Loading...
BHC Consultants LLC for Dayton Street Utility Replacement Project 3rd Ave to 9th AverkT" CONTRACT ROUTING FORM (City Cleric Use Only) Z Originator: Rob English Routed by: Megan Luttrell O Department/Division: Engineering - Public Works Date: 05/18/2017 a Name of Cons ultant/Contractor: BHC Consultants, LLC CONTRACT TITLE: o Dayton Street Utility Replacement Project (3rd Ave to 9th Ave) Type of Contract: (GR) Grants (1) Intergovernmental Agreement (L) Lease Agreement Z ® (S) Purchase of Services � (W) Public Works ❑ (0) Other Z W Z Bid/RFP Number: _ V Effective Date: Completion Date: _ _12/31 /2018 0 Has the original City contract boilerplate language been modified? OYes G No _ If yes, specify which sections have been modified: 1 p Description V of Services - Total Amount of Contract: $ 526,020.00 Budget # 421.200.74.594.34A1.00 Amount: C Q Budget # Amount: W 0 QBudget # Amount: V ZAre there sufficient funds in the current budget to cover this contract? Yes Z LL Remarks: Authorization Level: Council Lu 1. Project Manager a ❑ 2. Risk Management/Budget Z ❑✓ 3. City Attorney N �✓ 4. Consultant/Contractor ❑ 5. Other 0 No ✓� 6. City Council Approval 5/16/2017 Date (if applicable) 7. Mayor ✓ 8. City Clerk Original Conti No. 6785 Supplemental Agreement 1 No. 10 -152 CITY OF EDMONDS DAVE EARLING 121 5"' AVENUE NORTH • EDMONDS, WA 98020 • 425-771-0220 • FAX 425.672-5750 MAYOR Website: www.edmondswa.gov PUBLIC WORKS DEPARTMENT Engineering Division SUPPLEMENTAL AGREEMENT 1 TO PROFESSIONAL SERVICES AGREEMENT Dayton Street Utility Replacement Project (3"d Ave to 9th Ave) WHEREAS, the City of Edmonds, Washington, hereinafter referred to as the "City", and BHC Consultants, LLC, hereinafter referred to as the "Consultant", entered into an underlying agreement for design, engineering and consulting services with respect to a project known as Dayton Street Utility Replacement Project (3"d Ave to 9th Ave) project, dated May 3, 2016; and WHEREAS, additional tasks to the original Scope of Work have been identified; NOW, THEREFORE, In consideration of mutual benefits occurring, it is agreed by and between the parties thereto as follows: 1. The underlying Agreement of May 3, 2016 between the parties, incorporated by this reference as fully as if herein set forth, is amended in, but only in, the following respects: 1.1 Scope of Work. The Scope of Work set forth in the underlying agreement shall be amended to include the additional services and material necessary to accomplish the stated objectives as outlined in the attached Exhibit A incorporated by this reference as fully as if herein set forth. 1.2 The $496,800 amount set forth in paragraph 2A of the underlying Agreement and stated as an amount which shall not be exceeded, is hereby amended to include an additional not to exceed amount of $29,220 for the additional scope of work identified in Exhibit A to this supplemental agreement. As a result of this supplemental agreement, the total contract amount is increased to a new total not -to -exceed amount of $526,020 ($496,800 plus $29,220). 1.3 Exhibit B to the underlying agreement consisting of the rate and cost reimbursement schedule is hereby amended to include the form set forth on the attached Exhibit B to this addendum, incorporated by this reference as fully as if herein set forth. 2. In all other respects, the underlying agreement between the parties shall remain in full force and effect, amended as set forth herein, but only as set forth herein., -*7051 OV/Y- i,a, /%o DONE this d &6 day of , 2017. CITY OF EDMONDS ATTEST/AUTHENTICATE: Scott sey, City Clerk APPROVED AS TO FORM: Office of the City Attorney BHC CONSULTANTS, LLC By: Title: SAStaf'f\Megan\Engineering AdminWROJECTS\E51B.Dayton St. Utility Replacement 3rd to 91h\BHC.Supp Ldoc STATE OF WASHINGTON ) )ss COUNTY OF ) 0 1I On this y O day of M6 , 20 i 1 , before me, the under -signed, a Notary Public in and for the State of 1 ashington, duly commissioned and sworn, personally appeared qznc-� 0 Q , Cbcul , to me known to be the [ 9_gX, 0 of the corporation that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that he/she was authorized to execute said instrument and that the seal affixed is the corporate seal of said corporation. WITNESS my hand and official seal hereto affixed the day and year first above written. PAKALANA PA17ERSON �1 � Notary Public NOTARY PUBLIC State of Washington My Appointment Expires My commission expires: Aug 31, 2018 S 1611t'b S:\StafFuNegan\Engineering Admin\PR0JECTS\E5JB.Dayton St, Utility Replacement 3rd to 9thMC.Supp Ldoc EXHIBIT A CITY OF EDMONDS DAYTON STREET UTILITY REPLACEMENT PROJECT (3RD AVE to 91h AVE) AMENDMENT NO. 1 SCOPE OF CONSULTANT SERVICES March 27, 2017 PURPOSE OF THE AMENDMENT The City of Edmonds informed the Consultant that the City had recently received funds for sidewalk improvements along Dayton Street between 7th Avenue South and 8th Avenue South. This amendment is for the design services to prepare plans, specifications, and an engineer's opinion of probable construction costs for those proposed sidewalk improvements as well as updating the Storm Water Compliance Report to include the new improvements. The sidewalk improvements will be included as part fo the construction documents for the Dayton Street Utility Replacement Project. This amendment includes the following revisions to Tasks 020 and 040. TASK 020 — DESIGN The following efforts are added to the scope of services for Task 20. 1. Update Storm Water Compliance Report The Consultant will review the storm water requirements applicable to the project for the additional sidewalk improvements and coordinate with other team members, as required, to address Minimum Requirement #5, Onsite Storm Water Management, for LID BMPs. The Consultant will then update the Storm Water Compliance Report to incorporate Minimum Requirements #1 through #5 from the Department of Ecology's 2014 Storm Water Management Manual for Western Washington. 2. Final Design and Preparation of Bid Documents: The Consultant will prepare and deliver design plans, specifications, opinions of probable construction cost, and bid documents for the proposed sidewalk improvements along Dayton Street between 7th Avenue South and 8th Avenue South in accordance with the attached scope from KPG (Exhibit A-1) and as shown on the attached Exhibit A-2 as part of the deliverables for the remainder of the project. The fee estimate is based on the following drawing/sheet list: One Detail Sheet ■ One Site Preparation Sheet • One Sidewalk Restoration Plan and Profile Sheet • 1 Driveway Plan and Profile Sheet Deliverables Revised Storm Water Compliance Report (2 hard copies, 1 PDF). 60% and 90% Design Submittal: Half size (11 "xl7") Drawing Set, Specifications and Opinion of Probable Construction Cost (Two hard copies of each, 1 PDF of each) Bid Document Submittal: Signed Half size (11"xl7") and signed full size (22"x34") Drawing Sets, signed Specifications, and Opinion of Probable Construction Cost (One hard copy of each, 1 PDF of each) March 27, 2017 Page 1 of 2 City of Edmonds Exhibit A Dayton Street Utility Replacement Project Amendment No 1 Scope of Services Project Assumptions • The topographic survey previously provided by the City is sufficient for grading driveways at private properties. • The proposed sidewalk improvements will encroach into the street, remaining completely within the existing right of way. ■ No temporary construction easements will be required to complete the design and construction of the proposed sidewalks. • The City shall be responsible for obtaining rights -of -entry as necessary, for sidewalk improvements to match into existing grades at the edge of the right-of-way. ■ City standard details and WSDOT standard plans will be supplemented with project specific details as required. • Specifications will be based on the 2016 WSDOT/APWA Standard Specifications, using the City's General Special Provisions (GSPs) provided by the City. TASK 040 — PROJECT MANAGEMENT The following efforts are added to the scope of services for Task 040. 1. Project Management: Provide project management, coordination and administration throughout the project in support of the additional activity. In addition, this task is amended to include the Consultants efforts to develop the contract amendment. Deliverables • Amendment No. 1 scope and budget. Project Assumptions • The 60% submittal schedule will be adjusted to reflect the timing of the additional activity, but the targeted 90% submittal date for the original scope will remain the same. Budget The budget for Amendment No. 1 is $29,220 (see Exhibit B for detail), raising the total project budget to $526,020. Schedule Given the timing of this amendment, the target date for the 60% design submittal may need to be adjusted to accommodate the additional activities. The Consultant will increase the previously planned effort to maintain the targeted 90% design submittal date. The Consultant will commence design activities for the proposed sidewalk upgrades immediately upon receipt of a signed contract amendment or other agreeable written authorization. Attachments: • Exhibit A-1: KPG, Inc. Scope of Services (dated March 20, 2017) ■ Exhibit A-2: Limits of Proposed Sidewalk (dated March 2017) • Exhibit B: Amendment No. 1 Budget (dated March 27, 2017) March 27, 2017 Page 2 of 2 Exhibit A-1 BHC Consultants Dayton Street Utility Replacement Project Supplement No. 1 — Final Design Services for Sidewalk Improvements Scope of Work A. Background Information The City of Edmonds has received funds for sidewalk in -fill improvements between 7''' Avenue S and 81" Avenue S, This supplemental agreement is for final design services to prepare plans, specifications, and engineer's estimate for the sidewalk improvements between 71' and 8"' Avenue, including updating the Stormwater Compliance Report to include evaluating the new improvements with the thresholds set forth by the DOE 2014 Stormwater Management Manual for Western Washington (SWMMWW)_ Project Assumptions: Topographic survey provided is sufficient for grading driveways at private properties No temporary construction easements will be required City shall provide rights -of -entry for sidewalk improvements to match into existing grades at the right-of-way line Task 1 — Management / Administration / Coordination 1.2 The Consultant shall prepare and attend up to two (2) additional team meetings with BHC and/or the City during the development of the proposed sidewalk improvements. 1.3 The Consultant shall provide internal quality assurance/quality control (QA/QC) reviews of all work products prior to submittal for City review. Task 3 — Stormwater Compliance Report 3.3 The Consultant shall review the stormwater requirements applicable to the project for the additional sidewalk improvements between 7" and 811' Avenue S and coordinate with Landau Associates for Minimum Requirement #5, On -Site Stormwater Management, for LID BMPs. 3.4 The Consultant shall update the Stormwater Compliance Report to incorporate Minimum Requirements 41-#5 from the DOE SWMMWW, 2014. Task 3 Deliverables Revised Stormwater Compliance Report (2 hard copies, 1 PDF) for sidewalk improvements Task 4— Final Design Review 4.1 The Consultant will prepare 60% Plans (scale 1"=20') to be included in BHC plan set for review and approval by the City. Plans will be formatted to provide sufficient detail for convenient field layout of all proposed facilities. City standard details and WSDOTstandard plans will be supplemented with project specific details as required, Plan information will include: City of Edmonds Dayton Street Utility 1 KPG Scope of Work Rehabilitation Project REV: March 20, 2017 Supplement No, 1 Sidewalk Improvements Exhibit A-1 ra Details ❑ Site Preparation Plans ❑ Sidewalk Restoration Plans ❑ Driveway Plans 4.2 The Consultant will prepare 90% Plans to be included in BHC plan set for review and approval by the City. Plans will be formatted to provide sufficient detail for convenient field layout of all proposed facilities. City standard details and WSDOT standard plans will be supplemented with project specific details as required. It is anticipated that the final design drawings will include the following sheets: ❑ 1 Detail sheet ❑ 1 Site Preparation Sheet ❑ 1 Sidewalk Restoration Plan and Profile Sheets ❑ 1 Driveway Plan and Profile Sheets ❑ 4 Total Sheets 4.3 The Consultant shall prepare Bid Documents for BHC package to the City. 4.4 The Consultant shall prepare 90% and Final Special Provisions for restoration work to be incorporated into the project specifications by BHC for review and approval by the City. Specifications will be based on 2016 WSDOT/ APWA standard specifications, using City General Special Provisions (GSPs) provided by the City. 4.5 The Consultant will calculate quantities and prepare construction cost estimates in support of the 60%, 90% and Final Plans and Specifications. Task 4 Deliverables 3 60% Review Submittal: Half Size Plans (11"x17") PDF files, CAD files for layouts, Cost Estimate, PDF file i 90% Review Submittal: Half Size Plans (11"x17") PDF files, CAD files for layouts, Specifications, word format, Cost. Estimate, PDF file Bid Documents: Half Size Plans (11"x17") PDF files, Full Size (22"x34") PDF files, Specifications, word format, Cost Estimate, PDF file City of Edmonds Dayton Street Utility 2 KPG Scope of Work Rehabilitation Project REV: March 20, 2017 Supplement No, 1 Sidewalk Improvements Exhibit A+-i FEE SUMMARY 1K p ♦ Architecture Landscape Architecture ♦ Civil Engineering Project: City of Edmonds Dayton Street Utility Replacemeht Project Supplement No. 1 - Final Design Services for Sidewalk Improvements REV: March 21, 2017 Description Estimated Fee Task 1 - Project Management / Coordination / Administration Task 3 - Stormwater Assessment Report Task 4 - Final Design Total Estimated Fee City of Edmonds Dayton Street Utility Project Hour and Fee Estimate $2.948, 97 $3,369,14 $15, 510.77 $21,828,89 KPG 3/21/2017 I x A W L 71 O 0. C w E p1 w V m ro 2 UJ w W w w w O Z Q a 0§ c x a "!�R m vxx on Ci �r Pt �� y� i d^ lP el el N m IA V/ N N NIN N N NN N INIIA N N -- yNy� n H N yl N O - G C7 14 O O 10 A� O o - to 4 0 0 Ib w T Y 4 �al- �7 V A t NN W P p O�.�j• w 0 0 LW m 00o pN A m K r w N n Vi N N o oI o c o I 0 "D an io OI N A o a IS 60 N r I H - 'I N .0 7 PNYN� 4 A n�O O D O O O r r a0•G 10 q a p.� � u pad a � o � � � � ,.�•, j� ' fc� z III �.lit , N N ry•I-: .- n i� nxn M * 41,-t�Y�wti q1g4Y4I F 4 � $ ) | 8 C) '§ r 2 N a G§ k |k) �$i \ in - - to tn _ _ _ 2 S E } I C E } � ) — , 07 a . 2 CO _ k « V R c §en 4 2 A 0 a 2 # © . o, /� l w . e . � k 0 0 ` ;� � U) § 3 \§ k 2� /eƒ t �.) ��| w 5, \ �@§ �� $ƒC 2 W. . � § c ■ g $k 2 E �.a 2 < E %) 2 % o 2� * I (L e� 0 m,MOKFII � � § � a k 0 e Y\ w m ` r m 2 W cow C)O M — m - N N NO r n NC-4 Of U N N 69w -69 40 N 44 m U m v� w v 2 eco m m 69 40 w N at (7 °N° N NC. 0o � N a Y r 69 w N w C%l n CDto o N O O N O U m m to H N V) N 49 Uf !A CN O O N N N F N tD t0 fA to V tR a to O V C N 4rk 2 a 00 axi O a c a a O O N N N 7 O N N Cl) L O a O'O a tT N to IA O C" W U to 44 V! C a O O m p O 0 ` O O O O Q V� EA ] O O N N N L CO w CDC, t0 t") M w N) to C') m U o o G Q G pt N U O O O I? O O v o o v 0 L N O w n(i U7 to 1A t0 to � U Lo � C � c m Y 0 vv o v 0 L :O O tq co W ti Let o U NN WN O �yj to U N td _ 6 O O O O d Ul j O O O t0 t0 L N N CD co W) U) w ca _ N W co � t V �L p U 69 N 19 • G O b O O b d~ N N R a w O L a) m m O O � m n a m = L J m 00 O E c m 1 N > a E w n to a� w N aa)i 2 c a c E o cz m y o > U .. c IL « rn E � a a� o O o � N A emE N N I- I L 10It''. Nc' 1,390 CONTRACT ROUTING FORM M (City Clerk Use Only) Z Originator: _ I Rob English_ _ Routed by: Megan Luttrell O Department/Division: j Engineering - Public Works Date: 04/28/2016 i= a =- Name of Cons ultant/Contractor: BHC Consultants, Inc. y CONTRACT TITLE: c Dayton Street Utility Replacement Project (3rd Ave to 9th Ave) Type of Contract: 7(GR) Grants (1) Intergovernmental Agreement I.- Z (S) Purchase of Services -1 (VV) Public Works W Z Bid/RFP Number: V Effective Date: Completion Date: L) Has the original City contract boilerplate language been modified? Dyes G) No F- If yes, specify which sections have been modified: pDescription V of Services: Total Amount of Contract: $ 496,800.00 Budaet# 421.200.74,594.34 h - J Budget # w 0 Q I Budget # C+ ZAre there sufficient funds in the current budget Z LL Remarks: Authorization Level: Council W H 1. Project Manager f' 2. Risk Management/Budget Z ❑✓ 3. City Attorney S2 I✓1 4. Consultant/Contractor ' 5. Other �✓ 6. City Council Approval Date fit applicable) ✓❑ 7. Mayor ✓❑ 8. City Clerk (L) Lease Agreement ❑ (0) Other 12/31 /2017 I 04/05/2016 y t}1 l.71 A." CITY OF EDMONDS DAVE EARLING 121 9"AVENUE NORTH • EDMONDS, WA 98020 425-771-0220 FAX 425-872-5750 MAYOR Websile; www edmondswa gov .,r, �,,: PUBLIC WORKS DEPARTMENT Engineering Division PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT, made and entered into between the City of Edmonds, hereinafter referred to as the "City", and BHC Consultants, LLC hereinafter referred to as the "Consultant"; WHEREAS, the City desires to engage the professional services and assistance of a consulting firm to provide consulting services with respect to the Dayton Street Utility Replacement Project (3rd Ave to 9th Ave); NOW, THEREFORE, in consideration of mutual benefits accruing, it is agreed by and between the parties hereto as follows: 1. Scope of work. The scope of work shall include all services and material necessary to accomplish the above mentioned objectives in accordance with the Scope of Services that is marked as Exhibit A, attached hereto and incorporated herein by this reference. 2. Payments. The Consultant shall be paid by the City for completed work for services rendered under this Agreement as provided hereinafter. Such payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies, equipment and incidentals necessary to complete the work. A. Payment for work accomplished under the terms of this Agreement shall be on a time and expense basis as set forth on the fee schedule found in Exhibit B, provided, in no event shall the payment for work performed pursuant to this Agreement exceed the sum of $496,800. B. All vouchers shall be submitted by the Consultant to the City for payment pursuant to the terms of this Agreement. The City shall pay the appropriate amount for each voucher to the Consultant. The Consultant may submit vouchers to the City biweekly during the progress of the work for payment of completed phases of the project. Billings shall be reviewed in conjunction with the City's warrant process. No billing shall be considered for payment that has not been submitted to the City Engineer three days prior to the scheduled cut-off date. Such late vouchers will be checked by the City and payment will be made in the next regular payment cycle. C. The costs records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City for a period of three years after final payment. Copies shall be made available upon request. 3. Ownership and use of documents. All research, tests, surveys, preliminary data and any and all other work product prepared or gathered by the Consultant in preparation for the services rendered by the Consultant under this Agreement shall be and are the property of the Consultant, provided, however, that: A. All final reports, presentations and testimony prepared by the Consultant shall become the property of the City upon their presentation to and acceptance by the City and shall at that date become the property of the City. B. The City shall have the right, upon reasonable request, to inspect, review and copy any work product during normal office hours. Documents prepared under this agreement and in the possession of the Consultant may be subject to public records request and release under Chapter 42.56 RCW. C. In the event that the Consultant shall default on this Agreement, or in the event that this contract shall be terminated prior to its completion as herein provided, the work product of the Consultant, along with a summary of work done to date of default or termination, shall become the property of the City and tender of the work product and summary shall be a prerequisite to final payment under this contract. The summary of work done shall be prepared at no additional cost. 4. Time of performance. The Consultant shall perform the work authorized by this Agreement promptly in accordance with the receipt of the required governmental approvals. 5. Indemnification / Hold harmless agreement. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses, demands, or suits at law or equity arising from the acts, errors or omissions of the Consultant in the performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, 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, the Consultant's liability, including the duty and cost to defend, hereunder shall be only to the extent of the Consultant's negligence. The Consultant shall comply with all applicable sections of the applicable Ethics laws, including RCW 42.23, which is the Code of Ethics for regulating contract interest by municipal officers. The Consultant specifically assumes potential liability for actions brought by the Consultant's own employees against the City and, solely for the purpose of this indemnification and defense, the Consultant specifically waives any immunity under the state industrial insurance law, Title 51 RCW. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 6. General and professional liability insurance. The Consultant shall obtain and keep in force during the term of the Agreement, or as otherwise required, the following insurance with companies or through sources approved by the State Insurance Commissioner pursuant to Title 48 RCW. Insurance Coverage A. Worker's compensation and employer's liability insurance as required by the State. B. Commercial general liability and property damage insurance in an aggregate amount not less than two million dollars ($2,000,000) for bodily injury, including death and property damage. The per occurrence amount shall be written with limits no less than one million dollars ($1,000,000). C. Vehicle liability insurance for any automobile used in an amount not less than a one million dollar ($1,000,000) combined single limit. D. Professional liability insurance in the amount of one million dollars ($1,000,000). Excepting the Worker's Compensation Insurance and Professional Liability Insurance secured by the Consultant, the City will be named on all policies as an additional insured. The Consultant shall furnish the City with verification of insurance and endorsements required by the Agreement. The City reserves the right to require complete, certified copies of all required insurance policies at any time. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. The Consultant shall submit a verification of insurance as outlined above within fourteen days of the execution of this Agreement to the City. No cancellation of the foregoing policies shall be effective without thirty days prior notice to the City. The Consultant's professional liability to the City shall be limited to the amount payable under this Agreement or one million dollars ($1,000,000), whichever is the greater, unless modified elsewhere in this Agreement. In no case shall the Consultant's professional liability to third parties be limited in any way. 7. Discrimination prohibited. Consultant shall not discriminate against any employee or applicant for employment because of race, color, religion, national origin, age, sex, sexual orientation, marital status, veteran status, liability for service in the armed forces of the United States, disability, or the presence of any sensory, mental or physical handicap, or any other protected class status, unless based upon a bona fide occupational qualification. 8. Consultant is an independent contractor. The parties intend that an independent contractor relationship will be created by this Agreement. No agent, employee or representative of the Consultant shall be deemed to be an agent, employee or representative of the City for any purpose. Consultant shall be solely responsible for all acts of its agents, employees, representatives and subcontractors during the performance of this Agreement. 9. City approval of work and relationships. Notwithstanding the Consultant's status as an independent contractor, results of the work performed pursuant to this Agreement must meet the approval of the City. During pendency of this Agreement, the Consultant shall not perform work for any party with respect to any property located within the City of Edmonds or for any project subject to the administrative or quasijudicial review of the City without written notification to the City and the City's prior written consent. 10. Termination. This being an Agreement for professional services, either party may terminate this Agreement for any reason upon giving the other party written notice of such termination no fewer than ten (10) days in advance of the effective date of said termination. 11. integration. The Agreement between the parties shall consist of this document, the Scope of Services attached hereto as Exhibit A, and the Fee Schedule attached hereto as Exibit B. These writings constitute the entire Agreement of the parties and shall not be amended except by a writing executed by both parties. In the event of any conflict between this written Agreement and any provision of Exhibits A or B, this Agreement shall control. 12. Changes/Additional Work. The City may engage Consultant to perform services in addition to those listed in this Agreement, and Consultant will be entitled to additional compensation for authorized additional services or materials. The City shall not be liable for additional compensation until and unless any and all additional work and compensation is approved in advance in writing and signed by both parties to this Agreement. If conditions are encountered which are not anticipated in the Scope of Services, the City understands that a revision to the Scope of Services and fees may be required. Provided, however, that nothing in this paragraph shall be interpreted to obligate the Consultant to render or the City to pay for services rendered in excess of the Scope of Services in Exhibit A unless or until an amendment to this Agreement is approved in writing by both parties. 13. Standard of Care. Consultant represents that Consultant has the necessary knowledge, skill and experience to perform services required by this Agreement. Consultant and any persons employed by Consultant shall use their best efforts to perform the work in a professional manner consistent with sound engineering practices, in accordance with the schedules herein and in accordance with the usual and customary professional care required for services of the type described in the Scope of Services. 14. Non -waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 15. Non -assignable. The services to be provided by the Consultant shall not be assigned or subcontracted without the express written consent of the City. 16. Covenant aiainst contingent fees. The Consultant warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award of making of this contract. For breach or violation of this warranty, the City shall have the right to annul this contract without liability or, in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 17. Compliance with laws. The Consultant in the performance of this Agreement shall comply with all applicable Federal, State or local laws and ordinances, including regulations for licensing, certification and operation of facilities, programs and accreditation, and licensing of individuals, and any other standards or criteria as described in the Agreement to assure quality of services. The Consultant specifically agrees to pay any applicable business and occupation (B & O) taxes which may be due on account of this Agreement. 18. Notices. Notices to the City of Edmonds shall be sent to the following address: City of Edmonds 121 Fifth Avenue North Edmonds, WA 98020 Notices to the Consultant shall be sent to the following address: BHC Consultants, LLC 1601 Fifth Avenue, Suite 500 Seattle, WA 98101 Receipt of any notice shall be deemed effective three days after deposit of written notice in the U.S. mails, with proper postage and properly addressed. DATED THIS — i DAY OF , 20 / ( . CITY DMONDS By (tom f • David O. Earling, Mayor BHC CONSULTANTS, LLC 'kBy (Iz�q P Its �}Nr•�. �CeS�CAe,fA ATTESTIAUTHE TICATE: Scott Passey, City Clerk APP OVED AS TO FORM: Office of the City Attorney STATE OF WASHINGTON ) )ss COUNTY OF ) r4 On this ab day of Ag-r�_ , 20 tr,,: before me, the undersigned, a Notary Public in and for the State of Washington, duly commissioned and sworn, personally appeared Q ❑ ry �7v rh , tome known to be the _ V i cs of the corporation that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that he/she was authorized to execute said instrument and that the seal affixed is the corporate seal of said corporation. WITNESS my hand and official seal hereto affixed the day and year first above written. NOTARY PUBLIC My commission expires: Notify Public Slate of W41hinglon y, ..,, 2 � 9-of 7 TOHY FISHER My Appointment Expires Slip 4, 2017 EXHIBIT A CITY OF EDMONDS DAYTON STREET UTILITY REPLACEMENT PROJECT (3RD AVE to 9" AVE) CONSULTANT SERVICES SCOPE OF SERVICES March 14, 2016 This scope of services describes the engineering services to be performed by BHC Consultants, LLC (BHC) and subconsultants — KPG, Inc. (transportation engineering services) and Landau Associates (geotechnical engineering services) for the City of Edmond's (City) Dayton Street Utility Replacement Project (3rd Ave to 9"' Ave). Project improvements are anticipated to include replacement of the City's water, sanitary sewer, and stormwater systems; limited ADA curb ramp improvements; as well as the restoration of existing streetscape features disturbed as part of utility replacement construction along Dayton Street, from 3rd Ave S to 9`t, Ave S, located within City limits. Restoration will generally consist of in -kind replacement of areas removed by utility installation. No modification of existing curb locations, sidewalk widths, or surfacing types are anticipated. The City's 2010 Water System Plan, 2013 Sewer Comprehensive Plan, and Drainage Study for the North Shellaberger Stormwater Sub -basin provide the basis for the project's utility replacements. Replacement and/or upsizing of the individual utilities are required due to either condition, age, maintenance requirements and/or capacity needs. Dayton Street, between 3rd Ave S and 91" Ave S, is a mirror arterial roadway located within the City's downtown area and is lined by the City's Library, a community center and park, numerous local commercial businesses, as well as single family residences This scope of services is based on our understanding of the City's needs and requirements gained from the project RFQ, a meeting on 2/16/16 and other related discussions and preliminary input received from City staff. Based on discussions with City staff, we understand there may be a desire to separate the project into multiple phases of construction. We also understand that the project costs will be distributed amongst the three individual City utility funds. Proposed Work Scope The following efforts are anticipated. 1. Project Development: Prepare for and meet with City personnel to review and discuss the project and relevant background, verify/refine the desired project scope, and desired consultant assistance. 2. Information Research, Collection and Review/Kick-Off Meeting: Collect and review existing available City information - documents, as-builts, and other pertinent available information to further understand and identify the City's and others' P. 1 of 7 City of Edmonds Dayton Street Utility Replacement Project Consultant Services March 14, 2016 existing facilities and equipment and systems' current operating conditions and procedures relevant to the project. BHC will also visit the project site and meet with City personnel to: • understand and identify the City's existing utility systems and City and other existing or planned infrastructure in the vicinity of the project; • review and discuss project goals and objectives, understanding and requirements of desired improvements, and work plan • meet with subconsultants; and • review City -furnished base map. BHC will also perform a project site visit following the completion of the field survey and preparation of the base map but prior to 30% design. 3. Conceptual Design and Alternatives Analysis: Investigate and develop up to two (2) alternative alignments for each of the City utilities for the project to a conceptual level. Each alternative will be developed for consideration relative to City goals and functional requirements. The conceptual design analysis will be performed to a sufficient level of detail to evaluate and select a preferred alternative for the project including identifying required general elements/facilities/features, as well as develop a planning -level opinion of probable construction cost for the project. Existing available topographic information, GIS data, and other mapping provided by the City or others will be used.to identify and illustrate the project's conceptual alignments. The conceptual design, alternatives analysis and project recommendations will be documented in a brief technical memorandum — to be used as the basis for continued design development. The memorandum will address the following: • project constraints and considerations as well as applicable design criteria, related requirements, and/or assumptions; • proposed improvements description, project elements identified and preliminary sizing of major features; • consider advantages and disadvantages of alternatives; • schematic figures (plan only) illustrating conceptual alignments; • conceptual -level opinion of probable construction cost; and • a recommendation regarding a preferred alignment alternative considering the conceptual design and alternatives analysis described above along with other applicable considerations agreed to with the City. A single version of the technical memorandum will be prepared. 4. ADA Assessment: Provide the following ADA assessment and related work in support of the project. • Provide field work at intersections along Dayton Street from 3rd Avenue to 9'h Avenue with a smart level to determine ADA compliance and create a spreadsheet for City use and files. • Provide preliminary plans for upgraded ADA ramps and/or Maximum Extent Feasible (MEF) documentation for review and approval by the City. * For applicable assumptions and further details — see also KPG (3/11/16) proposal (copy attached) 5. Preliminary Engineering and Design (30%): Complete preliminary design (30% level) for the project based on the identified, defined and previously described improvements. Design of project improvements will be developed utilizing the City -furnished base map. Develop and define project improvements sufficiently P. 2 of 7 City of Edmonds Dayton Street Utility Replacement Project Consultant Services March 14, 2016 to further evaluate the proposed alignments, identify required elements/facilities, as well as develop a planning -level opinion of probable construction cost for the project. The following will be provided/performed as part of this effort: • preliminary layout of the anticipated improvements/alignments; • preliminary design drawings (30% level — plan and profile drawings) illustrating the anticipated improvements/alignments; and • preliminary (planning -level) opinion of probable construction cost. 6. Geotechnical Investigation/Engineering Services: Provide geotechnical engineering and related services relative to the design of the project. The geotechnical engineering and related services will include review of existing available soil data and limited subsurface explorations as specifically defined in the Geotechnical subconsultant's proposal. Based on an analysis of this information, the project understanding, and other similar projects, recommendations will be made for design and construction of project improvements. In general, services will include: ■ Review Existing Data — Review readily available existing geotechnical and geologic data for the project area to gain an overview of general geologic conditions and to aid in iden- tifying geotechnical factors that might have an impact on the design and construction of the project. • Subsurface Explorations/Testing and Laboratory Analysis (Limited) — Perform limited subsurface explorations for the identified project locations consisting of up to eight (8) exploratory borings (up to a depth of 20 feet) and laboratory analyses to determine sub- surface soil and groundwater conditions along the project corridors/alignments. The subsurface explorations will be spaced and located at relatively unobtrusive locations based on the planned project alignments, field reconnaissance, and review of geologic and geotechnical information in the vicinity of the project. Soil samples will be taken from the explorations at various depths to be determined by the field engineer/geologist during exploration. Soils observed in the excavations will be evaluated for consistency with the general geologic conditions reviewed, as described previously above. • Laboratory tests will be conducted on select soil samples to determine engineering properties necessary for design. Limited chemical analytical testing will be completed if field screening indicates a presence of potentially contaminated soils. • Engineering Analysis - Evaluate data derived from the subsurface explorations and la- boratory testing with respect to design and construction of the project. Geotechnical recommendations will be determined by the Geotechnical subconsultant regarding trench excavation, dewatering requirements, shoring and backfill, pavement reconstruc- tion and other related project requirements and considerations. • Geotechnical Summary Report - Prepare a brief report to summarize the results of the subsurface explorations, analyses, and geotechnical recommendations pertaining to the design of the project. • Project Specification Assistance — Review and assist with appropriate sections of the technical specifications. * For further details — see 3/11/2016 Landau Associates proposal (copy attached) 7. Stormwater Compliance Report: Perform a stormwater code assessment by reviewing project areas of new and replaced im- pervious surfaces and evaluating applicable stormwater requirements in accordance with ECC Chapter 18.30 and the Edmonds Stormwater Code Supplement. The assessment will also include the preparation of a report that documents the stormwater code assessment. P. 3 of 7 City of Edmonds Dayton Street Utility Replacement Project Consultant Services March 14, 2016 * For applicable assumptions and further details — see also KPG (3/11/16) proposal (copy attached) Cultural Resources Assessment: Conduct a cultural resources assessment for the project corridor only, as specifically defined in the Archaeological subconsultant's proposal, including the following efforts: • Prepare a brief Cultural Resources Assessment memorandum (CRA) - The CRA will assess potential for archaeological and historic resources by reviewing relevant literature and historic maps, photographs, and plans. The project plans will be compared to the assessment of archaeological potential, and to the locations of known historic structures, to determine whether there may be impacts to cultural and historic resources. These findings and associated recommendations will be documented in the CRA, which will meet all applicable state and federal documentation standards for cultural resources reports. • SEPA Response/Inadvertent Discovery Plan - Provide responses to SEPA Question 13 regarding cultural and historic resources. We will also provide an Inadvertent Discovery Plan to be maintained on site during construction. * For further details — see 3/10/2016 Anchor/QEA proposal (copy attached) 9. Franchise Utilities and WSDOT Coordination (Limited): Provide franchise utilities and WSDOT coordination as requested by the City for the project. • Coordinate with Franchise Utilities — Coordinate with franchise utilities (i.e. Snohomish County PUD#1, PSE, ComCast Cable, Frontier Communications NW) as required during the project. ■ Coordinate with WSDOT — Coordinate with WSDOT regarding the project. A limited effort has been budgeted for this work based on discussions with City staff. 10. Public Information and Outreach: Provide public information and outreach assistance as requested by the City during the pro- ject, including the following: • Prepare presentation materials and attend two (2) Downtown Business and Resident Open House Meetings. • Conduct one-on-one meeting with property owners (estimate 20) to discuss the project and potential impacts. ■ Prepare postcard handouts and attend up to four (4) City public events, as needed. • Prepare outreach materials for project updates to be reproduced and distributed by the City. • Provide text and illustrative graphics for City hosted website and social media (uploaded and maintained by City). * For applicable assumptions and further details — see also KPG (3/11/16) pro- posal (copy attached) 11. Final Design and Preparation of Bid Documents: Perform, prepare and deliver to the City design plans, specifications, opinions of probable construction cost, and bid documents for the new water, sanitary sewer, and stormwater system piping, related system appurtenances, and connections or adjustments to existing or proposed facilities as well as related ROW restoration work for the project. The project scope will be limited to the utility replacement improvements described previously herein. It is anticipated the project will also include the following: ADA curb ramp improvements for P. 4 of 7 City of Edmonds Dayton Street Utility Replacement Project Consultant Services March 14, 2016 crosswalks perpendicular (only) to Dayton Street as well as the restoration of other streetscape features (hardscape, channelization and plantings) disturbed as part of utility replacement construction. Design of project improvements will be developed utilizing the City -furnished base maps, utility system and other related information as applicable; and will be in accordance with the City's current design standards, applicable codes and regulations, and generally accepted industry standards and practices. Plans, specifications, opinion(s) of probable construction cost and associated bidding documents will be developed for design of the project. Draft documents will be prepared at the 60 percent and 90 percent level of completion for review by the City. • The fee estimate is based on the following preliminary drawing/sheet list. This drawing list (up to 52 sheets total) represents BHC's best judgment as to the drawings that will be required for design of the project. - Cover Sheet, Location Map, and Index of Drawings (1 sheet) - Key Map, Survey and Construction C/L Control (1 sheet) - General, Survey, and TESC Notes (1 sheet) - Legend, Abbreviations, Symbols, and Designations (1 sheet) - Water Main Replacement Plan and Profiles (8 sheets) - Sanitary Sewer Replacement Plan and Profiles (8 sheets) - Storm Sewer Replacement Plan and Profiles (w/ TESC BMPs) (8 sheets) - Curb Ramp Plans (7 sheets) - Restoration Plans (including Channelization) (8 sheets) - Construction Phasing/Staging Schematic Plans (4 sheets) - Standard and Miscellaneous Details (5 sheets) Relevant other applicable standard plans (e.g. City or WSDOT) will be referenced and appended to the bid documents. • A project manual including bid information, contract forms, general specifications, and technical specifications for bidding and construction of the project will be prepared. The design specifications for the project will be based on the 2016 edition of the Washington State Department of Transportation (WSDOT/APWA) Standard Specifications for Road, Bridge, and Municipal Construction, as well as the City's Standard Specifications that modify or supplement the Standard Specifications. The City's standard bid information, contract forms, general conditions and/or requirements, special provisions and technical specifications that supplement or modify the WSDOT Standard Specifications will be used and modified (as appropriate) for the project. A single set of bid documents is an- ticipated for the project. • An opinion of probable construction cost (OPCC) for each of the final design submittals will be developed. * For applicable assumptions and further details regarding transportation engi- neering subconsultant's related efforts — see also KPG (3/11/16) proposal (copy attached) 12. Assistance During Bid Period (Limited): Provide the following support and assistance to the City during the bid period. At the City's request, respond to inquiries and requests for clarification from the bidders and/or others re- garding the bid documents. As needed or appropriate, prepare the necessary text and/or drawing revisions or supplemental drawings to be included in an addendum which will be prepared, finalized, and issued/distributed by the City. Provide related miscellaneous sup- port and assistance during the bid period, including general communication and coordination with City staff and others to exchange information, provide assistance, discuss related is- P. 5 of 7 City of Edmonds Dayton Street Utility Replacement Project Consultant Services March 14, 2016 sues, coordinate efforts, etc. A limited effort has been budgeted for this work based on dis- cussions with City staff. 13. Support During Construction (Limited): Attend a pre -construction conference. Contribute to the agenda for the meeting and participate in the discussion of the technical aspects of the project. BHC's Project Engineer will attend. A limited effort has been budgeted for this work based on discussions with City staff. If additional support during construction efforts are desired/required, additional budget may be required. " For applicable assumptions and further details regarding transportation engi- neering and geotechnical engineering subconsultants' related efforts — see also KPG (3/11/16) proposal and Landau (3/11/16) proposal (copies attached) 14. Communication/Coordination/Meeting(s): Maintain regular communications (phone, facsimile, e-mail) and coordinate with City per- sonnel to exchange information, discuss related issues, and coordinate efforts. Meet with City staff to review and discuss the project's design development. It is anticipated that up to four (4) additional meetings (not otherwise identified above) will be held, following each of the design review submittals to discuss the project. The Project Manager and Project Engi- neer will attend the meetings. A limited effort has been budgeted for this work based on discussions with City staff. If additional meetings or coordination and communication time is required, additional budget may be requested. 15. Quality Assurance/Quality Control: A senior engineer (not directly associated with the project) will review draft documents for completeness, clarity, coordination, and/or other quality considerations. 16. Project Management: Provide project management, coordination and administration throughout the project. These efforts include those associated with initial contracting and project setup, management of consultant team and preparation of monthly invoices. The budget assumes a project dura- tion of up to thirty (30) consecutive calendar months, ending no later than December 31, 2018. 17. Record Drawings: Prepare record drawings for the project incorporating revisions to the drawings as marked up on the City inspector's and construction contractor's record drawing sets. An electronic copy (DWG and pdf files) on a CD will be provided to the City. The extent of work, which may be required under this activity, cannot be accurately predicted. A limited effort has been budgeted for this task based on discussions with City staff. Deliverables Summary: • Conceptual Design Drawings and Technical Memorandum ■ Scroll Plot of Full Buildout on Dayton Street • ADA Compliance Worksheet • Preliminary (30%) Design Drawings and Opinion of Probable Construction Cost • Geotechnical Report • Cultural Resources Assessment Memorandum • Stormwater Compliance Report P. 6 of 7 City of Edmonds Dayton Street Utility Replacement Project Consultant Services March 14, 2016 • Design Review Documents, Specs & Opinion of Probable Construction Cost - (60% & 90%) Submittals • Final Design/Bid Documents & Opinion of Probable Construction Cost • Scroll Plots of Proposed Improvements for Open House • Meeting Graphics and Presentation Material for Open House • Project Outreach Graphics for Postcard, Flyer, and Mailer Meeting Notes from One -on -One Meetings • Record Drawings Schedule We understand the importance and need for working closely with you and other City staff to per- form our work efficiently and complete our efforts in a timely manner. We are able to begin work upon receipt of a signed contract and notice to proceed, or other agreeable written authoriza- tion. With the City's authorization, we will begin our work and proceed in a timely manner with an anticipated overall project completion by no later than December 31, 2018. This schedule is based on timely input and information from City staff and others including the collection of requi- site information and documentation, staff input, and feedback regarding draft document(s) or other project matters. Should the actual project schedule/timeline differ substantially, additional budget may be required to cover additional related consultant costs. Management Reserve A budget allowance has been included as a management reserve for the project. At the City's request and direction, BHC may perform additional services not included in the above listed activities and/or provide additional information and/or detail beyond what is anticipated at this time. BHC shall perform such services and will be paid for such additional services via the management reserve when they are requested by written direction and authorization by the City's Project Manager. Attachment(s): • Assumption(s) ■ KPG, Inc. Proposal (dated 3/11/16) • Landau Associates Proposal (dated 3/11/16) • Anchor/QEA Proposal (dated 3/10/16) P. 7 of 7 City of Edmonds Dayton Street Utility Replacement Project Consultant Services March 14, 2016 ATTACHMENT TO EXHIBIT A ASSIUMPTIOWS The described efforts and scope of work as well as the associated fee estimate and schedule are predicated on the following assumptions. 1. The City will provide the following information to BHC: relevant engineering data, plans, specifications, reports/studies, topographical or other mapping, physical system information (as-builts), and/or other pertinent information available about the City's existing water, sanitary sewer and stormwater utility system/facilities relevant to the project, applicable City standards, design criteria, requirements, and/or preferences, deemed necessary for BHC's work. As described above and herein, pertinent data and information required for determining and evaluating the existing conditions (capacity and other operating/performance characteristics) as well as potential future needs and requirements will be provided by the City. 2. Special assumptions regarding design of the project: - Standard open trench methods and pipe support within an excavated trench, ex- cept as otherwise stated, will be suitable for construction. - An analysis of the City's water, sanitary sewer and stormwater utility systems and determination/identification of system requirements — sizing, etc. has been fur- nished by the City or others. Design of water, sanitary sewer and stormwater utility system facilities does not include a hydraulic analysis or evaluation of the existing system (characteristics, condition, or capacity) including both within and beyond the project limits. - Roadway restoration will consist of repairing the trench/excavation section and pavement patching, overlay and/or reconstruction as determined by the City. - Landscaping restoration (if any) will be minimal and will not require a landscape architect. - The following work is not included as part of BHC's efforts: 1) inspection of exist- ing facilities or field measurements or other quantification of system characteris- tics and/or conditions if needed for analysis or design; 2) Stormwater Pollution Prevention Plan (SWPPP) preparation; 3) evaluation of, preliminary engineering, or design of TESC BMPs; 4) hydraulic or system operational analyses of re- quirements for upsized water, sanitary sewer and stormwater utility improve- ments and 5) preparation of other documentation beyond that specifically identi- fied and stated herein. 3. Conceptual drawings will include plan drawings only and will represent preliminary alignment (schematically) of proposed improvements. Details will not be prepared. 4. Preliminary design drawings (30%) will include plan and profile drawings only and will represent preliminary alignment, sizing and layout of proposed improvements. Details will not be prepared. 5. Per the City's request, BHC's work will be based on and utilize a base map reflecting current site conditions, including topographic survey and existing facilities furnished by the City or others in an AutoCAD drawing file/format. BHC's work scope and budget does not include surveying and related services that may be required for the project. Surveying, mapping and related services required to support BHC's engineering/design of project improvements will need to include, but are not necessarily limited to, surrey information for site topography, rights of way, easements, locations of existing utilities and other structures, facilities or features that may influence design. Specifically, P. 1 of 3 City of Edmonds Dayton Street Utility Replacement Project Consultant Services March 14, 2016 locations of existing surface features, subsurface and aerial utilities (water, sewer, storm drain, gas, power, TV, phone and/or fiber optic) must be identified and mapped. 6. Utilities that may potentially impact or be affected by the project include, but are not necessarily limited to the following: City of Edmonds — water, sewer, stormwater, ComCast Cable, Frontier Communications NW — phone/fiber optic/TV; Snohomish County PUD #1, Puget Sound Energy — power; and Puget Sound Energy - natural gas. It is assumed that the information furnished by the City, the City's surveyor, and others regarding the location, etc. of the various existing utilities can be relied upon for the purposes of design of the project. Existing utilities that may be in conflict or require adjustment during the construction of this project will be identified from the information provided. Potholing information (to be furnished by the City or others) may also be required for design of the project. Potholing to verify location and elevation of existing utilities is not included as part of this scope of work and if necessary will require additional budget. All coordination required for relocating existing utilities (outside the scope of this project), if required, will be done by the City. 7. Coordination with franchise utilities (e.g. power, natural gas, phone/fiber optic/tv, etc.), and other agencies including possibly for relocating existing utilities, except as otherwise specifically stated, is not part of the current work scope and if needed will require additional budget. 8. All project work is anticipated to occur and be located within existing public right-of-way or existing City property or easement(s). No new temporary and/or permanent easements will be obtained. Individual property research and title reports to determine/verify existing public right(s)-of-way or easements are not part of the work scope. Easement negotiations, acquisition, and recordings are not part of the work scope and if needed will require additional budget. If necessary, the City will be responsible for all efforts associated with temporary/permanent easements required for the project. Right(s)-of-Entry, if required, will be obtained by the City as necessary for BHC's and subconsultant's use/work for the project. 9. BHC's work will be based on available environmental documentation and/or permitting (if any) furnished by the City, or others related to the project. BHC's work scope and budget does not include time for the preparation of permit applications or other environmental, etc. review and/or documentation for the project, or other related permitting services and/or assistance, except as otherwise specifically identified. Based on discussions with City staff, unless otherwise specifically stated, it is our understanding that a Cultural Resources Assessment and CWA Section 402 (NPDES) construction stormwater permit are not anticipated and specifically assumed to not be required for this project. We understand it to be the City's intention to be responsible for any and all environmental documentation, permit application(s), and/or associated fees required for the project. 10. Drawings will be prepared in accordance with City Drafting Standards. The plans will be 22"x 34" drawings with a standard signature block. Drawings will be prepared using AutoCAD 2014/Civil 3D. From the full size drawings, half -sized drawings will be produced for review copies. 11. An electronic copy (word, excel, dwg and pdf files) for each design submittal will be provided to the City as desired for review. It is requested that the City provide one set of written comments for all preliminary submittals. All review comments from the City will be addressed and incorporated in the revised/final documents. 12. The final submittal shall include technical documents, signed and stamped by the design engineer responsible for their preparation, and ready for the City staff approval P. 2 of 3 City of Edmonds Dayton Street Utility Replacement Project Consultant Services March 14, 2016 signatures (if applicable). An electronic copy on a CD (specifications — pdf & word files; and plans — pdf & CAD files) will be provided to the City for the City's posting to Builders' Exchange. 13. In preparing the scope of services defined herein, we have attempted to identify all tasks and work that are considered necessary or essential to the work/project as desired by the City at this time. Services not specifically identified in our Scope of Services are not included in our scope and are not being provided. Should other services and/or additional time be necessary or desired by the City for the project, additional budget may be required. P. 3 of 3 City of Edmonds Dayton Street Utility Replacement Project Consultant Services March 14, 2016 EXHIBIT B CITY OF EDMONDS DAYTON STREET UTILITY REPLACEMENT PROJECT (3RD Ave to 9th Ave) CONSULTANT SERVICES FEE March 14, 2016 Based on the attached hour effort estimate and related expenses, we estimate our fee for the proposed effort to be $496,800 which includes $151,048 for subconsultant(s) and $6,191 for related reimbursable expenses (communications, mileage, reproductions, etc.). This fee includes a $30,000 management reserve budget for covering potential additional unanticipated efforts/costs. With the City's concurrence and approval, we anticipate the execution of a standard time and expense agreement with a not to exceed amount for the proposed services. Specific billing rates for the primary individuals anticipated to be involved with the project are shown on Exhibit B-1. Attachment(s): • Exhibit B-1 — Consultant Fee Determination o ���'v°m°vaamro�me'C ak (.1 N m m N A N y N m N N m m' m O 19 C9 �1A� N T O 0 pppp a M m m N b N N b r N W N O O p U O c w vc o ono 0 0 0 o p o ry o v p v v p A Q 2 U N O O O O a 12 OO U o O b N O •f O O O O O Oot O O O O O y M N m m � C � N o_ 12 o o M o o 0 0 0 o o 0 0 0 o N m p U o a 2 o y o O O O O O ry 0 0 0 0 0 0 0 0 0 0 0 o 0 n A d c o 'a, o U m m � .- 'A w o_ (f/9j C O O m 0 0 0 0 0 0 N m 0 0 0 S � r d C N COD o IOD N O N O O O O o 0 O o O O C IW u] M u d U9 12 O 2 y c o o O p C o 0 o 0 o o o 0 o o 0 o 0 o0 m •a m o m o 0 0 0 o m Q o 0 0 O ..� O •U c � �-• N a m m m N N m N m VT a N A � IW N o N pmj la x m 0 Cow 0 o o o o 0 0 o o O o 0 0 oni IW .V O O o QON, DON p bi a • M c t2 IL p ovnvNvopoeaavvNrio x C i1 m `o m J O Y O y Y D� u_ N c O a e EnO D O c 0 N d do 9 co c y C y 0 C1 d Ol O d V d o L o G N 0 'C J J d F H C A a O w m 0.N O m p o o U cl c' •c o� c v c c F m c m: p'p c o CJ 10 c a O O d d gr c l a d rn U C d ° K E w U C F n, O O� c C •mm > C jD N U w y 0 01 U. fn> ❑L mQ i a� 5 w C Eu€ d2 E ° y' o E a E o op d$ E P a5UQaa' v1V LLnii `�InUdILm N N � kq kq M W W Cq w � O r � a a co y � a U w m c m A y C O U) N m E O U m V