HomeMy WebLinkAboutTetra Tech, Inc. - 110220cc 1 ;;�b
Supplemental Agreement Number: #1
Organization, Address, and Phone:
Tetra Tech, Inc.
1420 Fifth Avenue, Suite 600
Agreement Number: N/A
Seattle, WA 98101
Project Number: 405 1693-5
Execution Date:
Completion Date:
12/31/2021
Project Title: Port Hadlock Wastewater
New Maximum Amount Payable:
System — Final Design
$1,472,665
Description of Work: Final design of the Port Hadlock Wastewater Treatment Plant and
Collection System for the Port Hadlock "Core Area".
SUPPLEMENTAL AGREEMENT
The Local Agency of Jefferson County hereby amends the agreement with Tetra Tech, Inc. ("the
Agreement"), executed on April 20, 2020.
All provisions in the Agreement remain in effect, except as expressly modified by this
Supplemental Agreement.
The changes to the Agreement are described as follows:
I.
Scope of Services is hereby changed to read: No Change
II.
Time for Performance is hereby changed to read: The Agreement shall terminate on December 31,
2021 unless amended in writing prior to this date.
Payment is hereby changed to read: No Change
Supplemental Agreement (to A & B) Contract C, Version 1, Risk Legal Review Date 04/30/2018 Page 1 of
This Supplemental Agreement shall be effective upon execution by both parties. Work performed
consistent with the Agreement prior to execution of this Supplemental Agreement is hereby ratified.
In witness whereof, the parties hereto have executed this Supplemental Agreement #1 as shown
below.
(Consultant Firm Name)
Tetra Tech, Inc.
Consultant's Name
COUNTY OF JEFFERSON
BOARD COMMISSIONERS
1l/_ !2,:)2v
Kate Dean, Digrict 1 /Date
Consultant's Signature David a ivan, District 2 Date
October 16, 2020 ///2
Date re ro erton, District 3 Date
Approved as to form only:
PRE -APPROVED CONTRACT FORM
Philip C. Hu e Date
Chief Civjkbeputy Pro ecuting Attorney
Monte Rekders, P.E. Date
Public Works Director/County Engineer
Supplemental Agreement (to A & 13) Contract C, Version 1, Risk Legal Review Date 04/30/2018 Page 2 of
Department of Public Works
O 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 Enginee
Agenda Date: November 2, 2020
Subject: Supplement #1 - Contract with Tetra Tech, Inc.
Final Design - Port Hadlock Sewer
Statement of Issue: Supplement #1 extends the completion date for this design contract.
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 will allow the sewer to start small in the
Port Hadlock "Core Area" and grow as demand dictates. Design work is underway with the
next major step being advertisement of bids to select an MBR equipment supplier.
Fiscal Impact/Cost Benefit Analysis: $1,472,665. The Washington State Legislature recently
provided $1,422,000 as a direct appropriation through the Department of Commerce to fund
this work.
Recommendation: Please sign three (3) originals of Supplement #1 and return two (2) fully
executed originals to Public Works.
Department Contact: Monte Reinders x242
Date
CONTRACT REVIEW FORM
CONTRACT WITH: Supplement #1 - Tetra Tech, Inc.
(Contractor/Consultant)
CONTRACT FOR: Port Hadlock Sewer Final Design TERM: 12/31/2021
COUNTY DEPARTMENT Public Works
OCTl
For More Information Contact: Monte Reinders
Contact Phone #: 360 385-9242
RETURN TO: Chris Spall RETURN BY: 10/2312
Person in Department Date
AMOUNT: $1,472,665 PROCESS: Exempt from Bid Process
Consultant Selection Process
Revenue: Cooperative Purchase
Expenditure: Competitive Sealed Bid
Matching Funds Required: Small Works Roster
Sources(s) of Matching Funds Vendor List Bid
RFP or RFQ
X Other
Step 1: REVIEW BY N
"ZI
Review by:�+
Date Revie ed:
APPROVED FORM Zed evision �(Seemments)
Comments
Step 2: REVIEW BY P D
Review by: - i'•
Date Reviewed: 1<416)
APPROVED AS TO FORM F
Comments
ATTORNEY
Philip C. Hunsucker
Chief Civil Deputy Prosecutor
for revision (See Comments
Step 3: (If required) DEPARTMENT MAKES REVISIONS AND RESUBMITS TO RISK MANAGEMENT AND
PROSECUTING ATTORNEY
Step 4: CONTRACTOR/CONSULTANT SIGNS APPROPRIATE NUMBER OF ORIGINALS
Step 5: SUBMIT TO BOCC FOR APPROVAL
Admin will submit originals and 2 copies of Contract and Review Form with Agenda Bill to BOCC Office.
Place "Sign Here" markers on all places the BOCC needs to sign.
MUST be in BOCC Office by 4:30 p.m. TUESDAY for the following Monday's agenda.
(This form is to stay with the contract throughout the contract review process and accompany the Agenda Bill.)
G:\PW—Port Hadlock Wastewater Facility\2018-2021 Work\Tetra Tech Sewer Final Design\Final Contract\Supplement # I\Contract Review Form.docx rev. 4/26/2017
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.
I . Project 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.
2. Scope of Services. Consultant agrees to perform the services identified on Exhibit "A"
attached hereto including the provision of all labor.
3. 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. Payment. 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.
C. 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 I 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. Compliance 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 13, 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 RC W 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 Compensation (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 RC W, 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
CQ n) )yj
DATED this C4day of 20 16
Name of Consultant
JEFFERSON COUNTY
BOARD OF COMMISSIONERS
Kate Dean, District I
Consultant Representative (Please print) David Sulliva District 2
"5 u' District
(Signature) C—) gg Bro er on. Dl 3
Title
1 ,gA C'9 5 0 2 C' _20
Date -1
Approved as to form only:
PRE -APPROVED CONTRACT FORM\
Philip C. Hunsucker Date
Chief Civil Deputy Prosecuting Attorney
n e Reinders, P.E. Date
Public Works Director/County Engineer
ProCcqsional Services Agreement, Contract 13, 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 Corner 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 County — 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:
• 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 County — Pt. Hadlock UGA Sewer System 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.-
9
roducts.
• 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
roducts.
• 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.-
0
roducts:• 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 County — 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 County — 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%/90%/100% Design,
Respectively)
• Subtasks 200.3.07 / 200.4.07 / 200.5.07 Mechanical Plans (60%/900/o/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 County — Pt. Hadlock UGA Sewer System Final Design...
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
roducts.
• 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
G001
DRAWING INDEX
3
G002
ABBREVIATIONS & REFERENCE DATA
4
G003
GENERAL SYMBOLS
5
G004
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
C001
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
C 102
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 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.
30
C700
INFLUENT PRESSURE PIPELINE STA Al+00 TO A5+00
31
C701
INFLUENT PRESSURE PIPELINE STA A5+00 TO A10+00
32
C800
INFLUENT PRESSURE PIPELINE STA 130+00 TO 135+00
33
C801
INFLUENT PRESSURE PIPELINE STA 135+00 TO B 10+00
LANDSCAPE DRAWINGS
34
L100
LANDSCAPING KEY PLAN
35
LI01
MBR SITE PLANTING PLAN -1
36
L102
MBR SITE PLANTING PLAN -2
37
1,103
PLANTING PLAN ACCESS ROAD
38
L104
LANDSCAPING SCHEDULE & DETAILS
ARCHITECTURAL DRAWINGS
39
Al
ARCHITECTURAL ABBREVIATIONS, SYMBOLS AND LEGEND
40
A2
CODE, BUILDING DATA & SCHEDULES
41
A201
LAB BUILDING FLOOR PLAN
42
A202
LAB BUILDING EXTERIOR ELEVATIONS
43
A205
LAB PLAN AND DETAILS
44
A206
LAB BUILDING EXTERIOR DETAILS
45
A207
LAB BUILDING EXTERIOR DETAILS
Scope of Work Page A-8 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
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
62
STRUCTURAL DRAWINGS
SI
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
5301
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
51000
STANDBY GENERATOR SLAB & DETAILS
Scope of Work Page A-9 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
Scope of Work Page A-10 Exhibit A
MECHANICAL DRAWINGS
63
Ml
ABBREVIATIONS AND SYMBOLS
64
M2
TYPICAL PIPE PENETRATION DETAILS
65
M3
PIPE GUIDES AND HANGAR & SUPPORT SYSTEM TABLES
66
M6
DRAIN AND CLEANOUT DETAILS
67
M8
UNIT HEATER SCHEDULE
68
M9
HVAC EQUIPMENT SCHEDULES
69
M200
SAMPLE PREP BUILDING PLUMBING FOUNDATION PLAN
70
M202
SAMPLE PREP BUILDING HVAC PLAN
71
M300
HEADWORKS
72
M301
HEADWORKS ODOR CONTROL
73
M400
TREATMENT FACILITY EQUIPMENT PLAN
74
M401
TREATMENT FACILITY INTERMEDIATE PIPING PLAN
75
M402
TREATMENT FACILITY INTERMEDIATE PIPING PLAN
76
M403
TREATMENT FACILITY UPPER PIPING PLAN
77
M404
TREATMENT FACILITY PIPING SECTIONS
78
M405
TREATMENT FACILITY PIPING SECTIONS
79
M502
YARD PUMP STATIONS PLAN AND SECTIONS
80
M1000
STANDBY GENERATOR & FUEL SYSTEM PLAN
81
M1001
STANDBY GENERATOR & FUEL SYSTEM SECTIONS & DETAILS
ELECTRICAL DRAWINGS
82
E1
ELECTRICAL LEGEND
83
E2
ELECTRICAL SITE PLAN
84
E3
LUMINAIRE SCHEDULE AND DETAILS
85
E4
ELECTRICAL INSTALLATION AND DETAILS -1
86
E5
ELECTRICAL INSTALLATION AND DETAILS -2
87
E6
CONDUIT AND WIRE SCHEDULES - 1
88
E7
CONDUIT AND WIRE SCHEDULES - 2
89
E8
ELECTRICAL GROUNDING SITE PLAN
90
E9
ONE -LINE DIAGRAM
Scope of Work Page A-10 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
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
E16
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
11
ABBREVIATIONS AND SYMBOLS
110
I2
CODES LEGEND
111
13
SCADA SITE PLAN
112
I4
CONTROL SYSTEM ARCHITECTURE
113
15
PANEL 1 LAYOUT
114
I6
PANEL 2 LAYOUT
115
I7
PANEL 3 LAYOUT
116
18
PLC AND INSTRUMENT POWER
117
I9
LOCAL PANELS
118
I10
NETWORK & I/O INFORMATION
119
Ill
NETWORK & UO INFORMATION
120
I12
NETWORK & I/O INFORMATION
121
113
NETWORK & I/O INFORMATION
122
114
NETWORK & 1/0 INFORMATION
123
115
SCHEMATICS
124
116
SCHEMATICS
125
I17
SCHEMATICS
126
1300
FINE SCREENS
127
I400
SPLITTER BOX
129
1408
MEMBRANE BIOREACTOR BASIN 1
130
1409
MEMBRANE BIOREACTOR BASIN 2
130
I412
MEMBRANE BIOREACTOR BLOWERS
132
1413
CHEMICAL CLEANING
133
1414
PH ADJUSTMENT
134
I416
UV DISINFECTION
135
1417
PLANT WATER SYSTEMS
136
1501
YARD PUMP STATION
Scope of Work Page A-12 Exhibit A
Jefferson County — Pt. Hadlock UGA Sewer System Final Design...
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 I 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%/100% 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%/100% 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%/100% 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
roducts.
Meeting minutes and responses to County reviews.
Scope of Work Page A-15 Exhibit A
Jefferson County — 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 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
G001
DRAWING INDEX
3
G002
ABBREVIATIONS & REFERENCE DATA
4
G003
GENERAL SYMBOLS
5
G004
DESIGN DATA SHEET
6
G005
HYDRAULIC PROFILE
7
G006
CONVEYANCE KEY MAP
CIVIL DRAWINGS
10
C001
CIVIL ABBREVIATIONS AND LEGEND
11
C002
EXISTING SITE PLAN AND SURVEY CONTROL
12
C003
BUFFERS, SETBACKS AND CONSTRUCTION HAUL ROUTES
13
C004
TESC PLAN
14
C005
TESC NOTES
15
C006
TESC DETAILS
16
C007
CIVIL DETAILS 1
17
C008
CIVIL DETAILS 2
PRESSURE COLLECTION SYSTEM PLAN AND PROFILES
18
C100
PRESSURE SEWER PLAN& PROFILE -1
19
C101
PRESSURE SEWER PLAN & PROFILE -2
20
C102
PRESSURE SEWER PLAN & PROFILE -3
21
C103
PRESSURE SEWER PLAN & PROFILE -4
22
C104
PRESSURE SEWER PLAN & PROFILE -5
23
C105
PRESSURE SEWER PLAN & PROFILE -6
24
C106
PRESSURE SEWER PLAN & PROFILE -7
25
C107
PRESSURE SEWER PLAN & PROFILE -8
26
C108
PRESSURE SEWER PLAN & PROFILE -9
27
C109
PRESSURE SEWER PLAN & PROFILE -10
28
Cl 10
PRESSURE SEWER PLAN & PROFILE -11
29
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
C1 13
PRESSURE SEWER PLAN & PROFILE -14
32
C114
PRESSURE SEWER PLAN & PROFILE -15
33
Cl 15
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
C119
PRESSURE SEWER PLAN & PROFILE -27
45
C119
PRESSURE SEWER PLAN & PROFILE -28
46
Cl 19
PRESSURE SEWER PLAN & PROFILE -29
47
CI 19
PRESSURE SEWER PLAN & PROFILE -30
48
Cl 19
PRESSURE SEWER PLAN & PROFILE -31
49
C119
PRESSURE SEWER PLAN & PROFILE -32
50
C119
PRESSURE SEWER PLAN & PROFILE -33
51
Cl 19
PRESSURE SEWER PLAN & PROFILE -34
52
C119
PRESSURE SEWER PLAN & PROFILE -35
53
C119
PRESSURE SEWER PLAN & PROFILE -36
54
CI 19
PRESSURE SEWER PLAN & PROFILE -37
55
C119
PRESSURE SEWER PLAN & PROFILE -38
56
C119
PRESSURE SEWER PLAN & PROFILE -38
57
Cl 19
PRESSURE SEWER PLAN & PROFILE -40
58
Cl 19
PRESSURE SEWER PLAN & PROFILE -41
59
C119
PRESSURE SEWER PLAN & PROFILE -42
60
Cl 19
PRESSURE SEWER PLAN & PROFILE -43
Scope of Work Page A-18 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
61
C119
PRESSURE SEWER PLAN & PROFILE -44
62
C119
PRESSURE SEWER PLAN & PROFILE45
63
C119
PRESSURE SEWER PLAN & PROFILE -46
64
C119
PRESSURE SEWER PLAN & PROFILE47
65
C 119
PRESSURE SEWER PLAN & PROFILE -48
66
C119
PRESSURE SEWER PLAN & PROFILE49
67
C119
PRESSURE SEWER PLAN & PROFILE -50
68
C119
PRESSURE SEWER PLAN & PROFILE -51
69
C119
PRESSURE SEWER PLAN & PROFILE -52
70
C119
PRESSURE SEWER PLAN & PROFILE -53
71
Cl 19
PRESSURE SEWER PLAN & PROFILE -54
72
C119
PRESSURE SEWER PLAN & PROFILE -55
73
C119
PRESSURE SEWER PLAN & PROFILE -56
74
C119
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
Cl 19
PRESSURE SEWER PLAN & PROFILE -61
79
C119
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
Cl 19
PRESSURE SEWER PLAN & PROFILE -72
90
Cl 19
PRESSURE SEWER PLAN & PROFILE -73
91
C 119
PRESSURE SEWER PLAN & PROFILE -74
92
C119
PRESSURE SEWER PLAN & PROFILE -75
Scope of Work Page A-19 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
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
Scope of Work Page A-20 Exhibit A
RESTORATION DETAILS
97
8100
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
8103
NESS' CORNER ROAD RESTORATION DETAILS - 2
101
8104
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
RI 10
RESTORATION KEY PLAN — LOCAL ROADS - 3
108
Rill
RESTORATION KEY PLAN — LOCAL ROADS - 4
109
RI 12
LOCAL ROADS RESTORATION DETAILS - I
110
RI 13
LOCAL ROADS RESTORATION DETAILS - 2
111
R114
LOCAL ROADS RESTORATION DETAILS - 3
112
RI 15
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 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
E1
GRINDER PUMP INSTALLATION DETAILS
121
GP 101
GRINDER PUMP INSTALLATION PLANS - 1
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
GP105
GRINDER PUMP INSTALLATION DETAILS - 1
126
GP106
GRINDER PUMP INSTALLATION DETAILS- 2
127
GP 107
GRINDER PUMP INSTALLATION DETAILS - 3
128
GP 108
GRINDER PUMP INSTALLATION DETAILS - 4
Scope of Work Page A-21 Exhibit A
ELECTRICAL DRAWINGS
129
E1
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 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
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.gov). 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 8-1 Exhibit 8
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 B-2 Exhibit B
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 (1.) 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 employing 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
oil
oil
oil
,mill
111111
I
I
11
oil
IIIIIIIII
III
oil
III
I
I
I
1
1111
lull
III
MR111111110110101011111111
11111mol
1111111110110111
031
loin
Ion
In
111111111
011010
milli
UNIMIUM1111111MINIMM11
IN
IN
Nmiiiili
IN
III
I
oil'
I'loo
oil
IN
ligillillill
1101
I
IN
11
1
logo
liiiiiiiiilmi
III
ON
MINE
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 8-9
1 0
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
} 4 46
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 Cost 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)
$ 58,566,430 $ (3,140,310)
$ 55,426,120
$ 52,699,804 $
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)
565,088
557,056
8,032
37,502,989 (257,677)
37,245,312
36,107,870
1,137,442
(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)
1,820,173
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
1,657,877
1,657,877
1,605,623
52,254
39,143,963 (1,693,150)
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
-
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)
$ 93,749,085
$ 90,347,076 $
3,402,009
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
q
i a
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:
a 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 G 1 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-2 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-2 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
offenses enumerated in paragraph (1)(b)
of this certification; and
local) with commission of any of the
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)
Professional Services Agreement
Date
Exhibit E
� a -
Department of Public Works
O 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 Ft 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
Date
CONTRACT REVIEW FORM ral�im) "O//
CONTRACT WITH: Tetra Tech, Inc.
(Contractor/Consultant)
CONTRACT FOR: Port Hadlock Sewer Final Design TERM: 12/31/2020
COUNTY DEPARTMENT: Public Works
For More Information Contact: Monte Reinders IAN Al 2n2a
Contact Phone #: 360 385-9242
RETURN TO: Chris Spall RETURN BY: 2/4/2020
(Person in Department)
AMOUNT: $1,472,665 PROCESS:
Revenue:
Expenditure:
Matching Funds Required:
Sources(s) of Matching Funds
Step 1:
KMMeAPPROVED FORM
Cnts
REVIEW BY
Review by:
Date Reviewed:
Exempt from Bid Process
X Consultant Selection Process
Cooperative Purchase
Competitive Sealed Bid
Small Works Roster
Vendor List Bid
RFP or RFQ
Other
❑ Retur�re'd for revision (See Comments)
Step 2: REVIEW BY PROSI
Review by: • C.
Date Reviewed: 6
APPROVED AS TO FORM
Comments
ATTORNEY
Phi
to Chief Civil C
for revision (See Comments)
Step 3: (If required) DEPARTMENT MAKES REVISIONS AND RESUBMITS TO RISK MANAGEMENT AND
PROSECUTING ATTORNEY
Step 4: CONTRACTOR/CONSULTANT SIGNS APPROPRIATE NUMBER OF ORIGINALS
Step 5: SUBMIT TO BOCC FOR APPROVAL
Admin will submit originals and 2 copies of Contract and Review Foran with Agenda Bill to BOCC Office.
Place "Sign Here" markers on all places the BOCC needs to sign.
MUST be in BOCC Office by 4:30 p.m. TUESDAY for the following Monday's agenda.
(This form is to stay with the contract throughout the contract review process and accompany the Agenda Bill.)
C. Hunsucker
.ttv Prosecutor
\\CASTLEHILL\Home\Publicworks\monter\cmonte\UGA\sewer\2019\Tetra Tech Final Design\Final Contract\Contract Review Form.docx rev. 4/26/2017