Loading...
HomeMy WebLinkAboutContract E1-2015 CAG-15-168 ENGINEERING CONSULTANT AGREEMENT THIS AGREEMENT, made and entered into on this day ofAdc�il , 2015, by and between the CITY OF RENTON,WASHINGTON,A MUNICIPAL CORPORATION HEREI AFTER CALLED THE "CITY," and STANTEC CONSULTING SERVICES INC.whose address is 11130 NE 33RD Place,Suite 200, Bellevue,WA 98004, at which work will be available for inspection, hereinafter called the "CONSULTANT." PROJECT NAME: Emergency Repair of 24-inch Water Main in SR 169 and Northbound Ramp to 1-405 (WTR2703833)-Design Services and Services during Construction 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: 1 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. 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 12 Piazza/Data-Center/Forms/City/Contracts El-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 12 Piazza/Data_Cente r/Form s/City/Co ntra ds El-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 December 31, 2016, 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$52,800 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 3of12 Piazza/Data_Center/Fo rms/City/Co ntracts E1-2015 2. The overhead costs as identified on Exhibit C are determined as 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 percent of direct salary plus overhead costs. This fee is based on the Scope of Work and the estimated labor hours therein. In the event a supplemental agreement is entered into for additional work by the Consultant,the supplemental agreement will include provision for the added costs and an appropriate additional fee. The net fee will be prorated and paid monthly in proportion to the percentage of the project completed as estimated in the Consultant's monthly progress reports and approved by the City. Any portion of the net fee not previously paid in the monthly payments shall be included in the final payment,subject to the provisions of Section XI entitled TERMINATION OF AGREEMENT. 5. Progress payments may be claimed monthly for direct costs actually incurred to date as supported by detailed statements, for overhead costs and for a proportionate amount of the net fee payable to the Consultant based on the estimated percentage of the completion of the services to date. Final payment of any balance due the Consultant of the gross amount earned will be made promptly upon its verification by the City after completion and acceptance by the City of the work under this Agreement. Acceptance, by the Consultant of final payment shall constitute full and final satisfaction of all amounts due or claimed to be due. Payment for extra work performed under this Agreement shall be paid as agreed to by the parties hereto in writing at the time extra work is authorized. (Section VIII "EXTRA WORK"). A short narrative progress report shall accompany each voucher for progress payment. The report shall include discussion of any problems and potential causes for delay. To provide a means of verifying the invoiced salary costs for consultant employees,the City may conduct employee interviews. Acceptance of such final payment by the Consultant shall constitute a release of all claims of any nature, related to this Agreement,which the Consultant may have against the City unless such claims are specifically reserved in writing and transmitted to the City by the Consultant prior to its acceptance. Said final payment shall not, however, be a bar to any claims that the City may have against the Consultant or to any remedies the City may pursue with respect to such claims. The Consultant and its subconsultants shall keep available for inspection, by the City,for a period of three years after final payment,the cost records and accounts pertaining to this Agreement and all items related to,or bearing upon,these records. If any litigation, claim or audit is started before the expiration of the three-year retention period,the records shall be retained until all litigation,claims or audit findings involving the records have been resolved. The three-year retention period starts when the Consultant receives final payment. Page 4 of 12 Piazza/Data_Center/Forms/City/Co ntracts 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 12 Pia zza/Data_Center/Fo rms/City/Co ntracts E1-2015 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 12 Pia zza/Data_Ce me r/Form s/City/Contra cts 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 12 P iazza/Data_Cente r/Forms/City/Co ntra cts 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 Agreement shall not affect the other provisions hereof, and this Agreement shall be construed in all respects as if such invalid or unenforceable provision were omitted. Page 8 of 12 Piazza/Data_Center/Form s/City/Co ntracts 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. CONSU TANT CITY OF NT N �;�4zv��- Signature Date Mayor Denis Law D to Erik Waligor type or print name ATTEST: Principal k f�t k Title Jason A.Set City Cle k ML Page 9 of 12 Piazza/Data_Ce me r/Form s/City/Contracts 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 O RENTON RENTON CITY COUNCIL Denis Law, Mayor uncil Pr sident Attest: Bonnie I.Walton City Clerk _ SEAL �= TED "��ll/ll Nlll I I I t011141\h�'\�\ Page 10 of 12 Piazza/Data_Cente r/Form s/City/Contracts E1-2015 Ity of Jn CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE STANTEC CONSULTING SERVICES 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 a-nd women contractors for the award of subcontracts. Erik Waligorski Print Agent/Representative's Name Principal Print Agent/Representative's Title Agent/Repres tive's Signature July 21, 2015 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 11 of 12 Piazza/Data_Ce me r/Forms/City/Contracts SR 169 Emergency Water Rehabilitation Project Exhibit A Scope of Services—Design Services Page 1 of 4 SCOPE OF SERVICES City of Renton SR 169 Emergency Water Rehabilitation Project Design Services Stantec Consulting Services Inc. PROJECT DESCRIPTION AND PURPOSE The purpose of this project is to design the rehabilitation of two existing ductile iron water mains that cross State Route 169 (SR169) at the northbound onramp of Interstate 405 (1-405) in Renton, WA. The existing water mains include a 24"diameter DI water main running from the south side of SR169 up the eastern edge of the northbound onramp to 1-405 and a 12"diameter DI main running from the south side of SR169 directly north, connecting into the Old—Bronson Way N. The design will include the slip line rehabilitation of the 24"and 12"water mains with sufficient size HDPE pipes such that hydraulic system requirements are maintained. The rehabilitation of the 24"water main will be completed from the south side of SR169 to the first bend in the line located approximately 400 feet up the northbound onramp to 1-405. The rehabilitation of the 12"water main will be completed from the south side of SR169 to the existing tee and valve cluster located on the north side of SR169. This scope of services assumes that the project will be bid using the City's Job Order Contract process and that Stantec will provide design drawings, opinions of probable construction costs (OPCC) and technical specifications for the project. Full Contract Documents and bidding services will not be required for this project. The project will be designed using the 2007 base survey for the Maple Valley Highway (SR169) Improvements: Phase 2 project. Stantec will augment the 2007 survey data with any new utility locates marked as part of the One-Call locate request to be submitted by the City. Stantec will prepare a WSDOT Utility Franchise permit package for submittal by the City to WSDOT for work within SR169. SCOPE OF SERVICES AND TASKS This scope of services consists of the following tasks: PHASE II — DESIGN DEVELOPMENT Task 200 Project Management Stantec shall provide the project management services necessary to comply with the Project Management Plan developed as part of this task. Stantec shall work closely with City staff to develop a Project Management Plan that includes a detailed scope of services, budget, and schedule that meets the City's overall needs. This task shall also include the daily, ongoing project management through the completion of the project. This task includes monitoring progress against the Project Management Plan and preparing monthly status reports. Specific tasks for this effort are as follows: • Develop a Project Management Plan • Conduct a project kickoff meeting VA2002\active\0015\SR169 Emergency Water Rehab\SR169 Emergency Water Rehab Scope_20150622.doc 6/22/2015 SR 169 Emergency Water Rehabilitation Project Exhibit A Scope of Services—Design Services Page 2 of 4 • Prepare monthly status reports • Provide ongoing project management throughout the project Deliverables: • Draft and Final Project Management Plans including Scope of Services, Budget, and Schedule • Monthly invoices and status reports Task 201 Topographic Survey and Mapping The purpose of the Topographic Survey task is to prepare accurate base maps to be used during the design phase of the project. This task assumes that we will be able to use the existing survey data collected for the 2007 Maple Valley Highway (SR169) Improvements: Phase 2 project as a starting point. Stantec will work with the City to request a One-Call locate of the project area to have any new or modified utilities located. Stantec will compare the new locates with the existing data and will prepare updated base maps as needed for the design process. This task assumes that the City will assist with traffic control, as needed, for any required topographic surveying in SR169. Specific Tasks for this effort are as follows: • Coordinate a utility locate request to be submitted by the City of Renton • Prepare project base maps in AutoCAD Civil 3D from the existing AutoCAD files for the 2007 Maple Valley Highway (SR169) Improvements: Phase 2 project • Notification to WSDOT of surveying along northbound onramp of 1-405 • Conduct site visit to review new utility locates versus existing utility data from 2007 survey • Perform topographic survey of east side of northbound onramp to 1-405 outside of 2007 data and to pick up any new or modified locates since 2007. This task assumes that the City of Renton will be able to provide any necessary traffic control (i.e. arrow boards) to complete the survey in SR169, as needed • Prepare new base maps for use in the design task Deliverables: • None. New base maps will be used in the design task Assumptions: • Survey will take no more than one day to collect any new/modified utilities since the 2007 survey was completed • The City of Renton will provide traffic control, such as an arrow board, for survey in SR169, as needed • The survey and base maps will be based on the same datum as was used in the 2007 Maple Valley Highway project Task 202 Design The design task will include developing design Drawings, Technical Specifications, and an Opinion of Probable Construction Cost (OPCC) that may be used by the City to obtain bids from Contractors using the City's Job Order Contractor process. Copies of these documents will be sent to the City for review and comment at the 30%, 90%, and Final design stages. Design efforts will address all comments received from previous stages of the project. VA2002\active\0015\SR169 Emergency Water Rehab\SR169 Emergency Water Rehab Scope_20150622.doc 6/22/2015 SR 169 Emergency Water Rehabilitation Project Exhibit A Scope of Services—Design Services Page 3 of 4 Stantec will provide quality assurance and quality control (QA/QC) reviews by senior technical engineers of the design documents prepared in order to minimize potential change orders and overall project costs. Stantec will assist the City in obtaining the necessary permits for the construction of the project. This scope of services assumes that Stantec will prepare a permit ready set of design drawings and the Utility Franchise Permit package and that the City will submit the package to WSDOT for approval. Specific Tasks required for this effort are as follows: • Conduct a site investigation visit to review project set up and lay down areas that can be used for the trenchless installation • Review the hydraulic system requirements determined by the City to evaluate the required inside diameter for the rehabilitation of both water mains • Prepare and submit design drawings, technical specifications, and OPCC to the City at 30%, 90%, and final design stages. • Internal review of 30%, 90% and Final Drawings, Specifications, and OPCC prior to submittal to the City • Attend design coordination meetings with the City at 30%and 90%design stages to discuss review comments • Assist with the preparation of a utility franchise permit package for submittal to WSDOT Deliverables: • Three half-size reproducible paper review copies of the 30%and 90%design drawings, specifications, and OPCC • One reproducible quality paper copy of the final bid documents including half-size and full-size (22"x34") drawings and technical specifications for the City's use in obtaining bids to construction the improvements • One electronic (PDF) copy of the final bid documents as described above for use by the City • WSDOT utility franchise permit package, if needed Assumptions: • The 2007 survey data, and augmentation by Stantec survey, will be sufficient for the preparation of the design drawings • The project will include the slip lining of the existing pipe using HDPE pipe and will require cut in valve clusters in SR169 • No additional pot holes or geotechnical investigations are required to complete the project • The City of Renton will lead the permitting effort with WSDOT and will obtain all required City permits • No easements will be required for the construction of the proposed improvements • No environmental studies will be required • Stantec will not be required to reproduce bid documents for distribution to contractors Task 203 Construction Services Stantec will provide as-needed assistance during the construction process to include submittal review, construction site visits and observation during the initial stages of construction and final tie-ins, and preparing draft and final construction record drawings (CRD's). VA2002\active\0015\SR169 Emergency Water Rehab\SR169 Emergency Water Rehab Scope_20150622.doc 6/22/2015 SR 169 Emergency Water Rehabilitation Project Exhibit A Scope of Services—Design Services Page 4 of 4 Specific Tasks required for this effort are as follows: • Assist City with submittal review • Perform up to 20 hours of site visits during construction and final tie-ins for observation • Prepare draft CRD's • Conduct internal review of draft CRD's and submit to the City • Prepare final CRD's Deliverables: • Submittal review responses • Field notes from on-site visits during construction • Three half-size sets of the draft CRD's for City review • One full size Mylar set of the final CRD's for City use • One electronic PDF copy of the final CRD's Assumptions: • The City will be the primary observer during construction and will lead the construction administration • The effort required by Stantec will be limited to the hours represented in Exhibit C. Any additional effort will be billed on a time and material basis END OF EXHIBIT A V:\2002\active\0015\SR169 Emergency Water Rehab\SR169 Emergency Water Rehab Scope_20150622.doc 6/22/2015 SR 169 Emergency Water Rehabilitation Project Exhibit 8 Schedule—Design Services Page 1 of 1 EXHIBIT B SCHEDULE City of Renton SR 169 Emergency Water Rehabilitation Project Design Services Stantec Consulting Services Inc. SCHEDULE • Notice to Proceed —August 17, 2015 • Design —September 2015 to December 2015 • Construction Services—January 2016 to July 2016 *All work under this contract to be completed by December 31, 2016 END OF EXHIBIT B VA2002\active\0015\SR169 Emergency Water Rehab\SR169 Emergency Water Rehab Schedule_20150721.doc 7/21/2015 EXHIBIT C BUDGET City of Renton SR 169 Emergency Water Rehabilitation Project Design Services TOTAL LABOR REIMB. SUB-CONSULTANT TOTAL Task Hours Cost Reimb. Cost wl Markup Cost $5,297 $103 $5,400 200 Project Management 27 Prepare project plan 6 $1,136 $20 $1,156 Conduct project kickoff meeting 5 $785 $20 $805 Prepare monthly status reports 4 $844 $20 $864 Manage staff and tasks 12 $2,532 $43 $2,575 $7,039 $561 $7,600 201 Topographic Survey&Mapping 59 Coordinate utility locating(request by City) 2 $314 $20 $334 Prepare base maps from 2007 survey 15 $1,777 $120 $1,897 Coord w/WSDOT for survey access 3 $427 $20 $447 Review 2007 survey vs new locates 8 $860 $50 $910 Survey new/changed utilities 20 $2,348 $250 $2,598 Prepare new base maps for design 11 $1,313 $101 $1,414 202 Design 208 $31,830 $1,070 $32,900 Conduct site investigation walk 6 $986 $50 $1,036 Review hydraulic system requirements 6 $1,138 $20 $1,158 Prepare 30%PS&E 44 $6,388 $250 $6,638 Conduct internal review of 30%PS&E 8 $1,660 $20 $1,680 Submit 30%PS&E to City 4 $692 $20 $712 Attend 30%review meeting 6 $986 $50 $1,036 Prepare 90%PS&E 56 $7,728 $300 $8,028 Conduct internal review of 90%PS&E 12 $2,490 $20 $2,510 Submit 90%PS&E to City 4 $692 $20 $712 Assist City w/WSDOT permit 20 $3,052 $100 $3,152 Attend 90%review meeting 6 $986 $50 $1,036 Prepare final PS&E 36 $5,032 $170 $5,202 $6,636 $264 $6,900 203 Construction Services qg Submittal review 6 $834 $20 $854 Site visit during construction 20 $3,100 $100 $3,200 Prepare draft CRD's 12 $1,340 $84 $1,424 Submit draft CRD's to City 4 $692 $20 $712 Prepare final CRD's 6 $670 $40 $710 Projected Total Project Hours and Costs 342 $50,802 $1,998 $52,800 City Summary Print Date:6/22/2015 'V-QOQ`glcyive\0015\SR169 Emergency Water Rehab\SR169 Emergency Water Rehab Budget_062215.xis