Loading...
HomeMy WebLinkAboutContractMASTER PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING SERVICES AS NEEDED THIS AGREEMENT, dated for reference purposes only as July 25, 2022, is by and between the City of Renton (the “City”), a Washington municipal corporation, and DOWL, LLC (“Consultant”), a Washington limited liability company. 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 non-exclusive on-call supporting engineering services as specified in Exhibit A, which is attached and incorporated herein and may hereinafter be referred to as the “Work.” Specific Work to be assigned by an ON- CALL TASK ADDENDUM as set forth in Exhibit D. 2.Changes in Scope of Work: The City, without invalidating this Agreement, may order changes to the Work consisting of additions, deletions or modifications. Any such changes to the Work shall be ordered by the City in writing and the Compensation shall be equitably adjusted consistent with the rates set forth in Exhibit B or as otherwise mutually agreed by the Parties. 3.Time of Performance: Contractor shall commence performance of the Agreement no later than 30 days calendar days after the Agreement’s Effective Date. All Work shall be initiated by no later than August 31, 2025. 4. Compensation: A. Amount. Total compensation to Consultant for Work provided for all ON-CALL TASK ADDENDUMS cumulatively pursuant to this Agreement shall not exceed $250,000, plus any applicable state and local sales taxes. Compensation shall be paid as a flat rate fixed sum based upon Work actually performed according to the rate(s) or amounts specified in Exhibit B. The Work to be ordered as needed per individual ON- CALL TASK ADDENDUM, and there is no guaranteed minimum amount to be paid under this Agreement. The Consultant agrees that any hourly or flat rate charged by it for its Work shall remain locked at the negotiated rate(s) unless otherwise agreed to in writing or provided in Exhibit B. Except as specifically provided herein, the Consultant shall be solely responsible for payment of any taxes imposed as a result of the performance and payment of this Agreement. CAG-22-345 PAGE 2 OF 10 B.Method of Payment. On a monthly or no less than quarterly basis during any quarter in which Work is performed, the Consultant shall submit a voucher or invoice in a form specified by the City, including a description of what Work has been performed, the name of the personnel performing such Work, and any hourly labor charge rate for such personnel. The Consultant shall also submit a final bill upon completion of all Work. Payment shall be made by the City for Work performed within thirty (30) calendar days after receipt and approval by the appropriate City representative of the voucher or invoice. If the Consultant’s performance does not meet the requirements of this Agreement, the Consultant will correct or modify its performance to comply with the Agreement. The City may withhold payment for work that does not meet the requirements of this Agreement. C.Effect of Payment. 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 3 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.Representations And Right To Use Work Product: Consultant represents that Consultant will perform all Work identified in this Agreement in a professional manner using that degree of care and skill ordinarily exercised under the same conditions by professionals practicing in the same field, at the same time and in same or similar locality, and in accordance with all reasonable and professional standards and laws. Compliance with professional standards includes, as applicable, performing the Work in compliance with applicable City standards or guidelines (e.g. design criteria and Standard Plans for Road, Bridge and Municipal Construction). Professional engineers shall certify engineering plans, specifications, plats, and reports, as applicable, pursuant to RCW 18.43.070. Consultant further represents that all final work product created for and delivered to the City pursuant to this Agreement shall be the original work of the Consultant and free from any intellectual property encumbrance which would restrict the City from using the work product. Consultant grants to the City a non-exclusive, perpetual right and license to use, reproduce, distribute, adapt, modify, and display all final work product produced pursuant to this Agreement. The City’s or other’s adaptation, modification or use of the final work products other than for the purposes of this Agreement shall be without liability to the Consultant. The provisions of this section shall survive the expiration or termination of this Agreement. 7.Record Maintenance: The Consultant shall maintain accounts and records, which properly reflect all direct and indirect costs expended and Work provided in the performance of this Agreement and retain such records for as long as may be required by applicable Washington State records retention laws, but in any event no less than six years after the termination of this Agreement. The Consultant agrees to provide access to and copies of any records related to this Agreement as required by the City to audit expenditures and charges and/or to comply with the Washington State Public Records Act (Chapter 42.56 RCW). The provisions of this section shall survive the expiration or termination of this Agreement. 8.Public Records Compliance: To the full extent the City determines necessary to comply with the Washington State Public Records Act, Consultant shall make a due diligent search of all records in its possession or control relating to this Agreement and the Work, including, but not limited to, e-mail, correspondence, notes, saved telephone messages, recordings, photos, or drawings and provide them to the City for production. In the event Consultant believes said records need to be protected from disclosure, it may, at Consultant’s own expense, seek judicial protection. Consultant shall indemnify, defend, and hold harmless the City for all costs, including attorneys’ fees, attendant to any claim or litigation related to a Public Records Act request for which Consultant has responsive records and for which Consultant has withheld records or information contained therein, PAGE 4 OF 10 or not provided them to the City in a timely manner. Consultant shall produce for distribution any and all records responsive to the Public Records Act request in a timely manner, unless those records are protected by court order. The provisions of this section shall survive the expiration or termination of this Agreement. 9.Independent Contractor Relationship: 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, and hold harmless the City, its 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 negligence. Consultant’s defense obligations under this indemnity paragraph means only the reimbursement of reasonable defense costs to the proportionate extent of Consultant’s actual liability obligation hereunder. PAGE 5 OF 10 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 have mutually negotiated and agreed to this waiver. The provisions of this section shall survive the expiration or termination of this Agreement. 11.Gifts and Conflicts: The City’s Code of Ethics and Washington State law prohibit City employees from soliciting, accepting, or receiving any gift, gratuity or favor from any person, firm or corporation involved in a contract or transaction. To ensure compliance with the City’s Code of Ethics and state law, the Consultant shall not give a gift of any kind to City employees or officials. Consultant also confirms that Consultant does not have a business interest or a close family relationship with any City officer or employee who was, is, or will be involved in selecting the Consultant, negotiating or administering this Agreement, or evaluating the Consultant’s performance of the Work. 12.City of Renton Business License: The Consultant shall obtain a City of Renton Business License prior to performing any Work and maintain the business license in good standing throughout the term of this agreement with the City. Information regarding acquiring a city business license can be found at: http://www.rentonwa.gov/cms/One.aspx?portalId=7922741&pageId=9824882 Information regarding State business licensing requirements can be found at: http://dor.wa.gov/doing-business/register-my-business 13. Insurance: Consultant shall secure and maintain: A.Commercial general liability insurance in the minimum amounts of $1,000,000 for each occurrence/$2,000,000 aggregate for the Term of this Agreement. B.In the event that Work delivered pursuant to this Agreement either directly or indirectly involve or require Professional Services, Professional Liability, Errors and Omissions coverage shall be provided with minimum limits of $1,000,000 per PAGE 6 OF 10 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 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 Assigns: Neither the City nor the Consultant shall assign, transfer or encumber any rights, duties or interests accruing from this Agreement without the written consent of the other. 16.Notices: Any notice required under this Agreement will be in writing, addressed to the appropriate party at the address which appears below (as modified in writing from time to time by such party), and given personally, by registered or certified mail, return receipt requested, or by nationally recognized overnight courier service. Time period for notices shall be deemed to have commenced upon the date of receipt. 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. PAGE 7 OF 10 CITY OF RENTON William Adams, PE 1055 South Grady Way Renton, WA 98057 Phone: (206) 775-6862 wadams@rentonwa.gov CONSULTANT Wes Holden 8410 154th Ave NE Ste 120 Redmond, WA 98053 Phone: (425) 869-2670 wholden@dowl.com 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. PAGE 8 OF 10 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. F.Consultant is responsible for his/her own insurance, including, but not limited to health insurance. G.Consultant is responsible for his/her own Worker’s Compensation coverage as well as that for any persons employed by the Consultant. 19.Other Provisions: A.Approval Authority. Each individual executing this Agreement on behalf of the City and Consultant represents and warrants that such individuals are duly authorized to execute and deliver this Agreement on behalf of the City or Consultant. B.General Administration and Management. The City’s project manager is William Adams. 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. PAGE 9 OF 10 E.Governing Law. This Agreement shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington and the City of Renton. Consultant and all of the Consultant’s employees shall perform the Work in accordance with all applicable federal, state, county and city laws, codes and ordinances. F.Joint Drafting Effort. This Agreement shall be considered for all purposes as prepared by the joint efforts of the Parties and shall not be construed against one party or the other as a result of the preparation, substitution, submission or other event of negotiation, drafting or execution. G.Jurisdiction and Venue. Any lawsuit or legal action brought by any party to enforce or interpret this Agreement or any of its terms or covenants shall be brought in the King County Superior Court for the State of Washington at the Maleng Regional Justice Center in Kent, King County, Washington, or its replacement or successor. Consultant hereby expressly consents to the personal and exclusive jurisdiction and venue of such court even if Consultant is a foreign corporation not registered with the State of Washington. H.Severability. A court of competent jurisdiction’s determination that any provision or part of this Agreement is illegal or unenforceable shall not cancel or invalidate the remainder of this Agreement, which shall remain in full force and effect. I.Sole and Entire Agreement. This Agreement contains the entire agreement of the Parties and any representations or understandings, whether oral or written, not incorporated are excluded. J.Time is of the Essence. Time is of the essence of this Agreement and each and all of its provisions in which performance is a factor. Adherence to completion dates set forth in the description of the Work is essential to the Consultant’s performance of this Agreement. K. Third-Party Beneficiaries. Nothing in this Agreement is intended to, nor shall be construed to give any rights or benefits in the Agreement to anyone other than the Parties, and all duties and responsibilities undertaken pursuant to this Agreement will be for the sole and exclusive benefit of the Parties and no one else. L.Binding Effect. The Parties each bind themselves, their partners, successors, assigns, and legal representatives to the other party to this Agreement, and to the partners, successors, assigns, and legal representatives of such other party with respect to all covenants of the Agreement. 10/20/2022Approved by Alex Tuttle via 7/28/2022 email Page 1 of 4 PUBLIC WORKS DEPARTMENT AIRPORT DIVISION REQUEST FOR QUALIFICATIONS PROFESSIONAL SERVICES A&E ON-CALL The City of Renton’s Airport Division (Airport) is soliciting statements of qualifications for Architectural and Engineering (A&E) Professional Services for the scope of work listed below. The Airport is seeking consultants with expertise in civil design, construction management, and project management, with offices located in the State of Washington and licensed to do business in the State of Washington. Interested consultants must submit Statements of Qualifications (SOQ) as outlined below. Scope of Work The Renton Municipal Airport requires professional, technical, and advisory services as part of its Airport Capital Improvement Program. Projects may include but are not limited to: • Pavement design o Repair of various areas of pavement failure o Pavement markings • Civil engineering • Architectural engineering • Geotechnical exploration, analysis, and reporting • Security system upgrade design and cost estimation o Wildlife management upgrade and design • Surveying • Aircraft hangar renovation design • Existing airfield fire hydrant system analysis • Cost estimating • Grant writing • ACIP development • Long range planning • Sound study • Environmental engineering feasibility and design • Airspace/sighting study review TERPS • Legal description writing • Project estimates • Plan review • Constructability review • Administrative services • DBE program development • Project management • Small project engineering including design, construction drawings, permitting, and writing of special provisions. Such small projects may include, but are not limited to structures, drainage studies, drainage pipes and structures, airfield lighting, airfield pavement. Information to be provided in State of Qualifications (SOQ) In addition to the items listed below, submittals from consulting firms and/or individuals must Page 2 of 4 include the firm name and main phone number; name and e‐mail address for Principal‐in‐Charge and Project Manager; disciplines provided by the firm and total number of employees within Washington State. Similar information shall be provided for any sub‐consultants. A Submittal Information Form must be completed and attached to the SOQ for the prime consultant and each sub‐consultant (if any). Failure to include a Submittal Information Form will not be evaluated. Refer to WSDOT Local Agency Guidelines, Chapter 31, Appendix 31.92(a) and (b) for the forms. Evaluation Criteria Team: (20 points, max.) The following information must be provided for each team member proposed to provide services to the Airport. 1. Name, current title with firm and the firm’s primary office location 2. Total years of experience in industry, total years of experience with firm 3. Credentials, training certificates 4. Position proposed for the project and availability in 2022‐2025 Project Experience: (40 points total, max.) The firm and team members must have demonstrated experience in FAA/FEMA grant funded and airport related projects that have been completed in the State of Washington, within the past five (5) years. Provide a list of no more than three (3) projects that demonstrate the team members’ capabilities. Provide a brief description for each project, along with a brief summary of the role(s) each team member had in the project(s). Projects should only be included if one or more team members, especially resident engineer(s) and documentation specialist(s), contributed to the project. Projects describe the firm contributed to the project, without team members specified will receive no points. Project Delivery: (10 points, max) For each project listed in the “Project Experience” section above, provide the following information: 1. Successful bid amount and final cost of construction. If the final construction cost was not within the successful bid amount, provide a brief explanation. 2. List the number of working days specified in the original construction contract and actual number of working days utilized upon completion. If the of number of working days differ, provide a brief explanation for the difference. Working knowledge of Advisory Circulars and FAA rules and regulations: (10 points, max) Describe the team members’ experience with FAA rules and regulations, Advisory Circulars, FAA Grant Assurances, and Part 77 Airspace. Completeness and Clarity of SOQ: (20 points, max) The SOQ must contain all of the required information, organized in a clear manner on a maximum of twelve (12) single‐sided pages or less, excluding covers, section dividers, cover letter (single page), resumes and “Submittal Information Form(s)”. The font shall be no smaller than 11‐point. Page 3 of 4 In addition, a brochure describing the firm may accompany the SOQ and will not be counted as part of the twelve (12) pages. Consultant Evaluation and Selection Process After the SOQs have been evaluated, the highest ranked firm(s) will be asked to submit a list of references and may be interviewed. All firms submitting SOQs will be notified in writing as to their status in the selection process. Final selection of the most qualified firm will be made primarily upon the written SOQs and interview(s). The City will notify the selected firm in writing, meet with the consultant to reach a complete and mutual understanding of the scope of services, and begin contract negotiations based on the level of effort deemed appropriate for the project. If a satisfactory contract cannot be negotiated, the City will terminate the negotiations with that firm and attempt to negotiate a contract with the next most qualified firm. The process will continue until an agreement is reached or the search is terminated. Submittal Please submit an electronic version of the SOQ in PDF format and write “RE: A&E On-Call Professional Services – Renton Municipal Airport” in the subject line to William Adams via e‐mail at wadams@rentonwa.gov. Submittals are due no later than 4:00 p.m. (PST) on Monday, March 21, 2022. No submittals will be accepted after that date and time. No outside visitors, including UPS and FedEx delivery, are allowed directly onto the 5th Floor at City Hall due to COVID‐19 regulations. Faxed and mailed submittals will not be accepted. Any questions regarding the submittal process and/or the technical aspects of the project should be e‐ mailed to William Adams at wadams@rentonwa.gov. Please write the RFQ title in the subject line. Any questions submitted within three (3) business days of the submittal deadline may not be addressed. Americans with Disabilities Act (ADA) Information The City of Renton in accordance with Section 504 of the Rehabilitation Act (Section 504) and the Americans with Disabilities Act (ADA), commits to nondiscrimination on the basis of disability, in all of its programs and activities. This material can be made available in an alternate format by emailing William Adams at wadams@rentonwa.gov . Title VI Statement The City of Renton in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d‐4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. Page 4 of 4 Terms and Conditions The City may, at its sole discretion, cancel this Request for Qualifications (RFQ), issue a new RFQ, reject any or all Statements of Qualifications (SOQs), seek or obtain data from any source that has the potential to improve the understanding and evaluation of the responses to this RFQ, seek and receive clarifications to an SOQ and waive any deficiencies, irregularities or technicalities in considering and evaluating the SOQ’s. This RFQ does not commit the City to enter into a contract. The City assumes no obligations, responsibilities and liabilities, fiscal or otherwise, to reimburse all or part of the costs incurred by the parties responding to this RFQ. All such costs shall be borne solely by each Submitter. Materials submitted in response to this competitive process shall become the property of the City and will not be returned. All submittals are deemed public records as defined in RCW 42.56. Jason Seth, MMC City Clerk Published: Daily Journal of Commerce February 28, 2022 1 | Page WASHINGTON FEE SCHEDULE Personnel Billing Rates Description Rate Description Rate Accounting Manager $170 Engineer V $175 Accounting Technician $105 Engineer VI $195 Administrative Assistant $100 Engineer VII $205 Administrative Manager $110 Engineer VIII $215 Biologist I $115 Engineer X $265 Biologist II $125 Engineering Technician I $90 Biologist III $135 Engineering Technician II $105 Biologist IV $145 Engineering Technician III $120 Biologist V $190 Engineering Technician IV $130 CAD Drafter I $90 Engineering Technician V $145 CAD Drafter II $105 Engineering Technician VI $160 CAD Drafter III $115 Environmental Specialist I $105 CAD Drafter IV $125 Environmental Specialist II $120 CAD Drafter V $135 Environmental Specialist III $125 Civil and Transportation Designer $110 Environmental Specialist IV $150 Contract Administrator I $145 Environmental Specialist IX $230 Contract Administrator II $170 Environmental Specialist V $165 Corporate Development Manager $205 Environmental Specialist VI $180 Crew Chief I $105 Environmental Specialist VII $195 Crew Chief II $115 Environmental Specialist VIII $210 Crew Chief III $120 Environmental Specialist X $250 Crew Chief IV $130 Field Project Representative I $100 Crew Chief V $140 Field Project Representative II $110 Cultural Resources Specialist I $105 Field Project Representative III $140 Cultural Resources Specialist II $125 Field Project Representative IV $155 Cultural Resources Specialist III $130 Geologist I $120 Cultural Resources Specialist IV $165 Geologist II $130 Cultural Resources Specialist V $180 Geologist III $145 Document Production Supervisor $135 Geologist IV $160 Engineer I $120 Geologist V $190 Engineer II $130 GIS Coordinator $155 Engineer III $150 GIS Manager $165 Engineer IV $165 GIS Specialist $105 Engineer IX $235 GIS Technician $90 Effective May 27, 2022 Until Further Notice 2 | Page Graphics Designer $135 Professional Land Surveyor VII $160 Intern I $75 Professional Land Surveyor VIII $170 Intern II $90 Professional Land Surveyor X $205 Laboratory Manager $110 Professional Land Surveyor XI $220 Laboratory Supervisor $90 Project Administrator $120 Landscape Architect I $115 Project Assistant I $100 Landscape Architect II $130 Project Assistant II $115 Landscape Architect III $145 Project Controller $150 Landscape Architect IV $160 Project Manager I $145 Landscape Architect V $175 Project Manager II $160 Landscape Architect VI $185 Project Manager III $175 Landscape Architect VII $195 Project Manager IV $190 Landscape Designer $100 Project Manager V $205 Landscape Planner $120 Project Manager VI $220 Lead Materials Technician $100 Project Manager VII $235 Marketing & Administrative Manager $205 Proposal Manager $125 Marketing Assistant $90 Public Involvement Assistant $100 Marketing Coordinator $115 Public Involvement Coordinator $140 Materials Manager $115 Public Involvement Planner $120 Materials Technician $80 Public Involvement Program Manager $185 Materials Technician II $90 Real Estate Services Manager $165 One-Person Survey Crew $145 Right of Way Agent I $110 One-Person Survey Crew GPS/Robotics $165 Right of Way Agent II $125 Planner I $105 Right of Way Agent III $140 Planner II $130 Right of Way Agent IV $155 Planner III $140 Right of Way Agent V $170 Planner IV $160 Right of Way Agent VI $200 Planner IX $225 Right of Way Assistant $100 Planner V $175 Risk Manager $185 Planner VI $185 Senior CAD Drafter $155 Planner VII $195 Senior Civil and Transportation Designer $155 Planner VIII $210 Senior Manager I $225 Planner X $265 Senior Manager II $245 Planning Technician $95 Senior Manager III $255 Professional Land Surveyor I $105 Senior Manager IV $290 Professional Land Surveyor II $115 Senior Manager V $300 Professional Land Surveyor III $125 Senior Manager VI $320 Professional Land Surveyor IV $135 Senior Materials Technician $100 Professional Land Surveyor IX $195 Senior Proposal Manager $185 Professional Land Surveyor V $145 Survey Crew Surveyor I $75 Professional Land Surveyor VI $150 Survey Crew Surveyor II $85 Effective May 27, 2022 Until Further Notice 3 | Page Survey Crew Surveyor III $95 Survey Technician IX $155 Survey Crew Surveyor IV $105 Survey Technician V $105 Survey Crew Surveyor V $115 Survey Technician VI $115 Survey Technician -- Supervisor $140 Survey Technician VII $130 Survey Technician I $75 Survey Technician VIII $140 Survey Technician II $80 Systems Administrator $140 Survey Technician III $85 Technical Coordinator $165 Survey Technician IV $100 Survey Crews Three-Person Survey Crew =$285 Two-Person Survey Crew =$200 Two-Person Survey Crew (PLS + LSIT)=$245 Two-Person Survey Crew GPS/Robotics =$210 Two-Person Survey Crew w/o GPS/Robotics =$200 Travel, Mileage, & Miscellaneous Vehicle Usage - Passenger Cars =0.85/mile Vehicle Usage - Trucks & SUVs =1.05/mile Printing/Supplies/Phone/Fax/Postage =Note 3 In-House Usage Charges =Note 4 Per Diem Notes Effective May 27, 2022 Until Further Notice Unless otherwise specified contractually, per diem will be billed when travel is more than 50 miles from the office during a meal allowance period of three or more consecutive hours or involves an overngiht stay. The three meal allowance periods are breakfast (midnight to 10 am), lunch (10 am - 3 pm) and dinner (3 pm to midnight). Current GSA Per Diem rates will be used at the time of accrual. 1. DOWL's Professional Services Fee Schedule is subject to adjustment each year or at the end of a contract period, whichever is appropriate. Should adjustments be anticipated or required, such adjustments will not affect existing contracts without prior agreement between Client and DOWL. 2. Straight-time rates are given. Multiply by 1.5 for overtime rates. Overtime rates will be applied at the rate prescribed by applicable state law. 4 | Page 3. Direct reimbursable expenses such as travel, freight, subcontractors, and request beyond those requests considered reasonable by the Project Manager for phone/fax/postage, office supplies, reproduction and photography, and laboratory analysis will be billed at cost plus the negotiated markup. 4. In-house equipment usage charges or specialized software/equipment that are not separately stated on the fee schedule will be negotiated at rates deemed fair and reasonable. 5. Late charges will be assessed on the unpaid balance of all accounts not paid within 30 days of the billing date, at a rate of 1.0 percent per month (12% per year). Effective May 27, 2022 Until Further Notice    Corporate Office 12670 N.W. Barnes Road Portland, OR 97229 (503) 644-2490 January 1, 2022 The Standard Billing Rates from January 1, 2022 to December 31, 2022 are: Labor 2022 Billing Rates Classification $/Hour Principal $200 Project Manager $178 Senior Engineer $168 Engineer $136 Senior Designer $140 Designer $120 Junior Designer $100 CADD $100 Administrator $95 ODCs: Mileage $0.585/mile Per Diem: $0 <4 hours, $15 4 – 8 Hours; $30 > 8 hours Tolls, airfare, lodging, and other employee expenses are billed at cost Dean C Ralphs, P.E., Principal FSi engineers Hourly Billing Rates Effective January 2022 Job Title Rate Principal $300 Mechanical Principal Engineer $240 Electrical Principal Engineer $240 Fire Protection Engineer $240 Project Manager -A $210 Project Manager - B $175 Project Engineer $165 Mechanical Engineer Level 7 $185 Electrical Engineer Level 7 $185 Mechanical Engineer Level 6 $175 Electrical Engineer Level 6 $175 Mechanical Engineer Level 5 $165 Electrical Engineer Level 5 $165 Mechanical Engineer Level 4 $150 Electrical Engineer Level 4 $150 Mechanical Engineer Level 3 $140 Electrical Engineer Level 3 $140 Mechanical Engineer Level 2 $130 Electrical Engineer Level 2 $130 Mechanical Engineer Level 1 $120 Electrical Engineer Level 1 $120 Mechanical Designer $110 Electrical Designer $110 Engineering Intern $100 FSi engineers Hourly Billing Rates Job Title Rate CAD Manager $150 CAD Drafter A $125 CAD Drafter B $115 Project Accountant $140 Project Administration $110 Commissioning Lead $175 Commissioning $145 Expenses at cost plus 10% including: Subcontracted Services, Cost plus 10% Mileage at standard IRS allowable Parking Courier services, shipping Reproduction costs Travel outside Puget Sound area DBE/MWBE STANDARD SCHEDULE OF FEES AND CHARGES PROFESSIONAL SERVICES Request Labor Rate Schedule EXPENSES All Outside Expenses (i.e., airfare, subsistence, equipment rental, materials, reproduction, etc.) ....................................Cost plus 15% Drilling & Chemical Laboratory Subcontractors.... Cost plus 15% Mileage (per mile) .................................Current IRS Rate Tests Conducted on Contaminated Soils ...........20% surcharge All contaminated soils will be returned to client for disposal Special Sample Prep (including sample remolding, rock crushing, etc.) ...........................................................$95/Hour All Samples will be disposed of within 30 days of Final Report unless arrangements are made to return to the client. LABORATORY TESTS Soil Laboratory Tests Atterberg Limits Liquid Limit and Plastic Limit (ASTM D4318) Three Point .........................................$235.00 California Bearing Ratio (ASTM D1883) (Requires Moisture/Density Relationship Test) One Point ............................................$250.00 *Three Point .........................................$600.00 Consolidation Test Incremental Loading (ASTM D2435) 9 Loads, 0.125 KSF to 32 KSF, 4 Unloads .............$900.00 24 hour loads for Secondary Compression .........$1100.00 Each Additional Load ..............................$100.00 Grainsize Analysis Passing #200 Sieve (ASTM D1140) ......................$80.00 Sieve Analysis-Wet (ASTM D6913) .....................$115.00 Combined Analysis (ASTM D6913/D7928).............$250.00 Oversize Fee ...............................................$75.00 (Particles greater than 2” or samples greater than 4000g) Moisture/Density Relationship Proctor - Cohesive (ASTM D698, D1557) ..............$300.00 Proctor - Granular (ASTM D698, D1557) ..............$275.00 Moisture Content w/Description .............................$23.00 One-Dimensional Swell (ASTM D4546) .....................$800.00 Organic Content Test (ASTM D2974) .........................$70.00 Permeability Tests Permeability of Granular Soils (ASTM D2434)........$325.00 Falling Head Test (WSDOT 605) ........................$250.00 Triaxial with Back Pressure (ASTM D5084) ...........$500.00 (6-in diameter) ......................................$540.00 LABORATORY TESTS (Continued) Permeability Tests (Con’t) Estimate of Effective Porosity .........................$545.00 *Relative Density (ASTM D4253/D4254) ....................$375.00 Shelby Tube Extrusion and Sample Description...........$100.00 Soil Corrosivity Tests Soil Resistivity & pH (AASHTO T288/T289) ..........$145.00 pH Only ....................................................$40.00 Resistivity Only ...........................................$110.00 *Subcontracted Analyses (Chloride, Sulfate, CEC) ...............................................Inquire for details Specific Gravity Test (ASTM D854) ..........................$125.00 Strength Testing Direct Shear Strength (3 points) (ASTM D3080) Intact...............................................$600.00 Remolded..........................................$700.00 Triaxial (c-u) (3 points) (ASTM D4767) ..............$1500.00 Triaxial (c-u) (1 pt - Multistage) (ASTM D4767).....$1200.00 Triaxial (u-u) (ASTM D2850) ............................$230.00 Compressive Strength (ASTM D2166) .................$145.00 Unit Weight *Percent of Solids Calculation ..........................$23.00 Porosity (includes specific gravity/unit weight) ....$160.00 *Soil in Ring (ASTM D2937) ..............................$50.00 *Soil in Shelby Tube (ASTM D2937) .....................$55.00 *Visual Soil Classification .....................................$18.00 Aggregate Quality Tests Clay Lumps and Friable Particles (ASTM C142) ...........$115.00 Fracture Face Count (ASTM D5821) (Requires Sieve) .....$55.00 *Flat and Elongated (ASTM D4791) (Requires Sieve) ......$60.00 Bulk Grain Size (ASTM C136) ................................$185.00 LA Abrasion (ASTM C131, C535) .............................$245.00 Organic Impurities (ASTM C40) ...............................$90.00 Percentage of Material Passing #200 Sieve (ASTM C117) .$80.00 Sand Equivalent (ASTM D2419) ..............................$105.00 Specific Gravity Test Coarse Aggregate (ASTM C127) ........................$120.00 Fine Aggregate (minus #4 mesh) (ASTM C128) ......$125.00 *Unit Weight by Dry Rodding (ASTM C29) ...................$75.00 Uncompacted Voids Content of FA (ASTM C1252) ........$145.00 Concrete and Masonry Tests Compression Testing of Concrete Cores (includes trimming) (ASTM C42, C513) ................$95.00 Compression Testing of Concrete Cylinders (ASTM C39) .$30.00 Compression Testing of Lightweight Concrete Cylinders $80.00 Concrete Beam Flexural Strength Test (ASTM C 78) $110.00 All prices are effective January 1, 2022 - December 31, 2022 and are subject to change without notice. HWA GeoSciences Inc. is accredited by the American Association of State Highway and Transportation Officials (AASHTO R-18) for Aggregate, Asphalt Mixture, Concrete and Soil. We participate in the sample proficiency program from AMRL for soil classification and compaction, coarse and fine aggregates, Hot Mix Asphalt, California Bearing Ratio, and CCRL for concrete. DBE/MWBE Concrete Cylinder Molds ........................................$3.00 Concrete Cylinders Sampled and Cured (not tested) .....$30.00 Density Test Concrete Cylinders .......................................$35.00 Light Weight Concrete Cylinders .......................$80.00 End Trimming of Samples (per specimen) ..................$20.00 Shotcrete Panel (cut three cores & compression test) ..$350.00 Asphaltic Concrete Tests Bitumen Content by Ignition Ignition only (ASTM D6307) .............................$140.00 with Gradation (ASTM D5444, D6307) ...............$185.00 Oven Correction Factor (per point) ...................$140.00 Bulk Specific Gravity and Density - SSD Method (per specimen) (ASTM D2726) ..........................$65.00 Bulk Specific Gravity and Density - Wax Method (per specimen) (ASTM D1188) .........................$100.00 Marshall Stability & Flow Determination (3 specimens) (ASTM D6927) ...........................$500.00 Percent Air Voids in Compacted or Open Bituminous Mixtures (ASTM D3203) .............................................$150.00 Rice Density (ASTM D2041) ..................................$140.00 EQUIPMENT CHARGES Labor will be charged in addition to equipment charges Air Filters for Development (per day) ......................$50.00 BK Development Pump/Surge Block (per day) ............$20.00 Carbon Filter (per day) .......................................$50.00 Combustible Gas Tech Meter (GT 302 / 3220) Per day ....................................................$100.00 Per week ..................................................$300.00 Coring Equipment Charge .......................Request Schedule Data Logger and Transducers (Piezometer Rental.......$600.00) Up to a year ..............................................$500.00 Dissolved Oxygen Meter Per day .....................................................$95.00 Per week ..................................................$300.00 Falling Weight Deflectometer (Per Hour)..................$275.00 Double Ring Infiltrometer .....................................$50.00 Dropweight Cone Penetrometer (per day) .................$75.00 GPS Unit Rental (per day) ....................................$50.00 Water Level Indicator (per day) .............................$20.00 Geophysical Equipment Rental (per day) .................$250.00 Flow Monitoring Set Per day ....................................................$105.00 Per week ..................................................$400.00 Geomembrane Tensiometer (per day) .....................$100.00 Grundfos Redi Flow II Pump and Generator Per day ....................................................$100.00 Per week ..................................................$300.00 Inclinometer...$50.00 (hourly rental) or up to $200.00 (per day) Infiltration/Falling Head Meters (per day, per set up) ...$25.00 Landfill Gas Monitoring Equipment (GEM 500) Per day ....................................................$350.00 Per week ......................................Request Schedule Level and Stadia Set ...........................................$25.00 Nuclear Density Gauge (per day) ............................$40.00 Per month .................................................$400.00 Thin Lift Gauge (per day)......................................$60.00 Per month.................................................$600.00 Peristaltic Sampling Pump Per day .....................................................$50.00 Per week ...................................................$90.00 pH-Conductivity Temperature Meter Per day .....................................................$40.00 Per week ..................................................$100.00 Photoionization Detector (Mini Rae / HNU / Microtip) Per day ....................................................$100.00 Per week ..................................................$300.00 QED Bladder Pump Controller Per day .....................................................$50.00 Per week ...................................................$90.00 Safety Equipment Level D (solvex gloves, disposable suit) ...............$25.00 Level C2 (above plus respirator) .......................$50.00 Level C1 (above plus chemical suit) ...................$95.00 Level B (above plus SCBA) ..............................$300.00 Sensidyne Monitoring Equipment (does not include tubes) .$15.00 Sediment Coring or Soil Sampling Kit (does not include shelby tubes) (per day) .............$50.00 Traffic Control Signs & Cones (per day) .....................$75.00 Turbidity Meter (per day) .....................................$40.00 Turbidity Meter (per week) ..................................$150.00 Well Probe (per day)...........................................$15.00 Well Probe (per week) ........................................$50.00 STANDARD SCHEDULE OF FEES AND CHARGES (Continued) All prices are effective January 1, 2022 - December 31, 2022 and are subject to change without notice. For additional information: Please contact 425.774.0106 www.hwageo.com Sandy Brodahl, PE, for Geotechnical Services (Ext 251, sbrodahl@hwageo.com) Nicole Kapise, for GeoEnvironmental & Hydrogeology Services (Ext 254, nkapise@hwageo.com) Kristin Nolan for Laboratory Services (Ext 240 or 261, knolan@hwageo.com) Rush Testing available subject to availability for a 50% additional surcharge. Contact the Lab regarding scope of testing and availability. Rolluda Architects Renton Airport IDIQ Billable Rates for 2022 Project Manager/Principal $174.00 Project Architect l $127.50 Designer lll $116.00 Designer ll $95.00 CADD $80.00 Admin.$72.50 QA/QC $183.50 Exhibit D - CAG-22-___ ON-CALL TASK ADDENDUM NO. Page 1 of 3 Exhibit D CAG-22-___ ON-CALL TASK ADDENDUM NO. City of Renton On-Call Supporting Engineering Services DOWL LLC – August 2022 This ON-CALL TASK ADDENUNDEM NO. is made and entered in to on , 2022, between the City of Renton, (City) and DOWL LLC (Consultant) collectively (Parties) pursuant to and in compliance with the MASTER AGREEMENT FOR ON- CALL SUPPORTING ENGINEERING SERVICES CAG-22-___ dated , 2022 (Agreement) following RFQ/SOQ and negotiation in compliance with chapter 39.80 RCW. The Parties agree as follows: Each and every provision of the MASTER AGREEMENT FOR ON-CALL SUPPOORTING ENGINEERING SERVICES CAG-22-___ dated , 2022 shall remain in full force and effect, and the scope of CAG-22-___ ON-CALL TASK ADDENDUM NO. is as follows: 1. Project Name: 2. City Division: City Project Manager or Contact for Task Addendum: (Name, address, email, phone) 3. Scope of Services is as follows (Or as set forth in CAG-22-___ ON-CALL TASK ADDENDUM NO. Exhibit 1. ) 4. Technical Approach (if necessary) Additional specifications and requirements may be attached to this form or as set forth in CAG-22-___ ON-CALL TASK ADDENDUM NO. Exhibit 2. 5. Deliverables (Or as set forth in CAG-22-___ ON-CALL TASK ADDENDUM NO. Exhibit 3) 6. Schedule (Or as set forth in CAG-22-___ ON-CALL TASK ADDENDUM NO. Exhibit 4.) 7. Cost/Hour Estimates Exhibit D - CAG-22-___ ON-CALL TASK ADDENDUM NO. Page 2 of 3 Contractor agrees to perform the services as described above for the amount not to exceed $ unless modified by the City in a signed written subsequent CAG-22-___ ON- CALL TASK ADDENDUM. 8. Due Date or Completion Date: 9. Total Amount Payable to the Consultant under the Maser On-Call Agreement is summarized as follows: Original Non-Exclusive MASTER AGREEMENT FOR ON-CALL SUPPOORTING ENGINEERING SERVICES CAG-22-___ dated , 2022 authorized amount not to exceed per the duration of the Agreement: $250,000.00 CAG-22-___ ON-CALL TASK ADDENDUM NO. 1 $ (LIST all OTHER CAG-22-___ ON-CALL TASK ADDENDUM NO. as they are implemented.) Grand total of CAG-22-___ ON-CALL TASK ADDENDUM $ Balance remaining under MASTER AGREEMENT FOR ON-CALL SUPPOORTING ENGINEERING SERVICES CAG-22-___ $ IN WITNESS WHEREOF, the Parties have voluntarily entered into this ON-CALL TASK ADDENDUM t as of the date last signed by the Parties below. CITY OF RENTON By: CONSULTANT By: Name: ____________________ Name: __________________ Title: _____________________ Title: ____________________ Date Date Exhibit D - CAG-22-___ ON-CALL TASK ADDENDUM NO. Page 3 of 3 (Task Addendum Exhibit Headings if needed) CAG-2_-___ ON-CALL TASK ADDENDUM NO. Exhibit 1. Task Scope of Services CAG-2_-___ ON-CALL TASK ADDENDUM NO. Exhibit 2. Additional specifications and requirements CAG-2_-___ ON-CALL TASK ADDENDUM NO. Exhibit 3 Deliverables CAG-2_-___ ON-CALL TASK ADDENDUM NO. Exhibit 4. Schedule CAG-2_-___ ON-CALL TASK ADDENDUM NO. Exhibit 5 Cost/Hour Estimates Exhibit D – CAG-22-345 ON-CALL TASK ADDENDUM NO. 1 Page 1 of 3 Exhibit D CAG-22-345 ON-CALL TASK ADDENDUM NO. 1 City of Renton Engineering Services As Needed DOWL LLC – October 2022 This ON-CALL TASK ADDENDUM NO. 1 is made and entered in to on September 23, 2022, between the City of Renton, (CITY) and DOWL LLC (CONSULTANT) collectively (Parties) pursuant to and in compliance with the MASTER PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING SERVICES AS NEEDED CAG-22-345 dated October 20, 2022 (AGREEMENT) following RFQ/SOQ and negotiation in compliance with chapter 39.80 RCW. The Parties agree as follows: Each and every provision of the AGREEMENT shall remain in full force and effect, and the scope of ENGINEERING SERVICES TASK ADDENDUM NO. 1 is as follows: 1. Project Name: DBE Program and Goal Update 2. City Division: Renton Municipal Airport City Project Manager or Contact for Task Addendum: William Adams, PE 616 W Perimeter Rd, Renton, WA 98057 wadams@rentonwa.gov 425-430-7473 3. Scope of Services is as follows The CONSULTANT will provide the CITY with a new 3-year DBE Program, including preparation and submission of a new DBE program that incorporates current FAA requirements, results of the recent WSDOT disparity study, and the Small Business Element. DBE goal calculations will be completed for fiscal year (FY) 2023 and uploaded to FAA Civil Rights Connect. FY21-FY23 is the current 3-year DBE goal period; the next 3-year reporting period will be FY24-FY26, and preparation of those goals will be completed via a future separate addendum. The CONSULTANT will also prepare and submit the annual DBE Uniform Report for each FAA grant, as required through FAA Civil Rights Connect. 4. Technical Approach (if necessary) The DBE Program and all DBE goal calculations will be completed in accordance with current FAA policies and procedures. Exhibit D – CAG-22-345 ON-CALL TASK ADDENDUM NO. 1 Page 2 of 3 5. Deliverables a. DBE Program PDF uploaded to FAA Civil Rights Connect b. FY23 DBE Goal Document PDF uploaded to FAA Civil Rights Connect c. Annual DBE Reporting Online through FAA Civil Rights Connect 6. Schedule a. Work under this amendment will begin upon notice to proceed. The DBE program and FY23 DBE goal attachment are anticipated to be submitted for FAA review and approval by December 31, 2022. Actual completion date will be contingent on FAA approval schedule. b. Completion of DBE goal calculations for FY23 will be contingent on the CITY providing the CONSULTANT with project descriptions and cost estimates for projects scheduled in 2023. c. A public notice will be published in the CITY’s newspaper of record to notify the public of the preliminary DBE goal. This will start the 30-day comment period where input can be collected and incorporated into revised DBE goals. d. The required DBE consultation will be held via teleconference after initial DBE goal calculations but prior to submission of the DBE goals as required per FAA guidance. 7. Cost/Hour Estimates a. See CAG-22-345 ON-CALL TASK ADDENDUM NO. 1 – Exhibit 1. Contractor agrees to perform the services as described above for the amount not to exceed $10,160 unless modified by the CITY in a signed written subsequent CAG-22- 345 ON-CALL TASK ADDENDUM NO. 2. 8. Due Date or Completion Date: a. Work associated with this amendment is expected to be anticipated to be completed by March 31, 2023. 9. Total Amount Payable to the Consultant under the Agreement is summarized as follows: Original Non-Exclusive MASTER AGREEMENT FOR ON-CALL SUPPORTING ENGINEERING SERVICES CAG-22-345 dated October 20, 2022, authorized amount not to exceed per the duration of the Agreement: $250,000.00 CAG-22-345 ON-CALL TASK ADDENDUM NO. 1 $10,160.00 Grand total of CAG-22-345 ON-CALL TASK ADDENDUM $10,160.00 Exhibit D – CAG-22-345 ON-CALL TASK ADDENDUM NO. 1 Page 3 of 3 Balance remaining under MASTER AGREEMENT FOR ON-CALL SUPPORTING ENGINEERING SERVICES CAG-22-345 $239,840.00 IN WITNESS WHEREOF, the Parties have voluntarily entered into this ON-CALL TASK ADDENDUM as of the date last signed by the Parties below. CITY OF RENTON CONSULTANT By: By: Name: Name: Wes Holden Title: Title: Project Manager Date Date October 26, 2022 Client:City of Renton, Renton Municipal Airport (RNT) Project:DBE Program and Goal Update Date:10/21/2022 LABOR: Project Project Engineering Admin. Manager VII Manager VI Engineer VII Engineer II Technician V Assistant TOTAL LABOR 235.00 220.00 205.00 130.00 145.00 205.00 135.00 85.00 100.00 HOURS COST 1.1 Project Management 0 6 0 0 0 0 0 0 3 9 1,620$ a General Project Management (3 months)6 3 9 1,620$ 1.10 DBE Program & Annual Reporting 0 7 0 50 0 0 0 0 0 57 8,040$ a DBE Program Update 4 40 44 6,080$ b FY23 DBE Goal Calculations 1 6 7 1,000$ c DBE Consultation 1 1 2 350$ d Annual DBE Reporting 1 3 4 610$ Labor Subtotal 0 13 0 50 0 0 0 0 3 66 9,660$ Expenses Mileage (Meetings, Site Visits)0 Trips @ 20 Miles Miles / Roundtrip ($0.625 / mile)-$ Travel / Per Diem 0 Trips @ -$ -$ Plotting / Reproductions -$ Publish Public Notice for DBE Consultation 500$ Total Expenses 500$ Subconsultants Subconsultant Cost Markup -$ 0%-$ -$ 0%-$ Total Subconsultants -$ 10,160$ TOTAL FEE TASK (Scope of Services) TASK NO. EXHIBIT 1 CAG-22-345 ON-CALL TASK ADDENDUM NO. 1 DOWL PROJECT TEAM Prof. Surveyor X Prof. Land Surveyor IV Survey Tech. III \\dowl.com\j\Projects\23\15192-00\Contracting\Task Order No. 1 - DBE Update\RNT Add. 1 Exhibit 1 - Fee Schedule.xlsx Exhibit D CAG-22-345 ON -CALL TASK ADDENDUM NO. 2 City of Renton Engineering Services As Needed DOWL LLC — February 2023 This ON -CALL TASK ADDENDUM NO. 2 is made and entered in to on March 6, 2023, between the City of Renton, (CITY) and DOWL LLC (CONSULTANT) collectively (Parties) pursuant to and in compliance with the MASTER PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING SERVICES AS NEEDED CAG-22-345 dated October 20, 2022 (AGREEMENT) following RFQ/SOQ and negotiation in compliance with chapter 39.80 RCW. The Parties agree as follows: Each and every provision of the AGREEMENT shall remain in full force and effect, and the scope of ENGINEERING SERVICES TASK ADDENDUM NO. 2 is as follows: 1. Project Name: Airport Beacon Replacement 2. City Division: Renton Municipal Airport City Project Manager or Contact for Task Addendum: William Adams, PE 616 W Perimeter Rd, Renton, WA 98057 wadams@rentonwa.gov 425-430-7473 3. Scope of Services is as follows: The CONSULTANT will provide the CITY with design, bidding, and construction services to support replacement of the existing airport beacon, as detailed below. 3.1 PROJECT MANAGEMENT The CONSULTANT will provide project management and administration, management of subconsultants, and prepare monthly invoices with monthly progress reports. 3.2 DESIGN SITE VISIT The CONSULTANT will conduct a site visit with the electrical subconsultant to review the existing airport beacon mounting location, circuit routing, and electrical vault connections, and take photos to be used for plan schematics. The CONSULTANT will send a site visit summary email detailing design decisions made during the site visit. 3.3 90% DESIGN The CONSULTANT will prepare 90% plans, technical specifications, and a cost estimate in accordance with CITY and applicable FAA design standards. Plans are expected to Exhibit D — CAG-22-345 ON -CALL TASK ADDENDUM NO. 2 Page 1 of 3 include a cover sheet, airport beacon mounting plan, circuit diagram, and electrical vault detail. CITY will prepare front-end procurement documents, contracting forms including bid forms, and general provisions. Specifications will be limited to FAA required contract provisions and technical specifications. A Construction Safety & Phasing Plan is not included in this scope of work. A 7460-1 notice will be completed and submitted to the FAA OE/AAA portal for FAA review for the new airport beacon installation. 3.4 FINAL BID DOCUMENTS The CONSULTANT will incorporate CITY -provided front-end documents, address 90% review comments, and finalize plans and specifications into a formal bid package. CONSULTANT will post completed bid package to Builder's Exchange of Washington. CONSULTANT will provide CITY with two printed, bound sets of contract documents. 3.5 BIDDING SUPPORT The CONSULTANT will answer questions from bidders and issue up to one addendum. Upon bid opening, CONSULTANT will complete a bid tabulation that identifies the apparent low bidder and submit to the CITY. The CITY will perform Washington State Departments of Labor & Industry and Department of Revenue checks on contractor to verify they have a valid license, workers compensation coverage, and are eligible to bid on public works projects. There is not anticipated to be a pre -bid meeting for this project. 3.6 CONSTRUCTION SUPPORT The CONSULTANT will provide construction support for new beacon installation, including one site visit to review progress, and one additional visit at project completion to ensure compliance with Contract Documents. 4. Technical Approach (if necessary) The new airport beacon design will be completed in accordance with current FAA Advisory Circulars, policies, and procedures. S. Deliverables a. 90% Plans & Specifications PDF via file transfer b. 100% Plans & Specifications (Bid Documents) PDF via file transfer c. Bid Tabulation PDF via email 6. Schedule a. Work under this amendment will begin upon notice to proceed. The new airport beacon design is anticipated to be complete by June 30, 2023. Exhibit D — CAG-22-345 ON -CALL TASK ADDENDUM NO. 2 Page 2 of 3 7. Cost/Hour Estimates a. See CAG-22-345 ON -CALL TASK ADDENDUM NO. 2 —Exhibit 1. CONSULTANT agrees to perform the services as described above for the amount not to exceed $17,560 unless modified by the CITY in a signed written subsequent CAG-22- 345 ON -CALL TASK ADDENDUM NO. 2. 8. Due Date or Completion Date: a. Work associated with this amendment is expected to be anticipated to be completed by June 30, 2023. 9. Total Amount Payable to the Consultant under the Agreement is summarized as follows: Original Non -Exclusive MASTER AGREEMENT FOR ON -CALL SUPPORTING ENGINEERING SERVICES CAG-22-345 dated October 20, 2022, authorized amount not to exceed per the duration of the Agreement: $250,000.00 CAG-22-345 ON -CALL TASK ADDENDA NOS. 1 $10,160.00 CAG-22-345 ON -CALL TASK ADDENDUM NO. 2 (This Addendum) $17,560.00 Grand total of CAG-22-345 ON -CALL TASK ADDENDA 1-2 $27,720.00 Balance remaining under MASTER AGREEMENT FOR ON -CALL SUPPORTING ENGINEERING SERVICES CAG-22-345 $222,280.00 IN WITNESS WHEREOF, the Parties have voluntarily entered into this ON -CALL TASK ADDENDUM as of the date last signed by the Parties below. CITY OF RENTON CONSULTANT 41 $lly signed by Wesley Holden 4&" Dale' 2023 03.22 19:19:00-07'00' By: ����/ _ �/1�� By: Name: William Adams, PE Title: Civil Engineer III 3A W-7,C) z3 Date Name: Wes Holden, PE Title: Project Manager March 22, 2023 Date Exhibit D — CAG-22-345 ON -CALL TASK ADDENDUM NO. 2 Page 3 of 3 CAG-22-345 ON -CALL TASK ADDENDUM NO. 2 EXHIBIT 1 O W L_ Client: City of Renton, Renton Municipal Airport (RNT) Project: Airport Beacon Replacement Date: 3/6/2023 LABOR: TASK NO. TASK (Scopeof Semoes DOWL PROJECT TEAM _ — Senior ft*1 Engineering Prot Prof Land Survey Admin Manager II Manager VI Engineer I Engineer tl Technician Surveyor X Surveyor IV Tech III Assistant TOTAL LABOR 23500 220 00 120.00 13000 145.00 20500 13500 8500 100 00 HOURS COST 3.1 Pro ect tvla0 er0ertl 0 .6 0 0 0 0 0 8 $ 400 a General Pro ect Mana ement 3 months 3 r $ yr b ScopeDevelo ment 2 2 $ 440 Sao i 0 0 ❑ 0 0 0 0 1 i a Site Visit & Summary4 4 $ 880 90% Plans 0 2606 $ .3 a Cover Sheet 7 I ? I 1 1 2 $ 275 Airport Beacon Mounting Plan & Details 2 ? 4 7 $ 1.150 Circuit Diagram Subconsultant Elcon 0 $ Electrical Vault Detail Subconsultant Elcon 0 $ b 90% Contract Documents 2 4 6 $ 960 c 90% Cost Estimate 1 2 3 $ 480 d FAA 7460-1for New Beacon 1 1 $ 130 i b Final Plans 2 2 2 6 $ 990 c Final Contract Documents 2 4 6 $ 960 d Final Cost Estimate 1 1 2 $ 350 e Publish Final Bid Documents to BXWA 1 1 2 $ 350 a I Respond to Contractor Questions 2 2 4 $ 700 b Issue Addendum 1 2 2 2 6 $ 990 c Bid Tabulation 1 1 2 $ 350 a lCompletion Site Visit 3 3 6 $ 1.050 Labor Subtotal 0 28 0 25 9 0 0 0 3 65 $ 11,015 Expenses Mileage (Meetings. Site Visits) Travel / Per Diem Plotting / Reproductions (Bid Documents) Subconsultants Elcon Associates (Electrical) 3 Trips @ 24 Mries Mies a Roundlrip ($0 655 ' mile:• $ 45 0 Trips @ $ - $ - $ 500 Total Expenses $ 545 Subconsultant Cost Markup $ 6.000 10% 6 000 Total Subconsultants $ 6 000 lldowl.comljlProjects123115192-00100 Contracting\Task Order No. 2 - Airport Beacon\RNT Add- 2 Exhibit 1 - Fee Schedule.xlsx Exhibit D CAG-22-345 ON -CALL TASK ADDENDUM NO. 3 City of Renton Engineering Services As Needed DOWL LLC — May 2023 This ON -CALL TASK ADDENDUM NO. 3 is made and entered in to on May 12, 2023, between the City of Renton, (CITY) and DOWL LLC (CONSULTANT) collectively (Parties) pursuant to and in compliance with the MASTER PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING SERVICES AS NEEDED CAG-22-345 dated October 20, 2022 (AGREEMENT) following RFQ/SOQ and negotiation in compliance with chapter 39.80 RCW. The Parties agree as follows: Each and every provision of the AGREEMENT shall remain in full force and effect, and the scope of ENGINEERING SERVICES TASK ADDENDUM NO. 3 is as follows: 1. Project Name: Wind Sock General Aviation Apron Rehabilitation 2. City Division: Renton Municipal Airport City Project Manager or Contact for Task Addendum: William Adams, PE 616 W Perimeter Rd, Unit A Renton, WA 98057 wadams@rentonwa.gov 425-430-7473 3. Scope of Services is as follows: The CONSULTANT will provide the CITY with preliminary design services to support rehabilitation of the existing Wind Sock General Aviation Apron located north of the wind sock on the east side of the airport. This project is anticipated to include the following: 3.1 Apron Pavement Reconstruction. Reconstruct the existing apron asphalt pavement. The existing pavement is aged and beyond its useful life. Full -depth reconstruction is anticipated. Subgrade stabilization may be required, depending on the results of the geotechnical investigation. The apron will be design for light aircraft (less than 12,500 Ibs) and the occasional fuel and garbage trucks. The new pavement section will consist of a minimum of 4-inches of asphalt. 3.2 New Aircraft Tiedown Configuration & Anchors. The existing aircraft tiedowns are too close together and do not provide adequate spacing for aircraft. The reconstructed apron will reconfigure the apron tedown layout to maximize the number of tiedowns at standard spacing for Airport Design Group (ADG) I aircraft. New anchors will be designed to secure small aircraft (less than 12,500 lbs.) Exhibit D — CAG-22-345 ON -CALL TASK ADDENDUM NO. 3 Page 1 of 4 3.1 PROJECT MANAGEMENT The CONSULTANT will provide project management and administration, management of subconsultants, and liaison with the AIRPORT, and provide monthly invoices with monthly progress reports. The CONSULTANT will attend one meeting at the airport to review site conditions and discuss the project with the AIRPORT. 3.2 TOPOGRAPHIC SURVEY The CONSULTANT will provide surveying services as follows: a) Conduct utility locates using a private locating service (required for areas inside the airport fence). b) Establish horizontal and vertical control for mapping purposes and future construction layout. c) The topographic survey will be tied to the Washington State Plane coordinate system — North Zone (NAD 83/91) and the North American Vertical Datum of 1988 (NAVD 88). d) Conduct a survey of the project area for use in the development of construction plans. Mapping features will include: • Existing pavement and adjacent grass areas • Existing ground features such as tiedowns, utility covers, lights, signs, structures, and other features. • Storm drain inlets and catch basins, including invert elevations of all pipes inside structures that are measurable from above -ground. • Taxiway and apron markings including taxiway centerlines, taxilane centerlines, and tiedown markings. • Utilities as identified by private utility locates (required for inside the fence utilities) e) Prepare a survey basemap in AutoCAD Civil 3D. The survey will include the surveyed features on the AIRPORT provided basemap, if available. 3.3 GEOTECHNICAL INVESTIGATION The CONSULTANT will provide geotechnical services through a subconsultant as follows: a) Conduct subsurface borings at four (4) locations to determine existing apron pavement section thickness and composition, subgrade soils, and water table depth. b) Perform 6-inch diameter pavement coring at six (6) locations to depths up to 2 feet to evaluate pavement thickness and subgrade conditions. Pavement cores will be backfilled with compacted spoil form excavation and patched with Aquaphalt. c) Perform Falling Weight Deflectometer (FWD) testing within the project limits along 10 lines for a total of about 2,000 linear feet of testing. FWD test spacing will be approximately 20 foot intervals. Testing will consist of three (3) drops at Exhibit D — CAG-22-345 ON -CALL TASK ADDENDUM NO. 3 Page 2 of 4 each location, and GPS readings will be taken to map test locations. d) Prepare boring logs and photographic pavement core logs. e) Prepare a summary of FWD testing, including FWD deflection readings and back -calculated resilient modulus of subgrade. f) Prepare a geotechnical report presenting the results of pavement coring, borings, FWD testing, and engineering recommendations. 3.4 CITY OF RENTON PRE -APPLICATION MEETING The CONSULTANT will schedule a pre -application meeting with City of Renton permitting staff through their online portal to determine the level of permitting that will be required for this project. This meeting is anticipated to include a review of the permitting requirements, processes, and fees. The CONSULTANT will prepare the necessary documents prior to this meeting, including: • Project description • Vicinity Map • Site Plan This meeting will be scheduled after preliminary geotechnical work is complete and a new pavement section has been provided in order to provide the most accurate assessment of the project to CITY permitting staff. This project is within 200' of the Cedar River and is therefore anticipated to require a Shoreline Permit, or a possible exemption based on CITY review. 3.5 30% CONCEPTUAL DESIGN The CONSULTANT will prepare concept -level 30% design plans and cost estimates for up to two layouts of the apron. Layouts will be considered to maximize number of aircraft parking positions (tiedowns) within the apron area available. A new pavement section recommendation will be included for each alternative. Plans will be prepared in accordance with CITY and applicable FAA design standards. Plans are expected to include taxilane plan and profile sheets, apron typical pavement section, and civil details. Project specifications and other documents will be completed in future submittals. 4. Technical Approach (if necessary) The new apron design will be completed in accordance with current FAA Advisory Circulars, policies, and procedures. S. Deliverables a. Survey Basemap DWG via file transfer b. Geotechnical Report PDF via file transfer c. 30% Design Plans PDF via file transfer d. 30% Cost Estimates PDF via email Exhibit D — CAG-22-345 ON -CALL TASK ADDENDUM NO. 3 Page 3 of 4 6. Schedule a. Work under this amendment will begin upon notice to proceed. 30% design is anticipated to be complete by August 31, 2023, provided survey and geotechnical exploration can be completed in a timely manner after notice to proceed. 7. Cost/Hour Estimates a. See CAG-22-345 ON -CALL TASK ADDENDUM NO. 3 —Exhibit 1. CONSULTANT agrees to perform the services as described above for the amount not to exceed $81,660.00 unless modified by the CITY in a signed written subsequent CAG- 22-345 ON -CALL TASK ADDENDUM NO. 3. 8. Due Date or Completion Date: a. Work associated with this amendment is expected to be anticipated to be completed by August 31, 2023. 9. Total Amount Payable to the Consultant under the Agreement is summarized as follows: Original Non -Exclusive MASTER AGREEMENT FOR ON -CALL SUPPORTING ENGINEERING SERVICES CAG-22-345 dated October 20, 2022, authorized amount not to exceed per the duration of the Agreement: $250,000.00 CAG-22-345 ON -CALL TASK ADDENDA NOS. 1-2 $27,720.00 CAG-22-345 ON -CALL TASK ADDENDUM NO. 2 (This Addendum) $81,660.00 Grand total of CAG-22-345 ON -CALL TASK ADDENDA 1-3 $109,380.00 Balance remaining under MASTER AGREEMENT FOR ON -CALL SUPPORTING ENGINEERING SERVICES CAG-22-345 $140,620.00 IN WITNESS WHEREOF, the Parties have voluntarily entered into this ON -CALL TASK ADDENDUM as of the date last signed by the Parties below. CITY OF RENTON By: Name: William Adam Title: Civil Engineer III /?"P/Ze vzli Date CONSULTANT �'l Di signed Wesley Holden By: y Dateto 2 2023 05 23 11 11 58-OT00 Name: Wes Holden, PE Title: Project Manager 5/23/2023 Date Exhibit D — CAG-22-345 ON -CALL TASK ADDENDUM NO. 3 Page 4 of 4 CAG-22-345 ON -CALL TASK ADDENDUM NO.3 AL EXHIBIT 1 U O W L Client: City of Renton. Renton Municipal Airport (PINT) Project: Wind Sock General Aviation Apron Rehabilitation Date: 511612023 LABOR: TASK NO. TASK (Scopeof Services DOWL PROJECT TEAM Senior Manager 11 245 00 Project Manager VI 220 00 Engineer I 12000 Engineer 11 13000 Engineernig T echn cian 145.00 Prof Surveyor X 20500 Prof Land Surveyor N 13500 Survey Tech III 8500 Accounting Technician 10500 TOTAL HOURS OR COST 3A . P.ra Anf Mana emeini h 20 .0 4 0 10 .0 5 a General Project Management 3 months) 12 15 $ 2,955 b Scope & Fee Development 1 4 5 $ 1,125 c Site Visit / RNT Meeting 4 4 8 1 $ 1,400 a Conduct Utility Locates & Coordination Subconsultant APS) 0 $ b Establish Horizontal & Vertical Control 4 10 14 S 2,170 o o ra hic Survey on Site c Topographic 16 40 40 96 $ 12,080 d Basema reparation 1 4 4 4 24 37 $ 4.110 ,0 1 i al Investigation, Lab Tests, & Report Subconsultant HWA Geosciences 0 $ "IEngineer n Site Coordination 6 6 $ 780 a Meeting Preparation Documents 1 2 4 2 8 $ 1,250 b 10ty of Renton Pre -Application Meeting 2 2 4 $ 700 a 30% Plans Conceptual Apron Layout Plan 2 Alternatives 2 8 8 12 30 $ 5,030 Apron Grading Plan & Profiles 2 6 16 24 $ 3,540 Apron Typical Sections 2 4 6 12 $ 1,830 Civil Details 2 2 4 8 $ 1.280 b 30%Cost Estimate 4 2 8 $ 1,250 Labor Subtotal 3 1 40 0 41 46 24 54 64 3 275 $ 39,500 Expenses Mileage {Meetings. Site Visits) 2 Trips @ 35 Miles Miles 1 Roundtrip ($0 6551 mile) S 46 Mileage (Survey) 5 Tnps @ 35 Miles Miles: Roundtrip ($0.6551 mile) S 115 Plotting 1 Reproductions (Bid Dor.umenls) $ 750 Total Expenses $ 910 Subconsultants Sevice Provided Subconsultant Cost Markup HWA Geosciences Geotechnical Investigation $ 35,000 10% $ 38,500 Applied Professional Services (APS) Private Utility Locates $ 2,500 10% S 2,750 Total Subconsultants $ 41,250 Renton Municipal Airport (RNT) Page 1 of 1 RNT Add. 3 Exhibit 1 - Fee Schedule.xlsx Exhibit D CAG-22-345 ON -CALL TASK ADDENDUM NO. 4 City of Renton Engineering Services As Needed DOWL LLC — July 2023 This ON -CALL TASK ADDENDUM NO. 4 is made and entered in to on July 12, 2023, between the City of Renton, (CITY) and DOWL LLC (CONSULTANT) collectively (Parties) pursuant to and in compliance with the MASTER PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING SERVICES AS NEEDED CAG-22-345 dated October 20, 2022 (AGREEMENT) following RFQ/SOQ and negotiation in compliance with chapter 39.80 RCW. The Parties agree as follows: Each and every provision of the AGREEMENT shall remain in full force and effect, and the scope of ENGINEERING SERVICES TASK ADDENDUM NO. 4 is as follows: 1. Project Name: 3-Year (FY24-FY26) DBE Goal Update 2. City Division: Renton Municipal Airport City Project Manager or Contact for Task Addendum: William Adams, PE 616 W Perimeter Rd, Renton, WA 98057 wadams@rentonwa.eov 425-430-7473 3. Scope of Services is as follows The CONSULTANT will provide the CITY with a new 3-year DBE goal calculation for federal fiscal years 2024, 2025, and 2026 (FY24-FY26). The new goal(s) will be based on information provided by the CITY for Capital Improvement Program (CIP) projects scheduled to be completed at RNT in FY24-FY26. The DBE goal update will follow current FAA guidance and include results of the recent WSDOT disparity study. DBE goal calculations will be uploaded to FAA Civil Rights Connect (CRC) for review and approval. CONSULTANT will re -submit as necessary to obtain DBE goal approval in CRC. 4. Technical Approach (if necessary) The DBE Program and all DBE goal calculations will be completed in accordance with current FAA policies and procedures. 5. Deliverables a. FY24-FY26 DBE Goal Document PDF uploaded to FAA Civil Rights Connect Exhibit D — CAG-22-345 ON -CALL TASK ADDENDUM NO. 4 Page 1 of 3 6. Schedule a. Work under this amendment will begin upon notice to proceed. The FY23 DBE goal attachment are anticipated to be submitted for FAA review and approval by August 1, 2023. Actual completion date will be contingent on FAA approval schedule. b. A public notice will be published in the CITY's newspaper of record to notify the public of the preliminary DBE goal. This will start the 30-day comment period where input can be collected and incorporated into revised DBE goals. This 30-day comment period will extend beyond 8/1/23, and the DBE goal will be revised and re -submitted to CRC if comments are received that affect the goal calculation. c. The required DBE consultation will be held via teleconference after initial DBE goal calculations but prior to submission of the DBE goals as required per FAA guidance. 7. Cost/Hour Estimates a. See CAG-22-345 ON -CALL TASK ADDENDUM NO. 4 —Exhibit 1. Contractor agrees to perform the services as described above for the amount not to exceed $2,828 unless modified by the CITY in a signed written subsequent CAG-22- 345 ON -CALL TASK ADDENDUM NO. 4. 8. Due Date or Completion Date: Work associated with this amendment is expected to be anticipated to be completed by August 31, 2023. 9. Total Amount Payable to the Consultant under the Agreement is summarized as follows: Original Non -Exclusive MASTER AGREEMENT FOR ON -CALL SUPPORTING ENGINEERING SERVICES CAG-22-345 dated October 20, 2022, authorized amount not to exceed per the duration of the Agreement: $250,000.00 CAG-22-345 ON -CALL TASK ADDENDUM NOS. 1-3 $109,380.00 CAG-22-345 ON -CALL TASK ADDENDUM NO. 4 (This Addendum) $2,828.00 Grand total of CAG-22-345 ON -CALL TASK ADDENDA 1-4 $112,208.00 Balance remaining under MASTER AGREEMENT FOR ON -CALL SUPPORTING ENGINEERING SERVICES CAG-22-345 $137,792.00 IN WITNESS WHEREOF, the Parties have voluntarily entered into this ON -CALL TASK ADDENDUM as of the date last signed by the Parties below. Exhibit D—CAG-22-345 ON -CALL TASK ADDENDUM NO.4 Page 2 of 3 CITY OF RENTON By: Name: 6u,Vic ewe Jz Title: (,%y;(�ha Date CONSULTANT M Date Name: Wes Holden Title: Project Manager _ Exhibit D — CAG-22-345 ON -CALL TASK ADDENDUM NO. 4 Page 3 of 3 CAG-22-345 ON -CALL TASK ADDENDUM NO. 4 Ai. EXHIBIT 1 0 O W L Client., City of Renton. Renton Municipal Airport (RNT) Project: FY24•FY26 DBE Goal Update Date: 7/11/2023 LABOR: TASK NO. TASK fScoDe of Services DOWL PROJECT TEAM Senior Manager III 25500 Project Manager VII 23500 Engineer I 12000 Eng near III 15000 Engineerng Technician 14500 Accounting Technician -- -- TOTAL HOURS LABOR COST 0 2 0 0 0 0 0 U 1 3 $ 05 a IGenerai Project Management 2 months $ 575 i 1 r ram & Annual Re rt,n 0 - m t7 #i n 0 1.7 $ lot a Submission 1 6 4 11 $ 1,555 b DBE Consultation 1 1 2 $ 385 c DBE Goal Revision & Resubmittal 1 2 1 4 $ 625 Labor Subtotal 0 5 8 1 6 0 0 0 1 0 1 20 $ 2,828 Expenses Mileage (Meetings. Site Visits) Travel 1 Per Diem Plotting 1 Reproductions Public Notice - DBE Consultation (City Website) Subconsultants 20 Miles Miles/ Roundtnp j$0 655 : mile; $ Total Expenses $ Subconsultant Cost Markup s 0% $ Total Subconsultants $ 'FOT.. F $ 4,828 Exhibit 1 Page 1 of 1 Exhibit D CAG-22-345 ON -CALL TASK ADDENDUM NO. 5 City of Renton Engineering Services As Needed DOWL LLC — August 2023 This ON -CALL TASK ADDENDUM NO. 5 is made and entered in to on August 29, 2023, between the City of Renton, (CITY) and DOWL LLC (CONSULTANT) collectively (Parties) pursuant to and in compliance with the MASTER PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING SERVICES AS NEEDED CAG-22-345 dated October 20, 2022 (AGREEMENT) following RFQ/SOQ and negotiation in compliance with chapter 39.80 RCW. The Parties agree as follows: Each and every provision of the AGREEMENT shall remain in full force and effect, and the scope of ENGINEERING SERVICES TASK ADDENDUM NO. 5 is as follows: 1. Project Name: 243 Building Apron and Parking Lot Rehabilitation 2. City Division: Renton Municipal Airport City Project Manager or Contact for Task Addendum: William Adams, PE 616 W Perimeter Rd, Unit A Renton, WA 98057 wadams@rentonwa.gov 425-430-7473 3. Scope of Services is as follows: The CONSULTANT will provide the CITY with preliminary design services to support rehabilitation of the existing 243 Building Apron and Parking Lot located along West Perimeter Road at the southwest corner of the airport. This project is anticipated to include the following: 3.1 Apron Pavement Reconstruction. Reconstruct the existing apron asphalt pavement. The existing pavement is aged and beyond its useful life. Full -depth reconstruction is anticipated. Subgrade stabilization may be required, depending on the results of the geotechnical investigation. The apron will be design for light aircraft (less than 12,500 lbs.) and the occasional fuel and garbage trucks. The new pavement section will consist of a minimum of 4-inches of asphalt. Approximate apron paving extents are shown in the attached Figure 1. 3.2 New Aircraft Tiedown Parking. The existing apron layout will be evaluated and reconfigured to maximize aircraft parking areas within the 243 Building lease lot area and adjacent airport property, outside of the drive lane and Taxiway A OFA. New anchors will be designed to secure small aircraft (less than 12,500 Ibs.). Approximate parking lot paving extents are shown in the attached Figure 1. Exhibit D — CAG-22-345 ON -CALL TASK ADDENDUM NO. 5 Page 1 of 4 3.3 Parking Lot Reconfiguration. The parking lot will be reconfigured to provide a one- way entrance on the west and exit on the east to reduce sight distance conflicts at the western parking lot driveway. The parking lot will be designed for H-20 loading. New parking layout will be in conformance with Renton Municipal Code. 3.1 PROJECT MANAGEMENT The CONSULTANT will provide project management and administration, management of subconsultants, and liaison with the AIRPORT, and provide monthly invoices with monthly progress reports. The CONSULTANT will attend one meeting at the airport to review site conditions and discuss the project with the AIRPORT. 3.2 TOPOGRAPHIC SURVEY The CONSULTANT will provide surveying services as follows: a) Conduct utility locates using a private locating service (required for areas inside the airport fence). b) Establish horizontal and vertical control for mapping purposes and future construction layout. c) The topographic survey will be tied to the Washington State Plane coordinate system — North Zone (NAD 83/91) and the North American Vertical Datum of 1988 (NAVD 88). d) Conduct a survey of the project area for use in the development of construction plans. Mapping features will include: • Existing pavement and adjacent grass areas • Existing ground features such as tiedowns, utility covers, lights, signs, structures, and other features. • Storm drain inlets and catch basins, including invert elevations of all pipes inside structures that are measurable from above -ground. • Taxiway and apron markings including taxiway centerlines, taxilane centerlines, and tiedown markings. • Utilities as identified by private utility locates (required for inside the fence utilities) e) Prepare a survey basemap in AutoCAD Civil 3D. The survey will include the surveyed features on the AIRPORT provided basemap, if available. 3.3 GEOTECHNICAL INVESTIGATION The CONSULTANT will provide geotechnical services through a subconsultant as detailed below. The geotechnical information obtained from this project will be included in the report to be prepared for the Wind Sock General Aviation Apron project. a) Conduct subsurface borings at three (3) locations to determine existing apron pavement section thickness and composition, subgrade soils, and water table depth. Exhibit D — CAG-22-345 ON -CALL TASK ADDENDUM NO. 5 Page 2 of 4 b) Prepare boring logs and photographic pavement core logs. c) Present the results of pavement boring and engineering recommendations in the geotechnical report being prepared for the Wind Sock GA . 3.5 30% CONCEPTUAL DESIGN The CONSULTANT will prepare concept -level 30% design plans and cost estimates for the new apron and parking lot layout. Layout will be designed to maximize number of aircraft parking positions (tiedowns) within the apron area available. A new pavement section recommendation will be included that is anticipated to match the pavement section being developed for the Wind Sock GA Apron. CONSULTANT will complete an evaluation of minimum requirements per the 2022 City of Renton Surface Water Design Manual. Plans will be prepared in accordance with CITY and applicable FAA design standards. Plans are expected to include civil site plans, grading plan, apron and parking lot typical pavement sections, and civil details. Plan sheets will be submitted with the Wind Sock GA Apron plans. Project specifications and other documents will be completed in via future task order addenda. 4. Technical Approach (if necessary) a. The new apron design will be completed in accordance with current FAA Advisory Circulars, policies, and procedures. b. The new vehicle parking lot design will be in accordance with Renton Municipal Code. c. Storm Drainage will be designed in accordance with the 2022 City of Renton Surface Water Design Manual. S. Deliverables a. Survey Basemap DWG via file transfer b. Geotechnical Report PDF via file transfer c. 30% Design Plans PDF via file transfer d. 30% Cost Estimates PDF via email 6. Schedule a. Work under this amendment will begin upon notice to proceed. 30% design is anticipated to be complete by October 31, 2023, provided survey and geotechnical exploration can be completed in a timely manner after notice to proceed. 7. Cost/Hour Estimates a. See CAG-22-345 ON -CALL TASK ADDENDUM NO. 5 —Exhibit 1. CONSULTANT agrees to perform the services as described above for the amount not to exceed $34,297.00 unless modified by the CITY in a signed written subsequent CAG- 22-345 ON -CALL TASK ADDENDUM NO. 5. 8. Due Date or Completion Date: a. Work associated with this amendment is expected to be anticipated to be Exhibit D — CAG-22-345 ON -CALL TASK ADDENDUM NO. 5 Page 3 of 4 completed by October 31, 2023. 9. Total Amount Payable to the Consultant under the Agreement is summarized as follows: Original Non -Exclusive MASTER AGREEMENT FOR ON -CALL SUPPORTING ENGINEERING SERVICES CAG-22-345 dated October 20, 2022, authorized amount not to exceed per the duration of the Agreement: $250,000.00 CAG-22-345 ON -CALL TASK ADDENDA NOS. 1-4 $112,208.00 CAG-22-345 ON -CALL TASK ADDENDUM NO. 5 (This Addendum) $34,297.00 Grand total of CAG-22-345 ON -CALL TASK ADDENDA 1-5 $146,505.00 Balance remaining under MASTER AGREEMENT FOR ON -CALL SUPPORTING ENGINEERING SERVICES CAG-22-345 $103,495.00 IN WITNESS WHEREOF, the Parties have voluntarily entered into this ON -CALL TASK ADDENDUM as of the date last signed by the Parties below. CITY OF RENTON CONSUILTAANNT By: /�4JyiG'� By: � � V Name: William Adams, PE Title: Civil Engineer III FZ 3D Z Date Name: Wes Holden, PE Title: _Pr_6ect Manager 'n> Date Exhibit D — CAG-22-345 ON -CALL TASK ADDENDUM NO. 5 Page 4 of 4 Client Project: LABOR: CAG-22-345 ON -CALL TASK ADDENDUM NO.5 EXHIBIT 1 City of Renton. Renton Municipal Airport (RNT) 243 Building Apron and Parking Lot Rehabilitation 'A, I7 O W L Date: 8.!2912023 TASK NO TASK(Scope of Servicesj DOWL PROJECT TEAM Senior Manager II 255.00 Project Manager VII 24500 Engineer I 130.00 Engineer II 14000 Engineering Tech VI 17000 Prof Surveyor X 21500 Prof Land Surveyor fV 14500 Survey Tech III 9500 Accounting Technician TOTAL 115.00 HOURS LABOR COST 31 Pro ad Mana ement 1 6 2 0 0 0 0 3 5 2,330 a General Pri. e,,' Mara an unt 2 rr 1,.7 - 2 $ 835 b Scope & Fee Development 3 $ 745 c RNT Meetings 2 2 4 $ 750 a Maphic Survey Conduct Utility iLocates &Coordination 0 Subconsultant (APS 0 $ b Establish Horizontal & Vertical Control 4 4 8 $ 1,440 c Topographic Surveyon Site 32 8 40 $ 5 400 d Basema Preparation 4 24 28 S 3.140 a lGeotechnical Investigation, Lab Tests, & Report Subconsultant (HWA Geosciences 0 $ 780 b Engineer On Site Coordination 6 6 $ '8G im a Evaluation of Stormwater Minimum Re 's 1 2 1 3 $ $ 13,935 525 b Conceptual Apron & Parking Lot Civil Layout 2 8 16 4 30 $ 5,230 Grading Plan 2 16 4 22 $ 3,250 Typical Sections 2 4 4 10 $ 1,690 Civil Details 2 4 4 10 $ 1,690 c 30% Cost Estimate 2 6 2 10 $ 1,550 Labor Subtotal 3 23 1 54 4 1 16 1 8 36 1 32 3 11 179 $ 27,025 Expenses Mileage (Meetings, Site Visits) 0 Trips @ 35 Miles Miles I Roundtrip ($0.655 / mile) $ Mileage (Survey) 4 Trips @ 35 Miles Mlles / Roundtr•p ($0 655 / mile) $ 92 Plotting / Reproductions $ 250 Total Expenses $ 342 Subconsultants Sevice Provided Subconsultant Cost Markup HWA Geosciences Geotechnical Investigation $ 5 500 10% $ 6.050 Applied Professional Services (APS) Private Utility Locates $ 800 10% $ 880 Total Subconsultants $ 6,930 Renton Municipal Airport (RNT) Page 1 of 1 RNT On -Call Task Add. 5 Exhibit 1 - Fee Schedule.xlsx M Q cl 1191HX3 3dOOS 103rO8d 1Vf11d3ONOO : 1 '013 N0110miSN0038 101 ONIN6Vd n3 ONV '3NVlIXVl 'NOadV ONimin8 ct z VM'NO1N3H - (1NH) 1NOdHIV IVdIOINnV4 NO1N3N NOUdW S30 31ra sHosvau W } cr o „N J O O Z:E w > x o y U F z 0 g Zun O in N� NYw OfzZ N :D Ow wa? 0 ocL 0 > n } d' l0 In Q R G �3 (n O �z J Lj z J oJww -Ld zum w po :D Ln oN x F—OQ a1g m v K a -w w- a � j a �oU �� ?<< a¢ Jwo 3 u 11 UQ �Q zg� oW¢ g<J `J� -va wm w� xw V V zc7 a=— 22 0wz �� z.¢.. HU R m raa >Ln :m w c� Zaa w � J Q A O-1\ Z Ns N m Y , k CIL � U � 3 <mpp W N �` g0 \� O,, '9 CV AVM XVl k 7 Q 1. o ingp cazoz a� z a �, o �� acks I mz ou wo oZ Ng : -.. �, az I y a In Exhibit D CAG-22-345 ON -CALL TASK ADDENDUM NO. 6 City of Renton Engineering Services As Needed DOWL LLC — September 2023 This ON -CALL TASK ADDENDUM NO. 6 is made and entered in to on September 28, 2023, between the City of Renton, (CITY) and DOWL LLC (CONSULTANT) collectively (Parties) pursuant to and in compliance with the MASTER PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING SERVICES AS NEEDED CAG-22-345 dated October 20, 2022 (AGREEMENT) following RFQ/SOQ and negotiation in compliance with chapter 39.80 RCW. The Parties agree as follows: Each and every provision of the AGREEMENT shall remain in full force and effect, and the scope of ENGINEERING SERVICES TASK ADDENDUM NO. 6 is as follows: 1. Project Name: FAA BIL Airport Tower Grant Application 2. City Division: Renton Municipal Airport City Project Manager or Contact for Task Addendum: William Adams, PE 616 W Perimeter Rd, Renton, WA 98057 wadams@rentonwa.gov 425-430-7473 3. Scope of Services is as follows The CONSULTANT will prepare a new grant application for Bipartisan Infrastructure Law (BIL), Airport Terminal and Tower Project funding. This will include fully filling out FAA Form 5100-144 and any required attachments to provide a completed grant application to the CITY, ready for signature and submittal by the CITY. The proposed scope to be included in the grant application is for an Air Traffic Control Tower (ATCT) siting study and preliminary design for a new ATCT at RNT. The CITY will confirm it has a current registration in the federal System for Award Management (SAM) with a unique entity identifier. 4. Technical Approach (if necessary) Not applicable. S. Deliverables a. FAA Form 5100-144 BIL Airport Terminal and Tower Project Grant Application. Exhibit D — CAG-22-345 ON -CALL TASK ADDENDUM NO. 6 Page 1 of 2 6. Schedule a. Work under this amendment will begin upon notice to proceed. The form will be submitted by the CONSULTANT to the CITY a minimum of 24-hours prior to October 16, 2023, at 5:00pm to allow for time for the CITY to submit prior to this deadline. 7. Cost/Hour Estimates a. See CAG-22-345 ON -CALL TASK ADDENDUM NO. 6 —Exhibit 1. Contractor agrees to perform the services as described above for the amount not to exceed $4,880.00 unless modified by the CITY in a signed written subsequent CAG-22- 345 ON -CALL TASK ADDENDUM NO. 6. 8. Due Date or Completion Date: a. Work associated with this amendment is expected to be anticipated to be completed by October 16, 2023. 9. Total Amount Payable to the Consultant under the Agreement is summarized as follows: Original Non -Exclusive MASTER AGREEMENT FOR ON -CALL SUPPORTING ENGINEERING SERVICES CAG-22-345 dated October 20, 2022, authorized amount not to exceed per the duration of the Agreement: $250,000.00 CAG-22-345 ON -CALL TASK ADDENDUM NOS. 1-5 $146,505.00 CAG-22-345 ON -CALL TASK ADDENDUM NO. 6 (This Addendum) $4,880.00 Grand total of CAG-22-345 ON -CALL TASK ADDENDA 1-6 $151,385.00 Balance remaining under MASTER AGREEMENT FOR ON -CALL SUPPORTING ENGINEERING SERVICES CAG-22-345 $98,615.00 IN WITNESS WHEREOF, the Parties have voluntarily entered into this ON -CALL TASK ADDENDUM as of the date last signed by the Parties below. CITY OF RENTON CONSULTANT By: By: Wes Holden Name: id1'd;aVZ7 .r'Jd4"s Title: Owl &'j:,nedr Date Name: Wes Holden Title: Project Manager 9/28/2023 Date Exhibit D — CAG-22-345 ON -CALL TASK ADDENDUM NO. 6 Page 2 of 2 CAG-22-345 ON -CALL TASK ADDENDUM NO.6 A, EXHIBIT 1 B O W L Client: City of Renton, Renton Municipal Airport (RNT) Project: FAA BIL Airport Tower Grant Application Date: 9/28/2023 LABOR: DOWL PROJECT TEAM Senior Project Engineering Accounting TASK Manager III Manager VII Engineer I Engineer IV Technician Technician TOTAL LABOR NO. TASK (ScoU of Services 265 00 245.00 130.00 175.00 155.00 1 t5.00 HOURS COST 1-1 -Project Manaigemeryt 0 I - 1 2 360 $ 360 a JGenerai Pro ect Management 1 month 1 6 10. 10 0 10 0 D 0 a Grant Application Research z 2 2 6 $ 1 100 b Grant Application Preparation & Review 4 8 8 20 $ 3 420 Labor Subtotal 0 7 10 10 0 0 0 0 1 28 1 $ 4.880 Expenses Mileage (Meetings, Site Visits) ❑ Trips @ Travel 1 Per Diem 0 Trips @ Plotting ? Reproductions Public Notice - DBE Consultation (City Website) Subconsultants 20 Miles Miles / Roundtnp r,$0 655 , mile) $ S $ Total Expenses $ Subconsultant Cost Markup $ 0% $ Total Subconsultants $ ..n Exhibit 1 Page 1 of 1 Exhibit D – CAG-22-345 ON-CALL TASK ADDENDUM NO. 7 Page 1 of 7 Exhibit D CAG-22-345 ON-CALL TASK ADDENDUM NO. 7 City of Renton Engineering Services As Needed DOWL LLC – February 2024 This ON-CALL TASK ADDENDUM NO. 7 is made and entered in to on January 18, 2024, between the City of Renton, (CITY) and DOWL LLC (CONSULTANT) collectively (Parties) pursuant to and in compliance with the MASTER PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING SERVICES AS NEEDED CAG-22-345 dated October 20, 2022 (AGREEMENT) following RFQ/SOQ and negotiation in compliance with chapter 39.80 RCW. The Parties agree as follows: Each and every provision of the AGREEMENT shall remain in full force and effect, and the scope of ENGINEERING SERVICES TASK ADDENDUM NO. 7 is as follows: 1. Project Name: Windsock GA Apron and 243 Building GA Apron Rehabilitation 2. City Division: Renton Municipal Airport City Project Manager or Contact for Task Addendum: William Adams, PE 616 W Perimeter Rd, Unit A Renton, WA 98057 wadams@rentonwa.gov 425-430-7473 3. Scope of Services is as follows: The CONSULTANT will provide the CITY with final design, bidding, and construction support services to support rehabilitation of the existing general aviation (GA) windsock GA apron on the east side of the airport north of the windsock, and the 243 Building GA apron and parking lot located along West Perimeter Road at the southwest corner of the airport. This project is anticipated to include the following: 3.1 Apron Pavement Reconstruction. Reconstruct the existing apron asphalt pavement on the Windsock GA Apron and the 243 Building apron. The existing pavement is aged and beyond its useful life. Full-depth reconstruction is anticipated. The aprons will be design for light aircraft (less than 12,500 lbs.) and the occasional fuel and garbage trucks. The new pavement section will consist of a minimum of 4-inches of asphalt and a total depth of approximately 18-inches. Approximate apron paving limits are shown in the conceptual plans completed and submitted under Task Orders No. 3 and 5. 3.2 New Aircraft Tiedown Parking. The existing apron layout will be evaluated and reconfigured to maximize aircraft parking areas at each apron: Exhibit D – CAG-22-345 ON-CALL TASK ADDENDUM NO. 7 Page 2 of 7 a. Within the 243 Building lease lot area and adjacent airport property, including a portion of the drive lane outside of the Taxiway A OFA. b. On the Windsock GA Apron located north of the existing compass rose and windsock. New tiedown anchors will be designed to secure small aircraft (less than 12,500 lbs.). 3.3 Parking Lot Reconfiguration and Reconstruction. The parking lot will be reconfigured to provide a one-way entrance on the west and a one-way exit on the east to reduce sight distance conflicts at the western parking lot driveway. The exit will be sited west of the existing airport access road and Vehicle Gate V7, and a curb may be added to separate the parking lot from the drive lane. The parking lot will be designed for H-20 loading. New parking lot layout will be in conformance with Renton Municipal Code, including new ADA parking stalls. 3.4 PROJECT MANAGEMENT The CONSULTANT will provide project management and administration, management of subconsultants, and liaison with the AIRPORT, and provide monthly invoices with monthly progress reports. The CONSULTANT will attend one design meeting at the airport to review site conditions and discuss the project with the AIRPORT. Additional meetings for bidding and construction are described later in this scope. 3.5 90% DESIGN The CONSULTANT will prepare construction plans, technical specifications, and a cost estimate for the combined project that includes both project areas to the 90% level. The CONSULTANT will complete the following tasks: a) Site Conditions Review. The CONSULTANT will conduct a site visit to review existing site conditions for the preparation of plans. b) 90% Construction Plans. The CONSULTANT will develop detailed 90% Construction Plans in accordance with AIRPORT and FAA design standards. An estimated sheet count is included below: Sheets Description 1 Cover Sheet 1 Notes, Abbreviations, and Legend 2 Civil Site Plan 1 Survey Control Plan 2 Construction Safety & Phasing Plan 1 Construction Safety & Phasing Details 2 Site Preparation/Demolition & Temporary Erosion & Sediment Control Plan 1 Windsock Apron Plan 1 243 Building Apron & Parking Lot Plan Exhibit D – CAG-22-345 ON-CALL TASK ADDENDUM NO. 7 Page 3 of 7 Sheets Description 1 Typical Sections 1 Civil Details 1 Pavement Marking Plan 1 Pavement Marking Details 16 Total Sheet Count 90% Technical Specifications. The CONSULTANT will prepare project technical specifications and appendices in accordance with AIRPORT, CITY and FAA standards, and will provide to the AIRPORT for bidding. The AIRPORT will provide front-end documents, including contract requirements, bidding requirements, and general provisions. 90% Engineer’s Estimate. The CONSULTANT will prepare itemized quantity calculations for all contract bid items. An Engineer’s Estimate of construction costs will be prepared. Draft Engineer’s Design Memorandum. The CONSULTANT will prepare a draft design memorandum that summarizes the proposed apron and parking lot design. The memo will describe the proposed pavement section design, grading, drainage, and parking lot design. This memorandum will include references to applicable FAA and CITY design standards, as applicable. Draft Construction Safety & Phasing Plan (CSPP). The CONSULTANT will prepare a draft CSPP narrative document that meets the requirements of FAA Advisory Circular 150/5370-2G Operational Safety on Airports During Construction. The compiled CSPP document will consist of the plan sheets and the narrative. The CONSULTANT will upload the CSPP to the FAA’s Airport Airspace Analysis / Object Evaluation (OE/AAA) portal for airspace review. 3.6 100% FINAL DESIGN a) 90% Comment Response. The CONSULTANT will prepare responses to all comments received from the CITY at the 90% review. b) 100% Construction Plans. The CONSULTANT will address CITY comments from the 90% review, and provide a complete, bid-ready set of Construction Plans. c) 100% Cost Estimate. The CONSULTANT will address CITY comments from the 90% review and advance the Cost Estimate to the 100% complete state. d) Final Engineer’s Design Memorandum. The CONSULTANT will address CITY comments from the 90% review and advance the memorandum to the 100% complete stage. Exhibit D – CAG-22-345 ON-CALL TASK ADDENDUM NO. 7 Page 4 of 7 e) Final Construction Safety & Phasing Plan. The CONSULTANT will address CITY and FAA comments into a completed CSPP and include the final CSPP in the bid documents as an appendix in the contract documents. f) 7460 for Temporary Construction Impacts. The CONSULTANT will prepare and submit a 7460 for temporary construction impacts based on the approved CSPP. g) 7460 for Permanent Construction Items. The CONSULTANT will prepare and submit a 7460 for permanent constructed items, including new aircraft tiedown positions. The CITY will compile the final set of contract bid documents that incorporate all project requirements. The CONSULTANT will provide the CITY with final signed plans, technical specifications, and bid forms. The CITY will publish bid documents to Builder’s Exchange of Washington. 3.7 SHORELINE PERMIT SUBMITTAL AND COORDINATION The CONSULTANT will prepare and submit permit documents, including plans, quantities, and narrative as required for the anticipated shoreline permit. The CONSULTANT will coordinate with the CITY permitting office as required to meet permitting requirements, and will address and respond to review comments and submit additional documents as required to obtain the shoreline permit. 3.8 BIDDING SUPPORT The CONSULTANT will provide the CITY with bidding support, as follows: a) Attend pre-bid meeting at the airport. b) Prepare written responses to Contractor questions and submit to the CITY. The CITY will post question responses. c) Conduct Pre-Bid Meeting at the airport and distribute a meeting summary. d) Develop up to two (2) addenda, as required during the bidding period. e) Review apparent low bidder’s qualifications, including verification of license through WA Department of Labor & Industries Department of Revenue status. f) Prepare bid tabulation of bid results and submit to the CITY. 3.9 CONSTRUCTION SUPPORT The CONSULTANT will provide the CITY with support during construction, as follows: a) Attend the pre-construction meeting with the CITY at the airport. b) Attend weekly meetings with the CITY and contractor at the airport. c) Conduct weekly site visits during construction to monitor progress and answer any questions. Site visits are anticipated to be on the same day as the weekly meetings, and will include up to two hours of time on site. CONSULTANT will provide a written report to the CITY after each site visit. Exhibit D – CAG-22-345 ON-CALL TASK ADDENDUM NO. 7 Page 5 of 7 d) Prepare record drawings based on markups provided by the CITY and contractor and submit 11x17 PDF’s and CAD files of record drawings to the CITY. ASSUMPTIONS 1. Two (2) site visits will be conducted throughout design of the project. 2. The pre-bid meeting will be held at the Airport. 3. One (1) invoice and one (1) progress report will be prepared per month. 4. The CITY will receive the technical specifications from the CONSULTANT and the CITY will compile the final Contract Documents, including incorporation of City of Renton Front End Contract Documents. 5. This project will not receive federal funding but will be subject to WA State Labor & Industries prevailing wage rates. No onsite wage rate interviews will be conducted by the CONSULTANT. 6. The CITY will complete bid evaluations to determine the low bidder. 7. At least one lane of traffic must be maintained on W. Perimeter Road at all times. 8. New storm drainage detention structures are not anticipated to be required ; existing storm drainage structures will be matched with new construction. Water quality structures, if required, will be included in design. 9. Permitting documents will be prepared and submitted as required to support one standalone permit. Permit requirements will be otherwise incorporated into the final project deliverables. 4. Technical Approach (if necessary) a. Apron design will be completed in accordance with current FAA Advisory Circulars, policies, and procedures. b. Vehicle parking lot design will be in accordance with Renton Municipal Code . c. New water quality features, if required, will be designed in accordance with the 2022 City of Renton Surface Water Design Manual. 5. Deliverables a. 90% Design Plans PDF file transfer b. 90% Technical Specifications MS Word & PDF via file transfer c. 90% Cost Estimate PDF file transfer d. Draft Design Memorandum PDF file transfer e. Draft CSPP Online to OE/AAA Portal & PDF via file transfer f. 100% Plans PDF via file transfer g. 100% Technical Specifications MS Word & PDF via file transfer h. 100% Cost Estimate PDF via file transfer i. Final Design Memorandum PDF via file transfer j. Final CSPP Online via OE/AAA Portal & PDF via file transfer Exhibit D – CAG-22-345 ON-CALL TASK ADDENDUM NO. 7 Page 6 of 7 k. 7460’s (Temp. & Final Const.) Online via OE/AAA Portal l. Draft Permit Documents Online via CITY permitting portal m. Final Permit Documents Online via CITY permitting portal 6. Schedule a. Work under this amendment will begin upon notice to proceed, with work progressing approximately as follows: i. 90% design is anticipated to be complete by March 1, 2024. ii. 100% design will be completed within 2 weeks of receipt of comments from the CITY, or as required to meet permit requirements. iii. Bidding support will last from the pre-bid meeting through bid opening and completion of deliverables described above. iv. Construction is anticipated to begin in June 2024 and last approximately two months. 7. Cost/Hour Estimates a. See CAG-22-345 ON-CALL TASK ADDENDUM NO. 7 – Exhibit 1. CONSULTANT agrees to perform the services as described above for the amount not to exceed $97,880.00 unless modified by the CITY in a signed written subsequent CAG- 22-345 ON-CALL TASK ADDENDUM NO. 7. 8. Due Date or Completion Date: a. Work associated with this amendment is expected to be anticipated to be completed by December 31, 2024. 9. Total Amount Payable to the Consultant under the Agreement is summarized as follows: Original Non-Exclusive MASTER AGREEMENT FOR ON-CALL SUPPORTING ENGINEERING SERVICES CAG-22-345 dated October 20, 2022, authorized amount not to exceed per the duration of the Agreement: $250,000.00 CAG-22-345 ON-CALL TASK ADDENDA NOS. 1-6 $151,385.00 CAG-22-345 ON-CALL TASK ADDENDUM NO. 7 (This Addendum) $97,880.00 Grand total of CAG-22-345 ON-CALL TASK ADDENDA 1-7 $249,265.00 Balance remaining under MASTER AGREEMENT FOR ON-CALL SUPPORTING ENGINEERING SERVICES CAG-22-345 $735.00 Exhibit D – CAG-22-345 ON-CALL TASK ADDENDUM NO. 7 Page 7 of 7 IN WITNESS WHEREOF, the Parties have voluntarily entered into this ON-CALL TASK ADDENDUM as of the date last signed by the Parties below. CITY OF RENTON CONSULTANT By: By: Name: William Adams, PE Name: Wes Holden, PE Title: Civil Engineer III Title: Project Manager Date Date Client: City of Renton, Renton Municipal Airport (RNT) Project: Windsock & 243 Building GA Apron Rehabilitation Date: 2/13/2024 LABOR: Senior Project Engineering Accounting Manager II Manager VII Engineer I Engineer III Tech. VI Technician TOTAL LABOR 255.00 245.00 130.00 160.00 170.00 215.00 145.00 95.00 115.00 HOURS COST 3.4 Project Management 0 34 4 4 0 0 0 0 9 51 10,525$ a General Project Management (6 months)24 3 27 6,225$ b Invoicing and Progress Reports 6 6 12 2,160$ c Design Meeting 4 4 4 12 2,140$ 3.5 90% Design 0 34 86 80 40 0 0 0 0 232 39,110$ a Site Conditions Review 4 4 4 12 2,140$ b 90% Construction Plans 16 32 40 32 120 19,920$ c 90% Technical Specifications 4 12 8 24 3,820$ d 90% Engineer's Estimate 2 6 4 8 20 3,270$ e Draft Engineer's Design Memorandum 4 16 8 28 4,340$ f Draft Construction Safety & Phasing Plan 4 16 8 28 4,340$ 8 3.6 100% Final Design 0 22 50 38 24 0 0 0 0 134 22,050$ a 90% Comment Response 2 4 6 1,130$ b 100% Construction Plans 16 32 24 24 96 16,000$ c 100% Cost Estimate 2 2 490$ d Final Engineer's Design Memorandum 1 4 4 9 1,405$ e Final Construction Safety & Phasing Plan 1 6 4 11 1,665$ f 7460 for Temporary Construction Impacts 4 1 5 680$ g 7460 for Permanent Construction Items 4 1 5 680$ 3.7 Shoreline Permit Submittal and Coordination 0 2 16 8 0 0 0 0 0 26 3,850$ a Shoreline Permit Submittal 2 16 8 26 3,850$ 3.8 Bidding Support 0 8 16 10 0 0 0 0 0 34 5,640$ a Pre-Bid Meeting 4 4 8 1,500$ b Response to Contractor Questions 2 4 4 10 1,650$ c Addenda (2)2 4 4 10 1,650$ d Review Apparent Low Bid 2 2 4 580$ e Bid Tabulations 2 2 260$ 3.9 Construction Support 0 30 48 0 16 0 0 0 0 94 16,310$ a Pre-Construction Meeting 4 4 8 1,500$ b Weekly Meeting (8)24 24 5,880$ c Weekly Site Visits (8)40 40 5,200$ d Record Drawings 2 4 16 22 3,730$ Labor Subtotal 0 130 220 140 80 0 0 0 9 571 96,845$ Expenses Mileage (Meetings, Site Visits)10 Trips @ 35 Miles Miles / Roundtrip ($0.67 / mile)235$ Plotting / Reproductions 4 Sets of Contract Documents 800$ Total Expenses 1,035$ Subconsultants Sevice Provided Subconsultant CostMarkup -$ 10% -$ -$ 10% -$ Total Subconsultants -$ 97,880$ TOTAL FEE TASK (Scope of Services) TASK NO. EXHIBIT 1 CAG-22-345 ON-CALL TASK ADDENDUM NO. 7 DOWL PROJECT TEAM Prof. Surveyor X Prof. Land Surveyor IV Survey Tech. III Renton Municipal Airport (RNT) Page 1 of 1 RNT On-Call Task Add. 7 Exhibit 1_r1- Fee Schedule.xlsx