Loading...
HomeMy WebLinkAbout042020_ca14 Department of Public Works 0 Consent Agenda Page 1 of 1 Jefferson County Board of Commissioners Agenda Request To: Board of Commissioners Philip Morley, County Administrator From: Monte Reinders, Public Works Director/County Engineer Agenda Date: April 20, 2020 Subject: Contract with Tetra Tech, Inc. Final Design - Port Hadlock Sewer Statement of Issue: This contract with the County's sewer design team led by Tetra Tech, Inc. is for final design, specifications, and cost estimates for the sewer treatment facility and pressurized sewer collection system for the Port Hadlock "Core Area" as shown in the Port Hadlock Wastewater System Value Engineering Review completed in May 2019. Analysis/Strategic Goals/Pro's Et Con's: The Port Hadlock Wastewater System Value Engineering Review completed in May 2019 determined that significant initial costs savings could be realized by using newly available small, pre-packaged membrane bioreactor (MBR) equipment and a pressurized collection system. This would allow the sewer to start small, just servicing the Port Hadlock "Core Area", and grow slowly as demand dictates. This work will provide final cost estimates for the County and property owners and position the project favorably for construction grants including possible infrastructure stimulus funding. Fiscal Impact/Cost Benefit Analysis: $1,472,665. The Washington State Legislature recently provided $1,422,000 as a direct appropriation to fund this work. Recommendation: Please sign three (3) contract originals and return two (2) fully executed originals to Public Works. Department Contact: Monte Reinders x242 Revie .- . ; : • Philiprorley, Co A. inist '• - .— Date PROFESSIONAL SERVICES AGREEMENT FOR Port Hadlock Wastewater System — Final Design THIS PROFESIONAL SERVICES AGREEMENT ("this Agreement") is entered into between the County of Jefferson, a municipal corporation ("the County"), and Tetra Tech, Inc. ("the Consultant"), in consideration of the mutual benefits, terms, and conditions specified below. Proiect Designation. The Consultant is retained by the County to complete final design of the Port Hadlock Wastewater Treatment Plant and Collection System for the Port Hadlock "Core Area". The project area is as described in the Port Hadlock Wastewater System Value Engineering Review (April 2019) completed by Tetra Tech, Inc. Sco a of Services. Consultant agrees to perform the services identified on Exhibit "A" attached hereto including the provision of all labor. Time for Performance. Work under this Agreement shall commence upon the giving of written notice by the County to the Consultant to proceed. The Agreement shall terminate on December 31, 2020 unless amended in writing prior to this date. Time is of the essence in the performance of this Agreement. 4. Pam The Consultant shall be paid by the County for completed work and for services rendered under this Agreement as follows: a. Payment for the work provided by Consultant shall be made as provided on Exhibit "B" attached hereto, provided that the total amount of payment to Consultant shall not exceed $1,472,665 without express written modification of the Agreement signed by the County. b. The Consultant may submit invoices to the County once per month during the progress of the work for partial payment for project completed to date. Such vouchers will be checked by the County, and upon approval thereof, payment will be made to the Consultant in the amount approved. Payment of Consultant invoices shall be within 30 days of receipt by the County for any services not in dispute based on the terms of this Agreement. Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the County after the completion of the work under this Agreement and its acceptance by the County. d. Payment as provided in this section shall be full compensation for work performed, services rendered and for all materials, supplies, equipment and incidentals necessary to complete the work. e. The Consultant's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the County and state for a period of three (3) years after final payments. Copies shall be made available upon request. Professional Services Agreement, Contract B, Version 2, Risk Legal Review 8/8/2019 Page l of 10 5. Ownership and Use of Documents. All documents, drawings, specifications, and other materials produced by the Consultant in connection with the services rendered under this Agreement shall be the property of the County whether the project for which they are made is executed or not. The Consultant shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with Consultant's endeavors. Consultant shall not be held liable for reuse of documents or modifications thereof, including electronic data, by County or its representatives for any purpose other than the intent of this Agreement. 6. Comi2liance with laws. Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services to be rendered under this Agreement. 7, Indemnification. Consultant shall indemnify and hold harmless the County, its officers, and employees, from and against all claims, losses or liability, or any portion thereof, including reasonable attorney's fees and costs, arising from injury or death to persons, including injuries, sickness, disease or death to Consultant's own employees, or damage to property occasioned by a negligent act, omission or failure of the Consultant. Consultant shall be liable only to the extent of Consultant's proportional negligence. The Consultant specifically assumes potential liability for actions brought against the County by Consultant's employees, including all other persons engaged in the performance of any work or service required of the Consultant under this Agreement and, solely for the purpose of this indemnification and defense, the Consultant specifically waives any immunity under the state industrial insurance law, Title 51 R.C.W. The Consultant recognizes that this waiver was specifically entered into pursuant to provisions of R.C.W. 4.24.115 and was subject of mutual negotiation. Insurance. Prior to commencing work, the Consultant shall obtain at its own cost and expense the following insurance coverage specified below and shall keep such coverage in force during the terms of the Agreement. Commercial Automobile Liability Insurance providing bodily injury and property damage liability coverage for all owned and non -owned vehicles assigned to or used in the performance of the work for a combined single limit of not less than $500,000 each occurrence with the County named as an additional insured in connection with the Consultant's performance of this Agreement. This insurance shall indicate on the certificate of insurance the following coverage: (a) Owned automobiles; (b) Hired automobiles; and, (3) Non -owned automobiles. Commercial General Liability Insurance in an amount not less than a single limit of one million dollars ($1,000,000) per occurrence and an aggregate of not less than two (2) times the occurrence amount ($2,000,000.00 minimum) for bodily injury, including death and property damage, unless a greater amount is specified in the contract specifications. The insurance coverage shall contain no limitations on the scope of the protection provided and include the following minimum coverage: a. Broad Form Property Damage, with no employee exclusion; Professional Services Agreement, Contract B, Version 2, Risk Legal Review 8/8/2019 Page 2 of 10 b. Personal Injury Liability, including extended bodily injury; C. Broad Form Contractual/Commercial Liability — including coverage for products and completed operations; d. Premises — Operations Liability (M&C); e. Independent Contractors and subcontractors; f. Blanket Contractual Liability. Professional Liability Insurance. The Consultant shall maintain professional liability insurance against legal liability arising out of activity related to the performance of this Agreement, on a form acceptable to Jefferson County Risk Management in the amounts of not less than $1,000,000 Each Claim and $2,000,000 Aggregate. The professional liability insurance policy should be on an "occurrence" form. If the professional liability policy is "claims made," then an extended reporting period coverage (tail coverage) shall be purchased for three (3) years after the end of this Agreement, at the Consultant's sole expense. The Consultant agrees the Consultant's insurance obligation to provide professional liability insurance shall survive the completion or termination of this Agreement for a minimum period of three (3) years. The County shall be named as an "additional named insured" under all insurance policies required by this Agreement, except Professional Liability Insurance when not allowed by the insurer. Such insurance coverage shall be evidenced by one of the following methods: (a) Certificate of Insurance; or, (b) Self-insurance through an irrevocable Letter of Credit from a qualified financial institution. The Consultant shall furnish the County with properly executed certificates of insurance that, at a minimum, shall include: (a) The limits of overage; (b) The project name to which it applies; (c) The certificate holder as Jefferson County, Washington and its elected officials, officers, and employees with the address of Jefferson County Risk Management, P.O. Box 1220, Port Townsend, WA 98368, and, (d) A statement that the insurance policy shall not be canceled or allowed to expire except on thirty (30) days prior written notice to the County. If the proof of insurance or certificate indicating the County is an "additional insured" to a policy obtained by the Consultant refers to an endorsement (by number or name) but does not provide the full text of that endorsement, then it shall be the obligation of the Consultant to obtain the full text of that endorsement and forward that full text to the County. Certificates of coverage as required by this section shall be delivered to the County within fifteen (15) days of execution of this Agreement. Failure of the Consultant to take out or maintain any required insurance shall not relieve the Consultant from any liability under the Agreement, nor shall the insurance requirements be construed to conflict with or otherwise limit the obligations concerning indemnification of the County. Professional Services Agreement, Contract B, Version 2, Risk Legal Review 8/8/2019 Page 3 of 10 The Consultant's insurers shall have no right of recovery or subrogation against the County (including its employees and other agents and agencies), it being the intention of the parties that the insurance policies, with the exception of Professional Liability Insurance, so affected shall protect both parties and be primary coverage for all losses covered by the above described insurance. Insurance companies issuing the policy or policies shall have no recourse against the County (including its employees and other agents and agencies) for payment of any premiums or for assessments under any form of policy. All deductibles in the above described insurance policies shall be assumed by and be at the sole risk of the Consultant. Any deductibles or self -insured retention shall be declared to and approved by the County prior to the approval of this Agreement by the County. At the option of the County, the insurer shall reduce or eliminate deductibles or self -insured retention, or the Consultant shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Insurance companies issuing the Consultant's insurance policy or policies shall have no recourse against the County (including its employees and other agents and agencies) for payment of any premiums or for assessments under any form of insurance policy. Any judgments for which the County may be liable, in excess of insured amounts required by this Agreement, or any portion thereof, may be withheld from payment due, or to become due, to the Consultant until the Consultant shall furnish additional security covering such judgment as may be determined by the County. Any coverage for third party liability claims provided to the County by a "Risk Pool" created pursuant to Ch. 48.62 RCW shall be non-contributory with respect to any policy of insurance the Consultant must provide in order to comply with this Agreement. The County may, upon the Consultant's failure to comply with all provisions of this Agreement relating to insurance, withhold payment or compensation that would otherwise be due to the Consultant. The Consultant's liability insurance provisions shall be primary and noncontributory with respect to any insurance or self-insurance programs covering the County, its elected and appointed officers, officials, employees, and agents. Any failure to comply with reporting provisions of the insurance policies shall not affect coverage provided to the County, its officers, officials, employees, or agents. The Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. Professional Services Agreement, Contract B, Version 2, Risk Legal Review 8/8/2019 Page 4 of 10 The Consultant shall include all subconsultants as insured under its insurance policies or shall furnish separate certificates and endorsements for each subconsultant. All insurance provisions for subconsultants shall be subject to all the requirements stated herein. The insurance limits mandated for any insurance coverage required by this Agreement are not intended to be an indication of exposure nor are they limitations on indemnification. The Consultant shall maintain all required insurance policies in force from the time services commence until services are completed. Certificates, insurance policies, and endorsements expiring before completion of services shall be promptly replaced. All the insurance policies required by this Agreement shall provide that thirty (30) days prior to cancellation, suspension, reduction or material change in the policy, notice of same shall be given to the County Risk Manager by registered mail, return receipt requested. The Consultant shall place insurance with insurers licensed to do business in the State of Washington and having A.M. Best Company ratings of no less than A-, with the exception that excess and umbrella coverage used to meet the requirements for limits of liability or gaps in coverage need not be placed with insurers or re -insurers licensed in the State of Washington. The County reserves the right to request additional insurance on an individual basis for extra hazardous contracts and specific service agreements. 9. Worker's Com ensation Industrial Insurance). If and only if the Consultant employs any person(s) in the status of employee or employees separate from or in addition to any equity owners, sole proprietor, partners, owners or shareholders of the Consultant, the Consultant shall maintain workers' compensation insurance at its own expense, as required by Title 51 RCW, for the term of this Agreement and shall provide evidence of coverage to Jefferson County Risk Management, upon request. Worker's compensation insurance covering all employees with limits meeting all applicable state and federal laws. This coverage shall include Employer's Liability with limits meeting all applicable state and federal laws. This coverage shall extend to any subconsultant that does not have their own worker's compensation and employer's liability insurance. The Consultant expressly waives by mutual negotiation all immunity and limitations on liability, with respect to the County, under any industrial insurance act, disability benefit act, or other employee benefit act of any jurisdiction which would otherwise be applicable in the case of such claim. If the County incurs any costs to enforce the provisions of this subsection, all cost and fees shall be recoverable from the Consultant. Professional Services Agreement, Contract B, Version 2, Risk Legal Review 8/8/2019 Page 5 of 10 10. Independent Contractor. The Consultant and the County agree that the Consultant is an independent contractor with respect to the services provided pursuant to this Agreement. The Consultant specifically has the right to direct and control Consultant's own activities, and the activities of its subconsultants, employees, agents, and representatives, in providing the agreed services in accordance with the specifications set out in this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties. Neither Consultant nor any employee of Consultant shall be entitled to any benefits accorded County employees by virtue of the services provided under this Agreement, including, but not limited to: retirement, vacation pay; holiday pay; sick leave pay; medical, dental, or other insurance benefits; fringe benefits; or any other rights or privileges afforded to Jefferson County employees. The County shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to Consultant, or any employee of Consultant. 11. Subcontracting Requirements. The Consultant is responsible for meeting all terms and conditions of this Agreement including standards of service, quality of materials and workmanship, costs, and schedules. Failure of a subconsultant to perform is no defense to a breach of this Agreement. The Consultant assumes responsibility for and all liability for the actions and quality of services performed by any subconsultant. Every subconsultant must agree in writing to follow every term of this Agreement. The Consultant must provide every subconsultant's written agreement to follow every term of this Agreement before the subconsultant can perform any services under this Agreement. The County Engineer or their designee must approve any proposed subconsultant in writing. Any dispute arising between the Consultant and any subconsultant or between subconsultant must be resolved without involvement of any kind on the part of the County and without detrimental impact on the Consultant's performance required by this Agreement. 12. Covenant Against 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 Agreement, 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 or making of this Agreement. For breach or violation of this warranty, the County shall have the right to annul this Agreement 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. 13. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, color, national origin, Professional Services Agreement, Contract B, Version 2, Risk Legal Review 8/8/2019 Page 6 of 10 religion, creed, age, sex, or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. 14. No Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the County. Assignment does not include printing or other customary reimbursable expenses that may be provided in an agreement. 15. Non -Waiver. Waiver by the County of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 16. Termination. The County reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the Consultant. b. In the event of the death of a member, partner, or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the County. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the County, if the County so chooses. 17. Notices. All notices or other communications which any party desires or is required to give shall be given in writing and shall be deemed to have been given if hand -delivered, sent by facsimile, email, or mailed by depositing in the United States mail, prepaid to the party at the address listed below or such other address as a party may designate in writing from time to time. Notices to the County shall be sent to the following address: Jefferson County Public Works 623 Sheridan Street Port Townsend, WA 98368 Notices to Consultant shall be sent to the following address: Tetra Tech Inc. Attn: Keven Dour, P.E. 1420 Fifth Avenue, Suite 600 Seattle, Washington 98101 18. 'Integrated Agreement. This Agreement together with attachments or addenda, represents the entire and integrated Agreement between the County and the Consultant and supersedes all prior negotiations, representations, or agreements written or oral. No representation or promise not expressly contained in this Agreement has been made. This Agreement supersedes all prior or simultaneous representations, discussions, negotiations, and agreements, whether written or oral, by the County within the scope of this Agreement. The Consultant ratifies and adopts all statements, representations, warranties, covenants, and agreements contained in its proposal, and the supporting Professional Services Agreement, Contract B, Version 2, Risk Legal Review 8/8/2019 Page 7 of 10 material submitted by the Consultant, accepts this Agreement and agrees to all of the terms and conditions of this Agreement. 19. Modification of this Agreement. This Agreement may be amended only by written instrument signed by both County and Consultant. 20. Disputes. The Parties agree to use their best efforts to prevent and resolve disputes before they escalate into claims or legal actions. Any disputed issue not resolved pursuant to the terms of this Agreement shall be submitted in writing within 10 days to the Director of Public Works or County Engineer, whose decision in the matter shall be final, but shall be subject to judicial review. If either party deem it necessary to institute legal action or proceeding to enforce any right or obligation under this Agreement, each party in such action shall bear the cost of its own attorney's fees and court costs. Any legal action shall be initiated in the Superior Court of the State of Washington for Jefferson County. The parties agree that all questions shall be resolved by application of Washington law and that the parties have the right of appeal from such decisions of the Superior Court in accordance with the laws of the State of Washington. The Consultant hereby consents to the personal jurisdiction of the Superior Court of the State of Washington for Jefferson County. 21. Section Headings. The headings of the sections of this Agreement are for convenience of reference only and are not intended to restrict, affect, or be of any weight in the interpretation or construction of the provisions of the sections or this Agreement. 23. Limits of Any Waiver of Default. No consent by either party to, or waiver of, a breach by either party, whether express or implied, shall constitute a consent to, waiver of, or excuse of any other, different, or subsequent breach by either party. 24. No Oral Waiver. No term or provision of this Agreement will be considered waived by either party, and no breach excused by either party, unless such waiver or consent is in writing signed on behalf of the party against whom the waiver is asserted. Failure of a party to declare any breach or default immediately upon the occurrence thereof, or delay in taking any action in connection with, shall not waive such breach or default. 25. SeverabilitY. Provided it does not result in a material change in the terms of this Agreement, if any provision of this Agreement or the application of this Agreement to any person or circumstance shall be invalid, illegal, or unenforceable to any extent, the remainder of this Agreement and the application this Agreement shall not be affected and shall be enforceable to the fullest extent permitted by law. 26. 'Binding on Successors Heirs and Assigns. This Agreement shall be binding upon and inure to the benefit of the parties' successors in interest, heirs, and assigns. 27. No Assignment. The Consultant shall not sell, assign, or transfer any of rights obtained by this Agreement without the express written consent of the County. Professional Services Agreement, Contract B, Version 2, Risk Legal Review 8/8/2019 Page 8 of 10 28. No Third -party Beneficiaries. The parties do not intend, and nothing in this Agreement shall be construed to mean, that any provision in this Agreement is for the benefit of any person or entity who is not a party. 29. Signature in Counterparts. The parties agree that separate copies of this Agreement may be signed by each of the parties and this Agreement shall have the same force and effect as if all the parties had signed the original. 30. Facsimile and Electronic Signatures. The parties agree that facsimile and electronic signatures shall have the same force and effect as original signatures. 31. Arms -Length Negotiations. The parties agree that this Agreement has been negotiated at arms -length, with the assistance and advice of competent, independent legal counsel. 32. Public Records Act. Notwithstanding the provisions of this Agreement to the contrary, to the extent any record, including any electronic, audio, paper or other media, is required to be kept or indexed as a public record in accordance with the Washington Public Records Act, Chapter 42.56 RCW, as may hereafter be amended, the Consultant agrees to . maintain all records constituting public records and to produce or assist the County in producing such records, within the time frames and parameters set forth in state law. The Consultant further agrees that upon receipt of any written public record request, Consultant shall, within two business days, notify the County by providing a copy of the request per the notice provisions of this Agreement. Professional Services Agreement. Contract B. Version 2, Risk Legal Review 8/8/2019 Page 9 of 10 DATED this day of Name of Consultant .�,��1-71 0--'DOOR Consultant Representative (Please print) (signal urre)r+ /J�J} ■/� Title Date 20 JEFFERSON COUNTY BOARD OF COMMISSIONERS Kate Dean, District 1 David Sullivan, District 2 Greg Brotherton, District 3 Approved as to form only: PRE -APPROVED CONTRACT FORM Philip C. Hunsucker Date Chief Civil Deputy Prosecuting Attorney 3 • �a n e Reinders, P.E. Date Public Works Director/County Engineer Professional Services Agreement, Contract B. Version 2, Risk Legal Review 8/8/2019 Page 10 of 10 EXHIBIT A — SCOPE OF WORK The Scope of Work is described on the following pages. Professional Services Agreement Exhibit A This page intentionally left blank. Professional Services Agreement Exhibit A EXHIBIT "A" JEFFERSON COUNTY DEPARTMENT OF PUBLIC WORKS PORT HADLOCK WASTEWATER SYSTEM DESIGN UPDATE SERVICES SCOPE OF SERVICES GENERAL This scope of services is organized in to two parts: Part A — Design Update of the Wastewater Treatment Facility and Influent Pipeline and Part B — Design of the Pressure Sewer Collection System. The Part A scope of services is for an update to the final design of the Port Hadlock wastewater treatment facilities, completed in 2012. The facilities are based on the Jefferson County Port Hadlock UGA Sewer Facility Plan dated September 2008 and a preliminary design prepared in 2011. The Part A scope of work updates the Membrane Bioreactor Design to include a modular membrane system as described in the Port Hadlock Wastewater System Value Engineering Review (April 2019). The design update incorporates several cost savings measures identified in the Value Engineer Review deemed feasible to reduce the initial capital costs of the treatment system. Additionally, this scope of work includes an initial phase collection system using a pressurized sewer and on -site grinder pump design (Part B). This initial collection system approach follows the recommendations in the Value Engineering Review deemed feasible to reduce the initial capital costs of the collection system. The design work includes completion of contract drawings, specifications, cost estimate, and work tasks as described in this scope of work. PART A - WASTEWATER TREATMENT FACILITY AND INFLUENT PIPELINE The design in this scope of work for the wastewater treatment facilities include the following elements. • Water Reclamation Plant - The reclamation plant will be in a closed quarry site purchased by Jefferson County; north of Lopeman Road, east of Creek Drive, next to a large wetland and wetland buffer zone. The plant will include a headworks, modular Membrane Bio-Reactors, UV disinfection, effluent pumping, sludge storage tank, and stormwater facilities. Future facilities not included in this design include a storage pond, more MBR' modular units to MBR basins, solids handling facilities, and an administration building. • Influent and Effluent Pipelines — The influent pipeline will be a pressure pipe and will run approximately 1000 feet south from Ness's Comer Road to the headworks at the Water Reclamation plant. It will mostly be in a wetland buffer zone and partly in a wetland. There will be no updates to the 2012 design of the effluent pipeline. • Water Reuse Facility — There will be no updates to the 2012 design of the reuse facility and effluent pipes. Scope of Work Page A-1 Exhibit A Jefferson Count — Pt. Hadlock UGA Sewer System Final Design... • Wetland Mitigation — There will no updates to the 2012 design drawings for wetland mitigation. • Permitting and Environmental Documentation are not included in this scope of work. They would be updated after design and prior to bidding under a separate scope of work. In the following task descriptions, where reference is made to a specific number of pages in a work product, the intent is to better define the level of effort that is the basis of the budget for the project, and not a guarantee of a specific number of pages in the final product. Where "County staff' is referenced, it is assumed that the County will invite designated parties to meetings as it deems necessary. The County will be responsible for public notification before public meetings. The work products from this project will be submitted in hard copy and electronic format. Report files will be produced in Microsoft Word, Power Point, and Excel. CAD files will be produced in AutoCAD using Tt drafting standards. TASK 100 — PROJECT MANAGEMENT (PART A & PART B) This task includes work to plan and manage Part A and Part B of this scope of work. Subtasks are described below: 100.1 Project Plan Tetra Tech (Tt) will update the project plan developed for the 2012 design to reflect the scope of work and management efforts for this project. The plan will identify project scope, individual work elements, budget for each element, responsible individuals for each work element, and schedule requirements incorporating both internal and external milestones. Work Product: • Updated Project Plan. 100.2 Health and Safety Plan Tt will update the health and safety plan developed for the 2012 design within 10 days after Notice to Proceed. The purpose of a Health & Safety Plan (HASP) is to provide project -specific health and safety requirements for the planned scope of work. It will contain guidelines and directives and may include minimum standards, safety criteria, and emergency response information/procedures for Tetra Tech staff. Work Product: • Updated Health and Safety Plan 100.3 Startup Meeting Tt will conduct a single startup meeting with County staff to initiate both Part A and Part B of this scope of work. The purpose of the meeting is to introduce significant members of the project team, concur on goals and milestones for the project, and agree on the project schedule and work products. A two-hour meeting will be held at Tetra Tech's offices. Work Products.- 0 Agenda and meeting minutes. 100.4 Progress Meetings Progress meetings will be held periodically with the County to coordinate work activities and keep the County informed of progress to date. It is assumed there will be up to 12 meetings over a 12-month period attended by the project manager and project engineer; and several attended by other project staff as needed. Scope of Work Page A-2 Exhibit A Jefferson G011171 — Pt. Hadlock UGA Sewer 5 stem Final Design... Meetings may also be held via conference call. Tt will prepare agendas and meeting minutes for distribution to the project team. Work Products.- 0 Agendas and meeting minutes. 100.5 Progress Reports and Billings Tt will include brief monthly progress reports along with monthly invoices. Progress reports will cover work activities for Part A and Part B scope of work and will contain information on major activities, anticipated actions, and outstanding issues to be resolved. Work Products.- 0 Monthly progress reports and invoices. 100.6 Project Schedule A project schedule including design and construction activities will be developed and tracked for the project to inform the County, Funding Agencies, and the public as part of the LID formation support services. The schedule will be updated monthly. The schedule will be prepared in MS Project. There will be up to 6 schedule updates over a 12-month period. Work Products. • MS Project Schedule • Up to six (6) schedule updates. TASK 200 RECLAMATION PLANT AND INFLUENT PIPELINE DESIGN UPDATE This task involves development of the reclamation plant and influent pipelines updated design to the 100% level as described in the subtasks below: 200.1 Modular Membrane Equipment RFP Develop a vendor Request for Proposal (RFP) for modular membrane equipment that meets the design and performance intent of the modular MBR equipment evaluated in the Port Hadlock - Wastewater System Value Engineering Review (April 2019). Develop performance & evaluation criteria to include: • Flow & load requirements for initial startup and forecasted. • Effluent and disinfection requirements (Including Title 22). • Reliability and redundancy requirements. ■ Cost proposal requirements for initial capital, expansion, and operation & maintenance costs. ■ Prepare an RFP and solicit responses from membrane equipment vendors. • Review and evaluate responses and make a recommendation to Jefferson County. Work Products.- * RFP documents. • Response to vendor questions. • Review and evaluation of submitted proposal • Recommendation to Jefferson County. • Technical memorandum documenting the work products and evaluation. Scope of Work Page A-3 Exhibit A Jefferson Count — Pt. Hadlock UGA Sewer System Final Design... 200.2 Membrane Equipment Contractor Coordination Coordinate with the recommended Membrane Equipment Contractor (MEC), to integrate the selected modular MBR system into the reclamation plant design. Design coordination is estimated at 160 hours and is expected to include the following activities: • Finalize the selected MEC's process design and equipment based upon current regulatory requirements, the MEC's proposal, and requirements specific to the Pt. Hadlock project. • Negotiate changes from the MEC's proposal for equipment and services that result from design. • Coordinate with MEC during their development of equipment system drawings and specifications for final design. • Incorporate MEC's drawings and specifications into final reclamation plant design package. 200.3 Reclamation Plant and Influent Pipeline - Plans, Specs and Estimate Update the plans, specifications and cost estimate (construction documents) prepared in 2012 to include the selected MEC's MBR treatment system and to reduce project scope in accordance with the Port Hadlock— Wastewater System Value Engineering Review (April 2019) by deferring the administration building and site development to bring down the initial project costs. Drawings from the 2012 Design will be modified, reused, deleted, or replaced to update the design to include the modifications described in the Feasibility Study. Submittals for 60% Design, 90% Design and 100% Design will be developed and submitted. Budgets will be tracked and monitored per Design Phase — 200.3 — 60% Design, 200.4 — 90% Design and 200.5 — 100% Design. Hour estimates for major work elements for each design submittal are developed and shown in the attached level of effort (Exhibit B) for the technical and work disciplines listed below: Scope of Work Page A-4 Exhibit A Jefferson Count — Pt. Hadlock UGA Sewer System Final Design... • Subtasks 200.3.01 / 200.4.01 / 200.5.01 - General Plans (60%/90%/100% Design, Respectively) • Subtasks 200.3.02 / 200.4.02 / 200.5.02 - Civil Plans (60%/90%/100% Design, Respectively) • Subtasks 200.3.03 / 200.4.03 / 200.5.03 - Landscaping Plans (60%/90%/100% Design, Respectively) • Subtasks 200.3.04 / 200.4.04 / 200.5.04 - Wetland Mitigation Plans (60%/90%/100% Design, Respectively) • Subtasks 200.3.05 / 200.4.05 / 200.5.05 Structural Plans (60%/90%/100% Design, Respectively) • Subtasks 200.3.06 / 200.4.06 / 200.5.06 Architectural Plans (60%/900/o/100% Design, Respectively) • Subtasks 200.3.07 / 200.4.07 / 200.5.07 Mechanical Plans (60%/90%/100% Design, Respectively) • Subtasks 200.3.08 / 200.4.08 / 200.5.08 Electrical Plans (60%/90%/100% Design, Respectively) • Subtasks 200.3.09 / 200.4.09 / 200.5.09 Instrumentation (60%/90%/100% Design, Respectively) • Subtasks 200.3.10 / 200.4.10 / 200.5.10 CAD (60%/90%/100% Design, Respectively) • Subtasks 200.3.11 / 200.4.11 / 200.45.11 Specifications (60%/90%/100% Design, Respectively) • Subtasks 200.3.12 / 2004.12 / 2005.12 Cost Estimate (60%/90%/100% Design, Respectively) The estimated drawing count is approximately 136 based upon the attached drawing list (Table 2). It is assumed that information and some content from the MBR vendor drawings will be used in the development of some of the design drawings. The contract drawings will be prepared in AutoCAD using Tt drafting standards. For 60%, 90%, and 100% design submittals, develop technical specifications to the level of completion based on updating and revising the 2012 design specifications and associated County reviews. The County will have primary responsibility for Division 0. Provide 16 hours of assistance to the County with preparation of Division 0 of the specifications to include the advertisement for bid, bid form, and bid item descriptions. Develop cost estimates for each submittal that identifies the cost items, quantities, and unit prices reflected in the 60%, 90% and 100% design plans and specifications. Deliver a draft set of 60% and 90% design documents to Jefferson County for review and comment. Comments will be addressed and incorporated into the documents. No permitting, geotechnical evaluation, or survey will be conducted. It is assumed the products developed in 2012 will be used for this design update. Work Products. • Draft 60% and 90% design plans, specification, and estimate for the reclamation plant and reuse facility. • Final 100% design plans, specifications, and estimate. Scope of Work Page A-5 Exhibit A Jefferson Count — Pt. Hadlock UGA Sewer System Final Desi n... TASK 300 RECLAMATION PLANT AND INFLUENT PIPELINE DESIGN REVIEWS 300.1 QA/QC Design Review Tetra Tech senior engineers for each design discipline will perform in-house Quality Control (QC) reviews on the 60% and 90% design documents. Quality Assurance (QA) reviews will be by Tt's QA manager. 300.2 County Design Reviews Tetra Tech will submit 60% and 90 % design documents to the County Project Manager for County review. The County PM will coordinate the County comments and provide written review comments to Tetra Tech on submitted packages within 3 weeks. Tetra Tech will provide written responses to County comments and conduct 60% and 90% design review meetings with County staff to discuss the comments and determine direction for next design submittal. It is expected that these reviews will result in only minor changes to elements approved in previous reviews. If County staff request major changes or provide different directions, then the County Project Manager will evaluate the changes and differences with Tetra Tech and determine what change is needed and authorize additional work as required. Work Products.- 0 Meeting minutes and responses to County reviews. 300.3 Ecology and DOH Design Reviews Tetra Tech will submit 60% and 90% Reclamation Plant and Influent Pipeline design documents to Ecology and the Department of Health for preliminary review and 100% documents for final review and approval. Tetra Tech will provide written responses to Ecology and DOH reviews Work Product: • Responses to Ecology reviews. Scope of Work Page A-6 Exhibit A Jefferson County — Pt. Hadlock UGA Sewer System Final Design.. - TABLE 2. RECLAMATION PLANT, REUSE FACILITY, INFLUENT AND EFFLUENT PIPELINES FINAL DESIGN ESTIMATED DRAWING LIST Sheet Sheet No. Description GENERAL DRAWINGS 1 G000 LOCATION AND VICINITY MAP 2 GOO DRAWING INDEX 3 G002 ABBREVIATIONS & REFERENCE DATA 4 G003 GENERAL SYMBOLS 5 0004 DESIGN DATA SHEET 6 G005 PROCESS FLOW DIAGRAM 7 G006 HYDRAULIC PROFILE 8 G007 CONVEYANCE KEY MAP 9 G008 OVERALL SITE PLAN CIVIL DRAWINGS 10 coo CIVIL ABBREVIATIONS AND LEGEND 11 C002 EXISTING SITE PLAN AND SURVEY CONTROL 12 C003 BUFFERS, SETBACKS AND CONSTRUCTION ACCESS 13 C004 TESC PLAN 14 C005 TESC NOTES 15 C006 TESC DETAILS 16 C008 CIVIL DETAILS 1 17 C009 CIVIL DETAILS 2 18 C100 MBR SITE PLAN/YARD PIPING/STORMWATER PLAN-1 19 C101 MBR SITE PLAN/YARD PIPING/STORMWATER PLAN-2 20 C102 MBR SITE PLAN/YARD PIPING/STORMWATER PLAN-3 21 C103 MBR SITE PLAN/YARD PIPING/STORMWATER PLAN-4 22 C104 ACCESS ROAD STORMWATER PLAN-1 23 C105 ACCESS ROAD STORMWATER PLAN-2 24 C106 MBR SITE ROADWAY AND GRADING PLAN-1 25 C107 MBR SITE ROADWAY AND GRADING PLAN-2 26 C108 MBR SITE ROADWAY AND GRADING PLAN-3 27 C109 ACCESS ROAD ROADWAY AND GRADING PLAN-1 28 Clio ACCESS ROAD ROADWAY AND GRADING PLAN-2 Scope of Work Page A-7 Exhibit A Jefferson Count — Pt. Hadlock UGA Sewer System Final Desi n.. Sheet Sheet No. 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TABLE 2 (CONTINUED). RECLAMATION PLANT, REUSE FACILITY, INFLUENT AND EFFLUENT PIPELINES FINAL DESIGN ESTIMATED DRAWING LIST C700 INFLUENT PRESSURE PIPELINE STA Al+00 TO A5+00 C701 INFLUENT PRESSURE PIPELINE STA A5+00 TO A10+00 C800 INFLUENT PRESSURE PIPELINE STA 130+00 TO 135+00 C801 INFLUENT PRESSURE PIPELINE STA 135+00 TO 1310+00 LANDSCAPE DRAWINGS L100 LANDSCAPING KEY PLAN 1,101 MBR SITE PLANTING PLAN -1 L102 MBR SITE PLANTING PLAN -2 L103 PLANTING PLAN ACCESS ROAD L104 LANDSCAPING SCHEDULE & DETAILS ARCHITECTURAL DRAWINGS Al ARCHITECTURAL ABBREVIATIONS, SYMBOLS AND LEGEND A2 CODE, BUILDING DATA & SCHEDULES A201 LAB BUILDING FLOOR PLAN A202 LAB BUILDING EXTERIOR ELEVATIONS A205 LAB PLAN AND DETAILS A206 LAB BUILDING EXTERIOR DETAILS A207 LAB BUILDING EXTERIOR DETAILS Scope of Work Page A-8 Exhibit A Jefferson Coup — Pt. Hadlock UGA Sewer System Final Design. . TABLE 2 (CONTINUED). RECLAMATION PLANT, REUSE FACILITY, INFLUENT AND EFFLUENT PIPELINES FINAL DESIGN ESTIMATED DRAWING LIST Sheet Sheet No. Descrivtion 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 STRUCTURAL DRAWINGS S 1 STRUCTURAL GENERAL NOTES S2 TYPICAL CONCRETE DETAILS S3 TYPICAL CONCRETE DETAILS S4 TYPICAL EQUIPMENT PAD DETAILS S5 TYPICAL METAL DETAILS S6 TYPICAL MASONRY DETAILS S200 LAB BUILDING FOUNDATION PLAN S300 HEADWORKS PLAN & SECTIONS S301 HEADWORKS DETAILS S400 TREATMENT FACILITY PAD PLAN S401 TREATMENT FACILITY TOP DECK & ROOF PLAN S402 TREATMENT FACILITY SECTIONS S403 TREATMENT FACILITY SECTIONS S404 TREATMENT FACILITY SECTIONS AND DETAILS S405 TREATMENT FACILITY SECTIONS AND DETAILS S415 TREATMENT FACILITY DETAILS S1000 STANDBY GENERATOR SLAB & DETAILS Scope of Work Page A-9 Exhibit A Jefferson County — Pt. Hadlock UGA Sewer System Final Design... Sheet Sheet No. 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 TABLE 2 (CONTINUED). RECLAMATION PLANT, REUSE FACILITY, INFLUENT AND EFFLUENT PIPELINES FINAL DESIGN ESTIMATED DRAWING LIST MECHANICAL DRAWINGS MI ABBREVIATIONS AND SYMBOLS M2 TYPICAL PIPE PENETRATION DETAILS M3 PIPE GUIDES AND HANGAR & SUPPORT SYSTEM TABLES M6 DRAIN AND CLEANOUT DETAILS M8 UNIT HEATER SCHEDULE M9 HVAC EQUIPMENT SCHEDULES M200 SAMPLE PREP BUILDING PLUMBING FOUNDATION PLAN M202 SAMPLE PREP BUILDING HVAC PLAN M300 HEADWORKS M301 HEADWORKS ODOR CONTROL M400 TREATMENT FACILITY EQUIPMENT PLAN M401 TREATMENT FACILITY INTERMEDIATE PIPING PLAN M402 TREATMENT FACILITY INTERMEDIATE PIPING PLAN M403 TREATMENT FACILITY UPPER PIPING PLAN M404 TREATMENT FACILITY PIPING SECTIONS M405 TREATMENT FACILITY PIPING SECTIONS M502 YARD PUMP STATIONS PLAN AND SECTIONS M1000 STANDBY GENERATOR & FUEL SYSTEM PLAN M1001 STANDBY GENERATOR & FUEL SYSTEM SECTIONS & DETAILS ELECTRICAL DRAWINGS E1 ELECTRICAL LEGEND E2 ELECTRICAL SITE PLAN E3 LUMINAIRE SCHEDULE AND DETAILS E4 ELECTRICAL INSTALLATION AND DETAILS -1 E5 ELECTRICAL INSTALLATION AND DETAILS -2 E6 CONDUIT AND WIRE SCHEDULES - 1 E7 CONDUIT AND WIRE SCHEDULES - 2 E8 ELECTRICAL GROUNDING SITE PLAN E9 ONE -LINE DIAGRAM Scope of Work Page A-10 Exhibit A Jefferson Count — Pt. Hadlock UGA Sewer System Final Design... TABLE 2 (CONTINUED). RECLAMATION PLANT, REUSE FACILITY, INFLUENT AND EFFLUENT PIPELINES FINAL DESIGN ESTIMATED DRAWING LIST Sheet Sheet No. Descri tion 91 E10 MCC-1 ELEVATION 92 Ell MCC-1 ONE LINE - 1 93 E12 MCC-1 ONE LINE - 2 94 E13 MCC-1 ONE LINE - 3 95 E 16 PANELBOARD SCHEDULES 96 E 17 SCHEMATICS 1 97 E18 SCHEMATICS 2 98 E19 SCHEMATICS 3 99 E20 SCHEMATICS 4 100 E400 TREATMENT FACILITY - UPPER POWER PLAN 101 E401 TREATMENT FACILITY - LOWER POWER PLAN TREATMENT FACILITY EQUIPMENT ROOM - 120 VOLT POWER 102 E402 PLAN TREATMENT FACILITY EQUIPMENT ROOM - 480 VOLT POWER 103 E403 PLAN 104 E406 TREATMENT FACILITY TANK -LIGHTING PLAN 105 E407 TREATMENT FACILITY EQUIPMENT ROOM -LIGHTING PLAN TREATMENT FACILITY TANK - UPPER INSTRUMENTATION 106 E408 PLAN TREATMENT FACILITY TANK - LOWER INSTRUMENTATION 107 E409 PLAN 108 E1000 STANDBY POWER PLAN Scope of Work Page A- I I Exhibit A Jefferson County — Pt. Hadlock UGA Sewer System Final Design... TABLE 2 (CONTINUED). RECLAMATION PLANT, REUSE FACILITY, INFLUENT AND EFFLUENT PIPELINES FINAL DESIGN ESTIMATED DRAWING LIST Sheet Sheet No. Description PROCESS & INSTRUMENTATION DRAWINGS 109 I1 ABBREVIATIONS AND SYMBOLS 110 I2 CODES LEGEND 111 I3 SCADA SITE PLAN 112 14 CONTROL SYSTEM ARCHITECTURE 113 15 PANEL 1 LAYOUT 114 I6 PANEL 2 LAYOUT 115 I7 PANEL 3 LAYOUT 116 I8 PLC AND INSTRUMENT POWER 117 I9 LOCAL PANELS 118 I10 NETWORK & I/O INFORMATION 119 I11 NETWORK & I/O INFORMATION 120 112 NETWORK & 1/0 INFORMATION 121 I13 NETWORK & I/O INFORMATION 122 I14 NETWORK & I/O INFORMATION 123 115 SCHEMATICS 124 I16 SCHEMATICS 125 I17 SCHEMATICS 126 I300 FINE SCREENS 127 I400 SPLITTER BOX 129 I408 MEMBRANE BIOREACTOR BASIN 1 130 I409 MEMBRANE BIOREACTOR BASIN 2 130 I412 MEMBRANE BIOREACTOR BLOWERS 132 I413 CHEMICAL CLEANING 133 1414 PH ADJUSTMENT 134 I416 UV DISINFECTION 135 I417 PLANT WATER SYSTEMS 136 I501 YARD PUMP STATION Scope of Work Page A-12 Exhibit A Jefferson Count — Pt. Hadlock UGA Sewer System Final Desi n... PART B - PRESSURE SEWER DESIGN The following scope of services is for grinder pump pressure sewer design services. The scope and extent of the Phase l collection system will include the Core Area as shown in Figure 1 attached to this scope of work. This scope of work includes design of the initial phase collection system (Core Area) identified in the Port Hadlock Wastewater System Value Engineering Review (April 2019) and will be consistent with the expansion plans for the wastewater system as described in the Port Hadlock Wastewater Facility Plan (2008 — as Amended). The Pressure Sewer Design Services will include the following: • Update of the wastewater service area collection system model to confirm pressure sewer collection pipeline sizes and hydraulics. • Development of construction drawings, specifications, and Engineer's opinion of probable construction cost. In the following task descriptions, where reference is made to a specific number of pages in a work product, the intent is to better define the level of effort that is the basis of the budget for the project, and not a guarantee of a specific number of pages in the final product. Where "County staff' is referenced, it is assumed that the County will invite designated parties to meetings as it deems necessary. The County will be responsible for public notification before public meetings. The work products from this project will be submitted in hard copy and electronic format. Report files will be produced in Microsoft Word, Power Point, and Excel. CAD files will be produced in AutoCAD using Tt drafting standards. Task 1200 PRESSURE SEWER DESIGN SERVICES This task Involves development of the pressure sewer system design documents for the initial phase collection system. Work of this task is described in the subtasks below: 1200.1 Collection System Model Update and finalize the service area collection system model prepared during the Port Hadlock Wastewater System Value Engineering Review (April 2019) to confirm pipe diameters, final pipe layout/configurations, grinder pump design criteria, and pipeline velocities/maintenance requirements. The collection system model will be created in a Excel Spreadsheet (or other pressurized pipe modeling software such as KYPIPE). The model will be created under two planning conditions: for initial population and flows and for the 20-year projected population and flows. The model will be developed for the collection system within the entire service area in order to confirm pipe sizes and capacities for planned 20-year population growth within the Urban Growth Area (UGA). The initial population will be based upon flows identified in the Port Hadlock— Wastewater System Value Engineering Review (April 2019) and future flows will be the same as developed and used in the Pt. Hadlock UGA Sewer Facility Plan, September 2008 (as Amended). Work Products • Collection system model created in Excel or KYPIPE. ■ Updated collection system map of the sewer service area. • Collection system model data files. Scope of Work Page A-13 Exhibit A Jefferson County — Pt. Hadlock UGA Sewer System Final Design... • A summary report of model output including pipeline diameters, manhole inverts, pipe slopes, pipe lengths, pipe flow/capacity data, pump station wet well and pump size data, and force main diameters with lengths. • Summary of existing and future population and flows corresponding to the population data in the 2008 Facility Plan (as Amended). 1200.2 Survey and Mapping Support Provide survey field and mapping services to develop a design base map for the Core Area. This work task will include field work to measure centerline elevations, edge of pavement elevations, utilities based upon one -call services and key surface features. Existing utility maps and record drawings will be reviewed. Field data and record drawing information will be used to augment the County's existing GIS Map and LiDAR data. The base map will be produced in AutoCAD for use in design drawing development. Budget estimate for surveying crew assumes approximately fifteen days in the field for survey data collection and 40 hours (over fifteen days) of office work for map research and base map development. Work Products • Survey data summary of record drawings reviewed. ■ AutoCAD file of base map incorporating field work, record drawing data, LiDAR, and GIS base map data. 1200.3 Plans, Specs and Estimate Develop the pressure sewer design to serve the Core Area with a grinder pump pressure sewer system as indicated in Figure 1. Submittals for 60% Design, 90% Design and 100% Design will be developed and submitted. Budgets will be tracked and monitored per Design Phase—1200.3 — 60% Design, 1200.4 — 90% Design and 1200.5 — 100% Design. Hour estimates for major work elements for each design submittal are developed and shown in the attached level of effort (Exhibit B) for the technical and work disciplines listed below: • 1200.3.01 / 1200.4.01 / 1200.5.01 - General Plans (60%/90%/l00% Design, Respectively) • 1200.3.02 / 1200.4.02 / 1200.5.02 -Civil Plans (60%/90%/100% Design, Respectively) • 1200.3.03 / 1200.4.03 / 1200.5.03 - Pressure Collection System Plans & Profiles (60%/90%/100% Design, Respectively) • 1200.3.04 / 1200.4.04 / 1200.5.04 - Restoration Details (60%/90%/100% Design, Respectively) ■ 1200.3.05 / 1200.4.05 / 1200.5.05 - Service Connection Details (60%/90%/l00% Design, Respectively) • 1200.3.06 / 1200.4.06 / 1200.5.06 - Grinder Pump Installation Details (60%/90%/100% Design, Respectively) • 1200.3.07 / 1200.4.07 / 1200.5.07 -Electrical Plans (60%/90%/100% Design, Respectively) • 1200.3.08 / 1200.4.08 / 1200.5.08 - Specifications (60%/90%/l00% Design, Respectively) • 1200.3.09 / 1200.4.09 / 1200.5.09 - Cost Estimate (60%/90%/100% Design, Respectively) ■ 1200.3.10 / 1200.4.10 / 1200.5.10 —CAD (60%/90%100% Design, Respectively) Scope of Work Page A-14 Exhibit A Jefferson County — Pt. Hadlock UGA Sewer System Final Design... _ The estimated drawing count is approximately 144 based upon the attached drawing list (Table 2). It is assumed that information and some content from the grinder pump equipment vendors will be used in the development of some of the design drawings. The contract drawings will be prepared in AutoCAD using Tt drafting standards. Service Connection Details, Grinder Pump Installation Details, Electrical Plans and Restoration Details will include site specific equipment and service line location details for the existing properties that will connect within the initial Core Service Area. For 60%, 90%, and 100% design submittals, develop technical specifications to the designed level of completion. The County will have primary responsibility for Division 0. Provide 16 hours of assistance to the County with preparation of Division 0 of the specifications to include the advertisement for bid, bid form, and bid item descriptions. Develop a cost estimate that identifies the cost items, quantities, and unit prices reflected in the 100% design plans and specifications. Deliver a draft set of 60% and 90% design documents to Jefferson County for review and comment. Comments will be addressed and incorporated into the documents. No permitting, geotechnical evaluation, or survey will be conducted. It is assumed that some information from the products developed in 2012 will be used for this design update. Work Products: Draft 60% and 90% design plans, specification, and estimate for the Core Area pressure sewer system. Final 100% design plans, specifications, and estimate. TASK 1300 PRESSURE SEWER DESIGN REVIEWS 1300.1 QA/QC Design Review Tetra Tech senior engineers for each design discipline will perform in-house Quality Control (QC) reviews on the 60% and 90% design documents. Quality Assurance (QA) reviews will be by Tt's QA manager. 1300.2 County Design Reviews Tetra Tech will submit 60% and 90 % design documents to the County Project Manager for County review. The County PM will coordinate the County comments and provide written review comments to Tetra Tech on submitted packages within 3 weeks. Tetra Tech will provide written responses to County comments and conduct 60% and 90% design review meetings with County staff to discuss the comments and determine direction for next design submittal. It is expected that these reviews will result in only minor changes to elements approved in previous reviews. If County staff request major changes or provide different directions, then the County Project Manager will evaluate the changes and differences with Tetra Tech and determine what change is needed and authorize additional work as required. Work Products: Meeting minutes and responses to County reviews. Scope of Work Page A-15 Exhibit A Jefferson Count — Pt. Hadlock UGA Sewer System Final Design... 1300.3 Ecology and DOH Design Reviews Tetra Tech will submit 60% and 90%design documents to Ecology and the Department of Health for preliminary review and 100% documents for final review and approval. Tetra Tech will provide written responses to Ecology and DOH reviews Work Product: Responses to Ecology reviews. Scope of Work Page A-16 Exhibit A Jefferson Count — Pt. Hadlock UGA Sewer System Final Desi n... Sheet Sheet No. 1 2 3 4 5 6 7 10 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 TABLE 2. RECLAMATION PLANT, REUSE FACILITY, INFLUENT AND EFFLUENT PIPELINES FINAL DESIGN ESTIMATED DRAWING LIST GENERAL DRAWINGS G000 LOCATION AND VICINITY MAP G001 DRAWING INDEX G002 ABBREVIATIONS & REFERENCE DATA G003 GENERAL SYMBOLS G004 DESIGN DATA SHEET G005 HYDRAULIC PROFILE G006 CONVEYANCE KEY MAP CIVIL DRAWINGS coo CIVIL ABBREVIATIONS AND LEGEND C002 EXISTING SITE PLAN AND SURVEY CONTROL C003 BUFFERS, SETBACKS AND CONSTRUCTION HAUL ROUTES C004 TESC PLAN C005 TESC NOTES C006 TESC DETAILS C007 CIVIL DETAILS 1 C008 CIVIL DETAILS 2 PRESSURE COLLECTION SYSTEM PLAN AND PROFILES C100 PRESSURE SEWER PLAN & PROFILE -1 C101 PRESSURE SEWER PLAN & PROFILE-2 C102 PRESSURE SEWER PLAN & PROFILE -3 C103 PRESSURE SEWER PLAN & PROFILE-4 C104 PRESSURE SEWER PLAN & PROFILE-5 C105 PRESSURE SEWER PLAN & PROFILE-6 C106 PRESSURE SEWER PLAN & PROFILE-7 C107 PRESSURE SEWER PLAN & PROFILE-8 C108 PRESSURE SEWER PLAN & PROFILE-9 C109 PRESSURE SEWER PLAN & PROFILE-10 C110 PRESSURE SEWER PLAN & PROFILE -I I C111 PRESSURE SEWER PLAN & PROFILE -12 Scope of Work Page A-17 Exhibit A Jefferson County — Pt. Hadlock UGA Sewer System Final Design.. . TABLE 2 (CONTINUED). RECLAMATION PLANT, REUSE FACILITY, INFLUENT AND EFFLUENT PIPELINES FINAL DESIGN ESTIMATED DRAWING LIST Sheet Sheet No. Description 30 Cl 12 PRESSURE SEWER PLAN & PROFILE-13 31 C113 PRESSURE SEWER PLAN & PROFILE -14 32 Cl 14 PRESSURE SEWER PLAN & PROFILE-15 33 C115 PRESSURE SEWER PLAN & PROFILE-16 34 C116 PRESSURE SEWER PLAN & PROFILE-17 35 C117 PRESSURE SEWER PLAN & PROFILE-18 36 C118 PRESSURE SEWER PLAN & PROFILE-19 37 C119 PRESSURE SEWER PLAN & PROFILE-20 38 C119 PRESSURE SEWER PLAN & PROFILE-21 39 C119 PRESSURE SEWER PLAN & PROFILE-22 40 C119 PRESSURE SEWER PLAN & PROFILE-23 41 C119 PRESSURE SEWER PLAN & PROFILE-24 42 C119 PRESSURE SEWER PLAN & PROFILE-25 43 C119 PRESSURE SEWER PLAN & PROFILE-26 44 Cl 19 PRESSURE SEWER PLAN & PROFILE-27 45 Cl 19 PRESSURE SEWER PLAN & PROFILE-28 46 Cl 19 PRESSURE SEWER PLAN & PROFILE-29 47 C119 PRESSURE SEWER PLAN & PROFILE-30 48 C119 PRESSURE SEWER PLAN & PROFILE-31 49 C119 PRESSURE SEWER PLAN & PROFILE-32 50 Cl 19 PRESSURE SEWER PLAN & PROFILE-33 51 C119 PRESSURE SEWER PLAN & PROFILE-34 52 C119 PRESSURE SEWER PLAN & PROFILE-35 53 Cl 19 PRESSURE SEWER PLAN & PROFILE-36 54 Cl 19 PRESSURE SEWER PLAN & PROFILE-37 55 C119 PRESSURE SEWER PLAN & PROFILE-38 56 C1 19 PRESSURE SEWER PLAN & PROFILE-38 57 C1 19 PRESSURE SEWER PLAN & PROFILE-40 58 C119 PRESSURE SEWER PLAN & PROFILE-41 59 Cl 19 PRESSURE SEWER PLAN & PROFILE-42 60 C119 PRESSURE SEWER PLAN & PROFILE-43 Scope of Work Page A-18 Exhibit A Jefferson Countv — Pt. Hadlock UGA Sewer System Final Design... TABLE 2 (CONTINUED). RECLAMATION PLANT, REUSE FACILITY, INFLUENT AND EFFLUENT PIPELINES FINAL DESIGN ESTIMATED DRAWING LIST Sheet Sheet No. Descri tior 61 Cl 19 PRESSURE SEWER PLAN & PROFILE-44 62 C119 PRESSURE SEWER PLAN & PROFILE-45 63 C119 PRESSURE SEWER PLAN & PROFILE-46 64 C119 PRESSURE SEWER PLAN & PROFILE-47 65 C119 PRESSURE SEWER PLAN & PROFILE-48 66 C119 PRESSURE SEWER PLAN & PROFILE-49 67 C119 PRESSURE SEWER PLAN & PROFILE-50 68 Cl 19 PRESSURE SEWER PLAN & PROFILE-51 69 C119 PRESSURE SEWER PLAN & PROFILE-52 70 C119 PRESSURE SEWER PLAN & PROFILE-53 71 C119 PRESSURE SEWER PLAN & PROFILE-54 72 C119 PRESSURE SEWER PLAN & PROFILE-55 73 C119 PRESSURE SEWER PLAN & PROFILE-56 74 Cl 19 PRESSURE SEWER PLAN & PROFILE-57 75 C119 PRESSURE SEWER PLAN & PROFILE-58 76 C119 PRESSURE SEWER PLAN & PROFILE-59 77 C119 PRESSURE SEWER PLAN & PROFILE-60 78 C119 PRESSURE SEWER PLAN & PROFILE-61 79 Cl 19 PRESSURE SEWER PLAN & PROFILE-62 80 C119 PRESSURE SEWER PLAN & PROFILE-63 81 C119 PRESSURE SEWER PLAN & PROFILE-64 82 Cl 19 PRESSURE SEWER PLAN & PROFILE-65 83 C119 PRESSURE SEWER PLAN & PROFILE-66 84 C119 PRESSURE SEWER PLAN & PROFILE-67 85 C119 PRESSURE SEWER PLAN & PROFILE-68 86 C119 PRESSURE SEWER PLAN & PROFILE-69 87 C119 PRESSURE SEWER PLAN & PROFILE-70 88 C119 PRESSURE SEWER PLAN & PROFILE-71 89 C119 PRESSURE SEWER PLAN & PROFILE-72 90 C119 PRESSURE SEWER PLAN & PROFILE-73 91 C119 PRESSURE SEWER PLAN & PROFILE-74 92 C119 PRESSURE SEWER PLAN & PROFILE-75 Scope of Work Page A- 19 Exhibit A Jefferson Count — Pt. Hadlock UGA Sewer System Final Design. TABLE 2 (CONTINUED). RECLAMATION PLANT, REUSE FACILITY, INFLUENT AND EFFLUENT PIPELINES FINAL DESIGN ESTIMATED DRAWING LIST Sheet Sheet No. Description 93 C119 PRESSURE SEWER PLAN & PROFILE-76 94 C119 PRESSURE SEWER PLAN & PROFILE-77 95 C119 PRESSURE SEWER PLAN & PROFILE-78 96 C119 PRESSURE SEWER PLAN & PROFILE-79 RESTORATION DETAILS 97 R100 RESTORATION KEY PLAN —NESS' CORNER ROAD - 1 98 R101 RESTORATION KEY PLAN —NESS' CORNER ROAD - 2 99 R102 NESS' CORNER ROAD RESTORATION DETAILS - 1 100 R103 NESS' CORNER ROAD RESTORATION DETAILS - 2 101 R104 RESTORATION KEY PLAN — CHIMACUM ROAD - 1 102 R105 RESTORATION KEY PLAN — CHIMACUM ROAD - 2 103 R106 CHIMACUM ROAD RESTORATION DETAILS - 1 104 R107 CHIMACUM ROAD RESTORATION DETAILS - 2 105 R108 RESTORATION KEY PLAN — LOCAL ROADS - 1 106 R109 RESTORATION KEY PLAN — LOCAL ROADS - 2 107 R110 RESTORATION KEY PLAN — LOCAL ROADS - 3 108 R111 RESTORATION KEY PLAN — LOCAL ROADS - 4 109 R112 LOCAL ROADS RESTORATION DETAILS - 1 110 RI 13 LOCAL ROADS RESTORATION DETAILS - 2 III R114 LOCAL ROADS RESTORATION DETAILS - 3 112 R115 LOCAL ROAD RESTORATION DETAILS - 4 PIPELINE & SERVICE CONNECTION DETAILS 113 P101 SERVICE CONNECTION PLANS — 1 114 P102 SERVICE CONNECTION PLANS —2 115 P103 SERVICE CONNECTION PLANS —3 116 P104 SERVICE CONNECTION PLANS — 4 117 P105 SERVICE CONNECTION DETAILS - 1 118 P106 SERVICE CONNECTION DETAILS - 2 119 P107 SERVICE CONNECTION DETAILS - 3 120 P108 SERVICE CONNECTION DETAILS - 4 Scope of Work Page A-20 Exhibit A Jefferson Count — Pt. Hadlock UGA Sewer Svstem Final Design TABLE 2 (CONTINUED). RECLAMATION PLANT, REUSE FACILITY, INFLUENT AND EFFLUENT PIPELINES FINAL DESIGN ESTIMATED DRAWING LIST Sheet Sheet No. Descri tion GRINDER PUMP INSTALLATION DETAILS 121 GP 101 GRINDER PUMP INSTALLATION PLANS — l 122 GP 102 GRINDER PUMP INSTALLATION PLANS — 2 123 GP 103 GRINDER PUMP INSTALLATION PLANS — 3 124 GP 104 GRINDER PUMP INSTALLATION PLANS — 4 125 GP 105 GRINDER PUMP INSTALLATION DETAILS - 1 126 GP 106 GRINDER PUMP INSTALLATION DETAILS - 2 127 GP107 GRINDER PUMP INSTALLATION DETAILS - 3 128 GP 108 GRINDER PUMP INSTALLATION DETAILS - 4 ELECTRICAL DRAWINGS 129 El ELECTRICAL LEGEND 130 E2 ELECTRICAL SITE PLAN — TYPICAL - 1 131 E3 ELECTRICAL SITE PLAN — TYPICAL - 1 132 E4 ELECTRICAL INSTALLATION AND DETAILS -1 133 E5 ELECTRICAL INSTALLATION AND DETAILS -2 134 E6 CONDUIT AND WIRE SCHEDULES - 1 135 E7 CONDUIT AND WIRE SCHEDULES - 2 136 E8 ONE -LINE DIAGRAM — TYPICAL - 1 137 E9 ONE -LINE DIAGRAM — TYPICAL - 2 Scope of Work Page A-21 Exhibit A Jefferson Count — Pt. Hadlock UGA Sewer S stem Final Design... TABLE 2 (CONTINUED). RECLAMATION PLANT, REUSE FACILITY, INFLUENT AND EFFLUENT PIPELINES FINAL DESIGN ESTIMATED DRAWING LIST Sheet Sheet No. Description 138 E10 TYPICAL CONTROL PANEL INSTALLATION - 1 139 Ell TYPICAL CONTROL PANEL INSTALLATION - 2 140 E12 TYPICAL CONTROL PANEL INSTALLATION - 3 141 E13 SCHEMATICS 1 142 E14 SCHEMATICS 2 143 E15 SCHEMATICS 3 144 E16 SCHEMATICS 4 Scope of Work Page A-22 Exhibit A EXHIBIT B — PAYMENT The Payment Provisions are described on the following pages. Documents include: • General Payment Provisions • Project Budget and Hours • Consultant Rates • Audited Consultant Overhead Professional Services Agreement Exhibit B This page intentionally left blank. Professional Services Agreement Exhibit B General Payment Provisions The CONSULTANT shall be paid by the AGENCY for completed SERVICES rendered under this AGREEMENT as provided hereinafter. Such payment shall be full compensation for SERVICES performed or SERVICES rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete SERVICES, specified in Exhibit A, "Scope of Work". The CONSULTANT shall conform to all applicable portions of 48 CFR Part 31 (www.ecfr. ov). The estimate in support of the Cost -Plus Fixed Fee amount is attached hereto in this Exhibit "B" and by this reference made part of this AGREEMENT. A. Actual Costs: Payment for all consulting services for this PROJECT shall be on the basis of the CONSULTANT'S actual cost plus a fixed fee. The actual cost shall include direct salary cost, indirect cost rate, and direct non -salary costs. 1. Direct (RAW) Labor Costs: The Direct (RAW) Labor Cost is the direct salary paid to principals, professional, technical, and clerical personnel for the time they are productively engaged in work necessary to fulfill the terms of this AGREEMENT. The CONSULTANT shall maintain support data to verify the direct salary costs billed to the AGENCY. 2. Indirect Cost Rate (ICR) Costs: ICR Costs are those costs, other than direct costs, which are included as such on the books of the CONSULTANT in the normal everyday keeping of its books. Progress payments shall be made at the ICR rates shown in this Exhibit "B" of this AGREEMENT. Total ICR payment shall be based on Actual Costs. The AGENCY agrees to reimburse the CONSULTANT the actual ICR costs verified by audit, up to the Maximum Total Amount Payable, authorized under this AGREEMENT, when accumulated with all other Actual Costs. A summary of the CONSULTANT'S cost estimate and the ICR percentage is shown in this Exhibits "B", attached hereto and by this reference made part of this AGREEMENT. The AGENCY's Project Manager may perform an audit of the CONSULTANT'S books and records at any time during regular business hours to determine the actual ICR rate, if they so desire. 3. Direct Non -Salary Costs: Direct Non -Salary Costs will be reimbursed at the Actual Cost to the CONSULTANT (excluding Meals, which are reimbursed at the per diem rates identified in this section). These charges may include, but are not limited to, the following items: travel, printing, long distance telephone, supplies, computer charges and fees of sub -consultants. Air or train travel will be reimbursed only to economy class levels unless otherwise approved by the AGENCY. The CONSULTANT shall comply with the rules and regulations regarding travel costs (excluding air, train, and rental car costs) in accordance with WSDOT's Accounting Manual M 13-82, Chapter 10 — Travel Rules and Procedures, and revisions thereto. Air, train, and rental car costs shall be reimbursed in accordance with 48 Code of Federal Regulations (CFR) Part 31.205-46 "Travel Costs." The billing for Direct Non -Salary Costs shall include an itemized listing of the charges directly identifiable with the PROJECT. The CONSULTANT shall maintain the original supporting documents in their office. Copies of the original supporting documents shall be supplied to the AGENCY upon request. All above charges must be necessary for the services provided under this AGREEMENT. Payment Provisions Page B-1 Exhibit B 4. Fixed Fee: The Fixed Fee, which represents the CONSULTANT'S profit, is shown in Exhibit "B" of this AGREEMENT. This fee is based on the Scope of Work defined in this AGREEMENT and the estimated person -hours required to perform the stated Scope of Work. In the event the CONSULTANT enters into a supplemental AGREEMENT for additional work, the supplemental AGREEMENT may include provisions for the added costs and an appropriate additional fee. The Fixed Fee will be prorated and paid monthly in proportion to the percentage of work completed by the CONSULTANT and reported in the Monthly Progress Reports accompanying the billings. Any portion of the Fixed Fee earned but not previously paid in the progress payments will be covered in the final payment, subject to the provisions of Section F below entitled "Payment Upon Termination of Agreement." 5. Maximum Total Amount Payable: The Maximum Total Amount Payable by the AGENCY to the CONSULTANT under this AGREEMENT shall not exceed the amount shown in the heading of this AGREEMENT. The Maximum Total Amount Payable does not include payment for Extra Work as stipulated below in the section "Extra Work." No minimum amount payable is guaranteed under this AGREEMENT. B. Monthly Progress Payments: The CONSULTANT may submit billings to the AGENCY for reimbursement of Actual Costs plus the ICR and calculated fee on a monthly basis during the progress of the work. Such billings shall be in a format approved by the AGENCY and accompanied by the monthly progress reports. The billings will be supported by an itemized listing for each item including Direct (RAW) Labor, -Direct Non -Salary, and allowable ICR Costs to which will be added the prorated Fixed Fee. To provide a means of verifying the billed Direct (RAW) Labor costs for CONSULTANT employees, the AGENCY may conduct employee interviews. These interviews may consist of recording the names, titles, Direct (RAW) Labor rates, and present duties of those employees performing work on the PROJECT at the time of the interview. C. Final Payment: Final Payment of any balance due the CONSULTANT of the gross amount earned will be made promptly upon its verification by the AGENCY after the completion of the work under this AGREEMENT, contingent, if applicable, upon receipt of all PS&E, plans, maps, notes, reports, electronic data and other related documents which are required to be furnished under this AGREEMENT. Acceptance of such Final Payment by the CONSULTANT shall constitute a release of all claims for payment, which the CONSULTANT may have against the AGENCY unless such claims are specifically reserved in writing and transmitted to the AGENCY by the CONSULTANT prior to its acceptance. Said Final Payment shall not, however, be a bar to any claims that the AGENCY may have against the CONSULTANT or to any remedies the AGENCY may pursue with respect to such claims. The payment of any billing will not constitute agreement as to the appropriateness of any item. D. Inspection of Cost Records: The CONSULTANT and their sub -consultants shall keep available for inspection by representatives of the AGENCY, for a period of six (6) years after receipt of final payment, the cost records and accounts pertaining to this AGREEMENT and all items related to or bearing upon these records with the following exception: if any litigation, claim or audit arising out of, in connection with or related to this AGREEMENT is Payment Provisions Page 8-2 Exhibit 8 initiated before the expiration of the six (6) year period, the cost records and accounts shall be retained until such litigation, claim, or audit involving the records is completed. E. Extra Work: 1. The AGENCY may at any time, by written order, make changes within the general scope of this AGREEMENT in the SERVICES to be performed. 2. If any such change causes an increase or decrease in the estimated cost of, or the time required for, performance of any part of the SERVICES under this AGREEMENT, whether or not changed by the order, or otherwise affects any other terms and conditions of this AGREEMENT, the AGENCY shall make an equitable adjustment in the: (1) maximum amount payable; (2) delivery or completion schedule, or both; and (3) other affected terms and shall modify this AGREEMENT accordingly. 3. The CONSULTANT must submit any "request for equitable adjustment," hereafter referred to as "CLAIM," under this clause within thirty (30) days from the date of receipt of the written order. However, if the AGENCY decides that the facts justify it, the AGENCY may receive and act upon a CLAIM submitted before final payment of this AGREEMENT. 4. Failure to agree to any adjustment shall be a dispute under the section XI "Disputes" clause. However, nothing in this clause shall excuse the CONSULTANT from proceeding with the AGREEMENT as changed. 5. Notwithstanding the terms and conditions of paragraphs (l .) and (2.) above, the maximum amount payable for this AGREEMENT, shall not be increased or considered to be increased except by specific written supplement to this AGREEMENT. F. Payment Upon Termination of Agreement: In the event this AGREEMENT is terminated by the AGENCY, other than for default on the part of the CONSULTANT, a final payment shall be made to the CONSULTANT for actual hours charged and any appropriate fixed fee percentage at the time of termination of this AGREEMENT, plus any direct non -salary costs incurred up to the time of termination of this AGREEMENT. No payment shall be made for any SERVICES completed after ten (10) days following receipt by the CONSULTANT of the notice to terminate. If the accumulated payment made to the CONSULTANT prior to Notice of Termination exceeds the total amount that would be due when computed as set forth in paragraph two (2) of this section, then no final payment shall be due and the CONSULTANT shall immediately reimburse the AGENCY for any excess paid. If the services of the CONSULTANT are terminated by the AGENCY for default on the part of the CONSULTANT, the above formula for payment shall not apply. In the event of a termination for default, the amount to be paid to the CONSULTANT shall be determined by the AGENCY with consideration given to the actual costs incurred by the CONSULTANT in performing SERVICES to the date of termination, the amount of SERVICES originally required which was satisfactorily completed to date of termination, whether that SERVICE is in a form or a type which is usable to the AGENCY at the time of termination, the cost to the AGENCY of em loying another firm to complete the SERVICES Payment Provisions Page 8-3 Exhibit 8 required and the time which may be required to do so, and other factors which affect the value to the AGENCY of the SERVICES performed at the time of termination. Under no circumstances shall payment made under this subsection exceed the amount, which would have been made using the formula set forth in paragraph two (2) of this section. If it is determined for any reason that the CONSULTANT was not in default or that the CONSULTANT's failure to perform is without the CONSULTANT's or its employee's fault or negligence, the termination shall be deemed to be a termination for the convenience of the AGENCY. In such an event, the CONSULTANT would be reimbursed for actual costs and appropriate fixed fee percentage in accordance with the termination for other than default clauses listed previously. Payment for any part of the SERVICES by the AGENCY shall not constitute a waiver by the AGENCY of any remedies of any type it may have against the CONSULTANT for any breach of this AGREEMENT by the CONSULTANT, or for failure of the CONSULTANT to perform SERVICES required of it by the AGENCY. Forbearance of any rights under the AGREEMENT will not constitute waiver of entitlement to exercise those rights with respect to any future act or omission by the CONSULTANT. Payment Provisions Page 8-4 Exhibit 8 This page intentionally left blank. Page B-6 Revision D.Labor Project Budget 0: 2020 Task Pricing Totaks Port Hadlock Dej�gn Update Services - Reclamation Plant and Influent Pipeline Te—Werson County Nblic-lVorks (Attn: Monte Reinders) —_��— ToM Price ENnUMN b23 Sheridan Street --_—_�■ Port Townsend, WA 98368 ®Pricing by Resource Contract Type., Cost Plus Fixed Fee Project Phases / Tasks 120OL5,10-60% CAD 130(U QA/QC Design Reviews 1300.2 County Design Reviews 1300,3 E-1.gV & DDH DeMg. Reviews ME M MMIMEMMM Page B-7 This page intentionally left blank. Page B-8 Tetra Tech, Inc Consultant Rates 23-Dec-19 Overhead rate 171.44% Staff Member 2020 Raw Rate Overhead BurdenedTotal Effective Multiplier Marcos Lopez $ 98.85 $ 169.47 $ 268.32 2.71 Jill Hudkins $ 109.13 $ 187.09 $ 296.22 2.71 Kevin Dour $ 86.25 $ 147.87 $ 234.12 2.71 Jim Santroch(1) $ 92.42 $ 62.85 $ 155.27 1.68 Andy Colby $ 45.87 $ 78.64 $ 124.51 2.71 Grizelda Saria $ 75.48 $ 129.40 $ 204.88 2.71 Candice Au-Yeung $ 55.38 $ 94.94 $ 150.32 2.71 Kevin Goss $ 69.71 $ 119.51 $ 189.22 2.71 Hunter Bennett-Dagget $ 44.67 $ 76.58 $ 121.25 2.71 Amy Murdick $ 46.39 $ 79.53 $ 125.92 2.71 Hamid Nadiri $ 90.72 $ 155.53 $ 246.25 2.71 Ryan Maas $ 58.17 $ 99.73 $ 157.90 2.71 Luke Ramirez $ 56.01 $ 96.02 $ 152.03 2.71 Alan Flak $ 48.85 $ 83.75 $ 132.60 2.71 John Rice $ 70.72 $ 121.24 $ 191.96 2.71 Randy Fritch $ 57.69 $ 98.90 $ 156.59 2.71 Krill Fortrith $ 39.13 $ 67.08 $ 106.21 2.71 CAD $ 40.00 $ 68.58 $ 108.58 2.71 Dan Portman $ 44.23 $ 75.83 $ 120.06 2.71 Lisa Fortney $ 34.13 $ 58.51 $ 92.64 2.71 Neil Thibert $ 69.53 $ 119.20 $ 188.73 2.71 ( 1) Jim is an as -needed retired status and has a lower rate because of reduced overhead with this status Page B-9 This page intentionally left blank. Page 8-10 TETRA TECH, INC. ENGINEERING AND ARCHITECTURE SERVICES (A DIVISION OF TETRA TECH, INC.) STATEMENT OF DIRECT LABOR, FRINGE BENEFITS AND GENERAL OVERHEAD - WITH FIELD RATE Year Ended September 30, 2018 Page 8-11 TETRA TECH, INC. ENGINEERING AND ARCHITECTURE SERVICES (A DIVISION OF TETRA TECH, INC.) STATEMENT OF DIRECT LABOR, FRINGE BENEFITS AND GENERAL OVERHEAD - WITH FIELD RATE Year Ended September 30, 2018 Allocations Proposed Proposed FAR Total Total Adjusted Home Field DESCRIPTION Reference Expenses Adjustments Expenses Office Office Direct Labor Overhead Costs- Fringe Benefits Time Off with Pay - Vacation/Holiday/Paid Leave Incentive Bonus Payroll Taxes Group Insurance and Workers Compensation 401 k Plan Other Employee Welfare and Benefits Subtotal Overhead Costs - Fringe Benefits Overhead Costs- Other Indirect Labor (support allocation) Indirect Labor (field labor allocation) Indirect Labor Premium Overtime Indirect Labor Premium Overtime (field labor allocation) Travel, Meals and Entertainment Recruiting, Relocation, Conferences and Dues Hardware, Software and Equipment Related Costs Technology Usage - Direct Cost Credit Technology Usage - Transfer to G&A Vehicle Related Costs (support allocation) Vehicle Related Costs (field labor allocation) Vehicle Usage - Direct Cast Credit (support allocation) Vehicle Usage - Direct Cost Credit (field labor allocation) Vehicle Usage - Transfer to G&A Insurance Taxes and Licenses Professional, Outside Services and Fees Office Supplies, Postage and Shipping Telecommunications Building Rent and Related Costs Depreciation and Amortization Bad Debts Fines and Penalties Other Overhead Costs State Income Taxes Subtotal Overhead Costs - Other (1) 5 58.566.430 $ i3,140,3 W) $ 55.426, 226 52 699 804 5 2.726.316 $ 9,969,085 $ - $ 9,969,085 $ 9.677,589 $ 291,496 5,513,198 - 5,513,198 5,506,448 6,750 7,030,503 - 7,030,503 6,763,590 266,913 9,582,192 - 9,582,192 9,180,025 402,167 4,585,246 - 4,585,246 4.423,162 162,084 (2) 822,765 (257.677) 56506 557,056 8,032 37,502,989 (257.677) 37,24$,312_ 36.107.870 ,442 (2),(8) 13.485,876 (514,667) 12,971,209 12,297,520 640,702 _ - 32,987 253,769 - 253,769 133,322 114,549 _ - 5,898 (4) 1,148,581 (206,733) 941,848 905,126 36,722 (5) 995,145 (31,695) 963,450 926,025 37,425 5,750,281 - 5.750,281 5,534,864 215,417 (227) - (227) (38) (189) (6,230) - (6,230) (6,230) - 1,152,059 - 1,152,059 760,416 250,216 - - _ - 141.427 (694,549) - (694,549) (454,668) (153.257) _ - - - (86,624) (4,710) - (4,710) (4,710) - 865,136 - 865,136 812,878 52,258 474.883 - 474,883 456,356 18,527 (6) 1,956,891 (136,718) 1,620,173 1,762,506 57,667 686,419 - 686,419 679,907 6,512 1.276,010 - 1,276,010 1,230,734 45,276 8,165,830 - 8,165,830 8,139,861 25,969 746,933 - 746,933 744,607 2,326 (9) 544,291 (544,291) - - - (7) 1,421 (1,421) - - - (13) 688,277 (257,625) 430.652 415.339 15,313 1.557,877 1,657,577 1.505.523 52.254 39.143,963 (1,693,160) 37.450.813 35.939,438 1.511,375 See Notes to the Statement of Direct Labor, Fringe Benefits and General Overhead with Field Rate Page B-12 TETRA TECH, INC. ENGINEERING AND ARCHITECTURE SERVICES (A DIVISION OF TETRA TECH, INC.) STATEMENT OF DIRECT LABOR, FRINGE BENEFITS AND GENERAL OVERHEAD - WITH FIELD RATE (CONTINUED) Year Ended September 30, 2018 Allocations Proposed Proposed FAR Total Total Adjusted Home Field DESCRIPTION Reference Expenses Adjustments _ _Expenses Office Office G&A Costs Bid and Proposal Labor (3) 10,732.662 (3,199,442) 7,533,220 7,260,493 272,727 Marketing and Administrative Labor 6,137,871 7 6.137,871 5,903,781 234,090 Travel, Meals and Entertainment (4) 3,778,040 (2,523.640) 1,254.400 1,199,264 55,136 Recruiting, Relocation, Conferences and Dues (5) 465,358 (47,197) 418,161 400.110 18,051 Hardware, Software and Equipment Related Costs 4,338 4,338 4.126 212 Applied Technology Usage -Transfer from Overhead 6,230 6,230 6,230 - Applied Vehicle Usage -Transfer from Overhead 4,710 4,710 4,710 - Professional, Legal and Outside Service Fees (6),(11) 671.542 (362.462) 309,080 294,743 14.337 Office Supplies, Postage and Shipping (43,367) - (43,367) (45.131) 1.764 Telecommunications 1,640 - 1,640 1,564 76 Contributions (10) 44,887 (44,887) - - Home Office Allocation (2),(8) 4,401,133 (974,437) 3,426.696 3,269,897 156,799 Interest Income and Expense (14) (2,311) 2,311 - - Income From Minority Interest (14) (600,609) 600,609 Federal Income Tax Expense (12) 6,363,578 (6,363,578) Other G&A Costs (13) 3,190 (3,209) (19) (19) Subtotal G&A Costs 31.968.892 (12.915.932) 19.052.960 18.299.768 753,192 Total Indirect Costs $ 108,615.844 $ 14,866,759) 5 93,749,085 5 40.347,076 5 3,a02,009 Total Indirect Cost Rate 169.14 % 171.44 % 124.78 See Notes to the Statement of Direct Labor, Fringe Benefits and General Overhead with Field Rate Page B-13 This page intentionally left blank. Page 8-14 EXHIBIT C — ALLEGED CONSULTANT DESIGN ERROR PROCEDURES The purpose of this exhibit is to establish a procedure to determine if a consultant's alleged design error is of a nature that exceeds the accepted standard of care. In addition, it will establish a uniform method for the resolution and/or cost recovery procedures in those instances where the agency believes it has suffered some material damage due to the alleged error by the consultant. Step 1 Potential Consultant Design Error(s) is Identified by Agency's Project Manager At the first indication of potential consultant design error(s), the first step in the process is for the Agency's project manager to notify the Director of Public Works or Agency Engineer regarding the potential design error(s). For federally funded highways projects, the Region Local Programs Engineer should be informed and involved in these procedures. (Note: The Director of Public Works or Agency Engineer may appoint an agency staff person other than the project manager, who has not been as directly involved in the project, to be responsible for the remaining steps in these procedures.) Step 2 Project Manager Documents the Alleged Consultant Design Error(s) After discussion of the alleged design error(s) and the magnitude of the alleged error(s), and with the Director of Public Works or Agency Engineer's concurrence, the project manager obtains more detailed documentation than is normally required on the project. Examples include: all decisions and descriptions of work; photographs, records of labor, materials and equipment. Step 3 Contact the Consultant Regarding the Alleged Design Error(s) If it is determined that there is a need to proceed further, the next step in the process is for the project manager to contact the consultant regarding the alleged design error(s) and the magnitude of the alleged error(s). The project manager and other appropriate agency staff should represent the agency and the consultant should be represented by their project manager and any personnel (including sub -consultants) deemed appropriate for the alleged design error(s) issue. Step 4 Attempt to Resolve Alleged Design Error with Consultant After the meeting(s) with the consultant have been completed regarding the consultant's alleged design error(s), there are three possible scenarios: ■ It is determined via mutual agreement that there is not a consultant design error(s). If this is the case, then the process will not proceed beyond this point. It is determined via mutual agreement that a consultant design error(s) occurred. If this is the case, then the Director of Public Works or Agency Engineer, or their representatives, negotiate a settlement with the consultant. The settlement would be paid to the agency or the amount would be reduced from the consultant's agreement with the agency for the services on the project in which the design error took place. For federally funded highways projects, the agency is to provide Local Programs (LP), through the Region Local Programs Engineer, a summary of the settlement for review and to make adjustments, if any, as to how the settlement affects federal reimbursements. No further action is required. Professional Services Agreement Page C-! Exhibit C There is not a mutual agreement regarding the alleged consultant design error(s). The consultant may request that the alleged design error(s) issue be forwarded to the Director of Public Works or Agency Engineer for review. If the Director of Public Works or Agency Engineer, after review with their legal counsel, is not able to reach mutual agreement with the consultant, proceed to Step 5. Step 5 Forward Documents to Local Programs For federally funded highways projects all available information, including costs, should be forwarded through the Region Local Programs Engineer to LP for their review and consultation with the FHWA. LP will meet with representatives of the agency and the consultant to review the alleged design error(s), and attempt to find a resolution to the issue. If necessary, LP will request assistance from the Attorney General's Office for legal interpretation. LP will also identify how the alleged error(s) affects eligibility of project costs for federal reimbursement. • If mutual agreement is reached, the agency and consultant adjust the scope of work and costs to reflect the agreed upon resolution. LP, in consultation with FHWA, will identify the amount of federal participation in the agreed upon resolution of the issue. ■ If mutual agreement is not reached, the agency and consultant may seek settlement by arbitration or by litigation. Professional Services Agreement Page C-1 Exhibit C EXHIBIT D — CONSULTANT CLAIM PROCEDURES The purpose of this exhibit is to describe a procedure regarding claim(s) on a consultant agreement. The following procedures should only be utilized on consultant claims greater than $1,000. If the consultant's claim(s) are a total of $1,000 or less, it would not be cost effective to proceed through the outlined steps. It is suggested that the Director of Public Works or Agency Engineer negotiate a fair and reasonable price for the consultant's claim(s) that total $1,000 or less. This exhibit will outline the procedures to be followed by the consultant and the agency to consider a potential claim by the consultant. Step 1 Consultant Files a Claim with the Agency Project Manager If the consultant determines that they were requested to perform additional services that were outside of the agreement's scope of work, they may be entitled to a claim. The first step that must be completed is the request for consideration of the claim to the Agency's project manager. The consultant's claim must outline the following: • Summation of hours by classification for each firm that is included in the claim; • Any correspondence that directed the consultant to perform the additional work; • Timeframe of the additional work that was outside of the project scope; • Summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with the additional work; and • Explanation as to why the consultant believes the additional work was outside of the agreement scope of work. Step 2 Review by Agency Personnel Regarding the Consultant's Claim for Additional Compensation After the consultant has completed step 1, the next step in the process is to forward the request to the Agency's project manager. The project manager will review the consultant's claim and will met with the Director of Public Works or Agency Engineer to determine if the Agency agrees with the claim. If the FHWA is participating in the project's funding, forward a copy of the consultant's claim and the Agency's recommendation for federal participation in the claim to the WSDOT Local Programs through the Region Local Programs Engineer. If the claim is not eligible for federal participation, payment will need to be from agency funds. If the Agency project manager, Director of Public Works or Agency Engineer, WSDOT Local Programs (if applicable), and FHWA (if applicable) agree with the consultant's claim, send a request memo, including backup documentation to the consultant to either supplement the agreement, or create a new agreement for the claim. After the request has been approved, the Agency shall write the supplement and/or new agreement and pay the consultant the amount of the claim. Inform the consultant that the final payment for the agreement is subject to audit. No further action in needed regarding the claim procedures. Professional Services Agreement Page D-I Exhibit D If the Agency does not agree with the consultant's claim, proceed to step 3 of the procedures. Step 3 Preparation of Support Documentation Regarding Consultant's Claim(s) If the Agency does not agree with the consultant's claim, the project manager shall prepare a summary for the Director of Public Works or Agency Engineer that included the following: • Copy of information supplied by the consultant regarding the claim; • Agency's summation of hours by classification for each firm that should be included in the claim; • Any correspondence that directed the consultant to perform the additional work; • Agency's summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with the additional work; ■ Explanation regarding those areas in which the Agency does/does not agree with the consultant's claim(s); • Explanation to describe what has been instituted to preclude future consultant claim(s); and • Recommendations to resolve the claim. Step 4 Director of Public Works or Agency Engineer Reviews Consultant Claim and Agency Documentation The Director of Public Works or Agency Engineer shall review and administratively approve or disapprove the claim, or portions thereof, which may include getting Agency Council or Commission approval (as appropriate to agency dispute resolution procedures). If the project involves federal participation, obtain concurrence from WSDOT Local Programs and FHWA regarding final settlement of the claim. If the claim is not eligible for federal participation, payment will need to be from agency funds. Step 5 Informing Consultant of Decision Regarding the Claim The Director of Public Works or Agency Engineer shall notify (in writing) the consultant of their final decision regarding the consultant's claim(s). Include the final dollar amount of the accepted claim(s) and rationale utilized for the decision. Step 6 Preparation of Supplement or New Agreement for the Consultant's Claim(s) The agency shall write the supplement and/or new agreement and pay the consultant the amount of the claim. Inform the consultant that the final payment for the agreement is subject to audit. Professional Services Agreement Page D-1 Exhibit D EXHIBIT E - Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered Transactions The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: A. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; B. Have not within a three (3) year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State anti- trust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; C. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity(Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and D. Have not within a three (3) year period preceding this application / proposal had one or more public transactions (Federal, State and local) terminated for cause or default. II. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Tetra Tech Inc. Consultant (Firm Name) Signature (Authorized Official of Consultant) Date Professional Services Agreement Exhibit E