Loading...
HomeMy WebLinkAboutContract CAG-19-313 Y q .. AGREEMENT FOR MONROE AVENUE NE STORM SYSTEM IMPROVEMENTS - PHASE 1 THIS AGREEMENT,dated September 30, 2019, is by and between the City of Renton (the "City"), a Washington municipal corporation,and Otak, Inc.("Consultant"),Washington corporation.The City and the Consultant are referred to collectively in this Agreement as the "Parties." Once fully executed by the Parties,this Agreement is effective as of the last date signed by both parties. 1. Scope of Work: Consultant agrees to provide Engineering Design Services as specified in Exhibit A, which is attached and incorporated herein and may hereinafter be referred to as the "Work." 2. Changes in Scope of Work: The City, without invalidating this Agreement, may order changes to the Work consisting of additions,deletions or modifications.Any such changes to the Work shall be ordered by the City in writing and the Compensation shall be equitably adjusted consistent with the rates set forth in Exhibit B or as otherwise mutually agreed by the Parties. 3. Time of Performance: Consultant shall commence performance of the Agreement pursuant to the schedule(s)set forth in Exhibit C.All Work shall be performed by no later than December 31, 2020. 4. Compensation: ' A. Amount. Total compensation to Consultant for Work provided pursuant to this Agreement shall not exceed $189,602.40, plus any applicable state and local sales taxes. Compensation shall be paid based upon Work actually performed according to the rate(s)or amounts specified in Exhibit B.The Consultant agrees that any hourly or flat rate charged by it for its Work shall remain locked at the negotiated rate(s) unless otherwise agreed to in writing or provided in Exhibit B. Except as specifically provided herein, the Consultant shall be solely responsible for payment of any taxes imposed as a result of the performance and payment of this Agreement. B. Method of Payment. On a monthly or no less than quarterly basis during any quarter in which Work is performed,the Consultant shall submit a voucher or invoice in a form specified by the City, including a description of what Work has been performed,the name of the personnel performing such Work, and any hourly labor charge rate for such personnel. The Consultant shall also submit a final bill upon completion of all Work. Payment shall be made by the City for Work performed within thirty (30) calendar days after receipt and approval by the appropriate City representative of the voucher or invoice. If the Consultant's performance does not meet the requirements of this Agreement, the Consultant will correct or modify its performance to comply with the Agreement.The City may withhold payment for work that does not meet the requirements of this Agreement. C. Effect of Payment. Payment for any part of the Work shall not constitute a waiver by the City of any remedies it may have against the Consultant for failure of the Consultant to perform the Work or for any breach of this Agreement by the Consultant. D. Non-Appropriation of Funds. If sufficient funds are not appropriated or allocated for payment under this Agreement for any future fiscal period, the City shall not be obligated to make payments for Work or amounts incurred after the end of the current fiscal period, and this Agreement will terminate upon the completion of all remaining Work for which funds are allocated. No penalty or expense shall accrue to the City in the event this provision applies. 5. Termination: A. The City reserves the right to terminate this Agreement at anytime, with or without cause by giving ten (10)calendar days'notice to the Consultant in writing.In the event of such termination or suspension,all finished or unfinished documents,data,studies, worksheets, models and reports, or other material prepared by the Consultant pursuant to this Agreement shall be submitted to the City, if any are required as part of the Work. B. In the event this Agreement is terminated by the City,the Consultant shall be entitled to payment for all hours worked to the effective date of termination, less all payments previously made. If the Agreement is terminated by the City after partial performance of Work for which the agreed compensation is a fixed fee, the City shall pay the Consultant an equitable share of the fixed fee. This provision shall not prevent the City from seeking any legal remedies it may have for the violation or nonperformance of any of the provisions of this Agreement and such charges due to the City shall be deducted from the final payment due the Consultant. No payment shall be made by the City for any expenses incurred or work,done following the effective date of termination unless authorized in advance in writing by the City. 6. Warranties And Right To Use Work Product: Consultant represents and warrants that Consultant will perform all Work identified in this Agreement in a professional and workmanlike manner and in accordance with all reasonable and professional standards and laws. Compliance with professional standards includes,as applicable,performing the % „„* - PAGE 2 OF 10 Work in compliance with applicable City standards or guidelines (e.g. design criteria and Standard Plans for Road,Bridge and Municipal Construction).Professional engineers shall certify engineering plans, specifications, plats, and reports, as applicable, pursuant to RCW 18.43.070. Consultant further represents and warrants that all final work product created for and delivered to the City pursuant to this Agreement shall be the original work of the Consultant and free from any intellectual property encumbrance which would restrict the City from using the work product. Consultant grants to the City a non- exclusive, perpetual right and license to use, reproduce, distribute, adapt, modify, and display all final work product produced pursuant to this Agreement. The City's or other's adaptation, modification or use of the final work products other than for the purposes of this Agreement shall be without liability to the Consultant.The provisions of this section shall survive the expiration or termination of this Agreement. 7. Record Maintenance: The Consultant shall maintain accounts and records, which properly reflect all direct and indirect costs expended and Work provided in the performance of this Agreement and retain such records for as long as may be required by applicable Washington State records retention laws, but in any event no less than six years after the termination of this Agreement. The Consultant agrees to provide access to and copies of any records related to this Agreement as required by the City to audit expenditures and charges and/or to comply with the Washington State Public Records Act (Chapter 42.56 RCW). The provisions of this section shall survive the expiration or termination of this Agreement. 8. Public Records Compliance: To the full extent the City determines necessary to comply with the Washington State Public Records Act,Consultant shall make a due diligent search of all records in its possession or control relating to this Agreement and the Work, including, but not limited to, e-mail, correspondence, notes, saved telephone messages, recordings,photos,or drawings and provide them to the City for production. In the event Consultant believes said records need to be protected from disclosure, it may, at Consultant's own expense, seek judicial protection. Consultant shall indemnify, defend, and hold harmless the City for all costs, including attorneys'fees, attendant to any claim or litigation related to a Public Records Act request for which Consultant has responsive records and for which Consultant has withheld records or information contained therein, or not provided them to the City in a timely manner. Consultant shall produce for distribution any and all records responsive to the Public Records Act request in a timely manner, unless those records are protected by court order.The provisions of this section shall survive the expiration or termination of this Agreement. 9. Independent Contractor Relationship: A. The Consultant is retained by the City only for the purposes and to the extent set forth in this Agreement.The nature of the relationship between the Consultant and the City during the period of the Work shall be that of an independent contractor, not 4,„s PAGE 3 OF 10 employee.The Consultant,not the City,shall have the power to control and direct the details, manner or means of Work. Specifically, but not by means of limitation, the Consultant shall have no obligation to work any particular hours or particular schedule, unless otherwise indicated in the Scope of Work or where scheduling of attendance or performance is mutually arranged due to the nature of the Work. Consultant shall retain the right to designate the means of performing the Work covered by this agreement, and the Consultant shall be entitled to employ other workers at such compensation and such other conditions as it may deem proper, provided, however, that any contract so made by the Consultant is to be paid by it alone, and that employing such workers, it is acting individually and not as an agent for the City. • B. The City shall not be responsible for withholding or otherwise deducting federal income tax or Social Security or contributing to the State Industrial Insurance Program,or otherwise assuming the duties of an employer with respect to Consultant or any employee of the Consultant. C. If the Consultant is a sole proprietorship or if this Agreement is with an individual,the Consultant agrees to notify the City and complete any required form if the Consultant retired under a State of Washington retirement system and agrees to indemnify any losses the City may sustain through the Consultant's failure to do so. 10. Hold Harmless: The Consultant agrees to release, indemnify,-defend, and hold harmless the City, elected officials, employees, officers, and representatives, and volunteers from any and all claims, demands, actions, suits, causes of action, arbitrations, mediations, proceedings, judgments, awards, injuries, damages, liabilities, taxes, losses, fines, fees, penalties, expenses, attorney's or attorneys' fees, costs, and/or litigation expenses to or by any and all persons or entities,arising from, resulting from,or related to the negligent acts, errors or omissions of the.Consultant in its performance of this Agreement or a breach of this Agreement by Consultant, except for that portion of the claims caused by the City's sole negligence. Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115, (Validity of agreement to indemnify against liability for negligence relative to construction,alteration,improvement,etc.,of structure or improvement attached to real estate...) then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers,officials,and employees and volunteers,Consultant's liability shall be only to the extent of Consultant's negligence. It is further specifically and expressly understood that the indemnification provided in this Agreement constitute Consultant's waiver of immunity under the Industrial r.aA 4. rOv PAGE 4 OF 10 Insurance Act, RCW Title 51, solely for the purposes of this indemnification. The Parties have mutually negotiated and agreed to this waiver. The provisions of this section shall survive the expiration or termination of this Agreement. 11. Gifts and Conflicts: The City's Code of Ethics and Washington State law prohibit City employees from soliciting, accepting, or receiving any gift, gratuity or favor from any person, firm or corporation involved in a contract or transaction. To ensure compliance with the City's Code of Ethics and state law,the Consultant shall not give a gift of any kind to City employees or officials. Consultant also confirms that Consultant does not have a business interest or a close family relationship with any City officer or employee who was, is, or will be involved in selecting the Consultant, negotiating or administering this Agreement,or evaluating the Consultant's performance of the Work. 12. City of Renton Business License: The Consultant shall obtain a City of Renton Business License prior to performing any Work and maintain the business license in good standing throughout the term of this agreement with the City. Information regarding acquiring a city business license can be found at: http://www.rentonwa.gov/cros/One.aspx?porta lld=7922741&page)d=9824882 Information regarding State business licensing requirements can be found at: http://dor.wa.gov/doing-business/register-mv-business 13. Insurance: Consultant shall secure and maintain: A. Commercial general liability insurance in the minimum amounts of $1,000,000 for each occurrence/$2,000,000 aggregate for the Term of this Agreement. B. In the event that Work delivered pursuant to this Agreement either directly or indirectly involve or require Professional Services, Professional Liability, Errors and Omissions coverage shall be provided with minimum limits of $1,000,000 per occurrence. "Professional Services", for the purpose of this section, shall mean any Work provided by a licensed professional or Work that requires a professional standard of care. C. Workers' compensation coverage, as required by the Industrial Insurance laws of the State of Washington, shall also be secured. D. Commercial Automobile Liability for owned,leased,hired or non-owned,leased,hired or non-owned, with minimum limits of$1,000,000 per occurrence combined single • limit, if there will be any use of Consultant's vehicles on the City's Premises by or on behalf of the City, beyond normal commutes. • 9�. PAGE5 OF 10 E. Consultant shall name the City as an Additional Insured on its commercial general liability policy on a non-contributory primary basis.The City's insurance policies shall not be a source for payment of any Consultant liability, nor shall the maintenance of any insurance required by this Agreement be construed to limit the liability of Consultant to the coverage provided by such insurance or otherwise limit the City's recourse to any remedy available at law or in equity. F. Subject to the City's review and acceptance, a certificate of insurance showing the proper endorsements, shall be delivered to the City before performing the Work. G. Consultant shall provide the City with written notice of any policy cancellation,within two (2) business days of their receipt of such notice. 14. Delays: Consultant is not responsible for delays caused by factors beyond the Consultant's reasonable control. When such delays beyond the Consultant's reasonable control occur,the City agrees the Consultant is not responsible for damages,nor shall the Consultant be deemed to be in default of the Agreement. 15. Successors and Assigns: Neither the City nor the Consultant shall assign, transfer or encumber any rights, duties or interests accruing from this Agreement without the written consent of the other. 16. Notices:,Any notice required under this Agreement will be in writing, addressed to the appropriate party at the address which appears below(as modified in writing from time to time by such party),and given personally, by registered or certified mail,return receipt requested, by facsimile or by nationally recognized overnight courier service.Time period for notices shall be deemed to have commenced upon the date of receipt, EXCEPT facsimile delivery will be deemed to have commenced on the first business day following transmission. Email and telephone may be used for purposes of administering the Agreement, but should not be used to give any formal notice required by the Agreement. CITY OF RENTON CONSULTANT Kevin Evans, PE Russ Gaston 1055 South Grady Way 11241 Willows Rd NE,Suite 200 Renton, WA 98057 Redmond,WA 98052 Phone: (425)430-7264 Phone: (425) 250-5217 krevans@rentonwa.gov russ.gaston@otak.com Fax: (425)827-9577 17. Discrimination Prohibited: Except to the extent permitted by a bona fide occupational qualification,the Consultant agrees as follows: �)' 0. 4Sh1�" PAGE 6 OF 10 A. Consultant, and Consultant's agents, employees, representatives, and volunteers with regard to the Work performed or to be performed under this Agreement, shall not discriminate on the basis of race, color, sex, religion, nationality, creed, marital status, sexual orientation or preference, age (except minimum age and retirement provisions), honorably discharged veteran or military status, or the presence of any sensory, mental or physical handicap, unless based upon a bona fide occupational qualification in relationship to hiring and employment, in employment or application for employment, the administration of the delivery of Work or any other benefits under this Agreement, or procurement of materials or supplies. B. The Consultant will take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, national origin, sex, age, sexual orientation, physical, sensory or mental handicaps, or marital status. Such action shall include, but not be limited to the following employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training. C. If the Consultant fails to comply with any of this Agreement's non-discrimination provisions, the City shall have the right, at its option, to cancel the Agreement in whole or in part. D. The Consultant is responsible to be aware of and in compliance with all federal, state and local laws and regulations that may affect the satisfactory completion of the project, which includes but is not limited to fair labor laws, worker's compensation, and Title VI of the Federal Civil Rights Act of 1964,and will comply with City of Renton Council Resolution Number 4085. 18. Miscellaneous:The parties hereby acknowledge: A. The City is not responsible to train or provide training for Consultant. B. Consultant will not be reimbursed for job related expenses except to the extent specifically agreed within the attached exhibits. C. Consultant shall furnish all tools and/or materials necessary to perform the Work except to the extent specifically agreed within the attached exhibits. D. In the event special training, licensing, or certification is required for Consultant to provide Work he/she will acquire or maintain such at his/her own expense and, if Consultant employs,sub-contracts,or otherwise assigns the responsibility to perform the Work, said employee/sub-contractor/assignee will acquire and or maintain such training, licensing,or certification. • o.: PAGE 7 OF 10 E. This is a non-exclusive agreement and Consultant is free to provide his/her Work to other entities,so long as there is no interruption or interference with the provision of Work called for in this Agreement. F. Consultant is responsible for his/her own insurance, including, but not limited to health insurance. G. Consultant is responsible for his/her own Worker's Compensation coverage as well as that for any persons employed by the Consultant. 19. Other Provisions: A. Approval Authority. Each individual executing this Agreement on behalf of the City and Consultant represents and warrants that such individuals are duly authorized to execute and deliver this Agreement on behalf of the City or Consultant. B. General Administration and Management.The City's project manager is Kevin Evans. In providing Work, Consultant shall coordinate with the City's contract manager or his/her designee. C. Amendment and Modification. This Agreement may be amended only by an instrument in writing, duly executed by both Parties. D. Conflicts. In the event of any inconsistencies between Consultant proposals and this Agreement, the terms of this Agreement shall prevail. Any exhibits/attachments to this Agreement are incorporated by reference only to the extent of the purpose for which they are referenced within this Agreement. To the extent a Consultant prepared exhibit conflicts with the terms in the body of this Agreement or contains terms that are extraneous to the purpose for which it is referenced, the terms in the body of this Agreement shall prevail and the extraneous terms shall not be incorporated herein. E. Governing Law. This Agreement shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington and the City of Renton. Consultant and all of the Consultant's employees shall perform the Work in accordance with all applicable federal, state, county and city laws, codes and ordinances. F. Joint Drafting Effort.This Agreement shall be considered for all purposes as prepared by the joint efforts of the Parties and shall not be construed against one party or the other as a result of the preparation, substitution, submission or other event of negotiation, drafting or execution. .i �, PAGE 8 OF 10 G. Jurisdiction and Venue.Any lawsuit or legal action brought by any party to enforce or interpret this Agreement or any of its terms or covenants shall be brought in the King County Superior Court for the State of Washington at the Maleng Regional Justice Center in Kent, King County,Washington,or its replacement or successor. Consultant hereby expressly consents to the personal and exclusive jurisdiction and venue of such court even if Consultant is a foreign corporation not registered with the State of Washington. H. Severability. A court of competent jurisdiction's determination that any provision or part of this Agreement is illegal or unenforceable shall not cancel or invalidate the remainder of this Agreement,which shall remain in full force and effect. I. Sole and Entire Agreement. This Agreement contains the entire agreement of the Parties and any representations or understandings, whether oral or written, not incorporated are excluded. J. Time is of the Essence.Time is of the essence of this Agreement and each and all of its provisions in which performance is a factor. Adherence to completion dates set forth in the description of the Work is essential to the Consultant's performance of this Agreement. K. Third-Party Beneficiaries. Nothing in this Agreement is intended to, nor shall be construed to give any rights or benefits in the Agreement to anyone other than the Parties,and all duties and responsibilities undertaken pursuant to this Agreement will be for the sole and exclusive benefit of the Parties and no one else. L. Binding Effect.The Parties each bind themselves, their partners, successors, assigns, and legal representatives to the other party to this Agreement, and to the partners, successors, assigns, and legal representatives of such other party with respect to all covenants of the Agreement. M. Waivers.All waivers shall be in writing and signed by the waiving party. Either party's failure to enforce any provision of this Agreement shall not be a waiver and shall not prevent either the City or Consultant from enforcing that provision or any other provision of this Agreement in the future. Waiver of breach of any provision of this Agreement shall not be deemed to be a waiver of any prior or subsequent breach unless it is expressly waived in writing. N. Counterparts. The Parties may execute this Agreement in any number of counterparts,each of which shall constitute an original, and all of which will together constitute this one Agreement. PAGE 9 OF 10 IN WITNESS WHEREOF,the Parties have voluntarily entered into this Agreement as of the date last signed by the Parties below. CITY OF REN N CONSULTANT By: •� By: 4,�AAJid.XXX - Denis Law Russ Gaston Mayor Vice President i o/30/0 9120/19 Date Date Attes Ja n A.Seth = s C Clerk = ' '- SEAL ' a cab .17 Approved as to Legal Form °o,Pp „ N7 i,1++,, 0R47 t ,EDStQ\`\``` ir �. Shane Moloney Renton City Attorney Contract Template Updated 03/12/2019(9/19/19 clb 931 ,t V 0 PAGE 10 OF 10 EXHIBIT A Proposal for Professional Services City of Renton Monroe Avenue NE Storm System Improvements Phase I —Alternative Analysis Otak Project No. 3320IA September 18, 2019 Project Overview The City of Renton (City)selected the Otak Team (Otak) including Aspect to lead the design through construction engineering services for a preferred alternative permanent solution to replace the existing stormwater overflow from Monroe Avenue NE into a private property at 301 Monroe Avenue NE. This project will use a combination of stormwater infiltration facilities and other strategies (such as a flood overflow bypass or flow splitter)to prevent historic flooding along Monroe Avenue NE.Additionally,water quality treatment will be provided for runoff as applicable. The 211-acre subbasin addressed by this project, is located in the Renton Highlands area, and is approximately bound by Monroe Avenue NE, NE 2nd Street, Union Avenue NE and NE 9th Street. Currently, this subbasin drains to a 670-foot-long 36-inch perforated infiltration pipe along NE 2nd Street and a 200-foot-long 48-inch perforated infiltration pipe along the King County Access Road. The drainage system within this subbasin does not have a discharge point or an adequate connection to a downstream conveyance system. Due to this deficiency, on May 16, 1994, a large storm event caused the drainage system in Monroe Avenue NE, south of NE 4'h Street to overflow, causing flooding in the street and erosion at the northeast corner of the Upper Balch Pit, a large privately owned gravel pit located within the City of Renton on a single 14.4 acre parcel (KC tax parcel no. 1623059059) at 301 Monroe Avenue NE. In response, The City entered into an agreement with the owner of the Upper Balch Pit, La Pianta Limited Partnership (now Segale Properties LLC)to provide a temporary stormwater overflow easement through which two overflow pipes (18-inch and 24-inch)were constructed to discharge high flows that exceed the infiltration capacity of the existing system into the Upper Balch Pit, and prevent roadway and property flooding. However, in April 2019, Segale Properties LLC submitted a Land Use Application to the City seeking a Special Fill and Grade Permit to redevelop the site for multi-family residential or mixed use. The redevelopment of the site will cause the City to lose its temporary overflow easement and outfall, significantly increasing the risk of flooding in the subbasin and along Monroe Avenue NE.As demonstrated by historical events,the existing infiltration system does not provide adequate drainage and flood protection. Therefore, a new system must be designed and constructed prior to the expiration of the temporary overflow easement. The following scope of services is based on the project summary of services provided by the City on August 7, 2019 and the scoping kick-off meeting, on August 14, 2019, with the City to review how the City wanted to proceed with the project scope. In the project scoping meeting we agreed that Otak would scope the project in Phases,with Phase 1 being through Alternatives Analysis, so that we could develop a better scope and fee estimate for Phase 2 once the preferred solution alternative was defined. k:Iproject133200133201Icontract133201a monroe ave storm system improvements draft to city 091719.docx Monroe Avenue NE Storm System Improvements 1 Phase 1—Alternative Analysis Otak Exhibit A Proposal for Professional Services (continued) The project is scheduled to be in construction by the summer of 2021. To achieve this we assume that Otak will have a notice-to-proceed in October of 2019 for this Phase 1 —Alternatives Analysis Scope, and it will be completed in 6-months (March of 2020); Phase-2 Contract Negotiations 60% Design (including stakeholder engagement and permitting)for an Ecology Grant application by August 2020; Final Design and Bid Support will be completed by March of 2021; and Contractor Selection and Approval by the City will be awarded by June of 2021. Otak will prepare a detailed project schedule as part of Task 1 Project Management. This scope of services, as detailed within this document, is the first phase of the project. It will take the design through alternatives analysis, and will include data collection, analyses of existing conditions, initial stakeholder engagement, and an alternatives analysis of Solutions Elements that will be grouped into comprehensive alternatives for permanent solutions to the flooding issues. Key Project Criteria for Solution Elements In addition to project cost, constructability, and permittability, the City's following key objectives for consideration in the alternatives analysis include: 1. Providing Solutions Elements, in Task 6.1, to improve the storm sewer system conveyance within the project area. 2. Providing Solutions Elements, in Task 6.2,to reducing the risk of flooding along Monroe Avenue NE and adjacent private properties (e.g., Greenwood Memorial Cemetery, McDonald's, and Chevron). 3. Providing Solutions Elements, in Task 6.3,to provide water quality treatment for runoff that will be infiltrated into native soils that do not meet the City's groundwater protection criteria. Runoff that is infiltrated into soils that meet the City's groundwater protection criteria do not require water quality treatment. 4. Ensuring that any infiltration facilities proposed to provide flow control or water quality treatment do not negatively impact the underlying aquifer protection area(APA). Infiltration facilities proposed within Zone 2 of the City's APA may require a liner if native soils do not meet the City's groundwater protection criteria. 5. Increasing traffic safety and insuring public access to the King County Emergency Management Center, King County Department of Transportation, and the City of Renton Maintenance Shops during significant rainfall events. Note that this will be a qualitative consideration in the Alternatives Analysis (Task 6), but a detailed traffic plan may be included in Phase 2 of the project. 6. Ensuring the City's drainage system will function without relying on an agreement that allows overflows into private property.This project will reduce maintenance demand and provide a permanent solution to a problem that has relied on a temporary fix for the last 15 years. 7. Allow the development of a multi-family or mixed-use complex at 301 Monroe Avenue NE,which would provide housing that meets the current demand. Key Activities of the Project The specific key activities that the scope of work for the design contract of this project include: 1. Conduct a basin-wide geological characterization for potential infiltration and hillside slope critical areas (Task 3.2) of the project area in support of design efforts. Perform a review of available data and coordinate with utilities as needed. Survey information will be submitted with the final construction drawings. k:lproject1332001332011contract133201a monroe ave storm system improvements draft to city 091719.docx Monroe Avenue NE Storm System Improvements 2 Phase 1—Alternative Analysis Otak Exhibit A Proposal for Professional Services (continued) 2. Engagement of permitting agencies (Task 2)to initiate permitting (including SEPA)and identify permitting issues to incorporate into alternatives analysis and project designs. 3. Alternatives analysis of options(Solution Elements)that would provide an adequate drainage outlet or discharge point for stormwater runoff, see(Task 6.1 and 6.2)for Solution Elements that will be considered in this scope. 4. Alternatives analysis of Solution Elements for providing water quality treatment for stormwater runoff, see(Task 6.2 for Solution Elements that will be considered in this scope. 5. Hydrologic and Hydraulic modeling (Task 5)of the subbasin in order to estimate existing flows, assess the capacity of the existing infiltration system, and size the proposed improvements.This would require a hydrogeological basin characterization of the project area, in Task 3, to identify potential (conservative) infiltration rates at various points in the project basin(s). More detailed geotechnical investigations, ground water mounding analyses, and site specific infiltration testing, if needed,will be included in Phase 2 of the project. 6. A Phase 2 objective will be producing final design of preferred alternative, including developing 30%, 60%, 90%, and final construction drawings. 7. A Phase 2, or later, objective will be to provide construction management or engineering support for improvements in conjunction with or prior to construction of new development on 301 Monroe Avenue NE.The timing of this activity is dependent on funding, and when Segale Properties LLC terminates their agreement with the City. Scope of Work Task 1.0 ® Project Management 1.1. Project Administration Otak will prepare and update a project work plan that incorporates and presents the planned and actual project schedule, staffing plan, budget expenditures, and percent of tasks completed on a monthly basis. Otak will prepare and submit up to seven monthly project status reports with monthly invoices. The status reports will summarize tasks accomplished during the month,tasks projected for the next month, data needs necessary to maintain project schedule, any potential risks that could impact the project, and a schedule and budget status. The monthly invoices will also include a contract budget summary including the percent of work completed, hours billed, and percent of budget spent and remaining for each task. Backup detail of individual hours billed will also be provided. 1.2. Project Coordination 1.2.1. Coordination with City of Renton .. This task includes regular coordination between Otak and Renton's project staff, including: 1. Informal email and telephone discussions with the City, assumed to be approximately 1 hour per week between the City and Otak's Project Manager(PM), Project Coordinator(PC), and Deputy Project Manager/Project Engineer(PE). Technical discussions between the City and the project team will be charged to the task discussed. Informal discussions are assumed to k:lproject1332001332011contract133201a monroe ave storm system improvements draft to city 091719.docx Monroe Avenue NE Storm System Improvements 3 Phase 1—Alternative Analysis Otak, Exhibit A Proposal for Professional Services (continued) have periods of fewer communications during periods of low work activity, depending on tasks being worked on that week. 2. Up to 12 bi-Weekly informal 30-minute project status report phone calls. Otak will prepare a rolling forward agenda, summary meeting conclusions, and actions items to be completed by Otak and the City.This meeting will primarily include Otak's PM, PC, and PE. If other project staff are invited to attend these meeting, they will charge their time to the task that they are working on to attend the conference call.Also, note that at times when the project is not having much activity such as when the project is in review then these coordination meetings will be postponed. 3. A kickoff meeting will be held at the start of the project to introduce Otak and the project to the City's internal stakeholders. Otak will lead the discussion in project approach and specific key tasks, communication protocols that Otak will follow, and the project schedule. Up to eight(8) Otak team members are budgeted to attend this kick-off meeting including the PM, PC, PE, and Project Technical Leads (Senior Water Resources Engineer, Geotechnical; and Hydrologic/Hydraulic modeling). 1.2.2. Otak Team Coordination This task includes 12 1-hour bi-weekly Otak internal project coordination meetings; only Otak's PM, PE, PC will charge to this task. Team members that are currently working on a task, or about to start working on a task will attend these meetings, and these team members will charge their time for the coordination meetings to the task they are working on. Assumptions: ■ This Phase 1 of the project will be completed within 6-months of the Notice to Proceed (NTP). Task 2.0 Ste keholders and Public Eng•;gemroent and Outreach This project will engage multiple stakeholders, depending on the results of the alternatives analysis, so most of the stakeholder engagement will be in the scope and fee estimate for Phase 2 of the project. In this scope, Phase 1, stakeholder engagement will be limited to the initial contact of stakeholders to see how receptive or resistant they are to the project and their interest in engaging in the project. This feedback could help in evaluating and prioritizing Solution Elements to move forward into design. In this task, Otak will support the City in preparing for and initiating contact with the key project • stakeholders listed below. Otak will prepare graphics of the basin characterization and relevant Solution Elements, included in Task 7, that will help facilitate discussions with each stakeholder, and present or assist the City's PM in presenting the project process, planned schedule, and a summary of the Solution Element assessment including cost, permitting challenges, and flood reduction capacity of the Solution Elements. Otak will prepare meeting agendas, if needed, and meeting notes. In this Task, Otak will prepare for one meeting with the following Stakeholder: 2.1. Segale Properties, LLC The owner of the Upper Balch Pit site, will be engaged because the existing overflow pipes located on this site will be removed regardless of what additional facilities are constructed. One potential design alternative that will be considered involves constructing a joint infiltration facility on the Upper Balch Pit site that would meet both the needs of the City and Segale Properties, LLC. Because k:Iproject133200133201Icontract133201a monroe ave storm system improvements draft to city 091719.docx Monroe Avenue NE Storm System Improvements 4 Phase 1—Alternative Analysis Otak Exhibit A Proposal for Professional Services (continued) Segale Properties, LLC is attempting to redevelop the property for multi-family residential or mixed use,the City may be able to negotiate a collaborative solution and time the construction of the drainage improvements with the redevelopment of the site. For this design alternative to be realized, effective communication will be required between the City and Segale Properties, LLC. Assumptions: The general public will also be engaged during the environmental review(SEPA)though notifications in the public comment period. Task 3.0 ® Collect and Compile Desktop Data In this task, as defined in Tasks 3.1, Otak will collect data to characterize the existing storm sewer system within the project area and any adjacent basins that may be included in the development of Solution Elements, in Task 6. The existing storm sewer system of interest in the project area is just east of the Upper Balch Pit, extending south along Monroe Avenue NE from the street's intersection with NE 4th Street is roughly 1,380 feet of 36-inch non-perforated corrugated metal storm pipe. Extending east from the intersection with Monroe Avenue NE along NE 2nd Street is roughly 670 feet of 36-inch perforated corrugated metal storm pipe designed to act as an infiltration system. Extending south from the intersection with NE 2nd Street along the King County Access Road west of the Renton Public Works Shops is a roughly 200-foot section of 48-inch perforated corrugated metal storm pipe,followed by roughly 315 feet of 48-inch non- perforated CPEP storm pipe. The storm network in the vicinity of the Upper Balch Pit provides conveyance, infiltration, and storage for runoff accumulated during large storm events. Once the storage capacity and infiltration flowrate of the storm system are exceeded,the stormwater overflows into the Upper Balch Pit. 3.1. Level 1 Desktop Basin, Project Area, and Receiving Water Data Review In this task, Otak will collect available desktop information per Level 1 of Table 1 for the City's basins that contributes to this project, within the project area and downstream to the Cedar River.The data collected shall include but is not limited to topography, soils, geology, vegetation, land use, ownership, utilities including an inventory of all drainage infrastructure, and drainage problems. Otak will identify gaps on data needs established for the project and summarize useful information about .problems and solutions to be carried forward in development of recommendations. Collection will include both information pertinent to receiving water health and to storm sewer system capacity and use. For storm sewer, we will focus on synthesizing the City's own data about its storm system from sources such as GIS, asset management inventory, operations call-outs, maintenance tickets, drainage complaints, and staff interviews. Information will be used to understand existing condition characteristics and assess potential Solution. Elements, such as infiltration. As part of this task, Otak will provide a Level 2 Field Investigation (Field Truthing of data'collected), per Table 1, of the desktop data collected in this task. Otak will identify data gaps needed to model the basin and Solution Elements,to support the modeling under Task 4.At a minimum,the existing conditions data will include: k:Iproject1332001332011contract133201a monroe ave stone system improvements draft to city 091719.docx Monroe Avenue NE Storm System Improvements 5 Phase 1—Alternative Analysis Otak Exhibit A Proposal for Professional Services (continued) • Project area data(topography, soils and geology, vegetation, cover characteristics and land use, land ownership, utilities, environmental resources, and monitoring information) • Hydrologic setting (watershed, drainage areas, and sub-drainage areas, peak flows,flow- durations and volumes, groundwater hydrology; • Hydraulic conditions (drainage problems, and storm sewer system trunkline capacity); and • Water quality conditions (priority pollutants, sediment sources, other pollutant sources, and a description of local pollutant transport process). • Hydrogeologic conditions within the project's basin(s)to assess potential infiltration facility locations and conservatively reported rates for soil types, and critical slope stability areas. Aspect will complete a desktop-level GIS-based geological survey of the 211-acre sub-basin.Aspect will create maps of surface conditions including: ground surface topography, aerial photography, surficial geology, slopes,wetlands, critical areas, existing facilities, etc. Existing geotechnical reports and studies within the area of study will be included in the review to provide measured data where available.The Aspect engineering geologist will evaluate the combination of this GIS data and existing reported soils data to develop a shallow infiltration feasibility map that identifies areas expected to have high, medium, and low capacity for shallow infiltration.A brief technical memorandum, presenting the results of desktop study, methodology, and data sources,will be provided. This deliverable will be utilized by the Otak team as an input to further investigate particular areas or sites within the sub-basin as preferential infiltration areas. 3.2. Level 1 Basin Modeling and Assessments from Desktop Data Collected In this task, Otak will perform Level 1 technical analyses for basin characterization for each discipline listed on Table 2, based on the data collected in Task 3.1. The objective of this task is to 1.)develop a planning level characterization of the existing conditions within the project area and upstream and downstream within the project basin and other basins that will be considered in Task 5.1 through the development of Solution Elements, and 2.) identify data gaps that will require additional field data collection to support the development of Solution Elements in Task 4. 3.3. QA/QC and Submittal Intake Meeting for Level 1 Project Area Review Memo In this task Otak's PM will provide a quality assurance review of documents to be submitted, and Otak will present the additional field data collected or surveyed by Otak and will present the desktop results of the Existing Conditions Analyses and Investigations including geotechnical investigation, hydrologic and hydraulic analyses, and mapped drainage complaints. The City and Otak will review and discuss the findings and conclusion of the investigations and determine if the results adequately represent what City staff have observed or understand to be the existing conditions. As part of this task, Otak will respond in writing to City comments on the Desktop Data Collection and Analysis reviewed in this meeting. Otak will also discuss and recommend, for the City's Approval, areas to be investigated or surveyed in the field as part of Task 4. Assumptions: • • Hydrogeologic conditions will be characterized for the basin(s) based on published soil and depth to groundwater characteristics. • No surveying is included in this task.Any survey would be included in Phase 2 of the project. k:lproject1332001332011contract133201a monroe ave storm system improvements draft to city 091719.docx Monroe Avenue NE Storm System Improvements 6 Phase 1-Alternative Analysis Otak Exhibit A Proposal for Professional Services (continued) Deliverables: Preferential Infiltration Location Memorandum Level 1 Project Area Review Memorandum Table 1: Levels of Field Conditions Inventory zrh. +H drdo Hdraultcs " f Vat r Quality Geotechrreak,, Level 1 Desktop(GIS and Desktop(GIS and Desktop(GIS and Desktop(GIS and Qualitative Desktop Basin studies by other) studies by other) studies by other) maps, previous Characterization review and review and review and geotechnical analysis. No analysis of. No analysis of. No investigations data) modeling in this modeling in this modeling in this review only, of, no task, no field task, no field task, no field field observations or observations or observations or observations or verification verification verification verification Level 2 Half day of field Half day of field Half day of field Up to 5 borings at Basin Level Field Truthing general general general specific sites to of Desktop Data Collected observations per observations per observations per evaluate feasible for Basin Level Planning basin from public basin from public basin from public infiltration sites and Analyses ROW ROW ROW through out the basin. Level 3 Half day per Half day per Half day per two (Not included in Reach or Site Level Field contributing sub- selected 500 ft of pollutant source this Phase of the Measurements for basin project to reach to field locations or to Project) Solution Elements and field investigate investigate field investigate Basin Solution and verify basin including tape proposed projects Infiltration Test Pit at Alternatives boundaries from measurements of including locations site being GIS data and stream channels or of drainage considered for identify surface drainage structures infiltration facilities water storage infrastructure areas(ponds, dimensions wetlands,etc.) Level 4 Level 2 or 3 plus Level 2 or 3 plus Level 2 or 3 plus Level 2 or 3 plus additional half day an additional half an additional half Infiltrating Not included in Phase 1 per significant day per project for day per project for monitoring and of project—to be water storage Otak and a collection of mounding analysis included in Phase 2 features incl.field stakeholder to stormwater used for the measurements of collect drainage samples. selected infiltration Site Design Level Field water storage structure and/or facilities going to Measurements for not feature stream cross- design. overly complex or dimensions(W x section data for comprehensive Project L x D) issue areas Elements. Note: a QAPP may be required for this level k:Iproject1332001332011contract133201a monroe ave storm system improvements draft to city 091719.docx Monroe Avenue NE Storm System Improvements 7 Phase 1—Alternative Analysis Otak Exhibit A Proposal for Professional Services (continued) Table 2: Levels of Technical Analysis Ir } r +ti t t`-Geotehnrcl H dro ydraullcs �WaterQuaty4 Level 1 Uncalibrated Qualitative Qualitative Qualitative Qualitative Basin and unrouted assessment assessment assessment and Characterization HSPF model based on Table 1 based on Table mapping, in GIS, —Levels 1 or 2 1 —Levels 1 or of potentially hydrologic and 2 water quality feasible infiltration hydraulic field inventory sites based on inventory data. data Table 1 —Levels 1 No hydraulic field conditions modeling inventory of included. watershed being considered. Level 2 Uncalibrated SWMM, HY-8, or Level 1, plus GIS mapping in of Quantitative Basin Level HSPF model, backwater simple potentially feasible Planning Analyses stream system spreadsheet to spreadsheet infiltration sites routing using characterize pollutant loading based on Table 1 simple hydraulic water calculations, —Levels 2 on • calculations impoundments in based on land sites being (spreadsheet or basin use considered for model) Solution Elements Level 3 Uncalibrated SWMM/HEC- Level 1, plus (Not included in Reach/Site Level HSPF model, RAS modeling HSPF modeling this Phase of the Analyses for Solution stream system for stream applied to Project) Elements and Basin routing using routing (HSPF specific Solution Alternatives simple hydraulic FTABLEs)and BMPs/projects Estimated calculations project Infiltration Rates, (spreadsheet or development based on Level 3 model) field conditions inventory Level 4 Uncalibrated SWMM/HEC- Level 3, plus Calculated HSPF model RAS modeling basin-level Infiltration Rates Site Design Level with storm for tributary water quality for Selected Analysis for not overly conveyance conveyance modeling Solution complex or system and system and (HSPF; Elements, based comprehensive Solution stream system stream routing SUSTAIN) on Level 4 field Elements routing (HSPF conditions FTABLEs), and inventory. Not included in Phase project 1 of project—to be development included in Phase 2. Complex solutions requiring calibrated models are Level 5 modeling, if needed. k:lproject1332001332011contractl33201a monme ave storm system improvements draft to city 091719.docx Monroe Avenue NE Storm System Improvements 8 Phase 1—Alternative Analysis Otak Exhibit A Proposal for Professional Services (continued) Task 4.0 ® Field Work 4.1. Level 2 Basin Scale Field Investigation (Field Truthing Data) Otak will perform Level 2 field conditions inventory, per Table 1, field truthing and analyses simultaneously with Tasks 3 and 5, that supplements the desktop data collection in Task 3. Fieldwork helps us confirm results derived from desktop data and to develop practical solutions to storm sewer system problems. Following the preliminary identification of storm sewer system improvement opportunities using GIS and available datasets, Otak will ground-truth in the field to a Level 2 of data collection per Table 1 above, and map the existing conditions of the basin(s) and project area to evaluate site constraints, challenges, opportunities, and the anticipated ecological benefits with the goal of developing storm sewer system Solution Elements. Hydrogeologic, hydrologic, hydraulic, and water quality conditions will be characterized to confirm the opportunities for improvements to the storm sewer system predicted during the initial desktop review in Task 3. Following the preliminary identification of system capacity limitations and locations that lack water quality treatment and/or flow control, Otak will confirm and investigate flooding, potential water quality retrofits, and potential flow control retrofits or new facilities. As part of the Task 4.1 Level 2 Field Investigation, Aspect Consulting will plan and execute a targeted geotechnical field exploration program consisting of up to five(5) machine-drilled borings and piezometer installations, and sites identified by the Otak team for ground-truthing. Soil samples retrieved from the exploratory borings will be returned to the Aspect geotechnical laboratory for further examination and testing for gradation, organic content, and cation exchange capacity(CEC) as appropriate.The borings will be drilled to depths of 30 feet below the ground surface, or a restrictive layer(such as glacial till),whichever comes first. In the borings where groundwater is observed or suspected to exist seasonally, a standpipe piezometer will be installed so that groundwater levels may be monitored.Aspect will prepare a technical memorandum presenting the results of the field explorations and laboratory testing, and providing conclusions and preliminary recommended long term infiltration rates for the sites investigated. These recommendations will be suitable for preliminary design purposes. During a future, detailed design phase,facility-specific field- testing—including pilot infiltration testing and groundwater mounding analyses—will be required.The scope of these future services will be developed after this work is completed and when location- specific details and constraints have been defined. 4.2. Level 3 Field Investigations and Data Collection for Solutions Elements Otak will perform Level 3 targeted field conditions inventory, per Table 1,for Solution Elements, if needed and identified in Task 6.1. This task of the Project, as suggested in Ecology's Stormwater Management Action Plan guidelines (SMAP),will be adaptively managed. Our adaptive management approach for this task is to establish a task budget allowance for a Level 3 Field investigation for up to five(5) Solution Element project sites that require more detailed field investigation beyond that completed in Task 4.1.We anticipate that the remaining Solution Element projects will not require additional field investigation. The Level of Effort(LOE) estimate represents a typical mix of staff but will depend on the project needing additional field investigations; the LOE includes extra field investigations for up to five(5)stormwater improvements,three(3) of which include water quality analysis. k:Iproject1332001332011contract133201a monroe ave storm system improvements draft to city 091719.docx Monroe Avenue NE Storm System Improvements 9 Phase 1—Alternative Analysis Otak Exhibit A Proposal for Professional Services' (continued) The LOE estimate will show a typical mix of staffing assignment, but the actual assignment between our scientist and engineering, etc.,will likely change based on the Solution Elements selected for expanded detailed field investigations and analyses. Assumptions: • Any supplemental surveying will be included in Phase 2. • The alternatives analysis modeling and site maps will primarily be based on available GIS data. • However, under the direction and approval of the City, Otak will then develop detailed scopes and levels of effort to provide more detailed field conditions inventory, based on Table 1, for priority areas identified in Task 4.1. • Creating or updating a geodatabase with any new issues or potential solutions identified through field investigation is not included in this phase of the project. Task 5.0 Modeling Otak will provide Hydrologic and Hydraulic modeling, and of the subbasin in order to estimate existing flows, assess the capacity of the existing infiltration system, and size the proposed improvements. This will be coordinated with the hydrogeologic investigations, in Task 4.1,to define design infiltration rates at various points in the subbasin.We propose to use the WWHM-SWMM software package for hydrologic and hydraulic modeling in this task, it incorporates Ecology's HSPF and SWMM modeling software into one software package, allowing for more efficient and accurate modeling.This software package can import from and export to any of the Ecology based HSPF and SWMM models. 5.1. Level 2 Basin Scale Existing Conditions Models Otak will update the Level 1 basin-scale modeling, completed in Task 3.2, to a Level 2 analysis, simultaneous with Tasks 4.2 and 6.4. In this task Otak will perform cost-effective and timely basin- scale hydrologic and hydraulic analyses of the project basin and the adjacent basin(s)that may have sites considered for Solution Element in Task 6. Basin-scale models will help us to hone-in on problem areas with potential flooding issues or water quality hotspots. A WWHM-SWMM model will be developed for each basin and for each of the following two scenarios: 1. Predeveloped conditions, this step is important where regional facilities are considered for Solution Elements. 2. Existing conditions,this step is important to confirm that the model is accurately simulating conditions reported by the City. 5.2. Level 3 Reach/Site Level Models for Select Solution Elements Otak will perform Level 3 reach-scale expanded/models to analyze up to 10 Solution Elements in more detail. Otak will use this modeling to analyze the effectiveness of each solution element to reduce the storm sewer flows exiting from the Solution Elements included in Task 6.1, 6.2, and 6.3. 5.3. Updated Level 2 Basin Scale Modeling for Combined Solution Elements into Basin Solution Alternatives. Otak will update the Level 1 basin-scale models, prepared in Task 5.1, and the up to five(5) Level 2- reach level Solution Elements models, prepared in Task 5.2, to model up to 3 Basin Solution kiproject1332001332011contract133201a monroe ave storm system improvements draft to city 091719.docx Monroe Avenue NE Storm System Improvements 10 Phase 1—Alternative Analysis Otak Exhibit A Proposal for Professional Services (continued) Alternatives. Otak will use the modeling in this task to analyze the effectiveness of the Basin Solution Alternatives, defined in Task 6.4,to reduce the storm sewer flow exiting from the flood prone areas of the projects, and achieve the City's objectives for water quality treatment as defined in Task 6.3 5.4. QA/QC and Submittal Intake Meeting for Field Work and Modeling In this task Otak's PM will provide a quality assurance review of documents to be submitted, and Otak will present the additional field data collected or surveyed by Otak and will present the preliminary results of the Existing Conditions Analyses and Investigations including geotechnical investigation, hydrologic and hydraulic analyses, and mapped drainage complaints. The City and Otak will review and discuss the findings and conclusion of the investigations and determine if the results adequately represents what City staff have observed or understands to be the existing conditions. As part of this task, Otak will respond in writing to City comments on the existing conditions reviewed in this meeting. Otak will also discuss and recommend, for the City's Approval, Solution Elements to be evaluated as part of the project's Alternatives Analysis (Task 6). Assumptions: • We assume that creating or updating a geodatabase with any new issues or potential solutions identified through modeling will be required or included in our scope and LOE. • The expanded modeling effort in Task 5.2 and 5.3 will only include up to five Solution Elements that address neighborhood flooding issues.We anticipate that the remaining Solution Elements will not require additional modeling beyond Task 5.1. • Climate change effects on hydrology are not included in this analysis, Solution Elements are based on existing hydrology. If desired by the City, climate change effects may be included in Phase 2 of the project for the Selected Basin Solution Alternative. Deliverables: Field Work and Modeling Memorandum Task 6.0 — Alternatives An slysis Otak will develop concept plans (10%design) in GIS, based on topographic data from existing LiDAR, and planning level implementation cost estimates to assess the technical and cost feasibility of the new Solution Elements. 6.1. Stormwater Conveyance Solution Elements Otak will develop up to four(4)Solution Elements to improving stormwater conveyance in the highly urbanized 211-acre subbasin, in the Renton Highlands area. The goal of these improvements is to eliminate the need for the temporary overflow onto 301 Monroe Avenue NE. The improved system will convey the 25-year peak flow rate and reduce the probability of roadway overtopping during the 100-year event,thus reducing the risk of flooding along Monroe Avenue NE and adjacent private properties (e.g., Greenwood Memorial Cemetery, McDonald's, and Chevron). 6.2. Flow Control Solution Elements k:Iproject1332001332011contract133201a monroe ave storm system improvements draft to city 091719.docx Monroe Avenue NE Storm System Improvements 11 Phase 1-Alternative Analysis Otak Exhibit A Proposal for Professional Services (continued) Otak will develop up to four(4)Solution.Elements to provide flow control in the highly urbanized 211- acre subbasin, in the Renton Highlands area. Solution Elements preliminarily identified by the City to be evaluated include: 1. A joint public and private infiltration facility at the Upper Balch Pit site, 2. A new infiltration facility in a lot owned by the City of Renton along the King County Access Road, 3. A new discharge point at a gully downstream of the Renton Transfer Station, 4. An enhanced infiltration system within the NE 2nd Street right-of-way, 5. A flow splitter at the intersection of Monroe Avenue NE and NE 4th Street to isolate a fraction of the total system flows. 6.3. Water Quality Solution Elements Otak will develop up to four(4)Solution Elements to provide water quality treatment where feasible for runoff that must be infiltrated into native soils that do not meet the City's groundwater protection criteria. Much of this 211-acre subbasin consists of pollution-generating roadway runoff that otherwise would not receive water quality treatment. • The following Solution Elements may be considered: 1. Green stormwater infrastructure including 1.) bioretention, 2.) compost-amended vegetated filter strip(CAVFS), 3.) compost-amended biofiltration swale, or 4.) bioswale. 2. Conventional water quality treatment facilities will be considered depending upon feasibility and cost of the different water quality treatment facilities. 6.4. QA/QC and Submittal Intake Meeting for Solution Elements In this task Otak's PM will provide a quality assurance review of documents to be submitted, and Otak will present the preliminary analysis of Solution Elements identified in the Field Work and Modeling Memo Intake Meeting.The City and Otak will review and discuss the planning level cost of the Solution Elements and how effect they are in achieving the City's Project Objective listed near the beginning of this document. As part of this task, Otak will respond in writing to City comments on the Solution Elements reviewed in this meeting. Otak will also discuss and recommend, for the City's Approval, potential groupings of Solution Elements to be evaluated as Comprehensive Alternative Solutions that would achieve the City's Objectives for this project, listed near the beginning of this scope of services. 6.5. Alternatives Analysis of Combined Solution Elements Otak will combine and integrate the Solution Elements, in the tasks above, into up to three(3) Basin Solution Alternatives selected to meet the City's objectives for conveyance improvements,water quality treatment, and flow control. Otak will prepare an alternatives analysis matrix to compare criteria used.to evaluate the effectiveness each alternative and to select a preferred alternative that will advance into design in Phase 2 of the project. 6.6. QA/QC for Basin Solution Alternatives k:Iproject1332001332011contract133201a monroe ave stomt system improvements draft to city 091719.docx Monroe Avenue NE Storm System Improvements. 12 Phase 1—Alternative Analysis Otak Exhibit A Proposal for Professional Services (continued) In this task Otak's PM will provide a quality assurance review of documents to be submitted, and Otak will present the comprehensive Basin Solution Alternatives Analysis in a Combined Basin Solution Alternatives Memo for City review. Within the submittal, Otak will discuss and recommend,for the City's Approval, potential groupings of Solution Elements to be evaluated as Comprehensive Alternative Solutions that would achieve the City's Objectives for this project, listed near the beginning of this scope of services. Otak will also discuss and recommend,for the City's Approval,the preferred Solution Alternative that will proceed to Preliminary Design (as part of Phase 2 of the project). As part of this task, Otak will respond in writing to City comments on the Combined Basin Solution Alternatives Memo. Assumptions: ■ Climate change and development in the basins will not cause the stormwater conveyance improvements to become undersized over the life span of the improvements, since the tributary drainage basin lies within the City's Flow Control Duration Standard Matching Predevelopment Forested Site Conditions Area. Deliverables: Solution Elements Memorandum Combined Basin Solution Elements Alternative Analysis Task 7.0 ® Alternatives Analysis Report 7.1. Draft Alternatives Analysis Report Otak will produce a draft Alternatives Analysis report that will present the objectives of the project, data collected as a basis for this analysis,the existing conditions of the project area, the concepts of the Solution Elements evaluated,the technical analysis of the basin and Solution Elements, integrated Basin Solution Alternatives, and a summary of the preferred alternative selected by the City, with any desired modifications,for preliminary design for which Otak will prepare a separate scope and LOE as part of Phase 2 of the project. Otak will present the Selected Solution Alternative, as the final chapter in the Alternatives Analysis Report, and submit it to the City without an Intake Review Meeting.While preparing the Draft Alternatives Analysis Report, Otak will,also prepare the Project Phase 2 scope and fee estimate, to maintain the project schedule and momentum. 7.2. QA/QC and Submittal Intake Meeting for Draft Alternatives Analysis Report In this task Otak's PM will provide a quality assurance review of documents to be submitted, and Otak will present the Draft Alternatives Analysis Report in a submittal intake review meeting. The City and Otak will review and discuss the structure and contents of the report. k:lproject1332001332011contract133201a monroe ave storm system improvements draft to city 091719.docx Monroe Avenue NE Storm System Improvements 13 Phase 1—Alternative Analysis Otak Exhibit A Proposal for Professional Services (continued) As part of this task, Otak will respond in writing to City comments on the Draft Alternatives Analysis Report reviewed in this meeting. Otak will also discuss and recommend,for the City's Approval, the preferred Solution Alternative that will proceed to Preliminary Design (as part of Phase 2 of the project). 7.3. Final Alternatives Analysis Report In this task Otak will prepare the Final Alternatives Analysis Report that addresses the City's comments on the Draft Report submitted. No intake meeting is planned for the final report, as it will only be addressing the City's comments on the draft Deliverables: Draft and Final Alternatives Analysis Report • k:lproject1332001332011contract133201 a monroe ave storm system improvements draft to city 091719.docx Monroe Avenue NE Storm System Improvements 14 Phase 1—Alternative Analysis Otak • Monroe Avenue NE Storm System Improvements Phase 1 -Alternative Analysis Exhibit 8:Level of Effort/Fee Estimate Otak.Inc. Otak Project#33201A PIC/Sr.PM Civil Engineer Civil Engineer Engineering Water Resource Graphics Project Total Aspect Task Task Description Civil VII fV Designer IV Analyst Special.t Coordinator Hours Otak Task Budget Budget Total cask Budget Total Task Cost • 1 Project Management $8,276,00 $8,276.00 $ 19,406 1.1 ProjectAdministration 12 12 20 44 $6,048.00 $6,048.00 1.2 Project Coordination I 1.Coordination with City of Renton I 1. Up to 12 bi-Weekly informal30-minute project status report phone cells 6 6 12 $1,944.00 $1.944.00 ' 2. Akicka,meeting 4 4 8 $1,296.00 $1,296.00 2.0tak Team Coordination(12) . 6 6 12 $1,842.00 $1,842.00 I I 2 Stakeholders and Public Engagement and Outreach , $ 2,012 I 2.1 Segale Properties,LLC 4 8 2 14 $2,012.00 $2,012.00 3 Collect and Compile Desktop Data $ 31,100 3.1 Level 1 Desktop Basin,Project Area,and Receiving Water Data Review 8 16 2 26 $2,896.00 $20,258.00 $23,154.00 3.2 Level 1 Basin Modeling and Assessments from Desktop Data Collected 8 24 12 44 $5,404.00 $5,404.00 3.3 QA/QC and Submittal Intake Meeting for Level 1 Project Area Review Memo 4 8 2 4 18 $2,542.00 $2,542.00 I 4 Fleld Work $ 39,058 4.1 Level 2 Basin Scale Field Investigation(Field Truthing Data) 16 16 32 $4,400.00 $30,258.00 $34,658.00 4.2 Level 3 Field Investigations and Data Collection for Solutions Elements 16 16 32 $4,400.00 $4,400.00 5 Modeling $ 28,014 ' 5.1 Level 2 Basin Scale Existing Conditions Models 2 8 40 4 54 $6,226.00 $6,226.00 5.2 Level 3 Reach/Site Level Models for Select Solution Elements 2 8 40 4 54 $6,226.00 $6,226.00 5.3 Updated Level 2 Basin Scale Modeling for Combined Solution Elements into Basin Solution Alternatives. 2 8 20 4 34 $4,126.00 $4,126.00 I 5.4 QNQC and Submittal Intake Meeting for Field Work and Modeling Memo 8 B 12 40 8 76 $11,436.00 $11,436.00 6 Alternatives Analysis $ 29,598 6.1 Starmwater Conveyance Solution Elements(4) 4 4 12 32 52 $6,256.00 $6,256.00 6.2 Flow Control Solution Elements(4) 4 4 12 32 52 $6,256.00 $6,256.00 6.3 Water Quality Solution Elements(4) 4 4 12 32 52 $6,256.00 $6,256.00 6.4 QA/QC and Submittal Intake Meeting for Solution Elements I 6.5 Alternatives analysis of Combined Solution Elements(3) 4 4 24 48 80 $9,436.00 $9,436.00 6.6 QA/QC for Basin Solution Alternatives . 2 2 . 2 4 10 $1,394.00 $1,394.00 7 Alternatives Analysis Report $ 24,888 7.1 Draft Alternatives Analysis Report 8 12 16 32 16 16 4 104 $13,456.00 $13,456.00 7.2 QNOC and Submittal Intake Meeting for DraftAltematives Analysis Report 16 4 12 4 36 $5,716.00 $5,716.00 7.3 Final Alternatives Analysis Report 16 4 12 4 36 $5,716.00 $5,716.00 8 Management Reserve $10,000.00 $10,000.00 $ 10,000 Total Hours 92 72 212 316 84 16 54 846 • Billing Rate $199.00 $150.00 $125.00 $105.00 $157.00 $110.00 $108.00 Total Labor Cost $18,308.00 $10,600.00 S26,500.00 $33,180.00 $13,188.00 $1,760.00 $5,832.00 $125,280.00 $58,790.00 $184,080.00 Direct Expenses $5,522.40 Subconsultent Administration S1,763.70 Project Total $127,043.70 $58,790.00 $189,60240 - 'LOE numbers shown are for estimating purposes only.Actual Otak or Aspect stag personnel may vary based on staff avellablllry,classification,and category changes throughout the project duration.Otak invoices will reflect actual staff rate per labor classifications provided as part of this exhibit. • Page 1 of 1 K:\Project\33200\33201\Contract\33201A Phase 1 Monroe Ave Storm System Improvements Draft to City 091719,xisx-Tab:Otak WBS 9/18/2019 Otak Billing Rate Schedule Labor Classification Billing Rate Sr. PIC/Sr. PM Civil $235.00 PIC/Sr. PM Civil $199.00 Civil EngineerX $195.00 Civil Engineer IX $185.00 Civil Engineer VIII $165.00 Civil Engineer VII $150.00 Civil Engineer VI $140.00 Civil Engineer V $135.00 Civil Engineer IV $125.00 Civil Engineer III $105.00 Civil Engineer II $95.00 Civil Engineer I $85.00 Engineering Designer V $115.00 Engineering Designer IV $105.00 Engineering Designer III $95.00 Engineering Designer II $80.00 Engineering Designer I $60.00 Engineering Tech VII $140.00 Engineering Tech VI $125.00 Engineering Tech V $120.00 • Engineering Tech IV $95.00 Engineering Tech III $80.00 Engineering Tech II $70.00 Engineering Tech I $60.00 PIC/Sr. CM $210.00. Construction Manager VI $180.00 Construction Manager V $165.00 Construction Manager IV $155.00 Construction Manager III $145.00 Construction Manager II $130.00 Construction Manager I $115.00 Field Representative VII $155.00 Field Representative VI $140.00 Field Representative V $130.00 Field Representative IV $105.00 Field Representative III $95.00 Field Representative II $85.00 Field Representative I $80.00 CM Documentation Specialist III $115.00 CM Documentation Specialist II $100.00 CM Documentation Specialist I $90.00 • Sr. PIC/Sr. PM LA/Mst PIn $225.00 PIC/Sr. PM LA/Master Plan $205.00 Landscape Architect VI $155.00 Landscape Architect V $140.00 Landscape Architect IV $115.00 Landscape Architect III $110.00 Landscape Architect II $100.00 Landscape Architect I $90.00 Landscape Technician III $90.00 Otak Labor Classification Billing Rate Landscape Technician II $80.00 Landscape Technician I $70.00 PIC/Sr. PM Urban Design $185.00 Urban Designer V $170.00 Urban Designer IV $155.00 Urban Designer III $135.00 Urban Designer II $115.00 Urban Designer I $100.00 PIC/Sr. PM Planner $235.00 Sr. PM-Planner II $170.00 Sr. PM-Planner I $160.00 Planner III $125.00 Planner II $120.00 Planner I $95.00 Planner Associate IV $125.00 Planner Associate III $95.00 Planner Associate II $75.00 Planner Associate I $55.00 Sr. GIS Specialist Planner $100.00 GIS Specialist-Planner $90.00 Planning/GIS Intern $70.00 PIC/Scientist $210.00 Scientist VI $195.00 Scientist V $155.00 Scientist IV $130.00 Scientist III $110.00 Scientist II $80.00 Scientist I $60.00 Water Resource Analyst $157.00 Environmental Specialist $95.00 PIC/PLS Sr. Manager $215.00 Professional Land Surveyor IV $185.00 Professional Land Surveyor III $145.00 Professional Land Surveyor II $125.00 Professional Land Surveyor I $120.00 Survey Crew Chief III $115.00 Survey Crew Chief II $95.00 Survey Crew Chief I $85.00 Survey Office Technician III $100.00 Survey Office Technician II $90.00 Survey Office Technician I $80.00 Survey Field Technician III $75.00 Survey Field Technician II $70.00 Survey Field Technician I $60.00 Special Services Consultant $220.00 Contract Administrator $120.00 Project Coordinator $120.00 Project Admin.Asst $85.00 Graphics Specialist $110.00 City of Renton Monroe Avenue NE Storm System Improvmenet Phase 1 - Alternative Analysis EXHIBIT C: PROPOSED MILESTONE SCHEDULE Last Updated 09/18/19 Proposed Target Duration Milestone Start Date Completion (days) Date Project Start Date 10/15/2019 1 Kickoff Meeting 10/15/2019 10/15/2019 1 2.0 Stakeholder Outreach 11/1/2019 2/7/2020 98 13.2 Preferential Infiltration Location Memo 10/15/2019 10/25/2019 10 'City of Renton Preferential Infiltration Location Memo Review 10/25/2019 11/1/2019 7 3.3 Level 1 Project Area Review Memo 11/1/2019 11/15/2019 14 Level 1 Project Area Review Memo Intake Meeting 11/15/2019 11/15/2109 1 City of Renton Level 1 Project Area Review Memo Review 11/15/2019 11/29/2019 14 4.0 Field Work 10/21/2019 1/24/2020 95 4.1 Geotechnical Memo 11/29/2019 12/13/2019 14 5.0 Modeling Memo 12/6/2019 1/3/2020 28 Field Work and Modeling Memo Intake Meeting 1/3/2020 1/3/2020 1 City of Renton Field Work and Modeling Memo Review 1/3/2020 1/17/2020 14 6.4 Solution Elements Memo 12/6/2019 1/24/2020 49 Basin Solution Alternatives Intake Meeting 1/24/2020 1/24/2020 1 City of Renton Solution Elements Review 1/24/2020 2/7/2020 14 Segale Stakeholder Coordination Meeting(If Applicable) 2/7/2020 2/7/2020 1 6.5 Combined Basin Solution Alternatives Memo 2/7/2020 2/21/2020 14 City of Renton Basin Solution Alternatives Review 2/21/2020 3/6/2020 14 7.1 Draft Alternative Analysis Report 2/14/2020 3/20/2020 35 Draft Alternatives Analysis Report Intake Meeting 3/20/2020 3/20/2020 1 City of Renton Alternatives Analysis Report Review 3/20/2020 4/3/2020 14 7.3 Final Alternative Analysis Report 4/3/2020 4/10/2020 7 K:\Project\33200\33201\Contract\Project Schedule 2019_0917.xlsx r j %V.I.'lVl1 VIII ..1111.111,:, .."... 0 OW� t 4 ts fi a - ‘Illi alklek , ( Ow -.) , a A 7,.'"Ni,. ' ,. Rite 1 • " ( - c'''1_ .-.;, '',L 0 t'Alli,,,a ltrcoorlilo: o4. ji r ego.-. _, ..zra i Id ir saw Eel, am 1 SP az n , IA a ,0P[di IL Irmo ......, IN * 10 "1. 1„1r &0 d 1 si i ,,, , no am' ` .ems, `. Hsu ' ....„ ., , Emnirmii ..-72 - ..i , ....4,,, ,..,,,i fix „Ai imi ---1 Ng ,,„:301.- lraw iiir Al .17 ig Lill. 00 0 .. 1 s_ ..- m 4 , b 114AD EZdlli a - 1Pro'-'4! . J "j " tom! �� � � Y 1 a 1.1114111111. - ii i sinfir'" : 4 ♦ .ph , ` NE 6TH ST 0 -�-- . �` + r, 1 <c•MiforitAiFr iiii kiiity ion IP ,vim — - - ��ii i i iff ''it4ii Pli 11 li ii Fri ili iii VI il V, < 4 ittr IP • . alli ., 1 ,,,„ , M U Vallittlia garli I'14"IL&Li i Fr� �.w.%� � ° O Op .; W � � �I 0K 1• # ..., _ - ISO # \' 4t,-, .1107 I ' , u.i*,,u^ gik. # 40\‘`74140 ' ' [ .---. ' ,.r - A-4w ir, '` 0 ILI- *Me, ci - - , -- - I ......i0( # * ., , OlieO ._ � � �I�Lr '� � yY 1 e� ±es " w , 010 ,_ . 49 O Chevron o ^n...._ 4 ,.,. . c� p o } �,f�l-,t f10 r - n O_ O O _1 McDonald's 0. "O 0 ..NE'4TH'ST ob ' 4-- • 4, 1 U v r` j TS C�5 U.4 ... / er Balch Pit +�� - RIB -a, a' o Greenwood Memorial ParkCtu O tk County P s and Recreation ., 4 ' W °� r 0 n lililll �i� '�"'Q Location of Flooding ,..„ gI z i ! I and Erosion Problem --s ^ o - *.-so .�n„s !/ r -11 O — 0 a .�A► 1 ,. •► V v O L `Y i Y F o w ' " Existing 18" and 24" I •44. < ' �L ; w LL' 0 $ Stormwater Overflow Pipes 0 O 0 0 �-, ty w { apt E �,. Sif King County ! o o Mr- ;� , a - .L 4-.1 Renton Transfer Center ' a° - { __Si i° d A • p p F 1 '` 36" Perforated i ' �1 + ! V ` Infiltration Pipe r , "'"Itii d N r LL R s \ 48" Perforated '-^ -- R A it' : • . • Infiltration Pipe coV J a . Q :-. King County U: r "x a Department of Transportation �� _ YA. { 444047 p _ King County . I ? a'i City of Renton � � Community and Emergency Center ,, _ . ". y . Public Works Maintenance Shops ,.