Loading...
HomeMy WebLinkAboutContract � }� fi CAG-17-124 � CITY OF — �r�� �� �� � AGREEMENT FOR GENE COULON PARK FACILITY STRUCTURAL REPAIRS CAG-17- I a,�- THIS AGREEMENT, dated � / , is by and between the City of Renton (the "City"), a Washington municip I c rporation, and ("Consultant"), PND Engineers, Inc. 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 professional engineering design services as specified in Exhibit 'A', which is attached and incorporated herein and may hereinafter be referred to as the"Work." 2. Changes in Scope of Work: The City, without invalidating this Agreement, may order changes to the Work consisting of additions,deletions or modifications.Any such changes to the Work shall be ordered by the City in writing and the Compensation shall be equitably adjusted consistent with the rates set forth in Exhibit `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 Exhibit`A'.All Work shall be performed by no later than September 1, 2018. 4. Compensation: A. Amount. Total compensation to Consultant for Work provided pursuant to this Agreement shall not exceed $204,000.00, plus any applicable state and loca) 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 '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 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 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. 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 accordance with all reasonable and professional standards Page 2 of 10 - - _ _`�—ry -" ,_^j-� `�""' 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/orto 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 pravided 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 reco�ds are protected by court order.The provisions of this section shall survive the expiration or termination of this Agreement. 9. Independent Contractor Relationship: A. The Consultant is retained by the City only for the purposes and to the e�ent 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 Page 3 of SO - �-- {`��,G�, �t�f: �.i/ employee.The Consultant,not the City,shall have the power to control and direct the details, manner or means of Work. Specifically, but not by means of limitation, the Consultant shall have no obligation to work any particular hours or particular schedule, unless otherwise indicated in the Scope of Work or where scheduling of attendance or performance is mutually arranged due to the nature of the Work. Consultant shall retain the right to designate the means of performing the Work covered by this agreement, and the Consultant shall be entitled to employ other workers at such compensation and such other conditions as it may deem proper, provided, however, that any contract so made by the Consultant is to be paid by it alone, and that employing such workers, it is acting individually and not as an agent for the City. B. The City shall not be responsible for withholding or otherwise deducting federal income tax or Social Security or contributing to the State Industrial Insurance Program,or otherwise assuming the duties of an employer with respect to Consultant or any employee of the Consultant. C. If the Consultant is a sole proprietorship or if this Agreement is with an individual,the Consultant agrees to notify the City and complete any required form if the Consultant retired under a State of Washington retirement system and agrees to indemnify any losses the City may sustain through the Consultant's failure to do so. 10. Hold Harmless:The Consultant agrees to release, indemnify, defend, and hold harmless the City, elected officials, employees, officers, 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 negtigent acts, errors or omissions of the Consultant in its performance of this Agreement or a breach of this Agreement by Consultant, except for that portion of the claims caused by the City's sole negligence. Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115, (Validity of agreement to indemnify against liability for negligence relative to construction,alteration,improvement,etc.,of structure or improvement attached to real estate...)then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees and volunteers, Consultant's liability shall be only to the extent of Consultant's negligence. It is further specifically and expressly understood that the indemnification provided in this Agreement constitute Consultant's waiver of immunity under the Industrial Insurance Act, RCW Title 51, solely for the purposes of this indemnification. The Parties � Nf J _`_.(...,r � Page 4 of SO - i �f `,.'3i 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:/Irentonwa.�ov/business/defau It.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. Commercial general (iability insurance in the minimum amounts of $1,000,000 for each occurrence/$2,000,000 aggregate for the Term of this Agreement. B. In the event that Work delivered pursuant to this Agreement either directly or indirectly involve or require Professional Services, Professional Liability, Errors and Omissions coverage shall be provided with minimum limits of $1,000,000 per occurrence. "Professional Services", for the purpose of this section, shall mean any Work provided by a licensed professional or Work that requires a professional standard of care. C. Workers' compensation coverage, as required by the Industrial Insurance laws of the State of Washington,shall also be secured. D. Commercial Automobile Liability for owned,leased,hired or non-owned,leased,hired or non-owned, with minimum limits of $1,000,000 per occurrence combined single limit, if there will be any use of Consultant's vehicles on the City's Premises by or on behalf of the City, beyond normal commutes. 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 Page5of10 __..� .__ .ew`�,,` `��.l��.1-f� ...� irA� not be a source for payment of any Consultant liability, nor shall the maintenance of any insurance required by this Agreement be construed to limit the liability of Consultant to the coverage provided by such insurance or otherwise limit the City's recourse to any remedy available at law or in equity. F. Subject to the City's review and acceptance, a certificate of insurance showing the proper endorsements,shall be delivered to the City before performing the Work. G. Consultant shall provide the City with written notice of any policy cancellation,within two (2) business days of their receipt of such notice. 14. DelaYs: Consultant is not responsible for delays caused by factors beyond the Consultant's reasonable control. When such delays beyond the Consultant's reasonable control occur,the City agrees the Consultant is not responsible for damages, nor shall the Consultant be deemed to be in default of the Agreement. 15. Successors and 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,AS�A lohn 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: 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 �:Y .---___ Page 6 of 10 . __ �"'.''?.';;��� �=.:}.i'" � 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 wil) comply with City of Renton Council Resalution 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. 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. _ ...___ �......-- - _�i i �� ''� ii/ Page 7 of 10 - � � ' - F. Consultant is responsibie 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 Mana�ement. 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 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 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. 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. Page 8 of SO _._. _ '`n�' .:i_� r�. _�, V` H. Severabilitv. 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 aral or written, not incorporated are excluded. 1. 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. Assi�ns and Successors.The Parties each bind themselves, their partners,successors, assigns, and legal representatives to the other party to this Agreement, and to the partners, successors, assigns, and legal representatives of such other party with respect to all covenants of the Agreement. M. Waivers.All waivers shall be in writing and signed by the waiving party. Either party's failure to enforce any provision of this Agreement shall not be a waiver and shall not prevent either the City or Consultant from enforcing that provision or any other provision of this Agreement in the future. Waiver of breach of any provision of this Agreement shall not be deemed to be a waiver of any prior or subsequent breach unless it is expressly waived in writing. N. Counterparts. The Parties may execute this Agreement in any number of counterparts,each of which shall constitute an original,and all of which will together constitute this one Agreement. IN WITNESS WHEREOF,the Parties have voluntarily entered into this Agreement as of the date last signed by the Parties below. CITY OF ENTON CONSULTANT gv_ B v�. � Denis Law Jirr�Campbell, P . Mayor President Page 9 of 10 . _ ._ — "�.`�i,� r r�r� �✓' 3 � � �� � �d�� Date Date Attest , �(j� Jason A Seth City CI k Approved as to Legal Form ,, -�j.n.e �.�.-�,�,�---- Shane Moloney Renton City Attorney Contract Template Updated OS/02/2017 \``,```1�11\1111111111►���,' .� O F R E �• `.``,�y,,,,,,,,,,,,,,.,,,N,roy,,,, : x , .,, ; : = * = SEAL * = _ ,,'-., x .' � ; , ` : , o _ '��i Cp',������ii�n���������`����`�: '��������R�;E0,8EQ;;���`�. �:_�----'`'�' .;.� `�, � Page 10 of 10 ��� ������-����'�� GITY OF -----�'`Renton � Exhibit'A' Gene Coulon Memorial Beach Park Facility Structural Repair Scope of Work PND Engineers, Inc. will provide professional faciiity structura) repair design services for seven (7� structures in Gene Coulon Memorial Beach Park: 1. Ivar's Outdoor Deck 2. Day Moorage Float(Transient Float)adjacent to Ivar's 3. Boat Launch 4. South Waterwalk 5, Sailing Club Floats 6. Bulkhead Sloughing 7. Trestle Bridge Payment will be on a Time and Materials Basis with a Not-to-Exceed Value of Two Hundred Four Thousand Dollars{$204,000.00), which includes WSST. Reference PND's Proposal—Gene Coulon Park Facility Structura) Repairs, dated May 12, 2017. { Exhibit 'A' 0 � � ENGINEERS, INC. May 12,2017 PND No. 16S-146 Engineering Services: c.��-�t Leslie Betlach,Director F,�annia� Todd Black,Capital Project Coordinator s,�-eyln� Parks Planning&Natural Resources stru�n,ra� City of Renton ���,;t�,,,g 1055 South Grady Way fiydr�l�gy Renton,WA 98057-3232 Ueotechnical r.a��u��nm�nca� Subject: Coulon Park Facility Structural Repairs Proposal 'I"ranspor[ation Marine E�acilitie. Dear Leslie&Todd: Coastal Bngineering co�c��c ndm�n;.trac��,n The City of Renton has requested a proposal for design services by PND Engineers, consr��d�>n Nn�;�.supp�,rc Inc. (I'ND) for repair or replacement of elements associated with the following structures at Coulon Park in Renton: Offices: s�att�� • Ivar's Outdoor Deck »3�F��Un�,��-e�u�s • Day Moorage Float(Transient Float) adjacent to Ivar's Scattic,Washing[on 98134 • Boat Launch Phone:20G.62a.t387 � South Waterwa� � Sailing Club Floats Anchoragc 1506 West 3Gth Avenue • Bulkhead Sloughing • Tresde Brid e Anchrrrage,Alaska 995(13 g Phone:907.5G 1.101] These locarions are noted in Figures 1, 2 & 3, attached. Except for the bulkhead �,,,,eau sloughing,the items identified for repair or replacement are noted in the Gene Coulon �s�o clad�r i[wy,su�r�iix� Memorial Park Condirion Assessment Report by PND,dated July 2012.Sloughing of J„n�a,,,��IaS�a�»H�t the bulkhead was recently observed by Ciry staff.We propose to utilize Harbor Power i�h�>nE:�o�ss�.zo�3 Engineers to provide electrical design services and APS for survey services as required. PND has worked well together with this firm on many projects, including prior fi�„st�n assessments for the City of Renton at the subject faciliries. 1°4m T°"'°&c°°°t`y�'ay Proposed services proposed are summarized below. s��«zto 11��st�n,'re,as 77oza SCOPE OF WORK Phonc:832.930.4837 Task 1—Ivar's Outdoor Deck Framing Repairs Engineering www-.pndengineers.co m PND will provide design and construction support for repair or replacement of corroding steel deck framing and pile caps,replacement of e�cisting timber decking with light-penetrating decking and removal of the peruneter wave sl�irt, from both Ivar's deck and the North�Y/aterwalk,as required by the Aquatic Lands Lease with the Department of Natural Resources,and other associated items. Ta.rk lA —1�'ind/1�'ave Analy.ri.r PND will conduct environmental analysis using existing wind,wave,cuxrent and water level data and develop criteria for potential wave run-up,overtopping,and wave transmission beneath the North�Y�aterwalk and Ivar's deck after removal of the wave Page 2 May 12,2017 skirt,and design combinauons of incoming wave height,period and direction for the transient moorage float. The float is to be designed under Task 2.The wave skirt removal is part of Task 1. Wind data will be used to estimate hindcast wave heights using both desktop engineering calculation methods and the MIKE21 wave numerical model.The return period of extreme storm events,including wave height and period,will be calculated.Vessel wakes will also be discussed.MIKE21 is a regional spectral wave model suitable for modeling Uoth wind-wave generation and wave transmission over a relatively large area.MIKE21 will be applied to model an area approsimately 9 square miles to the north of the site,including bathymetry of the south Lake V�'ashington region. Ta.rk 1 B—De.rign PND will assemble construction documents consisting of dra�vings and specifications to repair or replace the timber deck and steel support beams at the Ivar's outdoor deck. Elements to be repaired or replaced consist of:timber decking,timber stringers,steel beams and the tops of steel piles. No repair or replacement will be made to concrete piles or concrete caps/beams.Detailed infortnation on beams to be repaired or replaced can be found in the aforementioned Ivar's Deck Framing Condition Assessment Report(PND,June 2016). The 2016 assessment was in response to a 2011 assessment which noted the existing steel beam were exhibiting surface corrosion and scale and should be recoated. The June 2016 assessment noted varying degrees of damage to the steel beams below the decl�,ranging from minor to severe.To determine repair options and associated construction and life cycle costs,analysis of the system utilizing current building codes will be completed.This analysis will assist in determining whether e�cisting beams are adequate to carry current design loads.A memo will be generated idenufying estimated construction costs,anticipated maintenance efforts and advantages/disadvantages. �Y�e assume that the timber decl�ing will be removed and replaced with grated decl;ing made of fiberglass or other materials.Tunber stringers will be replaced with steel stringers.The steel beams will be repaired or replaced and coated with a durable coating system.To produce a system of similar life span,the pile tops will be replaced or repaired to address corrosion observed during the June 2016 assessment.Additionally,per requirements in the lease agreement between the City and��lashington DNR,the existing perimeter wave skirt�vill be removed from both the Ivar's Deck area and the North Waterwalk. Ivar's Restaurant has previouslp been issued a permit to construct an outdoor grill.The grill will be located on the outdoor deck area.Design of frainixig members will account for the future grill to be installed on the deck.Should the future grill not be designated for installation,the supplemental framing will be removed from the design drawings at the direction of the City.The City will provide PND with informarion on the grill to incorporate into the design.PND will also wark with our sub-consultant,Harbor Power Engineers,to both secure eKisting electrical conduit that may not be adequately supported and provide conduit for future electrical needs.The City will provide PND with requirements for future electrical power and the required locations to place conduit to meet the City's needs. PND will generate 100%construcrion documents consisting of drawings,technical specifications,cost estimates and a calculation package suitable for building department review.Submittal packages will be provided to the City for review at the 30%,60%and 90%stages of design where comments may be genexated and incorporated into the subsequent submittal. � � � � � Page 3 May 12,2017 Ta�-k iC—BiddingAs.ri.rtance, Contrac7Admini.rtrationA.r.ri.rtanc•e, anclCon.rtru�tion Obe-ervatian After the fmal desi�m package is accepted by the Ciry,PND will provide the following assistance during bidding and construction for the Ivar's outdoor deck frainiiig repair: • Attendance at the pre-bid meeting by PND • Attendance at the pre-construction meeting by PND • Respond to requests for infortnation (RFPs) or addenda during the bidding and construction phases • Review of technical submittals required b5�the contract documents for general conformance • Site observation visits as necessary at the steel coating fabrication plant to ensure general conformance with the contract documents,two trips assumed • Biweel�ly site observarion visits,or as necessary-,to the project site to ensure general conformance with the contract documents,four total trips assumed • Additional visits requested by the City may be performed as addirional services • Review of Contractor's pay requests and change orders as necessary • Review of Contractar's record as-built drawings for general conformance Ta.rk 1—DeliUerable.r • Repair option assessment and recommendations memo(8.5x11 —PDF&Word) • Design drawings at 30%,60%,90°%and 100% (stamped)levels (11x17—PDF&CAD) • Technical specification outline at 60%design(8.5x11 —PDF&Word) • Technical specifications at 90%and 100%design (8.5x11 —PDF&Word) • Cost estimates at 30%,60%,90%,and 100%design(8.5a11 —PDF� • Stamped calculations for building department at 100%design (8.5x11 —PD� • Full-size,half size,and electronic set of bid plans and specifications (11x17&22x34—PDF� • Design Environmental Criteria Memo (8.5x11 —PDF&Vb'ord) Ta.rk 1—A�.rumption.r • All specific permitting related items are noted in Task 9. • Repair and replacement work will follow recommendauons noted in the June 2016 assessment unless additional analysis,as part of this scope of work,indicates otherwise. • An outdoar grill area will be installed on the outdoor deck in the future.The grill installation will not be part of the construction project.The City will provide PND information on the grill including,but not limited to,size and weight,etc. to incorporate into the design of the framing members. • Any modifications to die e�isting member sizes,layout,configuration,etc.will not result in addirional structural weight except where required for the proposed outdoor grill. • E�cisting electrical utilities not properly supported can be reattached without electrical engineering design required. � City will provide PND with desired electrical service requirements and preferred conduit locarions to meet the Ciry's needs.The City will provide desired conduit size which will be coordinated with the electrical engineer. • City will provide compiled review comments within three weeks for each of the 30%,60%and 90% submittals. • A review meeting will occur at the Citp following the 60% submittal,and again after the 90%. • Wind data will be drawn from and�vill be available from the nearest wind data sources such as airparts or buoys. • Extreme storm event data will be based on and generated from available wind data. � � � � � Page 4 May 12,2017 Task 1—Exclue-ion.r • Repair or replacement to concrete beams or concrete piles below Ivar's Restaurant. • Repairs or modifications to concrete bulkheads along the shore line. � Analysis of the eaisting piles for vertical,wind,seismic,or other loading. • Any upgrades to the esisting utiliries. Task 2—Transient Moorage Float Replacement Engineering This task consists of engineering design and bidding and construction phase support for replacement of the subject transient moorage Eloats,as described below. Ta.rk 2A—Preliminary Engineering This task will consist of developing die transient moorage float replacement design to a 30%level,including provisions for e�sting gangway�s. An existing survey,as provided by the City,locates approtiimately half of the e�sting moorage float system.We will team with APS Survey&Mapping to develop a supplemental survey as part of this scope to locate the remaining undocumented portion of the moorage float as well as the entirety of the North Waterwalk.The survey will consist of locating superstructure elements including,but not limited to,decking,gangways,gazebo,picnic floats,panel joints,light poles,railings,benches,fire systems,etc.,and will not include elements or terrain below the water surface.Additionally,a Design Criteria Memo will be developed to verify and document required environmental criteria such as��inds,wave,and wakes as well as structural criteria for the float. This will be documented in a memo to the City and will be the basis of design for the float.Task 2A Deliverables will consist of: • Attend one work session with City staff to discuss options and priorities • Provide Design Criteria Memo (8.Sx11 —PDF&Word) • Design drawings at 30%level design(11x17—PDF� • Cost Estimate at 30%level design (8.5x11 —PDF� Ta.rk 2B—Final De.rign, Plan.r,and Speczfi�ation.r This task includes the development of the construction plans and specifications for the transient moorage float replacement project after perniits are submitted.The construcrion project is anticipated to include demolition of the existing float and a performance specification for the new float. The brace connection to the e�sting North Waterwalk pier will be fiilly�designed as part of this scope. Etisting gangways will be reused with the new floats.Task 2B Deliverables will consist of: • Design drawings at 60%,90%and 100%levels (11x17—PDF&CAD) • Technical specificarion outline review at 60%design (8.Ss11 —PDF&Word) • Technical specifications at 90%and 100%design(8.5x11 —PDF&��Uord) • Cost estimate at 60%,90%and 100%design (8.5x11 —PD� • Stamped calculauons for building department at 100%if required(8.5x11 —PDF� • Full-size,half size,and electronic set of the bid plans&specifications (11s17&2?x34—PDF� Task 2C—BiddingA.r.ri.rtance, ContractAdminie�trationA.r.ri.rtanie, and Con.rtruc�tion Observation After the final design package is accepted by the City,PND will provide the following assistance during bidding and construction for the replacement floats.Task 2C Deliverables will consist of: • Attendance by PND at pre-bid meeting • Attendance by PND at pre-construction meeting � � � � � Page 5 May 12,2017 • Respond to requests for information (RFPs) or addenda during the bidding and construction phases • Review of technical submittals required by the contract documents for general confortnance � Site observation visits as necessary at the float fabrication plant to ensure general conformance with the contract documents,two trips assumed • Biweekly site observation visits,or as necessary,to the project site to ensure general conformance with the contract documents, four total trips assumed • Additional visits requested by�the City may be performed as addirional services • Review of Contractor's pay requests and change orders as necessary • Review of Contractor's record as-built drawings for general conformance Ta.rk 2—A.crumptions • All specific permitting related items are noted in Task 9. • City will make available for review and copj�ing any relevant existing data on the e�sting float system including:previous federal,state,and local permits,design drawings,as-built drawings and informarion for the e�sting gangways. • The City �vill provide project background information electronically in CAD, if available, format including mooring layout. • PND will review existing information for the site and deterinine if the information is adequate for preluninary engineering and perniitting efforts.Should additional information be required,the City will be notified and approval received prior to any additional expenditures. � All e�sting upland and in-water structures and uses have been previously pernutted bj� appropriate agencies. • City will provide compiled review comments within three weeks for each of the 30%,60% and 90% submittals. • One review meeting will occur at the CitS�following the 60% submittal,and again follo�ving the 90%. • Review comments that result in significant changes may result in addirional design services. • Existing North Waterwalk can support the replaced floats using the same connecrion type. • The float replacement will reflect the same footprint including slip length and number of slips as the existing floats. • No additional assessments of water depth,bathymetry surveys or slip configuration are included. Ta�-k 2—Exclu.rion.r • As-build dimensioning of existing float system. • Dredging or in-water excavation (if required) for the float replacement. • Geotechnical investigations (assume not required). • All float utility design;no utilities will be installed on the floats. Task 3—Steel Framing Inspection at Boat Launch Middle Fixed Pier PND will conduct an inspection of the steel support beams beneath covered(kiosk) area,including visual inspecrion and measurements of critical structural geometry and remaining member thicknesses at key locations to idenrify which members require corrosion repair or replacement and provide all field data necessary for repair design. A previous survey,documented in the aforementioned 2012 report,idenrified one member where the protecuve coaring was missing,damaged,or�vorn away�.As noted in recent survey s of other park facilities of � ` � � � Page 6 May 12,2017 similar construction,once protective coatings are worn away,corrosion and structural decay may excel at a faster rate.The scope for this task includes a condition assessment memorandum and key plan noting necessary repairs which can be used to generate repair drawings. Ta.rk 3—Deliverable.r • Condition Assessment letter report and key plan. Ta.rk 3—A,r.rumptions • City will remove deck boards for PND team to conduct inspecrion. • Additional surveys and/or evaluations beyond those outlined in this scope are not anticipated or included. Task 4—Boat Launch Repair Ta.rk 4A—Boat LQunc•b Do phin Pile.r and Middle Fixed Pier Framing Bepair De.rign For this task,PND will utilize information deterinined from the structural inspecrion in Task 4 to identify steel framing members at the boat launch middle fixed pier for repair or replacement. One beam was identified as needing repair in the July 2012 report.Addirional beams may have experienced reducUons in their protecrive coating since the previous inspecrion. Also noted in the July 2012 report was decay to the top of timber piles in the 3-pile dolphin.Repairs to the dolphin may include removal of damaged timber sections at the pile top,which pass through the connecrion point of the timber piles,and design of a new connection for the pile group. PND will assemble construction documents consisting of drawings and specifications to repair damaged steel framing and damaged timber piles as a result of loss of the protective coaung and fungal decay,respectively. Ta.rk-�B—BiddingA.r.ri�•tane•e, ContractAclmini.rtration A�:ri.rtance, and Con��trzrcYion Ob�ervation After the final design package is accepted by the Ciry,PND will provide the following assistance during bidding and construcrion for the boat launch repairs: • Attendance at the pre-bid meeting by PNll. • r�ttendance at the pre-construction meeting by PND. • Respond to requests for information(RFI's) or addenda during the bidding and consmxction phases. • Review of technical submittals required by the contract documents for general conformance. • Site observarion visits as necessary at the steel coating fabrication plant and on site to ensure general confortnance with the contract documents,two trips assumed. • Addirional visits requested by the Ciry may be performed as additional services. • Review of Contractor's pay requests and change orders as necessary. • Review of Contractor's record as-built drawings for general conformance. Ta,rk-�—Deliverable.r • Design drawings at 30%,60%,90%and 100%design stages (11x17—PDF&CAD) • Technical specification outline at 60%design (8.5s11 —PDF&Word) • Technical specificauons at 90%and 100%design stages (8.5x11 —PDF&Word) • Cost estimates at 30%,60%,90°io,and 100%design(8.SY11 —PD� • Full-size,half size,and electronic set of bid plans and specifications (11s17&22s34—PD� � � � � m Page 7 May 12,2017 Ta.rk 4—A.r,rumption.r • All specific perniitting related items are noted in Task 9. • Repair and replacement work will be similar to work on ivar's outdoor deck as noted in Task 1. Repair or replacement will follow recommendations noted in the June 2016 assessment unless additional analysis,as part of this scope of work,indicates otherwise. • Repair of the timber piles will follow recommendations noted in the July 2012 assessment. � Only modifications of steel beams and the 3-timber-pile dolphin are included in this scope of work. • The existing timber deck will be removed to access any steel beams requiring repair. • The eYisting timber deck will be reinstalled following repair to the steel beams. • Design of the timber pile dolphin repair will be intended for use on other timber pile dolpluns and will be an all-encompassing repair for anticipated future fungal damage to the tops of timber pile dolphins. • Ciry will provide compiled review comments within three weeks for each of the 30%,60%and 90% submittals. • One (1)review meering will occur at the City following the 60%and 90% submittals. Ta.rk-�—Ex�lu�-ions • Repair or replacement to structural elements not specifically identified in this scope of work,such as timber elements in the boat launch pier or replacement of the timber pile dolphin. • Analysis of the e�sting piles or structure for vertical,�uind or seismic loading unless the member has been identified for repair or replacement. • Any upgrades to the existing utiliries. Task 5—South Watenvalk Repair Ta�-k SA—South 1�'atenvalk Pile Cap Grout Kepair De.rign PND will assemble construcuon documents consisting of drawings and specifications to repair missing or damaged grout as identified in the previously noted Jul��2012 and June 2016 assessment reports.The missing grout is required to transfer forces between the�vaterwalk superstructure and the pile foundauon system.No repair or replacement will be made to the superstructure or substructure elements such as:beams,planks, decking or piles,etc.Detailed infortnarion on grout to be repaired or replaced can be found in the aforementioned assessment reports. Task SB—BiddingAssi.rtance, ContractAdmini.rtration A.r.ri.rtance,and Construition OG.rervation After the final design pacl�age is accepted by the City,PND will provide the following assistance during bidding and construcrion for the South Waterwalk grout repair: • Attendance at the pre-bid meeting by PND. • Attendance at the pre-construcrion meeting by�PND. • Respond to requests for information(RFPs) or addenda during the bidding and construction phases. • Review of technical submittals required by the contract documents for general conformance. • One (1) site observauon visit to ensure general conformance with the contract docuxnents. • Additional visits requested by the City may�be performed as additional services. • Review of Contractor's pay requests and change orders as necessary. • Review of Contractor's record as-built drawings for general conformance. � � � � � Page 8 May 12,2017 Ta.rk S—Deliverable.r • Design drawings at 30%,60%,90%and 100%level (11x17—PDF&CAD) � Technical specification outline at 60%design (8.5x11 —PDF&Vb'ord) • Technical specifications at 90%and 100%design level(8.5x11 —PDF&Word) • Cost estimates at 30%,60%,90%,and 100%design (8.Sx11 —PD� • Full-size,half size,and electronic set of bid plan and specifications (11x17&22x34—PDF� Ta,rk 5—A�.rumptione• • All specific permitting related items are noted in Task 9. • Repair and replacement work will follow recommendations noted in the July 2012 and June 2016 assessment unless addirional analysis,as part of this scope of work,indicates otherwise. • Only repair/replacement of grout is included in this scope of work. • Repairs may include removal of portions of existing grout to provide sound material for installation of replacement grout. • Cit��will provide compiled review comments within three weeks for each of the 30%,60%and 90% submittals. • One (1)review meeting will occur at the City�following the 60%and 90%submittals. Tae•k S—Exclusion.r • Repair or replacement to structural elements such as beams,planks,decl�ing or piles,etc. • Analysis of the esisting piles or structure for vertical,wind,seismic,or other loading. • Any upgrades to the existing utilities. Task 6—Sailing Club Float Repair Ta.rk 6A—Sailing Club Float Connec•tion�•Repair De�•ign For this task,PND will conduct a site visit to confirm information noted in the July 2012 assessment. Pending confirmation of the damaged float connection,PND will prepare construction documents consisting of drawings and specifications to repair the damaged connection and minimi7e vertical offsets creating trip hazards. Repair or replacement may be made to other structural elements near the damaged connection.The damaged connection may have exposed adjacent structural elements to the environment leading to accelerarion of wear or decaj�. Ta.rk 6B—BiddingA.csistance, Contruc•tAdmini.rtration A.rsi.rtan�e,and Con.rtruc�ion Observation After the fmal design package is accepted by the City�,PND will provide the following assistance during bidding and construction for the sailing club float repair: • Attendance at the pre-bid meeting by PND. • Attendance at the pre-construcrion meeting by PND. � Respond to requests for information(RFPs) or addenda during the bidding and construction phases. • Review of technical submittals required by the contract documents for general conformance. • One(1) site observation visit to ensure general conformance with the contract documents. • Addirional visits requested by the Ciry may be performed as additional services. • Review of Contractor's pay requests and change orders as necessary. � Review of Contractor's record as-built drawings for general conformance. � � � � � Page 9 May 12,2017 Ta��k 6—Deliverables • Design drawings at 60%and 100%design stages (11x17—PDF&CAD) • Technical specification outline at 60%design (8.5x11 —PDF&Word) • Technical specificarions at 90%and 100%design stages (8.5x11 —PDF&��ord) • Cost estimates at 30%,60%,90%,and 100%design (8.5x11 —PDF� • Full-size,half size,and electronic set of bid plans and specifications (11x17&22x34—PDF) Ta�-k 6—A.rsumption�- • Repair and replacement work will follow recommendations noted in the July�2012 assessment unless additional analysis,as part of this scope of work,indicates otherwise. • Only repair/replacement of the damaged connection and structural elements in immediate contact with the connection are included in this scope of work. • Design of the repaired connection will follow the original design. • City will provide compiled review comments within three weeks for each of the 30%,60%and 90% submittals. • One (1)review meeting will occur at the City following the 60%and 90%submittals. Ta��k 6—F.xclu��ion.r • Repair or replacement to structural elements not specifically identified in this scope of work. • Analysis of the ezcisting float for vertical,wind or seismic loading unless the member has been identified for repair or replacement. • Any upgrades to the e�sting utiliries. Task 7—Bulkhead Sloughing Ta.rk 7A—Bulkhead Sloughing Site Inve.rtigation e'�'Kepair Memo PND will conduct a site visit to observe locations of sloughing material behind the bull:head at two park bench locations adjacent to the turnaround at the north end of the park.PND will observe ground and grade conditions from behind the bulkhead and,if permissible,observe the bulkhead from the water side.Pending confirmarion of sloughing material,PND will provide an analysis and recommendarion memorandum.The memo will address condirion of the bulkhead,observed soil condirions,and potenrial causes.Addiuonally,PND will generate two repair oprions,short-term and long-term,with associated rough order magnitude costs and recommendarion.Oprions far repair will be identified based on condirion of bulkhead and anricipated remaining service life.Repair options and costs are intended to support the City in selecting a preferred repair. Ta.rk 7B—Bulkhead Sloughing Kepair De�-ign Pending selection of the preferred option from Task 7A,PND will prepare construcrion documents consisting of drawings and specifications to repair the sloughing of material behind the bulkhead.Repair options identified in Task 7A may include:removal and replacement of existing materials,installation of drainage system,installation of geotextile fabrics,replacement or addition of scour protection rock or boulders. Minor repair or replacement may be made to select elements of the bulkhead based upon observations during site visit. � � � � m Page 10 May 1 Z,2017 Tc�rk 7C—BiddingA.r.ri.rtance, ContracYAdmini.rtrationA.r.ri.rtance, and Conrtruc�ion OGe•eruation After the final design package is accepted by the City,PND will provide the following assistance during bidding and construction for the Trestle Bridge framing repair: • Attendance at the pre-bid meeting by PND • Attendance at the pre-construcrion meeting by PND • Respond to requests for informarion (RFI's) or addenda during the bidding and construction phases • Review of technical submittals required by the contract documents for general conformance � Two (2) site observation visits to ensure general conformance with the contract documents • Additional visits requested by the Ciry may be performed as additional services • Review of Contractor's pay requests and change orders as necessary • Review of Contractor's record as-built drawings for general conformance Task 7—Deliverable.r � Analysis and Recommendation Memo (8.5s11 —PDF&Ward) • Design drawings at 30%,60%,90%and 100%design stages (11x17—PDF&CAD) • Technical specification outline at 60%design (8.5x11 —PDF&�X/ord) • Technical specifications at 90%and 100%design stages (8.Sx11 —PDF&�X�ord) • Cost estimates at 30%,60%,90%,and 100%design(8.5x11 —PDF) • Full-size,half size,and electronic set of bid plans and specificarions (11x17&22�34—PDF� Ta.rk 7—As.rumption.r • All specific pern�itting related items are noted in Task 9. • City will provide all available existing documentarion for the bull�head and adjacent park areas. • Repair and replacement work will follow recommendations noted in the Analysis and Recommendations Memorandum. • Bulkhead repairs,should any be required,will be to portions of the bulkhead above the waterline. This does not include additional scour protection. • Only repair/replacement of sloughing bull�head material is included in this scope of work. • Repair work will be perforined within the vegetative strip behveen the bulkhead and pa�ed�valking path. • Park benches will be salvaged and stored for reuse. • City will provide compiled review comments within three weeks for each of the 30%,60%and 90% submittals. � One (1)review meeting will occur at the City following the 60%and 90%submittals. Tcuk 7—Exclu�•ion.r • Repair or replacement to items not explicid3�stated in this scope of wark. • Analysis of the e�sting bulkhead for vertical,horizontal,seismic,or other loading. • Any upgrades to the esisting utilities. • Major repairs of the bull�head,including but not limited to,replacement of main structural members ar entire bulkhead secrions.Additional bull�head repairs can be performed as additional services. � � � � m Page 11 May 12,2017 Task 8—Trestle Bridge Repair Tae•k SA—Tre.rtle Bridge Framing Ke�iair De,rign PND will conduct a site visit to confirm locations of damaged timber piles noted in the July 2012 assessment. Pending confirmation of damaged piles and any newly identified repair areas,PND will prepare construction documents consisting of drawings and specificarions to repair damaged or decaying timber piles and other timber elements identified during the site visit. In the June?012 report,several timber piles were idenufied as damaged due to fungal decay or other environmental means.Previous draft repair drawings,dated March 2014,were generated for the bridge.The concepts identified in these draft repair drawings will be expanded upon following verification of repair areas.Repair concepts include removal of damaged piles with installation of structural members to re-support e�sting framing.Repair or replacement may be made to other superstructure or substructure elements in contact with previously identified decayed members. Ta.rk 8B—BiddingA.r.ri.rtance, Contrac•tAdminie•tration A�.ri��tance, and Con.rtruc�tion Ob.rervation After the final design package is accepted by the City,PND will provide the following assistance during bidding and construction for the Trestle Bridge framing repair: • Attendance at the pre-bid meeting by PND • Attendance at the pre-construction meeting by PND • Respond to requests for informauon (RFPs) or addenda during the bidding and construction phases • Review of technical submittals required by�the contract documents for general conformance • One (1) site observarion visit to ensure general conformance with the contract documents • Additional visits requested by the City may be performed as addirional services • Review of Contractor's pay requests and change orders as necessary • Review of Contractor's record as-built drawings for general conformance Ta.rk 8—Deliverable.r • Design drawings at 30%,60%,90%and 100%design stages (11x17—PDF&CAD) • Technical specification outline at 60%design(8.5�:11 —PDF&Word) • Technical specifications at 90%and 100%design stages (8.5x11 —PDF&Word) • Cost estimates at 30%,60%,90%,and 100%design (8.5s11 —PDF� • Full-size,half size,and electronic set of bid plans and specifications (11a17&22s34—PDF� Ta.rk 8—As.rumptian.r • All specific permitting related items are noted in Task 9. • Repair and replacement work will follow recommendations noted in the July�2012 assessment unless additional analysis,as part of this scope of work,indicates otherwise. • Only repair/replacement of timber piles is included in this scope of work. • Pending the site verification,repairs may include removal/replacement of portions of esisting framing due to fungal decay in addiuon to removal of damaged timber piles. • City will provide compiled review comments within three weeks for each of the 30%,60%and 90% submittals. • One (1)review meering will occur at the City following the 60%and 90% submittals. � � � � m Page 12 May 12,2017 Ta.rk 8—Exclue�ion.r • Repair or replacement to structural elements not in iininediate contact with previously identified damaged piles. • Analysis of the existing piles or structure for vertical,�uind or seismic loading unless the member has been identified for repair or replacement. • Any upgrades to the existing utilities. Task 9—Permitting&Agency Coordination PND will contact the appropriate agencies to determine the most effective approach to permitting the replacement of the esisting floats,idenrify key personnel,introduce concepts,and determine initial agency concerns and anticipated hurdles.The following scope includes anticipated permitting elements. Pre-submittal Coordination: Coordination by PND will consist of project iniriarion with permit agencies and one site visit with agenry staff prior to applications submittal,if needed.PND will iniriate contact with the Ciry of Renton permit review staff,Tribes within their usual and accustomed areas,Washington Deparnnent of Fish &Wildlife (WDFV�,�Y�ashington Departinent of Natural Resources (DNR),Department of Ecology(DOE), and the U.S. Army Corps of Engineers (USACE) to introduce the project scope prior to submittal of applicarions.Agency specific concerns will be discussed and submittal requirements confirmed. Permit Application Preparation: • JARPA: o Complete JARPA and supporting documentarion as necessary for submittal of the JARPA package to the City of Renton,Tribes within their usual and accustomed areas,WDFW, USACE,DNR,and DOE. o A Programmatic Biological Evaluation (BE) o With pile removal, installauon of grated decking and re-installation of timber decl;ing, prepararion of a mitigation approach is included in this scope. • Land Use Permits: o Shoreline Exemption — PND �vill submit to the City of Renton for exemption from Shoreline review. This work constitutes "normal maintenance or repair of e�:isting structures or developments" under the Shoreline Management Act (RCW 90.58.030 (3)(e)(1)) and related rules,WAC 173.27.040. o SEPA Determinarion—The City of Renton is the SEPr�Lead Agency. Preparation of a SEPA checl�list is not included in this scope. Given the repair or replacement nature of dus scope,it is anticipated that this work is categorically exempt from SEPA review based on the criteria described in��'AC 197.11.800(3). • City of Renton Building Permits o Pending the nature of the repairs or replacement,building pernut may be required.Prepararion of the application package and response to plan check comments is included in this scope. Ta.rk 9—Deliuerable,r • Preluninary Design/Jr1RPA Permit Dra�vings (8.5x11 —PDF, � Draft and Fina1 Progranmiaric BE (8.5x11 —Hard Copy&PD� • JARPA for owner signature and complete copy�of submittal(8.5x11 —Hard Copy&PDF� � Originals of any and all final permits and leases obtained(8.5s11 —PDF� • Building Permit submittal package (11x17—Hard Copy 8c PD� � � � � � Page 13 May 12,2017 Ta.rk 9—A.r.rumption.r • The eXisting facility is located on land that is partially owned by the City and partially leased from DNR. A DNR lease (Aquatic Use Authorizations)is involved in the associated replacement. • No dredging or in-water excavation will be required far the float replacement. • The City is the SEPA Lead Agenc3r and an exemption is anticipated. • The Ciry will timely pay all permit review and application fees. • Any required mitigation for reuse of timber decking in Task 4 will be coordinated with elimination of timber decking in Task 1. • Respond to one round of JARPA review comments and update drawings.Addirional comments will be addressed on a time and materials basis outside of this fee estimate. • Any qualifying in-water wark for Tasks 1, 2, 5, 6, 7 will be completed between 11/16 and 12/31. Qualifying in-water wark far Task 9 cvill be completed between 7/16 and 12/31. Ta.rk 9—E�clu.rion.r • Mirigarion for impacts to aquatic habitat may require preparation of a Mitigation Plan.Tlus plan is not included in this scope of work. SCHEDULE Following appro��al of this proposal by the City 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 June 12,2017 Perniit Submittal Week of July 3,2017 30%Design ��G'eek of July 17,2017 60%Design Week of August 14,2017 90%Design Week of September 25,2017 Permit Receipt (4 months) Week of November 6,2017 100%Design VZ'eek of Novermber 20,?017 Bid Opening(4 weeks) Week of December 18,2017 Construcrion NTP (5 weeks) Week of January?2,?018 Final Complerion&Closeout (approx.7 months) Week of August 23,2018 � � � � m Page 14 May 12,2017 PROiECT FEE We proposed to complete this wark on a time and materials basis with a not-to-exceed value. 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 the project fees can be found in the attached Exhibit B. Task: 01 —Ivar's Outdoor Deck Framing Repairs $59,510 02—Transient Moorage Float Replacement $48,260 03—�Y�ind/Wave Analysis $4,780 04—Steel Framing Inspection $4,720 05—Boat Launch Repair $16,350 06—South Watenvalk Repair $10,850 07—Sailing Club Float Repair $10,560 08—Bulkhead Sloughing $22,460 09—Tresde Bridge Repair $14,680 10—Permitting&Agency Coorclination $5,610 Expenses $720 Subconsultants $5.500 Total Budget(not to exceed) $204,000 We look forward to performing this work for the City. If there are any questions regarding tlus proposal, please call any-time. Sincerely�, PND Engineers,Inc. � Seatde Office U�-- `+'[.�( l im C�m bell P`�.. o n R .E. 1 p � President nior n eer � � � � m Page 15 May 12,2017 Mr.Black � '7� w �-� .+ : � �r:C � �� ��� i�" �' � �i���+ , ...�` "1� t+ y �`tl�^ ��� t � � � �ti ,� ��°�' ,� � 4�;. � l ask 6 � = � =� ;,;� Sailing Club Float � � ��"�; �� '� � � ��� �y ,p _M I :. 47� ;�' ,� _ �.,' I� ��� ��` �..r � ?a �'+ Task 7 ���,�`,.�; ���,� . Bulkhead Sloughing ��� � � ��� �..��� ��� �, , � � ei fµ �F � �1 �h< ��a��F�� a. � � � �s �� �� ;'�'A� s�� �t !�� ` '� : ���, .. M.,' �3 � �; � �� � � . S, �,- #. � ,� ' .. �.� ���� ��� � '�'i�Mcx ,�� � Task 1 .� '`� °t ��..�. �.�' ,�� I�ar'� i)cck Rc�air �� �� �t : � .� �;,� T Y ia ' =4F � ..� � *r"r�'",# ,�� °�+ � �,p �# f Y'* �4�j ' 3�� L, b .�y/'�.. ��b.� w ; Task 2 %�&^ � Transient Moorage Float �_,r��` ,`����� � �� �_ ��:��� � r�"" � '�; �,,��'`"�c �� . . � ;, � ;s t� .:. ��` '�iE • � . : ,,,,� �t � � . .„,'�,� � � ��q ,t• '� #, . ` "„,4 gy ,�: =5 . . . . . . . *� Mr��►„' ��€ fii�,� +�_�a-, FIGURE 1 � � � � m Page 16 May 12,2017 Mr.Black " .°� �"�����P � �'� '�• ��� ��,;,, ,� , :«w; � �. � � � �. �. ,w � � �, � " • ;� �;, �'��-� � � ;Y. ���, �r, � � Task 3 & 4 Boat Launch Pier s�� �':� ��r=� � � ��� ���' ;i F. � •� .;�� �` ������ � �� � �, ,�•: �, +�" � ���� , I ask 5 �� � �# ����..�.� ��� �� � �;�Es ���uth Waterwalk ' �+ � �' � � �� ,n�,.� �s, ���s.����. ,� �. ,.x��. � fr � „ ����� z -.1� �`.', Sc � i�- .�� ' ��� t uj� r� � `/��,s�..`'`��� 'il � II -�_ ` .'6+� T � YF - `r X � '� �� �i"�.. ,�'�^M1:��� � �� � y^;4,� `�C °be t•�� p�, , E +�',R^� :y .�A d*. �Y <�d". F �`. ..c? ; c.� .+' ^ w � �W4 : �s4' ��'„����"�`. . �I"i"� ���. , d�t� �' '" � I � ' M .� +�` .�`; ' �, „ �: .� µ M t_;,awx �"' � .�» �'-. ws� .. � -. . FIGURE 2 o � � � � Page 17 May 12,2017 I�1r.Black . ��� �A� �! � �, �a� �� �,� � ��� � � r� � �•�.,.^� �'`, . •�: ,� ��"�,: �� � � � ` a � � � '� k `,;�i�-�'. ,.=„�..; ''�- ' �s.� ;w' '4" � ;,� � 7 �r �� . F �.�0 � i � � .K �_�: :}A z � a' � g, �V .o������ ,kzY �:. r �ic.� ��a '�,�h �%�- ��� � ��, r�a � x " ��;' : t �' `'!�.� � y �, , � � s � �` . l�ask 8 � �� ��' � � r �'� i Trestle Bridge ��� * '� � 4 � � f ,�• �� 4 ,. # ` . x��t ��. �'� „r�� �� ���� � � +� � '� � -.�y�,. �� ' �.� '4��9y, s � �` ��� 1 �� � +� y f�'� IF I �". ��.�X ��. i i�lll C . �� ` ��I . II I � �� ����II � }� �.� ,! • � � �� . � ��, ,- .�� �-�:�� i i�`�r-,�` ,*,- ";. FIGURE 3 � � � I I ( I � �, Grne Coulon Park Shuctural Repairs Exhibit B 165-146 City of Renton Pazks Planning Natural Resources Revised: 5/12/2017 LABOR: Task 1[cm Total Cabor No. Task(SwpcofServices) 5180 $I55 S13?� $115 $t10 SI00 5120 $I10 $125 S90 Hours Cos[ 1.0 Ivar's Ou[daor Detk Freming Repairs IA Preliminan�Design-Memo.Drawings.Cost Estimate 8 28 48 I6 lU0 $12,�00.00 I B Final U;sign-Dra�dngs,Specs,Cos[Es4mate 12 66 80 60 16 234 $28310.00 IC ConsWctionAdministra[ion 8 56 80 4 14R $IR,700.00 Subtotal 28 0 150 208 0 0 0 76 4 16 482 $59,5t0.00 2.0 Trensient Moarage Float Replacement 2A Preliminarc Dcsign-Mcmo,Dmtiings,Cost Estimatc 6 16 2S 16 62 $7,760.00 2B Final Dcsign-Drawings,Specs,Cos[Es[ima[e I2 44 bR 32 16 172 $20,RR0.00 2C ConsWctionAdministra[ion 8 56 88 4 156 $19,620.00 Subtotal 26 0 II6 180 0 0 0 48 4 16 390 518,260.00 3.0 Wind/WaveAnalysis 3 Design Environmental Gifiria Memo 2 4 32 4 42 $4 780.00 Subrotal 2 0 4 0 32 0 0 0 0 4 42 Si,780.00 4 0 Steel Framing Inspectian at Boat Launch 4 Site Visit&Condiuon Assessment RepoM1 16 20 4 40 $4J20 OU Subrotal 0 0 16 0 20 0 0 0 0 4 40 SS.720.00 5.0 Boat Launch Repair SA Design-Dra���ings,Specs,Cos[Esuma4: 4 30 36 l6 4 90 SI 1,030.00 �B Construction AdminisValion 2 16 20 4 42 $�.320.00 Subto[al 6 0 46 56 0 0 0 16 4 4 132 516,350.00 60 South Waterwalk Repair 6A Design-DraHings,Specs,Cos[Hstimate 3 l6 24 R 4 » $6 700 00 6B ConstructionAdministra[ion 2 16 12 2 32 $dJ?0.00 Sub[otal 5 0 32 36 0 0 0 8 2 4 87 510,850.00 7 0 Sailing Club Floa[Repair 7A Design-Dra�rings,Specs.Cos[Es[imate 3 16 24 12 4 59 $7.IdQ00 7B Contruction Administration 2 14 8 2 zb S�•4�0-�� Subtotal 5 0 30 32 0 0 0 12 2 4 SS $10,560.00 R.0 Bulkhead Sloughing 8A Design-Site V isit,Memo,Dra��ings,Specs,Cos[Estfmale 6 40 64 16 4 130 $15,960.00 RB ConsWc[ionAdminisVation 3 20 24 S SI S6S00.00 Subtotal 9 0 60 88 0 0 0 16 4 4 l87 522,460.00 Gene Coulon Park S[ruc[ural Repairs Exhibit B 165-146 Ciry�of Renton Parks Planning Natural Resources � Se�,o. i �r�,�� s��,o� s��f s��� ce„co� e�.a�o��,e��,� cAn 're�n�,�<�:,� 're�n���„� lingineer Hngineec Engineer F,ng�neerl �'nginee� Engineer ���en�isclll DesignerVl �7 IV Task Item �11 V III V III i'otal Labor No. Task(SeopeofServices) �I��i� XI�� 51-� till� '�Ilii Sl��i� SI'�i �;II�� SI'� F`��' Hou[s Cos[ 9.0 Trestle Bridge Repair 9A Dosign-Si[e Visit,Drawings,Specs,Cos[EsUmate 4 2A 36 I3 4 84 $10,320 00 96 Construction Administrafion 2 14 14 4 34 $A,360.00 Subtotal 6 0 42 50 0 0 0 12 4 4 118 514,680.00 10.0 Permit[ing&Agency Coordina[ion IOA IARPA 2 16 18 $2,190.00 10B Prograrnma[ic BE 2 8 10 $1130.00 lOC Coord�nanon 2 16 18 $2.190.00 Subto[al 0 0 6 0 0 0 40 0 0 0 46 55,610.00 TOTAL PND LABOR 2 0 20 0 52 0 0 0 0 8 82 5197,780.00 EXPENSES: Cost Espenses I[em Quan[iR 1! Unit per Uni[ MarkuD Cori � IA DesignReview 30 2 EA $�i3� Ll $3531 � 1 IC SiteVisit 30 8 EA 50.535 LI SI41.24 � 1 Reproducfion i0 20 EA SQU Ll SI65.00 '. 2A Work Scssion Si[e Visit 30 I EA $0.535 I.I $IZ66 � 2 2B Dcsign Review 30 2 EA $0535 1.1 $3531 � 2C Si[e Visi[ 30 8 EA $0.535 1.1 $l41 2J I 2 Reproducuon 50 20 EA 50.15 1.1 $165.00 I 4 4 Site Visit 30 I EA $0.535 1.1 §I6.05 ', SA DesignRevie�c 30 2 EA $0.�3i Ll §353t �I 5 58 Site Visit 30 4 EA $0.535 1.1 570.62 I 5 Reproduction 20 10 EA 50.15 1.1 533.00 � 6 6 SitaVisi[ 30 1 EA $O.SS IJ $17.66 ''i 7 7 Si[e Visit 30 1 EA $Q535 1.1 $17.66 '�. SA Site Visi[ 30 I EA 50.535 I.I $IZ66 li 8 8B Si[cVisi[ 30 2 EA TQ535 LI $3531 'i R Rcproducfion 20 10 EA $0.15 1.1 $33.00 I 9A Site Visit 30 1 EA $0.535 1.1 $IZ66 '�, 9 98 Site Visi[ 30 3 EA 50.535 I.I $52.97 9 Reproduc�on IU 10 EA $0.15 Ll $16.50 TOTAL E�PENSES 572258 Gene Coulon Park Shuctural Repairs Exhibit B 165-146 City of Renron Parks Planning Natural Resources Senior Seniur Senior titalf S�nlf 5enior Eneironmen�al CAD Technician Technician F.ngineer F:ngineec Engineer E,ngineer I Enginee� Gnynneer Scientis�[[I Uesi�,.ner Vl VI [V Task hcm Vtl V III V RI To[al Labor No. I`.i<�,IScaprutScrucc>l tilxn V6� �I�� till� till�� Sl��a $L'�� '�Il�i $L'� Svu Hours Cos[ SUBCONSULTANTS: SubconVact Subcon. Task Amount Markup Cost 2 0 APS Survep&Mapping $4.922.00 L t $i,41J.20 TOTAL SUBCONSULTANTS $S,SI410 Total-l.abor SI97,7R0.00 Total-Expenses $722.�8 Total-$ubconsultan[s $�,4I420 TOTAL- $203,916J8 Notes I Sc;c assumptions and scopc dated May 12,2017.