost+ 12% C. Technology expenses associated with computers,software,electronic distance measuring devices,telephone, cell phone, photo copies, standard survey supplies and transportation, NIA and standard postage will be invoiced as a Technology Charge D. Out-of-Town travel per diem and cost of commercial transportation Cost+ 10% E. Transportation within 30 Mile Radius" No Charge Transportation beyond 30 Mile Radius-Automobile $.60 per mile On job inspection mileage will be billed $.60 per mile F. Special Equipment/Software Special Software for Modeling/Analysis $ 10/hour Large Format Blueprints and Reproduction-Bond $.50/sq foot Large Format Blueprints and Reproduction-Mylar $ 1.50/sq foot Color Copies-In-house(8'/2 x 11) $.25/page G. Expert Witness Rate x 1.5 Note: 1 All payment is due within 30 days from date of invoice. A monthly service charge of 2% will be added on all accounts older than 45 days. 2 The foregoing schedule of charges is incorporated into the agreement for the services provided effective January 1,2014. After December 31,2014,invoices will reflect the schedule of charges in effect at that time. PACE Engineers,Inc. 11255 Kirkland way I suite 300 Kirkland,Washington 08033-5715 p 425 827 2014 1 f 425.827 5043 wwvr paceengrs cam +r.r EXHIBIT A SCOPE OF WORK N 30th STREET/BURNETT AVENUE N STORM SYSTEM PROJECT PURPOSE: The purpose of the project is to design and construct a new storm water drainage system in N 30th Street from Park Avenue N through Burnett Avenue N,and in Burnett Avenue N from N 30th Street to N 32nd Street. The City will perform the hydraulic analysis, storm system design,drafting,and develop the construction plans. The consultant agreement shall include the tasks and work necessary to produce a topographic survey base map and geotechnical report that can be used by the City for the design and construction plans. Construction is planned for the fall of 2014. If unexpected delays occur construction may be changed to 2015. I.DESCRIPTION OF PROPOSED WORK Task 1 Base Map Survey Perform a survey to locate and map the surface features and existing utilities in the potential construction area. The approximate survey limits for the potential construction area are shown on the attached figure. The Consultant's survey base map will be used,along with City mapping information,for the AutoCAD design and construction plans. The survey work will include the following: a. The consultant will need to submit a City Traffic Control Plan for any surveying and soil boring work in the City streets. Traffic control and signage will be included in the tasks. b. Contours, spot elevations,topography,street monuments,City survey monuments and benchmarks,and ROW centerlines in the City ROW in N 30th Street and Burnett Avenue N. c. Existing surface features such as pavement,curb and gutter,sidewalks, driveways,signs, poles,mail boxes, rockeries,walls,trees,and shrubs, etc. d. Existing Public Utilities such as water,sewer and storm systems. Rim and nut elevations of watervalve covers and manholes. Catch basin and manhole rim elevations and bottom elevations. Pipe size and invert elevations of all pipes in manholes and catch basins. Fire Hydrant and water meter locations. e. Private Utility locations for gas,telephone,cable TV,and other private utility lines, obtained from visible surface locations,utility location markings,and information obtained by the surveyor from the private utility companies. f. Provide ROW or street centerline stationing on the survey base map that can be used for project construction in N 30th Street and Burnett Avenue N. The location of the centerlines will be reviewed with the City before finalizing. 'fir' `r.✓` The base map survey, to the extent feasible, shall be developed in accordance with the latest edition and amendments of local and State regulations,guidelines,and specifications, including, but not limited to the following: 1. Draft GeoSpatial Positioning Accuracy Standards for the National Spatial Data Infrastructure by the Federal Geographic Data Subcommittee, December 1996. 2. All pertinent Washington State legislation, e.g. Chapter 58 of the Revised Code of Washington (RCW). 3. All pertinent sections of the Washington State Administrative Code(WAC),e.g.Chapters 332 WAC. 4. City of Renton Survey Specifications as set forth in Section 1-11 of the City of Renton Supplemental Specifications for the 1997 Standard Specifications for Road, Bridge, and Municipal Construction, adopted May 19, 1997. S. Model space for the AutoCad file shall be in US survey foot. The base map survey will meet the requirements of the City of Renton Drafting Standards (modified for current practice and ACAD systems). The City layering system will be used with a preface for the consulting company initials or the word survey(example:Survey-11-2222-3333- 444). An alternate layer naming system may be used if it provides sufficient description of the layers,and is approved by the City. The City will use the base map for the project construction plans,will draft the proposed storm system on the base map,and will set up multiple sheets for the construction plans. The Surveyor shall provide a draft copy(24"x 36")and electronic file(AutoCad Civil 3D 2013,or approved other)of the base map survey for review and comment by the City. The electronic file shall include 3D TIN data, an existing ground surface based on the survey data, and roadway alignments for each street that can be used by the City to generate alignment profiles,sections, and pipe networks. After the City approves the draft copy,a final paper copy at 1"=20'scale(or other scale if approved by the City)and an electronic copy will be provided. The paper copy will be stamped and signed by a Surveyor(PLS) registered in the State of Washington. Task 2 Construction Assistance Provide surveying services to the City during construction on an as-needed basis. The City intends to issue the project for bids and award it to a construction contractor. As part of the bid,the construction contractor will supply construction surveying and staking for the project using the stationing in the construction plans. The work may include the following: a. Provide assistance to the City to answer any survey and stationing questions that may occur during construction. The work may include up to two field visits by a survey crew to check or re-establish stationing,or verify other survey points or information, if needed. �✓ 14400* Task 3 Geotechnical Report Provide geotechnical services to identify the existing soils and groundwater level in the construction area. The Geotechnical information and report will be included in the bid document for use by contractors in evaluating and bidding on the project. The work may include the following: a.Perform several soil borings(two or three) in the construction area to identify and sample the existing soils. Obtain soil samples,analyze for soil properties(grain size analysis),and classify soils. Traffic control and signage needed while performing soil borings will be included in the task. b.Provide a brief geotechnical report describing the existing soils,stratigraphy,and groundwater level. Provide general construction recommendation based on the soil analysis such as construction excavation,shoring,suitability of existing soil for backfill use, backfill recommendations, and groundwater conditions and potential dewatering needs. Soil boring logs and soil tests shall be included at the back of the report. EXHIBIT B - SCHEDULE N 30th St/Burnett Ave N Storm System Project Task Estimated Estimated Start Completion Task 1—Boundary&Topographic Survey 3/31/2014 4/30/2014 (after Notice to Proceed) Task 2—Construction Support (if needed) 8/1/14 6/1/15 Task 3—Soil Borings&Geotechnical Report 4/1/14 5/15/14 End of Project/Final Billing 12/31/2015 (Summarized from Consultant's Proposal) EXHIBIT C - COST ESTIMATE N 30th St/Burnett Ave N Storm System Project Task Cost Task 1—Base Map Survey and Topo Map $13,400.00 Task 2—Construction Assistance $2,400.00 Task 3—Geotechnical Report $9,200.00 Total $25,000.00 (Summarized from Consultant's Proposal) H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3716 N 30th St-Burnett\1010 Corrspd- Surveyor\2014-0320c Exhibit B-C Sched-Costs.doc\DWCtp El-2012 PROJECT VICINITY PROJECT Ei D� LOCATION ®� 0 30th St Lake Washington 0 � a 0' 1000 2000 tN Do a � DD O o0 ooED 00 E= _ SR 9 0 o� mo ono 00� aoo � RENTON OD 4 ED op D � o N 30th St/ Burnett Ave N Storm System Improvement Project Renton Surface Water Utility D.Carey 2-26-14 ROJECT AREA FIGURE 1° ❑ �: �= r A-4 Cn ' .«-• o I M - ❑ - - ~' = D E, ❑C C SURiN LISTS -- ❑ �appX) —' C — ew orm Line ❑r VL �❑ Location Dreli EIJI- ❑ -- _ c ❑ ❑ � _ IL I ILI i urnett Ave ❑ ❑ ❑ ❑ ❑ ❑ [ ❑ _ Note:The location of the new Storm System is preliminary. N 30tH St Burnett Ave N In some locations the old storm system may be removed and the Storm System Improvement Project New Storrs System may be constructed in the same location. Renton Surface Water Utility D.Carey 2-26-14