Loading...
HomeMy WebLinkAboutContractAGREEMENT FOR PROFESSIONAL SERVICES FOR THE HOQUIAM AVE NE – NON-MOTORIZED IMPROVEMENTS FEASABILITY THIS AGREEMENT, dated for reference purposes only as March 4, 2021, is by and between the City of Renton (the “City”), a Washington municipal corporation, and MIG, Inc. (“Consultant”), a 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 consulting services to develop a feasibility study for non-motorized improvements along Hoquiam Ave NE to provide a sa fe and accessible pedestrian connection between NE 12th Street and State Route 900 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 A. All Work shall be performed by no later than December 1, 2021. 4.Compensation: A.Amount. Total compensation to Consultant for Work provided pursuant to this Agreement shall not exceed $51,950.00, 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 A. 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 CAG-21-077 PAGE 2 OF 10 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 agains t 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 any time, with or w ithout 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. PAGE 3 OF 10 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 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. PAGE 4 OF 10 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 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 mea ns 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 Indu strial 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, 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 att ached 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 PAGE 5 OF 10 Consultant and the City, its officers, officials, employees and v olunteers, 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 Industri al 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/cms/One.aspx?portalId=7922741&pageId=9824882 Information regarding State business licensing requirements can be found at: http://dor.wa.gov/doing-business/register-my-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. PAGE 6 OF 10 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. 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 reasona ble 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 recei pt 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 Vangie P. Garcia, PE, PMP 1055 South Grady Way Renton, WA 98057 Phone: (425) 430-7319 CONSULTANT Mark Davies, PE 615 2nd Avenue, Suite 280 Seattle, WA 98104 Phone: (206) 223-0326 ext. 7200 PAGE 7 OF 10 vgarcia@rentonwa.gov Fax: (425) 430-7241 mdavies@migcom.com Fax: (206) 223-0125 17.Discrimination Prohibited: Except to the extent permitted by a bona fide occupational qualification, the Consultant agrees as follows: 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. PAGE 8 OF 10 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. 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 Vangie P. Garcia, PE, PMP. 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 p urpose 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. PAGE 9 OF 10 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. 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. PAGE 10 OF 10 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. IN WITNESS WHEREOF, the Parties have voluntarily entered into this Agreement as of t he date last signed by the Parties below. CITY OF RENTON By:_____________________________ CONSULTANT By:____________________________ Armondo Pavone Mayor Mark Davies, PE Principal Civil Engineer _____________________________ Date _____________________________ Date By:____________________________ Dave Rodgers, PE Principal Engineer _______________________ Date Attest _____________________________ Jason A. Seth City Clerk Approved as to Legal Form By: __________________________ Shane Moloney City Attorney Contract Template Updated 9/9/2020 3/11/2021 4/2/2021 Approved by Cheryl Beyer via 3/12/2021 email February 8, 2021 1 of 4 Hoquiam Ave NE – Non-Motorized Improvements Scope of Work Introduction This scope of work has been developed to meet the desire of the City to improve the experience for people walking and biking along Hoquiam Ave NE between NE 10th Place and SR 900 (Sunset Blvd). There is currently existing sidewalk along both sides of Hoquiam Ave NE, a minor arterial in the City’s street network, in the project area between NE 10th Pl and NE 12th Street (along the frontage of Hazen High School). North of NE 12th St, pedestrians walk along narrow roadway shoulders (3-to 5- foot paved shoulders) to access sidewalk along SR 900 and neighborhoods to the north (e.g. Summerwind and Glencoe neighborhoods). From NE 12th Street to SR 900 the roadway embankment is built up to accommodate the seasonal, non-fish bearing Honey Creek stream and adjacent wetlands. The City’s Public Street Right-of-Way Design Standards (RMC Section 4-6-060 Street Standards, Paragraph F.2) require 8-foot wide sidewalks and 8-foot wide planting strips between the curb and sidewalk along both sides of the street for minor arterials. However, due to existing site constraints (i.e. embankment and sensitive areas) providing the city’s standard street section could result in substantial impacts to existing sensitive areas and high implementation costs for this relatively short sidewalk g ap. This project will develop three concepts to evaluate the feasibility for providing a safe and accessible pedestrian connection between NE 12th Street and SR 900 and improved crossings on Hoquiam between NE 10th Pl and NE 12th Street to meet PROWAG and City of Renton standards. Additionally, Paragraphs G.1 and G.2 of RMC 4-6-060 document the City’s Complete Streets policy and exemptions for not planning for all users; for the purpose of this scope it is assumed that bicycle facilities will be determined as not required and/or appropriate based on probable use and cost to provide the bike facility. For the purpose of scoping the duration of the feasibility study is assumed to be three months. Task 1 – Project Management Description: This task includes coordination with the City project manager to communicate project progress and discuss project deliverables and schedule. Deliverables: 1. Progress reports and monthly billing Task 2 – Existing Conditions and Document Review Description: This task includes conducting a site visit of the project area (MIG & GeoEngineers) and reviewing available information to understand the regulatory and design context for providing a new sidewalk and safe crossings facilities in the project area, including a summary of potential stormwater and environmental clearance requirements. This task also includes developing a GIS base map for use in developing up to 3 planning level concept designs. exhibit 'a' February 8, 2021 2 of 4 Tasks to be completed by GeoEngineers for east side of Hoquiam Ave NE: • Complete database research to identify mapped wetland extents, soil types, hydrography and stream type. • Site reconnaissance to: • Verify presence or absence of wetlands on either side of the road prism • Where wetlands are present, gather field measurements of distance from wetland boundary to nearest fogline and generally characterize extent of wetlands near road edge/road prism. • Identify wetland characteristics influencing wetland rating. • Estimate the wetland rating/classification based on the Washington State Wetland Rating System and identify required regulatory buffer based on City of Renton code. • Identify location of stream culvert inlet/outlet relative to road foglines and fill embankment. • Document stream physical characteristics that may influence stream typing. • Prepare a field sketch identifying the location and extent of each wetland/stream feature relative to the road embankment and road foglines. Assumptions: • No survey/basemap is available • Stormwater requirements will follow the 2017 City of Renton Surface Water Design Manual. No TIR will be produced. • Does not include formal wetland delineation of the wetland boundary. • Does not include preparation of wetland rating system forms or graphics • We understand survey is not planned; therefore, field measurements between the road edge (fogline) and regulated features will be obtained using a tape measure and/or rangefinder. • Wetland rating, stream typing and buffer widths are recommendations only and subject to revision by regulatory authorities. • Critical areas review limited to the west side of Hoquiam Ave NE. The east delineation will be provided by information obtained by the city for the future PSE Luminaire Project. Additional information regarding the potential private development project to the west may become available and provided by the city, however, due to the uncertain nature of private development, no guarantee is made that this information becomes prior to the site reconnaissance being performed. Materials to be provided by City: 1. Relevant GIS files and aerial imagery to be used to develop a project basemap 2. Past documents, reports and available information related to the project corridor (e.g. Safe Routes to School Site Assessment Report, area geotechnical information) Task Deliverables: 1. Project basemap for developing planning level concept designs 2. Technical memorandum summarizing regulatory and design context for providing improvements February 8, 2021 3 of 4 Task 3 – Develop Planning Level Concept Designs Description: Three concepts will be developed to evaluate project feasibility. Each concept will include a brief overview of the design approach, a typical cross section, plan layout, summary of potential impacts to GIS located sensitive areas, and planning level construction cost estimate. Concepts to be developed for improvements between NE 10th and SR 900. The technical memorandum developed in Task 2 will be updated to summarize the alternatives and provide discussion to assist the city in selecting a preferred concept that can be reviewed by City staff. MIG will facilitate a concept development workshop with City staff to discuss the development of concepts and document meeting outcomes and recommendations for the best action moving forward in the technical memorandum. The existing site conditions present a variety of challenges for implementation. In addition to considerations along the corridor there are several constraints at the intersection with SR 900 for providing a new sidewalk and curb ramps including: steep grades, signal infrastructure (signal pole, vaults, cabinet, etc), franchise utilities (utility poles and communication pedestals) and traffic considerations (e.g. vehicular guardrail). The technical memorandum will be updated to incl ude design and implementation considerations to outline potential approaches to manage these challenges based on outcomes of Task 3. To be provided by subconsultant: GeoEngineers • Provide limited support to the design team to identify permitting and mitigation requirements for up to three alternative designs. V&M Structural Design Support • Due to existing topography and site constraints it is anticipated that structural design elements may be needed to implement the study alternatives. For the purposes of this study structural design will be limited to consultation with a structural engineer to develop a conceptual design approach to support proposed improvements and recommendations for cost considerations as the planning level cost range is identified. Concord Engineering • Provide limited support to the design team to identify potential signal modification at SR 900 and also enhanced pedestrian crossing treatment. Assumptions: • Construction cost estimates will be based on linear foot costs for the typical cross sections; costs will be based on various sources including recent bid tabs provided by the City. Allowances will be included for new/relocated utility infrastructure and existing infrastructure that may require relocation at the intersection of SR900 (e.g. guardrail, signal box, etc). Estimate will not include soft costs for design phase (e.g. engineering design, survey, critical areas documentation, City project management, etc). • Three meetings (2 hour each) to meet with city staff and stakeholder groups February 8, 2021 4 of 4 • Design scope does not include the following: o detailed structural engineering analysis o detailed drainage analysis/report o geotechnical design; if needed, assumptions will be made and documented in the design summary to support the potential structural design elements. Materials to be provided by City: 1. Recent bid results for similar work to assist in identifying potential construction costs 2. Attendance at concept development workshop Task Deliverables: 1. Updates to Task 2 technical memorandum incorporating overview and summary for individual design concepts including plan layout and typical section. 2. Updates to Task 2 technical memorandum documenting outcomes and recommendations from the workshop with City staff for the moving the project forward. 3. Planning level cost estimates for 3 design concepts HOQIUAM AVE NE - Non-Motorized Improvements Fee Estimate for City of Renton 2020-11-25 Scope of Work Hours per Task Task 1 - Project Management Project Management and Coordination with City 8 Progress Reports and Invoices 6 Task 1 Fee 2,170.00$ Task 2 - Existing Conditions and Document Review Site visit 6 Review Background Info and Understand Regulatory Context (SAO, WSDOT, KC)11 Stormwater Requirements 8 GIS Basemap 17 Technical Memo 8 QA/QC 2 Task 2 Fee 8,960.00$ Task 3 - DevelopPlanning Level Concept Designs (3) Typical Cross Sections 32 Plan View Layout (including crossings)33 Concepts Pros/Cons and Potential ECA Impacts 22 Estimate of probable cost 17 Renderings (2)20 Update Task 2 Technical Memo 14 Review Meeting with City Staff and Stakeholder Groups 12 QA/QC 6 Task 3 Fee 26,520.00$ Total Hours Tasks 1-3 222.0 Subtotal 37,650.00$ V&M Structural Design Support 3,300.00$ Concord - Traffic and Lighting 3,600.00$ GeoEngineers - Environmental 7,150.00$ Subconsultant Total 14,050.00$ Expenses 250.00$ Total Basic Services Including Expenses 51,950.00$ Page 1 of 1 exhibit 'b'