Loading...
HomeMy WebLinkAboutContract CAG-17-049 �r' �Cat�°f' .-�—.._.`' � , �...,.�....•�"'� �����p��� �,� Agreement for Falcon Ridge Lift Station Replacement and Force Main Improvements CAG-17- 049 THIS AGREEMENT, dated January 12, 2017, is by and between the City of Renton (the "City"), a Washington municipal corporation, and RH2 Engineering, 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 design services for the replacement of the existing aging lift station, as specified in Exhibit A, Scope of Work, which is attached and incorporated herein and may hereinafter be referred to as the "Work." 2. Chan�es 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 C, Cost and Fee Estimate 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 B, Schedule. All Work shall be performed by no later than March 31, 2018. 4. Compensation: A. Amount. Total compensation to Consultant for Work provided pursuant to this Agreement shall not exceed $134,880, 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 C, Cost and Fee Estimate. 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 C, Cost and Fee Estimate. 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 Pavment. On a monthly or no less than quarterly basis during any quarter in which Work is performed, the Consultant shall submit a voucher or Page 1 of 9 invoice in a form specified by the City, including a description of what Work has been performed, the name of the persannel performing such Work, and any hourly labor charge rate for such personnel. The Consultant shal) also submit a final biil upon completion of all Work. Payment shall be made by the City for Work performed within thirty (30) calendar days after receipt and approvai by the appropriate City representative of the voucher ar 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 Pavment. 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 ta perform the Work ar 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 futu�e fiscal period, the City shall not be obligated to make payments for Work or amaunts 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 p�ovision applies. 5. Termination: A. The City reserves the right to terminate this Agreement at any time, 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 far 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 fo� 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 f�om seeking any legal remedies it may have for the violation or nonperfo�mance of any of the p�ovisions of this Agreement and such charges due to the City shall be deducted from the final payment due the ConsuRant. 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 Ri¢ht 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 acco�dance with all reasonable and professional standards Page 2 of 9 and laws. Compliance with professional standards includes, as appticable, performing the Work in compliance with applicable City standards ar guidelines (e.g. design criteria and Standard Plans for Road, Bride and Municipa)Canstruction). 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 fram any intellectual property encumbrance which would res#rict 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 fihe 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 Mafntenance: 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 Ag�eement 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 5tate Public Records Act, Consultant shall make a due diligent search of all records in i#s possession or control relating to this Agreement and the Wo�k, including, but not limited to, e-mail, correspondence, notes, saved telephone messa�es, recordings, photos, o�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 �elated 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 pravided them to the City in a timely manner. Consultant shall produce for dist�ibution 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 af this Agreement. 9. Independent Contractor Relationshia: A. The Consultant is retained by the City only for the purposes and to the extent set forth in this Agreement. i'he nature of the relationship between the Consultant and the City during the period of the Work shall be that of an independent contractor, Page 3 of 9 not employee. The Consultant, not the City, shall have the power to control and direct the details, manne� 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 atherwise indicated in the Scope of Work or where scheduling of attendance or performance is mutually arranged due to the nature of the Work. Cansultant shall retain the right to designate the means of perforrning the Wark covered by this agreement, and the Consuitant shall be entitled to employ other workers at such compensation and such other conditions as it may deem proper, provided, howeve�, that any contract so made by the Consultant is to be paid by it alone,and that employing such workers, it is acting individuatly and nat as an agent for the City. B. The City shall not be resp�nsible 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 5tate of Washington re#irement 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, o�cers, representatives, and volunteers from any and a!I claims, demands, actions, suits, causes of actian, arbitrations, mediations, proceedings, judgments, awards, injuries, damages, liabiiities, 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 resutting f�om the concurrent negligence of the Consultant and the City, its office�s, officials, employees and volunteers,Consultant's liability shall be only to the extent of Consultant's negligence. tt is further specifically and expressly understood that the indemnification provided in this Agreement constitute Consultant's waiver of immunity under the Industrial Insurance Act, RCW Title 51, solely for the purposes of this indemnification. The Parties have mutually negotiated and a�reed to this waiver. The provisions of this section shall survive the expiration or termination of this Agreement. Page 4 of 9 11. Gifts and Canflicts: 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 corparation 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 wha 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. Citv 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 goad standing throughout the term of this agreement with the City. Information regarding acquiring a city business license can be found at: http:/lrentonwa.�ov/business/default.aspx?id=548&mid=328. Information regarding State business licensing requirements can be found at: httq://dor.wa.�ov/content/doingbusiness/re�istermvbusiness/ 13. Insurance: Consultant shall secure and maintain: A. Commercial general liability insurance in the minimum amounts of $1,000,000 for each occurrence/$2,Q00,000 aggregate fo�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, Professiona) 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 professianal standard of care. C. Workers' compensation coverage, as required by the Industrial Insurance laws of the State of Washington,shall also be secured. D. Comme�cial Automobile Liability for owned, leased, hired or non-awned, 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 Additiona) 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 p�ovided 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. Page 5 of 9 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. Delavs: 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 responsi6le for damages, nor shall the Consultant be deemed to be in default of the Agreement. 15. Successors and Assi�ns: Neither the City nor the Consultant shall assign, transfer or encumber any rights, du#ies 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 pe�sonally, by �eglstered 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 cammenced 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: David M.Christensen Tony V. Pardi, P�esident 1055 South Grady Way 22722 29th Drive SE,Suite 210 Renton,WA 98057 Bothell,WA 98021 Phone: (425)430-7212 Phone: (800)720-8052, ext. 5312 dchristensen@rentonwa.gov tpardi@rh2.com Fax: (425) 430-7241 Fax: (425) 951-5401 17. Discrimination Prohibited: Except to the extent pe�mitted 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 pe�formed 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 relatianshlp to hi�ing and employment,in employment or applicatian for employment, the administration of the delivery of Work or any other benefits under this Agreement,or procurement of materials or supplies. B. The ConsuRant will take affirmative action to insure that applicants are employed and that employees are t�eated du�ing employment without regard to their race, Page 6 of 9 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 ar recruitment advertising, layoff or termination, rates of pay or othe�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 compensatian, and Title Vt 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. Cansultant 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 J she will acquire or maintain such at his/her own expense a�d, if Consultant empioys, 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#o 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. Aaaroval Authoritv. 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 Cansultant. Page 7 of 9 B. General Administration and Mana�ement. The City's project manager is David M. Christensen. In providing Work, Consultant shall coordina#e 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 af 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 shali not be incorporated herein. E. Governins 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 Draftins 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. Jurisdittion and Venue. Any lawsuit or legal action brought by any party to enforce or interpret this Agreement o� any of its terms or covenants shall be brought in the King County Superior Court for the 5tate of Washington at the Maleng Regiona! lustice Center in Kent, King County,Washington,or its replacement or successor, H. Severabilitv. A court of competent jurisdidion's determination that any provision or part of this Agreement is illegal or unenforceable shaH not cancel or invalidate the remainder of this Agreement,which shall remain in full force and effect. I. Sole and Entire AQreement. This Agreement contains the entire agreement of the Parties and any representations or understandings, whether ora) or wrEtten, not inco�porated are excluded. J. Time is of the Essence. Time is of the essence of this Agreement and each and all of its provisions i� which performance is a factor. Adherence to comptetion dates set forth in the description of the Work is essential to the Consultant's perfo�mance af this Agreement. K. Third-Partv 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 Page 8 of 9 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. Assi�ns and Successors. The Parties each bind #hemselves, their partners, successors, assigns, and lega) representatives to the other party ta this Agreement, and to the partners, successors, assigns, and legal representatives of such other party with respect to afl 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 Ag�eement in the future. Waiver of breach of any provision o#this Ag�eement shall not be deemed to be a waiver of any prior o� subsequent breach unless it is expressly waived in writing. N. Counternarts. 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 the date last signed by the Parties below. CITY OF RENTON CONSULTANT � � 1 ' By' <�°� By: • � Denis Law To . Pardi Mayor Pre ident . � / c� �. /` Date Date Attest ```����„murn�►,,i � l°/ _�'.G�'��.����„R,���Toy,, � ,, , lason A eth, C - x, '- = c�ty ci � = * - S E A L = * " ; ,;,, � `� ^ - � y ,� � es Approved as to Legal Form ''/'��,.���,oaRqr�o+,sEQ����,`` ��i��i���,��a��+`` � �"'�'"'�"��. Lawrence J.Warren Renton City Attorney Agreement Form Updated OS/30/2016 Page 9 of 9 Exhibit A Scope of Work City of Renton Falcon Ridge Lift Station Replacement and Force Main Improvements January 2017 Background The Falcon Ridge Lift Station, located at the east end of SE 8th Street, is a duplex fiberglass-enclosed lift station that serves the Falcon Ridge subdivision and includes vacuum-prime Smith & Loveless pumps.The lift station was constructed in 1981 and has now reached the end of its useful life. The City of Renton (City) intends to construct a replacement lift station on land currently owned by the City Parks Department adjacent to the east side of the existing lift station. Construction of the proposed lift station will occur while the existing station remains in service. Following construction, testing, and transfer of service to the proposed lift station, portions of the old lift station will be demolished and removed. The existing wet well may be used as a flow-through manhole. In addition, improvements will be made to the existing lift station's force main, including adding cleanout ports, to allow for better maintenance. The proposed lift station will have the same capacity as the existing station, which has adequate capacity to serve the area for the foreseeable future. No additional development is expected in the area served by the lift station. RH2 will prepare construction documents for the proposed lift station and force main improvements, assist with permitting applications, and provide services during bidding (SDB) under this contract. Services during construction, not included in this Scope of Work,are anticipated to be added later under a separate contract amendment. Task 1— Predesign Objective: Evaluate the site and existing lift station with City staff to determine the siting and design criteria for the lift station replacement. Approach: 1.1 Review existing record drawing information for the existing lift station and force main provided by the City. 1.2 Analyze the supervisory control and data acquisition (SCADA) data provided by the City to identify the volume of peak 2-hour storage capacity. Identify storage options configurations for City review. 1.3 Perform geologic engineering investigation for the proposed lift station site. • Review available geologic and geotechnical reports related to the existing lift station. Review available geologic, soil, and groundwater information related to the proposed lift station site. Perform a geotechnical investigation to observe, characterize, and document earth and groundwater conditions of the site, identify potential geologic hazards and recommendations to miti�ate the geologic �isks, and provide recommendations for de4ign and eonstruction of the new lift station. Observe excavation of three (3) test pits (no more than 12 feet deep) to investigate soil and groundwater conditions and to identify the location and characteristics of existing native materials. If field investigations reveal unanticipated geologic or hydrogeologic conditions that could have a significant impact on the design or construction of the lift station, additional exploration, such as soil borings, and authorization may be necessary. Test pit 1 1/12/2U17 1123 31 AM ):\Data\REN\S�II\^_I116 Falcon&dge LS and FDI Improvements\PSA_EXHIBIT A_SO\\�_Falmn&dgc IS Replacemencdocs City of Renton Exhibit A Falcon Ridge Lift Station Replacement and Force Main Improvements Scope of Work excavation will be completed by City staff. !t is assumed thot clearing, grading, and subgrade stabilization for access wil!be per,formed by Ciiy staff or wil!be directly contracted by the City. One-call Utility Locates wil!be marked in the field and ca!!ed in by the City. City shal!coordinate with RH2 once/ocates ore complete. RH2 wi!!rely on the field markings'accuracy when digging test pits. A soi!laboratory will be subcontracted to provide grain-size analysis of representotive soiJ samples. � Prepare a geologic engineering report that will include a summary of geological conditions and provide recommendations for the design and construction of the proposed lift station, including shoring and foundation design, drainage, and trench stability for contractor shoring requirements. The engineering report wil) include a figure showing exploration locations, photographs,and logs from each test pit(and soil boring)performed. 1.4 Describe survey work to be completed, including the survey limits and requirements; schedule the survey work in coordinetion with other activities, including environmental and geotechnical investigation; and review the survey once complete. !t is assumed that serrveying wil! be subcontracted ro a professiona!land surveyor(PLSJ, to provide horizontal and venlcal survey control and topographica!information, including surface features, underground utilities, roodway and utility alignments, rights-of-way (ROW), and property lines. RH2 is entitled to rely on the accuracy and completeness of any informotion, data, or materials provided by the City. Coordinate surveyor preparation of the iegal description and plan for acquisitian of City Parks Department property. 1.5 Perform hydraulic calculations and recommend pumps. !t is assumed that the City will provide static and operaiing pressure readings from colibrated pressure gauges in the existing lift station. The pressure readings shall be on the discharge side of the pump and shail be concurrent with flow rate testing.The height of the pressure gauges above the lift station floor shall be recorded. Photographs of the gauges and their position on the discharge piping wip be provided. 1.6 Evaluate requirements at the lift station to meet the new telemetry/SCADA standard. Provided by City: • Meeting attendance. • Available geotechnical or construction reporks related to the existing lift station. • Pressure readings,photographs,and flow measurement at existing lift station. • Staff and equipment to camplete three test pits to 12 feet deep. RH2 Deliverables: • Topographic (and survey of the existing lift station site and City Parks Department property as needed for the new lift station at the end of SE 8"'Place. • Geologic engineering report. • Preliminary plan and profile drawings of the recommended improvements. • Design criteria checklist. Task 2—Permitting Assistance for Lift Station Improvements Objective: Provide permitting assistance ta the City to construct lift station improvements.Assist the City in the preparation of permit applications for the lift station and associated force main improvements; 2 1/1I/17 11:23 AM l:\�hulEN�540\2016 Falcon Ridse LS and FM Improvemerttt�pSA_EXHI8IT A SOW_Fakon RidBe LS Rephcement.docM City of Renton Exhibit A Falcon Ridge Lift Station Replacement and Force Main Improvements Scope of Work coordinate with local agency staff regarding permit compliance; assist the City in the submittal of finalized permit applications; and facilitate agency reviews/approvals, as requested. !t is anticipated that approved permit appfications wi11 be incorporated into bidding and construction documents, as needed. Approach: 2.1 Coordinate with the City regarding planned project improvements, pre-application meeting needs, and anticipated permits. 2.Z Provide technical infarmation to the City for preparation of the 5tate Environmental Policy Act (SEPA)Checklist. 2.3 Prepare a ROW Use Permit application for work in the ROW to install access ports in force main. 2.4 Prepare a surface water drainage report for drainage review. 2.5 Following permit submittals, coordinate with agency staff to review applications and �espond to agency requests for additional informatian. Assumptions: • The project will require a pre-application meeting through the City's Plonning Depar[ment. If the pre-application meeting can be waived,subtask 2.1 will not be expended. • The City wi11 prepare the SEPA Checklist, utilizing technfcal information provided by RH2. The City will coordinate the SEPA submittal, and the City's Planning Department will handle the determination and publication. • No more than 5,000 square feet of impervious surface wil!be added by the proposed fift station, and stormwoter derention ond water quality treatment wi!!not 6e required. Stormwater from the site wi!! be discharged into exrsting stormwater pipelines or leve!-spreader trenches on City Parks' property. Consequently, the project will be subject only to a small project simplified drainage review. RH2 will prepare the drainage report, and the City wi11 handle all permirting related to the drainage review. • The project will not require a building or demolrtion permit from the City.!t is anticipated thac project improvements will fit within the exemprrons for rhese permits and that City stoff wilJ coordinate wi[h the City's Planning Department on this element to receive exemption confirmation. • The project will be considered a sma!!utility, which is a permitted use in the Resource Conservation Zone, in which the praposed l�ft station site is locared. No Condirional Use Permit wi11 be required for the project. • The projecc wifl disturb less than 2 acre of land and will not require o Construcrion Stormwater General Permir through the Woshington State Department of Fcology(Ecology). Provided by the City: • Payment of all permit fees directly. • Attendance at the pre-applicati�n meeting(if required)and permit submittal meetings. • Preparation of the SEPA environmental checklist(RH2 wil)assist with supporting documents). 3 1/12/1711:23 AM J:\Data\REN\540\2D36 falcon Rldge LS and FM Improvements\PSA EXHIBIT A SOW Falcon Ridge LS Replacement.docr City of Renton Exhibit A Falcon Ridge Lift Station Replacement and Force Main Improvements Scope of Work RH2 Deiiverables: • Pre-application meeting request application (if requested), meeting attendance, and meeting minutes. � Technica)information for the SEPA Checklist. � ROW Use Permit application. • Records of correspondence and coordination with reviewing agency staff. Task 3—Lift Station Design Objective: Develop bid-ready plans and specifications for the proposed improvements to the facility based on the design criteria developed during Task 2. Develop plan sheets for the proposed improvements to the lift station. Pian sheets are to include the following: • Cover and Vicinity Map • General Project Information and Legend • General Notes • Stormwater Notes and Plan • Force Main Improvement Plan • Existing Site and Utility Plan � P�oposed Site and Utility Plan • Proposed Site and Utility Details • Demolition and Site Restoretion Plan�demo follows lift station construction) • Structural Plan for sub-grade wet well manhole and vaults • Structural Plan and Details for Electrical Building, including �oundation, and Engine Generator Set Foundation and Sound Enclosure • Minor Mechanical Plan(Heating,Ventilation,and Air Conditioning(HVAC?,etc.) • Mechanical Plan,Sections,and Qetails • Mechanical Notes and Legend • Electritallegend • Electrital One-line Diagram and Schedules * Electrical Site Plan � Electrical Power Distribution and Signal Plan • Lighting Plan � Pump Control Panel Layout • Contral Logic Oiagram 4 i/12/1711:23 AM J:\Dah\HEN�540�2016 Falcon Ridge LS and FM Imprmrcments\PSA E%HIBiT A SOW fakon Rid�e LS Replacementdoac City of Renton Exhibit A Falcon Ridge Lift Station Replacement and Force Main Improvements Scope of Work • Electrica[Oetails and Schedule • Remote Terminal Unit(RTU)Diagrams • Proposed SCADA Improvements Approach: 3.1 Prepare 60-percent complete cover and general infarmation sheet. 3.2 Prepare 60-percent complete proposed site and utility plans. It is assumed ihat a landscape plan prepared by a licensed landscope architect(ASiA)wi!!not be required. 3.3 Prepare 60-percent complete structural plans for a precast concrete circular manhole wet well and hatch (to utilize for cleaning/maintenance). Prepare structural design criteria summary for permit application.!t is assumed that the wet well manhole wil!be precast concrete, approximately 35 feer below grade,ond designed far H520 vehide loading. 3.4 Prepare 60-percent complete structural plans required for the concrete masonry unit(CMU)SCADA enclosure and engine generator foundation and sound abaternent walls. It is assumed that the SCADA enclosure wiU be a small CMU enclosure with a roof and that the FG enclosure will consist of sound abatement walts. 3.5 Prepare 60-percent complete mechanical plans, including pump, major piping, and accessories. Accessories may include vents and pressure gauges,as selected during preliminary design. 3.6 Prepare 60-percent complete electrical and SCADA plans. 3.7 Submit the 60-percent design, in PDF format,to the City for review. Attend ane (1) review meeting with the City. 3.8 Advance design from 60 percent to 90 percent, including incorparating review comments from the City into the design plans and additional details for bid-ready construction documents. 3.9 Submit 90-percent complete design plans and specifications to City for review cansisting of one{1) electronic copy in PDF format and two(2)half-size drawing sets.Attend one(1} review meeting with the City. 3.10 Conduct an in-house quality assurance/quality control (QA/QCj review of plans. Based on review comments, prepare final plans and details (advance from 90-percent complete to 100-percent complete.j Submit to City final approval. 3.11 Prepare preliminary construction cost estimate at 60-percent complete benchmark. Identify bid quantities and update engineer's construction cost estimate based on the final plans. Provided by the City: • Review comments for the 60-and 90-percent plans sets. RH2 Deliverables: • 60-percent review plans,and preliminary cost estimate. • 90-percent review plans. • Final plans,and engineer's construction cost estimate. 5 1/12/17 21:23 AM J:\�ata\REN\540\2016 Falcon Ridge LS and FM Improvements\PSA EXHI9ITA SOW Falcon Rldge LS Replacement.docx City of Renton Exhibit A Falcon Ridge Lift Station Replacement and Forte Main Improvements Scope of Work Task 4—Specifications ObJective:Prepare technical and general specifications. Approach: 4.1 Prepare technical specifications based on RH2 technical specifications and tailored for this project. Submit to City with 60-percent complete plans for review and comment. 4.2 Coordinate with the City to update the City's standard specifications and general conditions as warranted for this project. lncorporate City's comments on the 60-percent technical specifications and advance to 90-percent complete.Submit to City with 9Q-percent complete plans for review and comment. 4.3 Address City comments and prepare final specificatians. Provided by the City: • Review and comment on technical and general specifications. • Production of specifications. RH2 Deli�erabies: • One(1)electronic set of technical specificetions at 60-percent design milestone. • One(1)electronic set af technical and general specifications at 90-percent design milestone. � One(1)electronic set of final technical and general specifications. Task 5—Senrices During Bidding and Award Objective: Provide engineering services during the bidding phase of the project. Approach: 5.1 Prepare a bid advertisement and coordinate the timing and placement with the City. The City will submit the advertisement to the appropriate publications. 5.2 Produce electronic sets of the plans and technical specifications. The City will produce the bid document sets as needed for the purpose of the project. 5.3 Respond to questions from bidders, and revise construction plans, technical specifications, or contract conditions during the bidding process if requested. Th)s may include the preparation and issuance of up to one(1J addendum. 5.4 Assist the City with the evaluation of the qualifications and references for the apparent low bidder. Prepare recommendation of bid award letter. It is assumed rhat the City will handle bid award and contract execution. 5.5 Prepare construction plan sets and specifications for a pre-construction meeting. Produce PDF version of documents. Provided by the City: • Management of the Builder's Exchange online bidding process. • Distribution of bid documents and maintenance of the planholder's list,if applicable. 6 1/12/171123 AM J:\Data\REN�540�2016 Falco�Rldse LS and FM ImpravemeMs\PSA E%NIBR I�SOW Falcon Ridge LS Replacement.docx City of Renton Exhibit A Falcon Ridge Lift Station Replacement and Force Main Improvements Scope of Work • Bid opening attendance and tabulation of received bids. • Issuance of addendum,if any,to all contract document holders. RH2 Deliverables: • Bid plan sets: one {1) electronic set, and four�4) 11-inch by 17-inch hard copies; one (1)set for City use and bidding purposes,and three{3)sets far RH2's file and staff use during bidding. ' � Phone assistance to vendors and bidders during the bidding phase. • Reference check of lowest 6idder. • Preparation of recommendafiion of bid award letter. The number of hours shown on the Fee Estimate for elements of this Scope of Work are estimates. 7he actual number of hours could be m�re or less than shown. Monthly accounting of time expended will be provided,or more frequently as requested by the City. 7 1/12J1711:23 AM 1:\Data\HEN\540\2016 Falcon itldge LS and FM Impro�ements�PSA EXH191T A SOW Falcon Ridge LS RepWcement.docx Exhibit B: Time Schedule of Completion City of Renton Falcon Ridge Lift Station Replacement and Force Main Improvements ANTICIPATED NOTICE TO PROCEED DATE: March 1,2017 Anticipated Task Compietion Task 1—Predesign June 2017 Task 2—Permitting Assistance for List Station Improvements October 2017 Task 3—Lift Station Design fVovember 2017 Task 4—Speci�cations November 2017 Task S—Services During Bidding and Award January 2018 ANTICIPATED CONTRACT COMPLETION DATE: March 2018 1 1/1B/20177:13.�OOAM l:\Qap�ItEN�54D�101fiFakonRld{eLSandfMlmprevements�EXHIBITB Canpleqa�Scheduh Falconllid{eLSReplacamentdocx Exhibit C: Cost and Fee Estimate City of Renton Falcon Ridge Lift Station Replacement and Farce Main Improvements Consisting of the following: Exhibit Cl—Consultant Fee Determinatian—Summary Sheet—Fee Schedule WSDOT Memo dated 9 Jun 2016;Subject:Acceptance of FYE 2015 ICR—Audit Office Review Exhibit C2—Fee Estimate 1 l/]]/20ll 112B:OnAM 1:\Oata\pEN�tp\]q16 Fakan RidOe l5 and iM ImpravemeMs�pSA EXHI&TC[ost and Fee Estimate Fakam RidQe LS Replxement.dou Exhibit C-1 Consultant Fee Determination-Summary Sheet . (Negotiated Hourly Rates of Pay) Fee Schedule 5ubconsultant: RH2 ENGINEERING, INC Negotiated Hourly Overhead Fee Multiplier Negotiated Rate Staff Classification Rate Multi lier Per Hour 195.57% 1296 . Professionall $ 41.39 $ 80.94 $ 14.68 $ 137.00 Professionalll $ 45.62 $ 89.21 $ 16.18 $ 151.00 Professionallll $ 48.64 $ 95.12 $ 17.25 $ 161.00 ProfessionallV $ 51.96 $ 101.62 $ 18.43 $ 172.00 Professional V $ 55.89 $ 104.30 $ 19.82 $ 185.00 Professional VI $ 59.51 $ 116.39 $ 21.11 $ 197.00 Professional VII $ 64.34 $ 125.84 $ 22.82 $ 213.00 Professional VIII $ 67.37 $ 131.75 $ 23.89 $ Z23.00 Professionai IX $ 67.37 $ 131.75 $ 23.89 $ 223.00 Technician I $ 29.60 $ 57.90 $ 10.50 $ 9$.UO Technician II $ 31.42 $ 61.44 $ 11.14 $ 104.00 Technician III $ 39.88 $ 77.98 $ 14.14 $ 132.00 Technician IV $ 42.29 $ 82.71 $ 15.00 $ 140.00 Administrative I $ 20.24 $ 39.58 $ 7.18 $ 67.00 Administrative II $ 23.86 $ 46.67 $ 8.46 $ 79.00 Administrative III $ 28.40 $ 55.53 $ 10.q7 $ 94.00 Administrative IV $ 33.53 $ 65.58 $ 11.89 $ 111.00 Administrative V $ 39.57 $ 77.39 $ 14.04 $ 131.00 In-House Copies B/W-8.5x11 $ 0.09 In-House Copies B/W-8.Sx14 $ 0.14 In-House Copies B/W-11x17 $ 0.20 In-House Copies Color-8.Sxi1 $ 0.90 In-House Copies Color-8.Sx14 $ 1.20 In-House Copies Color-11x17 $ 2.00 CAD Plots Large $ 25.00 CAD Piots Full $ 10.U0 CAD Piots Half $ 2.50 CAD System Per Hour $ 27.50 GIS 5ystem Per Hour $ 27.50 Mileage Current IRS Rate 5ubconsultants will be biiled at cost plus 15%. Outside direct costs for permit fees, repons, maps, data, reprographics, couriers, postage, and non- mileage related travel expenses that are necessary for the execution of the project and are not specifically identified elsewhere in the contract will be billed at cost. .� � Washington State Department of Transportation . M81110t"111C�UC11 ]une 7,2016 TO: ErikJanson,Cantractin�Sen�icesManager FR�M: Schatzie Harvey,Agreement Gompliance Audit Manager,, SUBIECT: RH2 Engineering, Inc.Indirect Gost Rale far Fisral Year Ended December 31,201 S We have completed our review of the RH2 En�ineering,Inr.1RN2)lndirect Cost Rate for die ubovz referenced fiscal year. We reviewed the documentation sup�ortin�the rate fprcompliance with criteriacontained in the Federal Acquisition Regulations(FAR), SubpaR 31. Based on aur review we are issuing this memo establishing the RH?Inclirect Cost Rute far tiscal��ear ending Uecember 31,?015,at 195.57rIc ofdirect labor. RH2 provicled an FHWA Certificate of Final Indirect Casts inclicating alt costs included in the inclirect cost rate schedule compl���vith FARs. Costs bi Ilecl to agreements will still be subject to audit of artual casts,based on the lerms and conditions afthe respective agreement. This was not acagnizant review. Any other entity contracting with the firm is responsible forcleterminingthe acceptability afthe Indirect Cas�Rate. Ifyou have any yuestions,feel free to call me at(36d17US-700G,ar via email at harvevs@.wsdol.wa.l wv. Cc: St�ve MeKern�y Fi le �, �� I � � � 00T Form 700-OOg EF Rensed5149 EXHIBIT C-2 City oF Renton Falcon Ridge LIft Statfon Replacement and Force Main improvementr Fee Estimate DesaipUon Totni Hours Totai La6or Totat Subccnsultant Tota(Ecyense Total C.ost Task i P�edeslgn 88 $ 15,904 S 6,900 S 803 S 23,607 Task 2 permitting Assfstance(or Llh SWtlon im rovemenis 51 S 8,a21 S - $ 2ee $ 8,709 Task 3 Lift Statlon Design 501 S 79,365 $ - S 9.p13 $ 86,376 Task4 Spedficatlons 49 S 8,197 S S 309 S 6,506 Task 5 Services Duting Bidding and Award 34 S 5,066 $ - $ 635 $ 5,681 PROIECT TOTAL 723.`, $ 116,953 $ 6,90d $ 31,027 5 134,880 J.tDWtqEM5r0�20t 6Fakonqtlp��]vy FMlmpw�nwM��P9�_ENHIB�T G2_FEE_F�Is�R�0��5 R�(.1ac�n�rLLibm Vt22017 f 1�2i AM