Loading...
HomeMy WebLinkAboutContract E1-2015 � A( CAG-15-026 ENGINEERING CONSULTANT AGREEMENT THIS AGREEMENT, made and entered into on this 0 , day of �G,g ZO , by and between the CITY OF RENTON,WASHINGTON,A MUNICIPAL CORPORATION HEREINAFTER CALLED THE "CITY," and RI-12 Engineering, Inc., whose address is 22722 29th Drive SE,Suite 210, Bothell,WA 98021 at which work will be available for inspection, hereinafter called the "CONSULTANT." PROJECT NAME: Water and Wastewater Utility 2015/2016 General Services 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: I 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 14 Piazza/Data_Center/Forms/City/Contracts E1-2015 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. The City adopted King County Surface Water Design Manual,Sections 1.2 and 1.3 of Chapter 1, and Chapters 2, 3,4,5,and 6. 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 14 Piazza/Data_Center/Forms/City/Contracts 3 E1-2015 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$222,641.00 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 3of14 Piazza/Data_Center/Forms/City/Contracts i2-1 E1-2015 2. The overhead costs as identified on Exhibit C are determined as 172.66 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 the invoiced amount. Such invoiced amount must be reasonable for similar services within the area of the sub-consultant's profession. 4. The net fee,which represents the Consultants profit shall be 12 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 litiglation,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 14 Piazza/Data_Center/Forms/City/Contracts E1-2015 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 14 Piazza/Data_Center/Forms/City/Contracts 2/ E1-2015 *Awl 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 14 Pia zza/Data_Center/Forms/City/Contracts ( '7 ( _ E1-2015 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 a. Consultant's Insurance. Consultant shall secure and maintain the following insurance policies, and shall not cancel or suspend the insurance policies identified below, except after twenty(20) calendar day's prior written notice by certified-mail to the City of Renton: i. Commercial General Liability Insurance: Commercial general liability insurance in the minimum amounts of$1,000,000 for each occurrence/$2,000,000 aggregate throughout the duration of this Agreement. ii. Automobile Liability insurance:With a minimum combined single limit for bodily injury and property damage of$1,000,000 for each accident. This is required of all consultant and professional service providers where a vehicle will be utilized to perform, prepare to perform or satisfy the Scope of Services. Renton may request a copy of Consultant's driving record abstract. "Consultant" in this Subsection shall mean the Consultant providing professional services, as well as the consultant's agents,employees, representatives, and/or volunteers who may operate a motor vehicle in relation to any Service to be provided under this Agreement. Page 7 of 14 Pia zza/Data_Center/Forms/City/Contracts E1-2015 iii. Professional Liability Insurance: Professional liability insurance, in the minimum amount of $1,000,000 for each occurrence,shall also be secured for any professional services being provided to Renton that are excluded in the commercial general liability insurance. iv. Workers' Compensation:Workers' compensation coverage, as required by the Industrial Insurance laws of the State of Washington. V. Renton as an Additional-Insured: It is agreed that on Consultant's commercial general liability policy,the City of Renton will be named as an Additional-Insured on a primary and non-contributory basis. Any coverage maintained by the City of Renton is solely for the coverage and benefit of Renton, and its elected officials, officers,agents, employees, representatives and volunteers. vi. Verification of Coverage:Subject to Renton's review and acceptance, a certificate of insurance showing the proper endorsements, shall be delivered to Renton before executing the work of this Agreement. b. Review of Policy: Upon request, Consultant shall give Renton a full copy of the insurance policy for its records and for the Renton City Attorney's or Risk Manager's review. The policy limits may be reviewed and the value reassessed annually or as required by law. C. Termination: Notwithstanding any other provision of this Agreement,the failure of Consultant to comply with the above provisions of this section shall subject this Agreement to immediate termination without notice to any person in order to protect the public interest. 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 Agreeent 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 8 of 14 Piazza/Data_Center/Forms/City/Contracts E1-2015 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 ENTON hells-4 �2y Sig ture Date Mayor Denis Law Date Randy L. Asplund type or print name ATTEST- Director l Title Jason S it I rk OF SE ? G I Page 9 of 14 Piazza/Data_Center/Forms/City/Contracts / to zi Exhibit A Scope of Work City of Renton Water and Wastewater Utility 2015/2016 General Services Professional Engineering Services January 2015 BACKGROUND The purpose of this Scope of Work is to provide on-call engineering services at the request of the City of Renton (City). Work will consist of specific tasks as listed in this Scope of Work, as well as other consultant work as requested by the City. This Scope of Work does not include the procurement of materials and software necessary to complete the work. RH2 Engineering, Inc., (RH2) will identify the equipment and software required,which will be purchased by the City. This Scope of Work is organized into two schedules for ease of accounting and record keeping. Schedule A includes tasks related to the water utility, and Schedule B includes tasks related to the wastewater utility. Some of the anticipated tasks include the following. Schedule A—Water Utility 1. General on-call services for the water utility department that require immediate attention. 2. General water utility telemetry maintenance. Schedule B—Wastewater Utility 1. General on-call services for the wastewater utility department that require immediate attention. 2. Review of project plans and specifications designed by developers or others. 3. Services during construction of Christille Ridge Lift Station. 4. Continued services during construction of Piper's Bluff Lift Station. 5. Lift Station remote telemetry unit (RTU) and human-machine interface (HMI) programming services. 6. General wastewater utility telemetry maintenance. 7. Communications Study at the master telemetry unit(NITU) and the West Hill and Hazen Reservoir repeater sites. 8. Assist the City with the Forcemain/Lift Station Evaluation project. PROJECT SCOPE SCHEDULE A—Water Utility Task 1—General On-call Services for Water Utility Objective: Provide on-call engineering services at the request of the City. The work may include assisting the City with new �r continuing projects that are not of sufficient size to wairant a separate contract or other miscellaneous engineering-related task that need immediate attention. 1 1/16/2015 3:39:38 PM 7.:ABothc11\Data\KEN\S40\2015\L'ater-XKAV'Gen Sen-ices\PSA_S0 \X'_2015-20166S\Water-AL1C.docx City of Renton *sloe *40#1 Exhibit A Water and Wastewater Utility 2015/2016 General Services Scope of Work RH2 Deliverables: Deliverables will be identified at the time the specific task is requested by the City. Task 2— General Water Telemetry Maintenance Objective: Provide telemetry support and assistance for troubleshooting, upgrading, testing and maintaining the water telemetry system on an as-needed basis in 2015 and 2016. This support typically consists of on-site and remote support of the City's HMI computer systems, City staff training and working with the City's control system vendors and staff. RH2 may provide the following. Approach: 2.1 Provide remote assistance to operators and engineering staff when requested. 2.2 Provide on-site assistance when remote assistance is not possible. 2.3 Assist City staff in removal of obsolete computer equipment used for the water telemetry system. 2.4 Provide City staff training in the operation and use of existing and new telemetry equipment and systems when requested. 2.5 Work with City control system vendors and staff when requested. 2.6 Alert the City when software updates are required per the developer's recommended schedule or others. Prepare recommendation of work to be completed and probable cost. 2.7 Provide City with field reports for work completed. 2.8 Spot check water telemetry system for errors four (4) times a year or more often if requested by the City. RH2 may make City-approved corrections or additions to the system during these checks. RH2 Deliverables: Field reports that identify work completed by RH2 for each specific task. SCHEDULE B —Wastewater Utility Task 1— General On-call Services for Wastewater Utility Objective: Provide on-call engineering services at the request of the City. The work may include assisting the City with new or continuing projects that are not of sufficient size to warrant a separate contract or other miscellaneous engineering-related task that need immediate attention. RH2 Deliverables: Deliverables will be identified at the time the specific task is requested by the City. Task 2— Review of Project Plans and Specifications Designed by Developers or Others Objective: Assist the City with the review and approval of construction plans and specifications submitted to the City by developers or others. Review the material request by the City, including calculations and interpretation of design standards for wastewater works. Provide a letter response for each review to the City and provide verbal communication to the City or third party as necessary. The City is anticipating the review of the Christille Ridgel Lift Station under this contract. 2 1/16/15 3:39 VM %:ABothcll\Data\RliN\540\2015\X'atcr-AX'\Y Gcn Scraiccs\PSA_SO\X'_2015-2016_GS\3'atcr-A\tiX'.doc� / 12— City 2City of Renton , `..r*' Exhibit A Water and Wastewater Utility 2015/2016 General Services Scope of Work RH2 Deliverables: Provide review letter to City and developer. Task 3 — Services During Construction of Christille Ridge Lift Station Objective: Provide administrative and technical services during construction of the Christille Ridge wastewater lift station. Services will be limited to those listed in this task unless specifically requested by the City. This task also includes an engineering review of the construction plans to confirm that the plan set is still in compliance with the City of Renton Lift Station Standards. Approach: 3.1 Review and provide comment on the final construction plans submitted by the developer for approval. RH2 will provide a letter response for the review and provide verbal communications to the City or third party as necessary. 3.2 Attend pre-construction meeting. Prepare meeting agenda and minutes. 3.3 Review and approve material submittals,shop drawings,and catalog cuts required by the technical specifications. 3.4 Provide part-time geotechnical observation during installation of the shoring and dewatering system and structures. Monitor soil compaction during the installation of the wet well, manholes, and vaults. 3.5 Perform periodic site visits to determine the progress and quality of the structural, mechanical, and electrical work. 3.6 Provide the necessary staff and assistance for test and startup of the lift station including the HMI system at City Shops. 3.7 Prepare and monitor the construction punchlist. 3.8 Conduct final review with City to determine if the project is substantially complete. Recommend final acceptance of project. 3.9 Review and approve as-constructed records and O&M manuals. 3.10 Maintain project file records. RH2 Deliverables: • Pre-construction meeting agenda and minutes. • Submittal reviews returned to City and developer. • Observation reports • Initial and updated construction punchlist. • Final acceptance letter. Task 4—Continued Services during Construction of Piper's Bluff Lift Station Objective: Provide administrative and technical services necessary for assisting the City with the final testing and acceptance of the Piper's Bluff wastewater lift station. Services will be limited to those listed in this task unless specifically requested by the City. 3 1/16/15 3:39 PM Z:ABothell\Data\R1iN\S4i1\2015 Water-AC'\V'Gen Scn7ccs\PSA SOAV2015-2016 GS\Water-AK'\V'.docs / /3 7/ City of Renton � � Exhibit A Water and Wastewater Utility 2015/2016 General Services Scope of Work Approach: 4.1 Provide the necessary staff and assistance for test and startup of the lift station including the HMI system at City Shops. 4.2 Prepare and monitor the final construction punchlist. 4.3 Provide staff and assistance to the City during final walkthrough to determine if the project is substantially complete and ready for the City's acceptance. Recommend final acceptance of project. 4.4 Review and approve as-constructed records and O&M manuals. 4.5 Maintain project file records. RH2 Deliverables: • Observation reports. • Updated construction punchlist. • Final acceptance letter. Task 5 —Lift Station RTU and HMI Programming Services Objective: The City has two lift stations that will be added to its supervisory control and data acquisition (SCADA) system within the next 2 years. Those two lift stations are Christille Ridge and Falcon Ridge. In addition to these two lift stations, the City will be updating two lift stations with new RTUs. Those two lift stations are Cottonwood and Lake Washington No. 2. All of the RTUs must be programmed and integrated into the City's telemetry system. Updates to the City's HMI computer are also part of the work under this task. RH2 will provide the following services: Approach: 5.1 Perform RTU programming at each lift station to establish the monitoring and control identified in the project specifications. 5.2 Assist the City and its consultant (in some cases) with the testing and startup of the RTU at each lift station. 5.3 Perform HMI programming to add new monitoring or control features for the new lift stations. 5.4 Assist City with radio communication issues with monitoring the new lift stations. RH2 Deliverables: Field reports that identify work completed by RH2 for each specific task. Task 6— General Wastewater Telemetry Maintenance Objective: Provide assistance to the City in troubleshooting, correcting, upgrading, testing and maintaining the wastewater telemetry system on an on-call basis in 2015 and 2016. RH2 will perform the work at the request of the City after providing a written estimate of the fee. RH2 Deliverables: Field reports that identify work completed by RH2 for each specific task. 4 1/16/15 3:39 PM %:ABothell\Data\REN\S40\2015 Water-WA'Gen Services\11SA_SO\Y_2015-2016GS Water-\\1X docx 2( City of Renton %we V Exhibit A Water and Wastewater Utility 2015/2016 General Services Scope of Work Task 7 — Communications Study at the MTU and the West Hill and Hazen Reservoir repeater sites. Objective: Investigate the availability and potential benefit of fiber optic communications for use at the MTU and repeater sites at West Hill and Hazen Reservoirs. RH2 will provide the following services: 7.1 Determine the availability of fiber optics communications to City Maintenance shop, West Hill Reservoir and Hazen Reservoir. 7.2 Attend up to two (2) meetings with City staff. Meetings will be used to discuss using fiber optics communications at critical telemetry locations to improve the redundancy and reliability of telemetry system. Meeting will also be used to discuss the existing communications and identify initial telemetry equipment upgrade to accommodate the use of fiber optics communications. 7.3 Prepare implementation budget for the upgrade at the MTU and two repeater sites. 7.4 Identify monthly cost to operate the fiber optics communications. 7.5 Summarize work completed under Task 7 in a letter report that identifies the steps and materials needed to implement the fiber optics communication system. RH2 Deliverables: • Meeting agendas and minutes. • Letter report. Task 8—Assist the City with the Forcemain/Lift Station Evaluation project. Objective: Assist the City and their consultant on the planning effort for the forcemain/lift station evaluation project and the associated Comprehensive Plan update. RH2 will provide the following services: 8.1 Provide system operational data from the SCADA system at the request of the City. 8.2 Assist City with identifying methods to analyze data from the SCADA system and provide the City with means to retrieve the data in an efficient manner. RH2 Deliverables: Deliverables will be identified at the time the specific task is requested by the City. PROJECT SCHEDULE RH2 will proceed with work upon the request of the City. RH2 will continue to provide services within the scope of this contract until the contract expiration date of January 31, 2017. EXHIBIT B SCHEDULE RH2 will continue to provide services within the scope of this contract until the contract expiration date of January 31, 2017. 5 1/16/15 3:39 PM '/.:ABothell\llata\Kl?N\S4t1\2015 Watcr-WAN'Gen Sery-ices\PSA_SOW 2015-2016GS Water-A\\X'.docx Exhibit C-1 Consultant Fee Determination -Summary Sheet (Negotiated Hourly Rates of Pay) Fee Schedule Subconsultant: RH2 ENGINEERING, INC Negotiated Overhead Fee Multiplier Negotiated Rate Staff Classification Hourly Rate Multiplier Per Hour 172.66% 12% Professional IX $ 70 $ 121 $ 23 $ 214 Professional VIII $ 70 $ 121 $ 23 $ 214 Professional VII $ 67 $ 116 $ 22 $ 206 Professional VI $ 62 $ 107 $ 20 $ 190 Professional V $ 59 $ 102 $ 19 $ 181 Professional IV $ 56 $ 97 $ 18 $ 171 Professional III $ 53 $ 91 $ 17 $ 161 Professional 11 $ 49 $ 85 $ 16 $ 150 Professional $ 45 $ 78 $ 15 $ 138 Technician IV $ 45 $ 78 $ 15 $ 138 Technician III $ 43 $ 73 $ 14 $ 130 Technician II $ 32 $ 55 $ 10 $ 97 Technician 1 $ 30 $ 52 $ 10 $ 92 Administrative V $ 42 $ 73 $ 14 $ 129 Administrative IV $ 35 $ 61 $ 12 $ 108 Administrative III $ 30 $ 53 $ 10 $ 93 Administrative II $ 25 $ 43 $ 8 $ 77 Administrative I is 21 $ 37 $ _TF$ 65 In-House Copies B/W-8.5x11 $ 0.09 In-House Copies B/W-8.5x14 $ 0.14 In-House Copies B/W- 11x17 $ 0.20 In-House Copies Color-8.5x11 $ 0.90 In-House Copies Color-8.5x14 $ 1.20 In-House Copies Color- 11x17 $ 2.00 CAD Plots Large $ 25.00 CAD Plots Full $ 10.00 CAD Plots Half $ 2.50 CAD System Per Hour $ 27.50 GIS System Per Hour $ 27.50 Mileage Current IRS Rate Subconsultants will be billed at cost plus 15%. I Outside direct costs for permit fees, reports, maps, data, reprographics, couriers, postage, and non- mileage related travel expenses that are necessary for the execution of the project and are not specifically identified elsewhere in the contract will be billed at cost. 16 OM 14 In NMOO , ■ � § ! ! ) 2 ; ;;m===m; B ■ ! k � § :\ : § :\ j f � ? o It k � : k k : \ \ ) I \ !} } { « kk §7 E- o \ §\] § |) It ® > - \ ! l : f! 2 ! ° I I ° {\ )}\\/\\ 22 . §) %){ii) ) | � ] & E k) `„ .. a = l ; % !!!!!I}]! . ! .:. ~ !■ ,7 2W r N N x O »»»»N »»» » N 2 2 R�R 32---9 A F N O0 g g v .Pi Qi.moi O .rv+ M � S W a � M 3 F9 SSS R o 3 rvg. ry 8 F S � 8 F f x P 3 C L o Y E 9 E 8 E E 8 E E v = = 8 E F E E A A r o n J v oo a " E e n`09 E �Y + E 9 0 .p ui w o y Y ? E c a N 3 _ N n°O o E E u o E sxm;� d Lo na ear a q ° E C e= o r o ILEE v z« E« n t E ' E t v u E t E E- _ toYu v up aa 3 E E 0 o w w uG �3 a> cd° a & > o...................co lid —Li. a " V 3 N W H Exhibit C-3 err+ RH2 ENGINEERING,INC. Indirect Cost Rate Schedule For the Year Ended December 31,2013 Financial Statement Description Amount RH2 Adj. WSDOT Adj. Ref. Accepted Amount % Direct Labor $ 4,176,258 $ 95,735 N $ 4,271,992 100.00% Fringe Benefits: Vacation Pay $ 430,280 $ 430,280 10.07% Sick Pay $ 160,487 $ 160,487 3.76% Holiday Pay $ 225,163 $ 225,163 5.27% Payroll Taxes $ 1,096,417 $ 1,096,417 25.67% Retirement Plan $ 475,001 $ 475,001 11.12% Fringe Benefit Adjustment $ (90,556) 1 $ (90,556) -2.12% Total Fringe Benefits $ 2,387,348 $ (90,556) $ $ 2,296,792 53.76% General Overhead: Indirect Labor $ 1,860,067 $ (142,200 1,N $ 1,717,867 40.21% Bid&Proposal Labor $ 1,065,250 $ 1,065,250 24.94% Advertising Labor $ 241,110 $ (241,110) A $ - 0.00% Client Relations Labor $ 135,455 $ 135,455 3.17% Business Planning/Direct Selling Labor $ 163,129 $ 163,129 3.82% Bonus $ 1,249,177 $ (519,054) M $ 730,123 17.09% Rent&Building Utilities $ 948,085 $ (15,483) O $ 932,602 21.83% Equipment Support $ 45,487 $ 45,487 1.06% B&O/Property/Excise Taxes $ 262,786 $ 262,786 6.15% General Insurance $ 182,735 $ 182,735 4.28% Professional Services $ 38,297 $ 38,297 0.90% Interest and Bank Charge=_ $ 18,240 $ (18,240) B $ - 0.00% Travel $ 223,170 $ (72,602) A,H,K $ 150,568 3.52% Miscellaneous $ 11,044 $ (5,810) F,G $ 5,235 0.12% Telecommunications $ 173,364 $ 173,364 4.06% Supplies,Printing,&Postage $ 130,577 $ (2,967) A $ 127,610 2.99% Professional Development $ 41,458 $ 41,458 0.97% Dues&Subscriptions $ 36,542 $ 36,542 0.86% Business Planning&Recruiting $ 25,374 $ (376) $ 24,998 0.59% Bad Debt $ (3,081) $ 3,081 C $ - 0.00% Keyman Insurance $ 4,719 $ (4,719) D S - 0.00% Donations&Community Involvement $ 7,995 $ (7,995) E $ - 0.00% Advertising/Promotional Items $ 98,128 $ (98,128) A $ - 0.00% Client Gifts&Entertainment $ 145,830 $ (145,830) F $ - 0.00% Accumulate Accrued Vacation $ (20,340) $ 20,340 K $ - 0.00% Depreciation&Amortization $ 184,099 $ (13,009) H $ 171,090 4.00% Gain/Loss from Sales/Disposals of Assets $ 23,043 $ 23,043 0.54% Federal Income Tax $ 31,015 $ (31,015) L $ - 0.00% Deferred Federal Income Tax $ (106,901) $ 106,901 L $ - 0.00% Oregon State Income Tax $ 500 $ 500 0.01% In-House Costs Reimbursed $ (948,740) $ (948,740) -22.21% Total General Overhead $ 6,267,613 $ (1,188,216) $ $ 5,079,398 118.90% Total Indirect Costs&Overhead $ 8,654,961 $ (1,278,772) $ $ 7,376,190 172.66% Indirect Cost Rate 207.24% 172.66% 172.66% R1142 Engineering,Inc.-In Process "Indirect Cost Rate still subject to WSDOT Audit" References RH2 Engineering Adjustments: RH2 Engineering Overhead Prepared by Kris Nordlund,Financial Manager of RH2 Engineering A Advertising and Public relations labor&expenses unallowable per 48 CFR 31.205-1 and 31.205-3E B Interest&Financial Charges unallowable per 48 CFR 31.205-2C C Bad Debts unallowable per48 CFR 31.205-3 D Key person life insurance($142,103)unallowable per 48 CFR 31.205-19(e)(2)(v). E Contributions unallowable per 48 CFR 31.205-8. F Entertainment unallowable per 48 CFR 31.205-14 and Gifts unallowable per 48 CFR 31.205-13, G Alcoholic Beverages unallowable per 48 CFR 31.205-51 H Personal use of company vehicles not allowable 48 CFR 31.205-46(d) I Associated Advertising and Public Relation labor fringe unallowable per 48 CFR 31.205-1 and 31.201-6. J Costs directly associated to a project unallowable per 48 CFR 31.202(a)and 31.201-6. Trade Show Booth costs and associated costs unallowable per 48 CFR 31.205-1 and 31.201-6.Travel costs in excess of allowable per diem rate! unallowable per 48 CFR 31.205-46. K Unsupported costs unallowable per 48 CFR 201-2,31.201-4. L Federal Income Taxes and Deferred Income Taxes unallowable per 31.205.41(V M Bonus payments above base bonus amount without performance criteria supporting documentation N OT Premium not properly allocated to projects in the GL($97,135.27);and Nonbillable Project Time improperly allocated to direct wages(-$1,400.35)and subsequently disallowed from Indirect Laboi 0 Common Control Rent Adjustment for EW Office E1-2015 Exhibit C- 3 continued SUMMARY OF FEE FOR ENGINEERING SERVICES BREAKDOWN OF OVERHEAD COST ProfitSharing....................................................................................................... FICA..................................................................................................................... Unemployment Compensation ............................................................................ 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.............................................................................. ProfessionalServices............................................................................................ TOTAL 172.66 SUMMARY OF COSTS Project No. Name of Project: Water and Wastewater Utility 2015/2016 General Services DirectSalary Cost..................................................................................................................$ 68,702 Overhead Cost (including 118,621 payrolladditives ..............................................................................172.66% $ Sub-Total $ 187,323 NetFee.......................................................................................................... % $ 22,479 Direct Non-Salary Costs: a. Travel and per diem..............................................$ b. Reproduction expenses.........................................$ C. Computer expense................................................$ d. Outside consultants..............................................$ e. Other(specify)......................................................$ Total $ 12,839 Sub Total $ 209'802 GRAND TOTAL $ 222,641 Page 12 of 14 Piazza/Data_Center/Forms/City/Contracts z1 u N.. - 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 2011 CITY RENTON RENTON CITY COUNCIL Denis Law, Mayor uncil Pr ident Attest: Bonnie I. Walton City Clerk _ SEAL mea, ''�'1f/;1JJ1111tIS11tt�lR'���'�\ Page 13 of 14 Piazza/Data-center/Forms/city/contracts E1-2015 Citv�x)D-\ E CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE RH2 Engineering, Inc., 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. Randy L. Asplund Print Agent/Representative's Name Director Print Agent/Representative's Title j L / J Age t/Representat e's Signature l /8f1<- 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 14 of 14 Piazza/Data_Center/Forms/City/Contracts