Loading...
HomeMy WebLinkAboutContract CAG-17-105 � CiTY UF —�� �� ��� � AGREEMENT FOR THE GENE COULON PARK FACILITY CONDITION ASSESSMENT CAG-17- 1 �5 THIS AGREEMENT, dated $� �, is by and between the City of Renton (the "City"j, a Washington municipa) cor o tion, and PND Engineers, Inc. ("ConsultanY'), to provide professianal facility condition assessment services for 17 structures at Gene Coulon Memorial Beach Park. 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 all material and labor necessary to perform all work as specified in Attachment A,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 A 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 Attachment A.All Work shall be performed by no later than November 1, 2017. 4. Compensation: A. Amount. Total compensation to Consultant for Work provided pursuant to this Agreement shall not exceed $97,600.00, 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 Attachment A. The Consultant agrees that any hourly or flat rate charged by it for its Work shall remain locked at the negotiated rate(sj unless otherwise agreed to in writing or provided in Attachment A. 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 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 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 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. Page 2 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, Bride 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: Page 3 of 10 � 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 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 camplete any required forrn 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,irnprovement,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, employees and volunteers, Consultant's liability shall be only to the extent of Consultant's negligence. Page 4 of 10 � It 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 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://rentonwa.�ovlbusiness{default.aspx?id=548&mid=328. Information regarding State business licensing requirements can be found at: http://dor.wa.�ov/content/doin�business/re�istermvbusiness/ 13. Insurance: Consultant shall secure and maintain: A. Commercia) genera) 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 (imits 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. Page 5 of 10 �;:► E. Consultant shal) name the City as an Additional Insured on its commercial general {iability 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. 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 responsible 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, 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 Todd Black, ASLA John Rupp, P.E. 1055 South Grady Way PND Engineers, Inc. Renton,WA 98057 1736 Fourth Avenue S Phone: (425)430-6571 Phone: 206-624-1387 tblack@rentonwa.gov jrupp@pndengineers.com Fax: (425) 430-6603 17. Discrimination Prohibited: Except to the extent permitted by a bona fide occupational qualification,the Consultant agrees as follows: 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. 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 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 Consultant. B. General Administration and Management. The City's project manager is Todd Black, ASLA.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. Governin� Law. This Agreement shall be made in and shall be governed by and interpreted in accordance with the (aws 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. loint Draftin� 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. 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. 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 A�reement. 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-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 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. Assigns and Successors.The Parties each�er�tse��'b�33';�ttti`�ir�a"�ers,��cessors, assigns, and legal representatives to the other par�"'ty 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 sh�ll��ot 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 ar�y.�rior. pr 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 RENTON CONSULTANT By: B . L^^ Denis Law Jim Campbell, .E. Mayor President 5���r�I `'�' K' Z° �� Date Date Attest • 5 Jas A. Seth C' Clerk Approved as to Legal Form „�d�1s.� 4��" '�".��� Shane Moloney Renton City Attorney ContractTemplate Updated OS/02/2017 ``����{11NIItt1����� .���;`� �F RE j:''� `,.�` ``���,,,,,,,,,����,,,H�py,�, _ ,� '�- = = * = SEAL = * " : : = - y ,, 7c ,+ ., : , .' �; ''���iC�R /�������wu�a��`��` b�``�`� �,����ApRA 1Ep+S�Q`````�� Ya: Page 10 of 10 CITY OF -----�'"`Renton � Attachment'A' Gene Coulon Park Facility Condition Assessment Scope of Work PND Engineers, Inc. will provide professional facility condition assessment services for 17 structures in Gene Coulon Memorial Beach Park: 1. Bird Island Bridge 2. South Beach Waterwalk& Pilings 3. South Log Boom/Pilings 4. John's Creek Bridge S. Boat Ramp Piers 6. Bulkhead 7. Pavilion & Understructure 8. Ivar's & Kidd Valley Structural Piles 9. North Beach Waterwalk, Pilings& Picnic Floats 10. North Beach Shelter/Stairs/Understructure 11.Trestle Bridge 12. Zig Zag Bridge 13. Fishing Pier 14. Kennydale Creek Bridge 15. North Log Boom/Pilings 16. Sailing Club Bulkhead, Pier& Float 17. North Beach Log Embankment Payment will be on a Time and Materials Basis with a Not-to-Exceed Value of Ninety- Seven Thousand Six Hundred Dollars ($97,600.00), which includes WSST. Reference PND's Proposal—Gene Coulon Park—Facility Condition Assessment, dated April 27, 2017. � � � ENGINEERS, INC:. Apri127,2017 PND No. 17S-118 Engineering Services: ���.�t Todd Black,Capital Project Coordinator Planning Parks Planning&Natural Resources Sun•eying City of Renton str.�,�t„r� 1055 South Grady Way P�,.n„c�;,,� Renton,WA 98057-3232 fIydrology cE�rE�ha��a� Subject: Gene Coulon Park—Facility Condition Assessment Proposal h'm�ironmental 'I'ransportation Dear Todd: Marine['acilities coa5ca�F�n��n�Erin� The City of Renton has requested a proposal for structural assessment services by �:oncra�c nda,�n�saad�n PND Engineers, Inc. (I'ND) for 17 structures at Gene Coulon Memorial Park in c�nsrru�u���i:n�.supp�rc Renton.The assessment is an update of a previous assessment conducted by PND in July 2012 (PND 2012). The intent of this assessment is to benchmark the condirion ot�`e8: of these structures and to identify any immediate,short-,or long-term repairs required. seacd� The following structures are included in the assessment and are located as shown in ]73G Fourth Avenue S Exhibit A(Structure Locations�: Scatdc,Washing[on 98134 Pi,�,ne:2o�.r�?a.t3s� 1) Bird Island Bridge 2) South Beach Waterwalk&Pilings Anchorage 3) South Log Boom/Pilings 150G West 3Gth Avenue Anchorage,Alaska 99503 4� John's Creek Bridge Yi,��ne:��o�s��.toi� 5) Boat Ramp Piers 6) Bulkhead funeau 7) Pavilion&Understructure �3��o c���er il�y�-,s��ct ti� g) Ivar's&Kid Valley Structural Piles �un�a�,��as�:a�<��ol 9) North Beach Waterwalk,Pilings&Picnic Floats rh��nE:��o�ss�.zo�3 10) North Beach Shelter/Stairs/Understructure 11) Trestle Bridge Ei�U�c�„ 12) Zig Zag Bridge 10497'1'own&Country Way 13) Fishing Pier su�r�ztn 14) Kennydale Creek Bridge I Iouston,l'e�as 77024 15) North Log Boom/Pilings Phone:832.930.4837 16) Sailing Club Bulkhead,Pier and Float 1� North Beach Log Embankment www.pndengineers.com SCOPE OF WORK PND will meet with Parks Planning&Natural Resources (PPNR) staff to review known concerns and idenrify any special conditions at the Park.Part of this review will include gathering information from the Ciry on repairs completed from previously idenrified items (PND 2012).PND will utilize the same appraisal form as was used during the 2012 assessment to maintain continuity of the data collecuon.After review of informarion with PPNR staff,PND will modify,if appropriate,its inspection efforts and begin its assessment. Page 2 April 27,2017 Mr.Black Site investigations will be performed to confirm the condirion of each structure above and below water.PND will perform a visual inspection of the structures above water,while also coardinating underwater site investigarions with our sub-consultant,Echelon Engineering,to determine conditions of the structures below water.All structural assessments will be performed following the industsy accepted American Society of Civil Engineers (ASCE)manual for Waterfront Facilities Inspection and Assessment(Manua12015).Above the water level,Level I assessments will be conducted and below the water level,Levels I,II&III will be conducted.These levels are further described below: Level I Assessment A Level I Assessment includes a structural assessment sheet and a photo log.These structural assessment sheets and photo logs will be organized and incorporated into binders as the first step of the chronological observation of each facility.Assessment sheets may then be utilized for input into a Work Management System(�Y1MS)where work orders or other tracking measures may be unplemented.This report will become the basis of future appraisal ratings of each facility.As part of the completion of this task,PND will provide recommendations for further action,specific to the fmdings at each structure. Level II Assessment A Level II Assessment includes a more detailed assessment.The objecrive is to identify and detect damaged or deteriorated areas that may be hidden by surface bio-fouling,coatings or corrosion.Assessments for this level t��pically include fewer areas,but are more detailed.This level of assessment typically focuses on areas of weal�ness,connecrions,attachment points or welds. Level III Assessment A Level III Assessment includes a more detailed assessment.Like a Level II,even fewer areas,typically the areas of most concern,are assessed.This level includes nondestructive or minimally destrucuve testing to detect hidden damage. Often,Level III Assessments include coating thickness measurements,base material thicknesses and may be conducted utilizing ultrasonic,coring or boring,and physical sampling. At the completion of the Level I for above water assessments,the City shall review the provided information and identify any addirional levels of inspecrion required at that time.Such inspecrions could include capacity calculations,documentarion of quanuties required for repair,cost estimates for repair,etc.This addirional work is beyond the scope of work for this project,but may be negotiated as required. Upon complerion of the assessments,Rough Order Magnitude (RON� cost estimates will be generated for all items recommended for repair or replacement.The ROM cost estimate will be correlated to the report which will have repair or replacement items prioritized.For all items recommended Eor repair or replacement, quanuties will be deterinined during the assessment such that cost estimates may be generated. Each facility will have a cost estimate breakdown and a cost estimate summary will also be provided.The ROM cost estimate will be provided as a report append�. DELIVERABLES All intermediate deliverables will be provided in Word&PDF formats.All final deliverables will be provided in PDF format. • Facilities Condition Assessment Report Draft&Final � � � � m Page 3 Apri127,2017 Mr.Black ASSUMPTIONS The following assumptions are considered for this project: • Only assessments are included in this scope of work.Repair of facilities,if required,will be noted in the report,but�vill be addressed under a separate scope of work. • Only structural elements will be included as part of the assessment. • Load ratings have not changed.Additional load ratings may be performed at the direcrion of the City should assessments detertnuie a new rating be required. • Ciry will provide compiled review comments within three weeks of the Draft Report. SCHEDULE Following approval of this proposal by the Ciry of Renton,PND agrees to perform the above-described services and to diligendy pursue the project and make every reasonable effort to finish all items in a timely manner.The following is a proposed schedule for the project.PND will refine this schedule based on further discussion with the City. General Notice to Proceed Week of May 1,2017 Structural Assessments Week of May 8,2017 Dive Surveys Starting on Week of May 22,2017 Draft Report July 28,2017 Fina1 Report August 25,2017 PROJECT FEE We proposed to complete this work on a time and materials basis with a not-to-exceed value of$97,600. PND will use our standard rate schedule to invoice costs for labor. Costs for expenses and sub-consultant work will be billed at cost plus 10 percent mark-up.A detailed breakdown of our fees can be found in the attached Exhibit B. We look forward to perforining this work for the City. If there are any questions regarding this proposal, please call anytixne. Sincerely, PND Engineers,Inc. � Seattle Office Ih-- "Y'�✓ � � Jim mpbell,P+E. n R .E. President nior n ' eer � � � � � EXHIBIT A Gene Coulon Memorial Park(South) ' ��� �. �� �s �4 ,�� 7. Pavilion&Understructure ��. �� :3� � �;�+? � � �r �,';,u� a> � ,.� 6.Bulkhead , ,�;�.. � ,���w,�"��..;, „�°' '�' � :� v.�. ' �� � � �� 5. Boat Ramp Piers �.� ^�� �.� � � � .�� � .�� � d 3 ,y����4s��i �v��+� ���"�"4v �S � � ��x � 4.John's Creek Bridge ��, * �, ��3� ,�-<.. � i'"*.�.�r�$w:r k. Y� ' sg"b '. 3.South Beach Waterwalk ��� ���`�� � ��ik �� 9. r, , �,;. �j0� Ii s ���*� �; li I t: �.�; v � „ , w` ^ � } , �� < � �, 2.South Log Boom&Pilings ` � ' , r�„ ..� . �. , ;'��r q �°' , � �� ; �: � �` =ti � �A� f� �4�_�j � . `� � x '�' �..R 1. Bird Isiand Bridge � �� '� �'�� � ^ �.1��r - 5, • Page 1 of 3 . y�.., �._. EXHIBIT A Gene Coulon Memorial Park(Middle) City of Renton � 16. Sailing Club Bulkhead, -� Pier&Float , � �,�'` . �a� '.,��� "' '� 17. North Bulkhead �� �;, � ` � . �� ':� k �� `I ". u,�p' � a� � � 15.North Log Boom &Pilings :��� �,:, g � Y�� 4 e. � �� �Y �n � ,::�..��. � 10.North Beach Shelter, ` �'� ' .. Stairs&Understructure x �:-�- 9.North Beach Waterwalk ;:� 8.Deck Structure Below .'` '����a'�'+ �'f+ �''` 3 Ivar's&Kidd Valley � � . �."� �";�' NIC-Day Moorage Floats � #i� . Page 2 of 3 EXHIBIT A Gene Coulon Memorial Park(North End) City of Renton � � "*'"� "" � ��:� �.;' *� ��� .� °� � �< � -� 14.Kennydale Creek � � � . �' �� �� '�� Bridge ���� � � ' � ^* f � 13. Fishing Pier � � '�� 1 �� `�� '� � : °.* �� ���� r , • 12.Zig Zag Bridge �� , r� ;� ��^ � � �� ,"�^.� � ,.," .�'s �, �� � � �� ° _�.. �� ��� �.� �R � i I 15.North Log Boom ��� &Pilings '' t� � ,;. :� � y#� �a�,� .�+1< :�� ���� � � '��. ��, 3�'-, `� ��4 ,i .� :, ,, 11.Trestle Bridge ,w�-�: � ��� �� � � � �` �`� � ' a -� �� �• � Page 3 of 3 r e.h�na e PROJECT TITLE:City nf Rcmm�-Gene Caulnn Park-Facilih Condition Assnsment Revis�'. 4/27/2017 CUEIVT:CRY OF RENTOIV PARKS PLANNLYC AIVD NAiURAL RESOURCES WBOR: ian����1�.nRVli ��r1�.��R url:n�; i�.ii�K� ���r1:n�11�..RI�:nAll'���..!(I:��R11 I:n�ir (:AU Tc�M1IV 'f.�.l�ll TasA Item n'�� n'1° L^'��� �.�,��,�v n..��,m.,v I�,wl Lal�r No. Task(Scupeof5uviws) y'Y� - Sii- '6I,� ill� �'i�� ii=�� .���,. 4'�� Il,n�r� Cost 10 MaplewnndCw�IfCoune - KicAuFl�&Prepera�on 2 4 4 10 SI,40000 I RirdlslandBndge I 3 3 7 $960.00 2 SouNBeachWa�erwalY. 1 3 7 7 $YG000 3 Soulh Log Baom/Piling I 3 3 7 5960 00 4 Jnhn's CreeA Bndge 1 i 3 7 $960.00 5 Boat Ramp Pirrs I i i 7 $9fi0.00 6 Bull:head 1 3 3 7 $960.00 7 Pavilion&IlndrrsWCWre � i 3 7 $960.00 8 Ivar's�Kid Valley SWCNraI Piles - - . 0 $0 00 9 NunhAeuchWa�erwalk 1 3 3 7 $96000 10 N.B<ach5hcller/Slaus/Und��strucmre 1 3 3 '7 5960.00 11 TrcstleBndge I 3 3 7 $9fi000 12 Z�g Zag Bridge 1 3 3 7 T960 00 13 FishingPier 1 3 3 7 $960.W 14 KcnnydalcCacABndge 1 3 ; 7 5960_00 IS NnnhLogM�umPilings - - - 0 SO00 16 SailingCl�bBW4J�ead,Pier,Float I 3 3 7 596000 17 NoM Bcach Lo@ Embankme�[ i i 3 7 $9fi0.00 - Rep�M1 16 JA SB 50 198 $21,880.00 Subtotal 3J 0 93 0 137 0 0 0 0 511 11 313 33Y,fitl11.IN1 TOTAL PMD LABOR 3} II Y3 U U7 0 0 0 0 511 0 }�3 539,6811.IIU EXPENSES: Cost P_�prnses Item puanhtv Trips Unit per Unit MerAup Cost 1 Travel-Mileage 3t 8 EA 50.535 I.I $14124 I Mlsalncidentals I X tA S20 I.I $17600 TOTAL EXPENSES SJ171J SUBCONSULTANTS: S�bw�trau� SuM'on. Amoun� Markuo Cost I Echelnn $i2.311110 1.1 S57.SJ2.10 TOTAL SUBCOIVSULTAMTS S57,SJ2.10 T��lal-Lab�r Si9 bN(1.1)fl TuW-Eapenses $t 1'114 "Cuful-Subclm�ulmnLs Si7,542.10 TOTAL- 5')7,53Y.3J Nutcs: 1 See assumptinns anJ scope dated Apn127,2017.