Loading...
HomeMy WebLinkAboutContract CAG-17-125 � cis�r oF � J�� ��� �� � AGREEMENT FOR BOARDING FLOAT DESIGN, RENTON BOATHOUSE THIS AGREEMENT, dated �LJ -I � is by and between the City of Renton (the "City"}, a Washington municipa) c rporation, and PND Engineers, Inc. ("Consultant"), a Washington corporation. The City and the Consultant are referred to collectively in this Agreement as the "Parties." Once fully executed by the Parties,this Agreement is effective as of the last date signed by both parties. 1. Scope of Work: Consultant agrees to provide engineering design, and bidding and construction phase support for demolition, repairs and installation of a new float. The existing north float will be removed and demolished. The existing south float will shift east and have supplemental floatation installed to account for necessary freeboard adjustment. The old south float will be connected, via a gangway, to a new float placed in the location of the old south float as specified in Exhibit 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 Exhibit A.All Work shall be performed by no later than January 1, 2018. 4. Compensation: A. Amount. Total compensation ta Consultant for Work provided pursuant to this Agreement shall not exceed $20,548.08, plus any applicable state and local sales taxes. Compensation shall be paid as a flat rate fixed sum based upon Work actually perforrned 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 Page 2 of 10 � 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 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). Professiona) 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 Cansultant 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 retentian 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. Cansultant 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 Page3of10 " . : ` `` � manner, uniess those records are protected by court order.The provisions of this section shall survive the expiration or termination of this Agreement. 9. Independent Contractor Relationship: A. The Consultant is retained by the City only for the purposes and to the extent set forth in this Agreement.The nature of the relationship between the Consultant and the City during the period of the Work shall be that of an independent contractor, not 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 negligent acts, errors or omissions of the Consultant in its performance of this Agreement or a breach of this Agreement by Consultant, except for that portion of the claims caused by the City's sole negligence. Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115, (Validity of agreement to indemnify against liability for negligence relative to construction,alteration,improvement,etc.,of structure or improvement attached to real estate...)then, in the event of liability for damages arising out of bodily injury to persons Page 4 of 10 ' ' ' '' """ 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 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. CitV of Renton Business License: The Consultant shall obtain a City of Renton Business License prior to performing any Work and maintain the business license in good standing throughout the term of this agreement with the City. Information regarding acquiring a city business license can be found at: http:J/rentonwa.�ov/business/default.aspx?id=548&mid=328. Information regarding State business licensing requirements can be found at: http:l/dor.wa.�ovlcontentldain�businesslre�istermvbusiness/ 13. Insurance: Consultant shall secure and maintain: A. Commercial general liability insurance in the minimum amounts of $1,000,000 for each occurrence/$2,000,000 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. Page5of10 - - -��_ . . , . . . '",r 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. E. Consultant shall name the City as an Additional Insured on its commercial general liability policy on a non-contributory primary basis. The City's insurance policies shall not be a source for payment of any Consultant liability, nor shall the maintenance of any insurance required by this Agreement be construed to limit the liability of Consultant to the coverage provided by such insurance or otherwise limit the City's recourse to any remedy available at law or in equity. F. Subject to the City's review and acceptance, a certificate of insurance showing the proper endorsements, shall be delivered to the City before performing the Work. G. Consultant shall provide the City with written notice of any policy cancellation,within two (2) business days of their receipt of such notice. 14. 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 partyj,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 Robert Ebert John Rupp 1055 South Grady Way 1736 Fourth Ave. S Renton,WA 98057 Seattle, WA 98134 Phone: (425)430-6602 Phone: (206) 624-1387 rebert@rentonwa.gov jrupp@pndengineers.com Page 6 of 10 �- ' ' ` � 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 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 Page 7 of 10 - . _ _. . -� - - .. `r'' Consultant employs,sub-contracts,or otherwise assigns the responsibility to perform the Work, said employee/sub-contractor/assignee will acquire and or maintain such training, licensing, or certification. E. This is a non-exclusive agreement and Consultant is free to provide his/her Work to other entities,so long as there is no interruption or interference with the provision of Work called for in this Agreement. F. Consultant is responsible for his/her own insurance, including, but not limited to health insurance. G. Consultant is responsible for his/her own Worker's Compensa.tion 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 Robert Ebert. 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. 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 Page 8 of 10 - - � '- `�+ 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. 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 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. 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 ar any other provision of this Agreement in the future. Waiver of breach of any provision of this Agreement shall not be deemed to be a waiver of any prior or subsequent breach unless it is expressly waived in writing. N. Counterparts. The Parties may execute this Agreement in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Page 9 of 10 - - - - -�tY .- , ,�=�l � 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 r By: B Kelly Beym r 1i Campbell Administrator Pr ident �C ���/'j � '`�l'�dt"� Date Date Approved as to Lega) Form ��� ����"'�� Shane Moloney Renton City Attorney Contract Template Updated OS/30/2017 Page 10 of 10 -- '� � . . ` :� EXHIBIT A � � 0 EN(,It�I:L;R5, ilri(;. June6,2017 PND No. 17S-141 Engineering Services: RobeYt El�ert,Capital Project Coordinator �'v'1 Facilities Division Planning Cit��of Renton s�,•�yinR 1055 South Urady Way st""c�t Renton,WA 98057-3232 Pernutting xydroio�,� Subject: Cedar River Rowing Club Float Replacement c��te�h��a� Design and Construction Support Proposal Em�ronmental Transpottation Dear Robert: blarine Faciliries Coastal Engineering The City of Renton has re9uested a proposal for design senrices by PND Engineers, Contract Administration Ine. (1'ND) for repair and replacement of boarding floats at the Cedar River Consuvction Engr.Support Boathouse in Renton. ofs�eg: The floats identified for repair or replacement are noted in the Cedar Kiver Boatl�ou.re Condition A.rsessment report by PND, dated July 2016 (PND 2016). The north float is Seattle slated for demoliuon while the e:usting south float will be reused in conjunction�vith 1736 Fourth Avenue S a new south float. See Figure 1 —Site Plan for float locations. Seattle,Washington 98134 Phone:206.624.1387 SCOPE OF WORK Anchorage �so��we5c 3�ct�aVonu� �e proposed work consists of engineering design,and bidding and construction Anchoragc,Alaska 99503 phase support for demolition,repairs and installation of a new float.T'he e;usung Phone:907.567.101] north float will be removed and demolished.The e�sting south float will be shifted east and have supplemental floatation installed to account for necessary freeboard adjustment.The old south float will be connected,via a new gangway,to a new float juneau placed in the locarion of the old south float. Specifie tasks to accomplish the project 9360 Glacier Hwp,s�ice t oo are further described below. )uneau,Alaska 9980] Phone:907.586.2093 Task 1—Design Criteria Memo xousc�n T�s task will consist of developing a Design Criteria Memo to verify and document ]0497 Town&Countn�Way required structural and environmental criteria such as winds,waves,and wakes,and swte 2�0 �1'rovide the basis of design for the floats.Task 1 Deliverables will consist of: Houston,Te�cas 77024 Phonc:832.930.4837 • I'rovide Design Criteria Memo (8.Sx11 —PDF&Word) Task 2—Alternatives Analysis This task will consist of developing an alternatives analysis for the float construcrion material.The analysis will consider three materials: timber,aluminurn,and concrete. Costs,advantages and disadvantages will be analyzed and presented in an Alternatives Analysis Matrix to the City.Task 2 Deliverables will consist of: � Provide Alternatives Analysis (8.Sx11 —PDF&Word) wtvw.pndengineets.com Page 2 June 6,2017 Task 3—Boarding Float Replacement Et�gineering Task 3A—Final De.rign,Plans,and Specification.c This task includes the development of the construcuon plans and specifications for the boarding float replacement project.The construction project is anticipated to include demolirion of the e�cisting north float and a performance specificarion for the new south float and repairs to the existing south float.The 6race connecuon of the new float to the e�usting pier will be fully designed as part of this scope,including repair to the connecrions at the pier as idenufied in PND 2016.The e�sting gangway will be reused with the new float and a new gangway/bridge will connect the existing south float,moved to the east,to the new south float. Task 3A Deliverables will consist of: , • Design drawings at 60%,90%and 100%levels (11a17—PDF&CAD at 100%) • Technical specification outline review at 60%design (8.5x11 —PDF&Word) • Technical specificativns at 90%and 100%design(8.5x11 —PDF&Word) • Cost estimate at 60%,90%and 100%design(8.5a11 —PDF) • Stamped calculations for building department at 100%if required(8.5x11 —PDF) • Full-size,half size,and electronic set of the bid plans&specifications (11x17&22x34—PD� Task 3B—BiddingAssi.rtance, ContractAdrrrinirtration A.ui.rtance, and Corutn�ctzon Ob.reruation 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 3B Deliverables will consist of: • Attendance by PND at pre-bid meeting. • Attendance by PND at pre-construction meeting. • Respond to requests far information(RFPs) or addenda during the bidding and construction phases. • Review of technical submittals required by the contract documents for general conformance including performance specification of the float design. � Site obsen�arion visits as necessary at the float fabricarion plant to ensure general conformance with the contract documents,one trip assumed. • Biweekly site observation visits,or as necessary,to the project site to ensure general conformance with the contract docutnents,two total trips assumed. • Additional�risits 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. ASSUMPTIONS • All permitring has been completed by others. • Cit��will make available for re�riew and cop5�ing any relevant exisring data on the existing float system including:previous federal,state,and local pernuts,design drawings,as-built drawings and information for the existing gangways. • The Ciry will provide project backg,round information electronically in CAD,if available. • Ail existing upland and in-water structures and uses have been previouslq pernutted by appropriate agencies. • Cit�� will provide compiled review comments within one week for each of the 60% and 90% submittals. • One review meeting will occur at the Ciry following the 60%submittal,and again following the 90%. • Review comments that result in significant changes may result in additional design services. � Existing pier can support the shifted e�sting float and new float using the same connection rype. • The float replacement will be approximatelp 15 feet wide by 65 feet long. � 1 � � � Page 3 June 6,2017 EXCLUSIONS � As-built dimensioning of es:isting float system. • Dredging or in-water excavation (if required) for the float replacement. • Geotechnical investigarions (assume not required). � All float utiliry design;no utilities will be installed on the floats. • Addirional assessments of water depth or bathymetry surveys. SCHEDULE Following approval of this proposal by the Ciry of Renton,PND agrees to perform the above-described services and to diligently pursue the project and make every reasonable effort to finish all items in a timel}� manner. The following is a proposed schedule for the project.PND will refine this schedule based on further discussion vaith the City. Notice to Proceed Week of June 19,2017 Design Criteria& Alternauves Analysis Week of June 26,2017 60%Design Week of July 17,2017 90%Design V��eek of August 14,2017 100%Design Week of August 28,2017 Bid Opening(4 weeks) Week of September 25,2017 Construction NTP (5 weeks) Week of October 30,2017 Fina1 Completion&Closeout(approx.3 months) Week of January 29,2018 PROJECT FEE We propose to complete this work on a time and expenses basis with a not-to-exceed value of$20,548.08. PND will use our standard rate schedule to invoice cvsts for labor. Costs for expenses will be billed at cost plus 10 percent mark-up.A detailed breakdown of the project fees can be found in the attached Fee Schedule. We look forward to performing this work for the Cit}T. If there are any questions regarding this proposal, please call anytime. Sincerelg, PND Fngineers,Inc. � Seatrle Office � �r l im(. m t7c11, P`f�.. n R .E. .I n , President enior En neer � � � � � Page 4 June 6,2017 Existing North Float Cedar River Boathouse , �� .;. t. . ^�'�; �s �5 u �`T",w,...;,.�n.,T�iwa.„o`„„ � r*�.,. ��_ �� „ �p, ,�^', �+ta. �„�� . . .. . ..u, i ,.n..,�p:,» -�nt . �?7 s. �'cy,��� 41NI��*1 1� � �+ r ^��, �R ,;;.� �� '�"a x` ,...�,.�.•.�� � ---�.^..� it j'il� �f i`it t � r ��'s �^ �, '�'�it d, _ �i i I �V� d � r ��, �, 5 � _...._. . r r -. . _._ - - � _ _, ''�' s.. � '"„L'� ?:.o-.,, ���� Existing South Float ~ � "�� ��--- ' ��; � _ � � "��-» . � _ __ .:. , : _N �. � , .w.��.�.._..__ � a .�..,,._ ��� ��� �� r ,,,. , � � � � Proposed New � `` . ' Location of Existing �� ; $"� � h' y+�"" ; � South Float -�� �'� , . - �. ,� ��. .,- ..� ..._ . : �, . . , �.a �� m i�; a• �i il�: �� ��'�"���� ���� �" �a „ v ,� ,, z (,� ��� ; l,� ,� ..,� .,...,,� . , � ���� `'.� --::„ �� � ,� . � �� :—, �>. � _ .. < , r < � � „�"��a m'"� �s � . . . � . . . .. _.w-- € , _ . _>, ..:> ,-,,,_; . _.�. ._ . _ . , ,. .,; a ,_,y;. ' k.- �,�m.�� .�..�..,-- :�___. . ..�.:��," ..... . .. � �.�� . FIGURL+' 1—Site Plan , � � � � � Cedar River Boathouse Float Replacement Fee Schedule 175-141 City of Renton Facilities Division Revised: 6/6/2017 LABOR: &eni� Seoiar $miac. . �6t � fi . � Tedtinidan $�+� � � � �t Task Item VTI 'V II�,. ��� V` �� 'GZ � Total Labor No. Task(ScopeofServices) $190 $160 �140 $120 $115 $125 5115 $130 $0 $0 Hours Cost 1.0 Design Criteria Memo 1 Memo 2 4 6 $940.00 Subtotal 2 0 4 0 0 0 0 0 0 0 6 5940.00 2.0 Alternatives Analysis 2 Matysis 4 12 16 $2,440.00 Subtotal 4 0 t2 0 0 0 0 0 0 0 16 $2,440.00 3.0 Transient Moorage Float Replacement 3A Design-Drawings,Specifications&Cost Estimate S 24 32 20 84 $11,020.00 3B Construction Administration 4 24 16 44 $6,040.00 Subtotal 12 0 48 48 0 0 20 0 0 0 128 $17,060.00 TOTAL PND LABOR 18 0 64 48 0 0 20 0 0 0 150 S20,440.00 EXPENSES: Cost Expenses Itern Quantity # Unit per Unit Matrkup Cost 3A Design Review(mileage) 30 2 EA $0.535 1.1 $35.31 3B Site Visit(mileage) 30 3 EA $0.535 1.1 $52.9? 3 Reproducaon 12 ]0 EA $0.15 1.1 $19.80 TOTAL EXPENSES $108.08 SUBCONSULTANTS: Subcontract Subcon. Task Amount Mazkup Cost l.l $0,00 TOTAL SUBCONSULTANTS $p,pp Total-Labor $20,440.00 Total-Expenses $108.08 Total-Subconsultants $0.00 TOTAl.- 520,548.08 Notes: 1 See assumptions and scope dated June 06,2017. � � � 1 � f:tic;E�!t�:tiRS, I�c:. PND ENGINEERS, INC. STANDARD RATE SCHEDULE EFFECTIVE MAY 2017 Hourly Rate Professional: Senior Engineer VII �190.00 Senior Engineer VI $175.00 Senior Engineer V �160.00 Senior Engineer IV �150.00 Senior Engineer III �140.00 Senior Engineer II �130.00 Senior Engineer I $120.00 Staff Engineer V $115.00 Staff Engineer IV $110.00 Staff Engineer III $105.00 Staff Engineer II �95.00 Staff Engineer I �90.00 Environmental Scicntist VI �170.00 Environmental Scientist V �155.00 Environmental Scientist N $140.00 Environmental Scientist III $125.00 Environmental Scientist II $110.00 Environmental Scientist I $95.00 GIS Specialist $95.00 Surve�ors: Senior Land Surveyor III $125.00 Senior Land Surveyar II $115.00 Senior Land Surveyor I $105.00 Technicians: Technician VI $130.00 Technician V $115.00 Technician IV �95.00 Technician III �85.00 Technician II $75.00 Technician I �50.00 CAD Designer VI �115.00 CAD Designer V $105.00 CAD Designer IV $90.00 . CAD Designer III $75.00