Loading...
HomeMy WebLinkAboutSW Facility Replacement Planning Contract Department of Public Works O Consent Agenda Page 1 of 1 Jefferson County Board of Commissioners Agenda Request To: Board of Commissioners Mark McCauley, County Administrator From: Monte Reinders, P.E., Public Works Director/County Engineer Agenda Date: July 25, 2022 Subject: Contract for Solid Waste Facilities Replacement Planning Services Statement of Issue: Planning for the replacement of the County's solid waste handling facilities is necessary owing to the age of the facilities and customer demand that has begun to strain facility capacity at peak season. The planning process for facility replacement requires engineering, architectural, group facilitation and financial planning support. Analysis/Strategic Goals/Pro's Et Con's: Public Works issued a Request for Qualifications and interviewed two of the three firms that responded. The City of Port Townsend was represented on the interview panel by Mr. Steve King, Public Works Director. Vikek Environmental Engineering, LLC (Vikek) of Edmonds, WA was selected based on: their capacity for the work; quality of similar example work; timeliness for completion, and; understanding of the value of a robust public outreach campaign including collaboration with the Solid Waste Facility Task Force. Public Works has negotiated a scope of work largely driven by public engagement and a tentative completion date of April 1, 2024. A Project Management Plan with a detailed schedule will follow based on Solid Waste Facility Task Force engagement at a kick-off meeting early in the process. Fiscal Impact/Cost Benefit Analysis: The Contract value is $530,539.00 with funding from the Solid Waste Fund and $250,000.00 from the County's Capital Fund. Recommendation: Public Works recommends that the Board enter into the Contract with Vikek Environmental Engineering, LLC, and return the original to Public Works for further processing. Department Contact: Al Cairns, Project Manager, 385-9213. Reviewed By: "41Mark McCauley unty Administrator Date PROFESSIONAL SERVICES AGREEMENT FOR Solid Waste Facility Replacement Planning THIS PROFESIONAL SERVICES AGREEMENT ("this Agreement") is entered into between the County of Jefferson, a municipal corporation ("the County"), and Vikek Environmental Engineering, LLC ("the Consultant"), in consideration of the mutual benefits, terms, and conditions specified below. Project Designation. The Consultant is retained by the County to perform project management to include: long-range service demand analysis, public outreach, conceptual design, potential site screening and evaluation, and a financial plan 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 Consultant shall perform all services and provide all work products required pursuant to this Agreement on the dates listed on Exhibit "A". 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 $ 530,539.00 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 3, Risk Legal Review 6/17/2020 Page 1 of 10 5. Ownership and Use of Docuinerits. 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. The Consultant shall defend, indemnify and hold the County, its officers, officials, employees, agents and volunteers (and their marital communities) harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries and damages caused by the sole negligence of the County. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the County, its officers, officials, employees, agents and volunteers (and their marital communities) the Consultant's liability, including the duty and cost to defend, hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 8. 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. Colninerciai 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. Professional Services Agreement, Contract B, Version 3, Risk Legal Review 6/17/2020 Page 2 of 10 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; 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 Professional Services Agreement, Contract 13, Version 3, Risk Legal Review 6/17/2020 Page 3 of 10 requirements be construed to conflict with or otherwise limit the obligations concerning indemnification of the County. The Consultant's insurers shall have no right of recovery or subrogation against the County (including its employees and other agents and agencies), it being the intention of the parties that the insurance policies, with the exception of Professional Liability Insurance, so affected shall protect both parties and be primary coverage for all losses covered by the above described insurance. Insurance companies issuing the policy or policies shall have no recourse against the County (including its employees and other agents and agencies) for payment of any premiums or for assessments under any form of policy. All deductibles in the above described insurance policies shall be assumed by and be at the sole risk of the Consultant. Any deductibles or self -insured retention shall be declared to and approved by the County prior to the approval of this Agreement by the County. At the option of the County, the insurer shall reduce or eliminate deductibles or self -insured retention, or the Consultant shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Insurance companies issuing the Consultant's insurance policy or policies shall have no recourse against the County (including its employees and other agents and agencies) for payment of any premiums or for assessments under any form of insurance policy. Any judgments for which the County may be liable, in excess of insured amounts required by this Agreement, or any portion thereof, may be withheld from payment due, or to become due, to the Consultant until the Consultant shall furnish additional security covering such judgment as may be determined by the County. Any coverage for third party liability claims provided to the County by a "Risk Pool" created pursuant to Ch. 48.62 RCW shall be non-contributory with respect to any policy of insurance the Consultant must provide in order to comply with this Agreement. The County may, upon the Consultant's failure to comply with all provisions of this Agreement relating to insurance, withhold payment or compensation that would otherwise be due to the Consultant. The Consultant's liability insurance provisions shall be primary and noncontributory with respect to any insurance or self-insurance programs covering the County, its elected and appointed officers, officials, employees, and agents. Any failure to comply with reporting provisions of the insurance policies shall not affect coverage provided to the County, its officers, officials, employees, or agents. The Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. Professional Services Agreement, Contract B, Version 3, Risk Legal Review 6/17/2020 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 3, Risk Legal Review 6/17/2020 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 3, Risk Legal Review 6/17/2020 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. a. 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: Victor O. Okereke Vikek Environmental Engineering. LLC 23309 100th Ave. W., Edmonds, WA 98020 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 3, Risk Legal Review 6/17/2020 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. Bindinia 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 3, Risk Legal Review 6/17/2020 Page 8 of 10 28. No Third -party Beneficiaries. The parties do not intend, and nothing in this Agreement shall be construed to mean, that any provision in this Agreement is for the benefit of any person or entity who is not a party. 29. Signature in Counterparts. The parties agree that separate copies of this Agreement may be signed by each of the parties and this Agreement shall have the same force and effect as if all the parties had signed the original. 30. Facsimile and Electronic Signatures. The parties agree that facsimile and electronic signatures shall have the same force and effect as original signatures. 31. Arms -Length Negotiations. The parties agree that this Agreement has been negotiated at arms -length, with the assistance and advice of competent, independent legal counsel. 32. Public Records Act. Notwithstanding the provisions of this Agreement to the contrary, to the extent any record, including any electronic, audio, paper or other media, is required to be kept or indexed as a public record in accordance with the Washington Public Records Act, Chapter 42.56 RCW, as may hereafter be amended, the Consultant agrees to maintain all records constituting public records and to produce or assist the County in producing such records, within the time frames and parameters set forth in state law. The Consultant further agrees that upon receipt of any written public record request, Consultant shall, within two business days, notify the County by providing a copy of the request per the notice provisions of this Agreement. Professional Services Agreement, Contract B, Version 3, Risk Legal Review 6/17/2020 Page 9 of 10 DATED this _ _ day of __ _ 20____ _ Vikek Environmental Engineering, LLC Name of Consultant Victor O. Okereke,Ph.D, P.E.,DEE. Consultant Representative (Please print) \/t—:�. (Signature) President and CEO Title July 14, 2022 Date JEFFERSON COUNTY BOARD OF COMMISSIONERS Kate Dean, District I Heidi Eisenhour, District 2 Greg Brotherton, District 3 Approved as to form only: PRE -APPROVED CONTRACT FORM Philip C. Hunsucker Date Chief Civil Deputy Prosecuting Attorney Monte Reinders, P.E. Date Public Works Director/County Engineer Professional Services Agreement, Contract B, Version 3, Risk Legal Review 6/17/2020 Page 10 of 10 EXHIBIT A: SCOPE OF WORK AND TIME FOR COMPLETION SCHEDULE Time for completion is estimated to be no later than April 1, 2024 but may be revised based on feedback received as part of the public outreach process. A Project Management Plan will follow from initial stakeholder engagement and will more clearly define the project schedule. SUMMARY The Scope of Work (SOW) involves existing data analysis and new data collection, public outreach, siting, conceptual design, site selection, and financial planning for the siting of the proposed replacement solid waste recycling and transfer facility in Jefferson County, Washington. Siting a transfer facility is a multi -dimensional, multi -step process, based on operational needs, site constraints, and the needs and concerns of the service area communities. The siting process will consider environmental issues such as noise and traffic, economic issues such as effects on property values and construction costs, as well as social and political issues. Project tasks include: Task 1 Project Management Task 2 Discovery, Analysis, and Data Acquisition Task 3 Public Outreach Services Task 4 Conceptual Facility Design Task 5 Potential Sites Screening Task 6 Comparative Alternative Site Evaluation Task 7 Financial Analysis and Financing Plan Task 8 Preferred Site Alternative Selection Task 9 Existing Solid Waste Replacement Facility Replacement Cost Task 10 Possible Additional Services Task 1: PROJECT MANAGEMENT This task includes work related to the management, administration, and coordination of consultant and Solid Waste Facility Task Force (SWFTF) activities, including the development of Jefferson County Solid Waste Division's website, the replacement cost of the existing solid waste recycling/transfer station and quality assurance reviews of project work products. Activities under this task are structured to achieve the overall project goals within schedule and budget limitations and to coordinate work efforts among the project team, the County, the Solid Waste Facility Task Force, Jefferson County Board of Commissioners (BoCC), Port Townsend City Council (PTCC), regulatory agencies, and other project stakeholders. Objectives • Achieve a shared understanding of this project's goals, scope, project team, processes, and deliverables. 1 1 P a g e EXHIBIT A: SCOPE OF WORK AND TIME FOR COMPLETION ■ Produce a new Solid Waste Division (SIND) Website and Project Webpage that meet public expectations and standards for project communication. • Achieve high -quality standards for all work products. Subtasks 1.1 Kick -Off Meeting/Chartering Workshop/Site Visit. Vikek will: [a] Develop relevant materials for this session (Agendas, Forms, PowerPoints, Notifications, Handouts, Questionnaires), and [b] Facilitate an in -person Kick -Off Meeting and Chartering Workshop with the County and SWFTF, to prepare a statement of project purpose, goals, identify critical success factors, clarify project boundaries, and identify the form of the final work product that will be submitted to the BoCC and PTCC. [c] Define milestones, decision processes, and project schedules to support alignment with public involvement activities, specifically how and when community members can provide meaningful and timely input at incremental decision points. [d] Identify technical constraints (non-negotiables) that will inform when and how much influence the community can have at key steps along the process, development of a preliminary schedule for public involvement activities. [e] The Project Manager and up to five (5) other team members will visit the existing facility to complete a visual review. Develop internal notes of the site visit and observations to inform project execution activities. During this visit, Vikek will interview Operations staff, and others identified, and acquire information related to the facility and subsystems, issues, risk, and customer requirements. Related activities that will be completed during the workshop include: • An exercise to identify the expectations of the project team and County. • A stakeholder mapping exercise to identify all stakeholders who will influence the project. • Brainstorming issues, project risks, and challenges associated with the project. • Discussing and possibly modifying the project schedule. • The outcome of the meeting will be used to develop an integrated project team charter. Assume a four-hour in -person workshop, including pre -and -post workshop activities, held at a location in Jefferson County. 1.2 Develop Kickoff Meeting Notes. This will include a summary of workshop results, presentation and responses to questionnaires. 1.3 Develop an Integrated Project Charter. Use the outcome from the Chartering Workshop to develop an integrated project charter. 1.4 Project Management Plan. Prepare and maintain a Project Management Plan (PMP), which will be the guiding project management document for this project. As priorities and/or work assignments change, the PMP will be amended and distributed by the Consultant in a timely manner to formally communicate to all personnel the current requirements of the project. 2 1 P a g e EXHIBIT A: SCOPE OF WORK AND TIME FOR COMPLETION The PMP will be submitted to the County for review and comment. The PMP will be reviewed twice annually as well as after any contract amendments are issued, to update relevant sections as the project advances and key personnel might change. 1.6 Schedule Management. Develop a baseline schedule, which will follow the Work Breakdown Structure (WBS) developed for the project and provide a plan to identify the resources needed to meet schedule requirements. This schedule will be reviewed and updated monthly and shall be included with the monthly progress report. The schedule will incorporate internal and external milestones and be prepared using MS project schedule software. 1.6 Contract, Budget Management, Progress Reports and Billing. Coordinate and administer amendments, project personnel and correspondence. Manage the contract budget, maintain and update records, prepare progress reports to accompany invoicing. Monthly Progress Reports will include the following elements: 1. Executive summary of project status 2. Project tasks completed, as well as schedule and budget updates 3. Project performance scorecard 7 1.9 i 4. Monthly expenditure Excel spreadsheets 5. Subconsultant activities 6. Coming month's events and activities 7. Issues and lessons learned 8. Monthly project issues summaries 9. Project logs —decisions, actions, and changes Jefferson County's and Vikek Coordination. Vikek's Project Manager (PM) will have virtual meetings with Jefferson County's (JC) PM twice per month to review progress and address issues throughout the duration of the project, and will prepare and distribute a summary of meeting notes electronically. Assumed one (1) hour per meeting for pre -meeting, meeting, and post - meeting actions. All meetings are assumed to be Virtual. A total of twenty-four (24) meetings is estimated. Team Coordination and Progress Review Meetings. Lead monthly coordination and progress review meetings with the County and SWFTF. Key members of the Consultant's project team shall meet with County staff and SWFTF to review the progress of key project deliverables and address any issues, either in -person or via teleconference. The project manager, task leaders, SWFTF members and additional staff, as needed, from the project team will attend each meeting. A total of fourteen (14) monthly progress meetings with the County is assumed. Planned 1-hour virtual meetings. SWD Website and Project Webpage Development and Updates. Review the existing SWD website and the Kittitas County Solid Waste Transfer Station Replacement webpage. Develop a new SWD self -hosted website that meets the current standards for government agencies, as well as ADA compliance factors and a focus on mobile design. The portion for the "SW Facility Replacement Planning Project" would be an element set up as a sub -site within the website to facilitate streamlined access and maintenance in-house. This latter "project" subsite will be like the Kittitas County Transfer Station webpage and be adequate to provide the public with background information, a timeline and up-to-date progress reports on the facility planning process. Manage and update this website as appropriate. 3 1 P a g e EXHIBIT A: SCOPE OF WORK AND TIME FOR COMPLETION 1.10 Quality Assurance (QA) Reviews. Provide an independent review of all documents at the preliminary submittal levels in accordance with the project CIA process provided in the PMP. All tasks, memoranda, reports, and other significant work products will be reviewed prior to final issuance. All comments will be incorporated into the documents or clarified as to why comments are not included. The QA task leader will schedule all reviews and design reviewers independent of the project team, and coordinate all the review comments for incorporation. 1.11 Project Document Management. Establish internal management and administrative procedures for the work, including preparing work products and documentation. Submitted work products will be catalogued and submitted for QA reviews. Appropriate records will be developed thereafter, including digital copies of project documents, and email communications. Task 1 1.1 Chartering/Kick-Off Workshop Meeting Notes Deliverables 1.2 Draft and Final Integrated Project Charter (will be appended to the PMP) 1.3 Draft, Final PMP and semiannual PMP Updates 1.4 Draft, Final and project baseline and monthly schedule updates 1.5 Monthly progress reports and invoices 1.6 Biweekly Project Manager Meeting agendas and notes 1.7 Internal Team Coordination Meeting agendas and notes (Internal Team Use Only) 1.8 SWD Website and Project Webpage 1.9 Quality Assurance Review Memoranda 1.10 Document Files, Reports and Records (Internal Use Only) Task 1 1. All work products will be in electronic format. Assumptions 2. Project duration is twelve (12) months. 3. All coordination meetings will be virtual. 4. One integrated project charter will be completed and there will be no separate SWFTF Charter S. The County and the Solid Waste Advisory Committee( SWAC) will complete Organic Materials data collection and preliminary evaluation of the data. Vikek provide as needed technical guidance for this work. TASK 2: DISCOVERY, ANALYSIS AND DATA ACQUISITION The Consultant will review existing data, identify data gaps, develop a data acquisition plan, and collect new data as necessary for the execution of this project. Objectives: • Achieve a shared understanding of [a] the Current State of the County's Solid Waste Management and Transfer System, and [b] its operating conditions, processes, methods, policies and procedures, level of service, current and future waste stream, volumes and characteristics, customer requirements, service area, potential new facility sites, physical infrastructure needs, financial assets, land use, environmental conditions, demographics, and equity and social justice needs. 4 1 P a g e EXHIBIT A: SCOPE OF WORK AND TIME FOR COMPLETION Achieve a shared understanding of existing and recommended organic material management strategies that will assist the County to address House Bill (HB)1799 requirements; and inform the site selection of the County's Solid Waste (SW) replacement facility. Achieve a shared understanding of constraints and opportunities t in the current conditions. • Achieve a shared understanding of additional data requirements to adequately support the solid waste facility replacement project execution. Prepare Initial Document Request List. Using information gathered during the kick-off workshop and Consultant experience, Consultant will collaborate with the County to further define the data to be collected during the Discovery process. Prepare and submit an initial document request list. Develop Criteria for Evaluating and Documenting Existing Data Analysis. Develop criteria and a standard template for evaluating and documenting the existing data for the successful completion of the project. These criteria will be included in the Task 2 report and no separate deliverable will be produced. 2.3 Evaluate existing data and identify gaps. Apply the criteria from subtask 2.2 to evaluate existing data and identify gaps. Data may include: current and future waste stream volumes, characteristics and forecasts, organics management programs and facilities, economic and financial assets (e.g., revenue and operating cost data, current and historical cash and accrual basis costs and all sources of cash: tipping fees, ancillary sales, grants, gifts, rental of property), existing recycling and transfer facilities, County demographics, traffic, noise, the comprehensive solid waste management plan, and other associated technical data (e.g. level of service,, customer requirements, service area, potential new facility sites, physical infrastructure needs, land use, and environmental conditions, as well as equity and social justice data.) as provided by the County. This early data evaluation will be used to develop a baseline understanding of the existing solid waste management system, quality of available information and the range of conditions and issues. In addition, interview key stakeholders as necessary, to capture information useful for project execution. With this background, complete the data assessment and identify gaps where existing data is insufficient, inaccurate, or missing items, requiring additional data collection. The outcome of this task will be summarized and included in the task report. �r 2.4 Prioritize and Acquire New Data. Based on the data gaps identified in subtask 2.3, determine the most critical data requirements based on project priorities. Research and acquire additional data necessary to support the project. Acquisition of new data may include analyzing and/or developing data on waste generation, recycling and organics management possibilities, suitability to and impact on neighborhoods, proximity to other public facilities, odor control, geotechnical investigations, a preliminary economic impact evaluation, equity, and social justice evaluation, environmental evaluation, and other information needed for site screening or development of a conceptual site plan for a recycling and transfer facility. Data acquisition projected to require significant analysis are identified in separate subtasks under task 2. The outcome of this task will be documented in the Task 2 report. 5 1 P a g e EXHIBIT A: SCOPE OF WORK AND TIME FOR COMPLETION 2.5 • Complete an Organic Material Management Study. Using existing or acquired data, complete the following activities: Determine if the HB 1799 applies to the County's solid waste system and to what extent. If the County is exempt, then no additional analysis will be completed.. • Establish benchmarking criteria and benchmark the County's organics management program by comparing it with up to five similar municipalities with similar constraints as HB 1799. ■ Analyze existing County's organic material management program, and identify requirements necessary to comply with HB 1799. ■ Prepare a technical memorandum that documents all activities completed for Waste Stream Analysis and Organic Material Management Study. 2.6 Complete/Update a Traffic Study. Complete a traffic study covering all the four County - owned sites, or update one completed by the County, that include at a minimum: documentation of existing conditions, level of service calculations, traffic counts, traffic patterns, trip generation and distribution data, and future traffic volumes. Summarize the results in a letter report. 2.7 Complete/Update a Noise Study. Complete a noise study covering all the four County -owned sites or update one completed by the County, that includes at a minimum: identification of surrounding land uses, determination of existing noise levels, prediction of traffic noise levels compared to allowable Jefferson County noise limits, determination of traffic noise impacts, and identification and evaluation of alternative noise abatement measures for reducing or eliminating traffic noise impacts, including construction noise. Summarize the results in a letter report. 2.8 Complete/Update a Proximity, and Equity and Social Justice Study. Complete a proximity, and equity and social justice (ES1) analysis for the four County -owned sites. This will include proximity to nearby residential homes, parks, churches and schools, and preliminary analysis of potential socio-economic impacts on the abutting and nearby properties and citizens. Summarize the results in a letter report. 2.9 Complete/Update Financial Model Study. Analyze and update the existing rate model to inform subsequent financial analyses and financial plan development in Task 7. This will include: a benchmark assessment of Jefferson County's current operations performance on a cost -per -ton basis relative to a roughly peer group of four or five similar facilities in the greater Pacific Northwest; development/updating of the Rate Model to support analysis of the implications of different recycling /transfer station options, their costs, and any resulting pressures on future tipping fees. Summarize the results in a letter report. 2.10 Complete a Public Outreach Needs Study. -Conduct research to identify stakeholder groups and interests, potential issues, process concerns, communications preferences, and involvement expectations. Conduct online or telephone interviews with select SWFTF and SWAC members, Jefferson County and Port Townsend Solid Waste staff, and other key stakeholders to inform development of public involvement strategy and methods. Develop 6 1 P a g e EXHIBIT A: SCOPE OF WORK AND TIME FOR COMPLETION 2.11 2.13 thematic summary of interviews to share with project team. Summarize the results in a letter report. Develop Site Selection Criteria/Criteria Workshop. Collaborate with Jefferson County and SWFTF to develop Site Selection Criteria (SSC) and a process that conforms to the requirements of the Revised Code of Washington (RCW) 70.95.165, Washington Administrative Code (WAC) 173-350, and Jefferson County Solid Waste Facility Locational requirements. This process will be used for ranking the individual properties. Site selection criteria will include exclusionary, technical and community -specific criteria related to geography, the environment, economics, operations, and other areas of interest. Develop a Geographic Information System (GIS), Map(s) and identify potential sites. Coordinate with the County's GIS group and develop maps that aid in the siting process. Apply the exclusionary criteria from subtask 2.11 and perform a spatial analysis to identify the most suitable sites while screening out unsuitable ones, prepare a list of potential sites and update GIS Maps to show all site locations and associated basic characteristics. Update the maps to include other qualified sites suggested by the community and other stakeholders. Develop a Site Selection Process Technical Memorandum. Prepare a technical memorandum describing the site selection criteria, and the methodology for evaluating and ranking all potential sites. Site selection criteria will be developed with input gathered from the community at Public Meeting #1(see Task 3). Develop a Task 2 Report. Prepare a Discovery, Analysis and Decision Report that documents all activities associated with Task 2, and includes the following: [a] A Summary Page explaining the County's business case for the facility, and the project's background and vision. [b] A Potential Site Identification page showing current potential site locations and their basic characteristics. [c] A Site Selection Criteria and Process page describing the draft criteria and process for site selection. [d] A Data Summary Page describing the results of the existing data evaluation, gaps and new data acquisition plans or results from new data acquisition (includes data regarding equity and social justice, the economy, traffic, and noise, as well as the waste stream (including organic material), proximity, geotechnical, hydrogeology, wetland floodplain, historical/cultural sites, land use, utilities, consistency with the comprehensive plan, greenhouse gas, the physical facility and its operations, community issues, needs, ideas, suggestions and concerns, as well as customer demographics. [e] Appendix; containing all distinct updated or new information developed in Task 2. Task 2 2.1 Initial Document Review Request List Deliverables 2.2 Organic Material Management Study, technical memorandum 2.3 Traffic Study Letter report 2.4 Noise Study Letter report 2.5 Proximity/ES1 Study Letter report 2.6 Financial Model Study Letter report 2.7 Public Outreach Needs Study Letter report 2.8 GIS maps with potential sites and site characteristics 2.9 Site Selection Process Technical Memorandum (Draft and Final) 7 1 P a g e EXHIBIT A: SCOPE OF WORK AND TIME FOR COMPLETION 2.10 Discovery, Analysis and Decision Report - Task 2 Report (Draft and Final) Task 2 1. Only minor updates will be made to existing Noise and Traffic studies. Assumptions 2. Additional traffic and noise analyses are limited to the four County -owned sites. 3. Additional feasibility studies are limited to the four County -owned studies, and to online analysis and desktop research. No field data collection is included, beyond interviews of key stakeholders and visual review of applicable facilities. TASK 3: PUBLIC OUTREACH SERVICES For the County to achieve community acceptance of this project, participating stakeholders, as well as the broader public, must be respectfully informed, understand the decision -making process and their role in it, see that their input is valued and hear from the County about how they have influenced the decisions involved. The activities in this task will support a public involvement process that is transparent, fair, and accessible to all community members. Objectives • Assure a shared understanding of key stakeholders, affinity groups, historically and/or currently underserved communities and their values, aspirations, needs, and concerns regarding siting a new transfer station. ■ Assure a shared understanding of the problem to be solved, the decisions to be made and what might be non-negotiable items in the decision process. • Ensure information provided to the community is objective, supports meaningful engagement, is timely, and accessible. ■ Achieve alignment of public involvement activities with project's technical work and the decision process so information is provided to, and feedback is solicited from, the public in a timely manner to meaningfully inform deliberations and interim decisions. • Assure information sharing among community members and the solicitation of feedback at key milestones to influence interim decisions. • Assure the provision of a digital means for community members to learn about and engage with the process that provides the same opportunities to provide feedback as in face-to-face public events. • Assure Identification of opportunities and/or requests for the provision of information to highly interested groups and organizations at key milestones. ■ Achieve a shared understanding of the purpose, goals, objectives, impacts, and net benefits to the community derived from a successful completion of the project. • Achieve a shared understanding of the desire for community support and the requirements that will enable community buy -in. Subtasks 8 1 P a g e EXHIBIT A: SCOPE OF WORK AND TIME FOR COMPLETION 3.1 Develop a Public Involvement Plan. Using information from the project Kick-off Meeting and Chartering Workshop, create a PIP to guide public outreach activities, and which will include: [a] the purpose, objectives, and background information regarding this entire project [b] identification of the integrated project team, all affected communities and stakeholders (BoCC, JCCS I, committees, neighborhood and community groups, municipalities and permit agencies) [c] a complete list of community issues, needs, ideas, suggestions, and concerns, and [d] a clearly explained outreach approach that includes a list of proposed public meetings/open houses, a schedule of activities, types of techniques and tools that will be used to communicate with the public (newsletters, brochures, web sites, citizen guides, etc.), locations where stakeholders can access information about the project, press release procedures, newsletter guidelines, electronic mail guidelines, proposed project team and small group meetings, a response system for public concerns and comments, communication and media protocols consistent with those of Jefferson County. 3.2 Develop Materials for Public Meetings. Collaborate with the project graphic designer to create displays, signage, and graphics that support public and/or open house meetings. Prepare handouts and meeting illustrations for presentations and/or discussions. Illustrations may include photos, PowerPoint presentations, graphic displays, and pamphlets. Create meeting agendas, take meeting notes, secure and set up the meeting place, coordinate and notify stakeholders, provide refreshments and beverages at public meetings, reserve meeting halls, and provide mailing services. 3.3 Y Provide Support to Related Project Communication Activities. These tasks include activities such as: creating mailing lists, identifying stakeholder groups in communities, and providing mailing and delivery services. Collaborate with SWFTF and support briefings to civic groups and community organizations. Support includes development of briefing plans, materials (PowerPoint presentation and handouts), scheduling/coordinating briefing engagements, and arranging to have careful notes taken. Collaborate with the County to determine and apply the most effective communication methods for each situation. Facilitate Public Meetings/Open Houses. Organize and facilitate public/neighborhood meetings, workshops, open houses, and outreach meetings with the SWFTF. Identical meetings are planned at three different locations for the first and second public meetings. A total of six in- person public Lmeetings are currently planned. .3.5 Develop Public Outreach Communiques and Documentation. Collect, analyze and synthesize the suggestions and concerns received from the public into a format that facilitates their inclusion into project decisions. Document and disseminate information in a timely manner and appropriate format. 3.6 Manage Project Webpage Information. Collaborate with the project team and web development Project lead to inform website objectives, framework, organization, potential engagement strategies and opportunities for initial buildout. Develop web content for initial build -out and ongoing updates throughout the project schedule. Coordinate digital feedback opportunities and scheduling with web developer. Task 3 3.1 Draft and final Public Involvement Plan (PIP) Deliverables 3.2 Public Meeting Materials, including reservations, refreshments and illustration Boards 3.3 Public Outreach Communique, Documentation and Mailing Lists, PowerPoint Presentations (assume 3) 9 1 P a g e EXHIBIT A: SCOPE OF WORK AND TIME FOR COMPLETION 3.4 Public Meeting Agendas (Draft and Final), Meeting Notes, and Public Meeting Summary (Draft and Final) 3.5 Updated Project Webpage with Public Outreach Documentation 3.6 Initial Project Webpage Content (text) 1. A maximum of six in -person public meetings/open houses will be completed TASK 4: CONCEPTUAL FACILITY DESIGN Consultant will develop conceptual facility designs that will inform the evaluation of potential sites . Objectives ■ Achieve a shared understanding of the goals and requirements for the replacement facility. • Achieve a shared understanding of the replacement facility design and how it meets the approved objectives and requirements. Subtasks 4.1 Define Facility Design Criteria and Functional Requirements/Programming Workshop. Collaborate with the County and SWFTF to define replacement facility design objectives and requirements in a workshop setting. The requirements will include the management of organic material consistent with the strategy developed in in Task 2. This workshop is assumed to last a maximum of 2 hours. 4.2 Site Tour of a Recently Constructed Solid Waste Transfer/Ancillary Functions Facility. Plan, organize and execute a tour of a recently constructed recycling/transfer facility to familiarize County Staff and the SWFTF with recent modernization efforts. The example facility will be in the Puget Sound region and can be toured in one (1) day. No separate deliverable will be developed for this subtask. 4.3 Develop Conceptual Facility Design. Develop a conceptual and optimal replacement facility design and plan based on the outcome of all preceding public meetings, screening, programming and design workshops. The designs will consist of drawings and other documents illustrating the scale and relationship of the project components, and will take into consideration that the station users are commercial waste companies, small businesses, and public self -haulers. The minimum level of detail required for these layouts include the following elements: space requirements; existing infrastructure or natural features affected; location of access systems, and ancillary facilities. For project scope estimating purposes, the following facility elements are assumed: • Enclosed transfer station building with employee facilities and appropriate waste compacting system defined in subtask 4.1 • Waste container trailer yard • Recycling area(s) • Fueling facility 10 1 F, a £' EXHIBIT A: SCOPE OF WORK AND TIME FOR COMPLETION R Household Hazardous Waste center • Scale plaza (including scale house and scales) • Vactor truck decant facility • Minor maintenance shop area a Utilities and landscaping • Any required on or off -site utility areas e.g., stormwater and treatment facilities. • Organics management area (if determined to be managed directly by the County and co -located with the transfer station/ancillary functions facility). County Roads Division co -location area (the roads division may be interested in co - locating their division from the current Port Hadlock and Quilcene sites to the SR19/HWY 104 property if that site is the approved SW facility. This would potentially increase the efficiency of both operations while also freeing up County properties for affordable housing or other appropriate uses). ilk 4.4 Conceptual Facility Design Review/Design Workshop. Facilitate a workshop with SWFTF to present and review the conceptual facility design that will support the focused site screening and facility site alternative comparative analysis in Task 6. Develop meeting notes and PowerPoint slides that will be included in presentations provided at public meetings and to key stakeholders. This workshop is assumed to take a maximum of two hours. 4.5 Conceptual Facility Design Report. Develop a Conceptual Facility Design Report documenting activities completed in Task 4 Task 4 4.1 Objectives and Functional Requirements/Programming Workshop #1 Meeting Notes Deliverables 4.2 Programming Workshop #2 Meeting Notes 4.3 Conceptual Facility Design Layout 4.4 Conceptual Facility Design Workshop Meeting Notes and Conceptual Facility Design PowerPoint Slides 4.5 Conceptual Facility Design Report (Task 2 Report) Task 4 1. A maximum of five(5) pre -design conceptual facility layouts for workshop. Assumptions 2. Conceptual design included in the facility design report will show general plan, requirements and general arrangement only, and will not include code studies, 3D imagery. TASK 5: POTENTIAL SITES SCREENING Consultant will apply the approved site screening criteria to the list of potential sites developed earlier, to select finalists that conform to applicable federal, state and local siting regulations, as well as other technical and community -specific criteria. Applicable regulations include but are not limited to: Revised Code of Washington (RCW) 70.95.165 (Solid Waste Disposal Facility Siting- Site Review), Washington State Administrative Code (WAC) 173-350, Jefferson County, technical and specific community requirements. Objectives • Assure a shared understanding of the potential sites that meet the minimum locational requirements for siting solid waste facilities and how some sites better meet these requirements. 11 1Page EXHIBIT A: SCOPE OF WORK AND TIME FOR COMPLETION + Assure a shared understanding of the potential sites that meet the minimum technical and community - specific requirements for siting solid waste facilities and how some sites better meet these requirements. Subtasks 5.1 Complete screening of the initial list of potential sites — Screening Workshop # 1. Collaborate with SWFTF and use input from the public meetings and the various stakeholders, to review the potential sites and apply the Site Selection Criteria to screen down to a smaller number of sites for more detailed evaluation. The goal of the initial screening activity is to quickly evaluate the sites identified in Task 2 using both the siting criteria and preliminary descriptions of each site. The outcome is a prioritized list of candidate sites (less than 10 and preferably 4 or5), including those with fatal flaws that should be eliminated from further consideration. This workshop is assumed to take a maximum of two hours. 5.2 Develop Initial Site Screening Technical Memorandum. Develop an initial site screening memorandum that documents activities completed in subtask 5.1, including all the related maps, scoring and a ranked list of sites with their associated characteristics and descriptions. 5.3 Site Tour of Short -Listed Sites. Collaborate with SWFTF and complete a tour of the short- listed sites from subtask 5.2. This tour is assumed to be completed in one day. 5.4 Additional Feasibility Studies. Complete any required additional site -specific examinations regarding further geological, environmental and cultural resources impacts for the shortlisted sites from subtask 5.2, if such data on these sites had not been previously acquired in Task 2 or subsequently considered necessary based on new information discovered during project execution. Jefferson County's Public Works Department will complete any required cultural resource studies. 5.5 Complete Focused Site Screening of short-listed potential sites —Screening Workshop #2. Based on feedback received from task 5.2, collaborate with SWFTF, apply conceptual facility layout(s) and site -specific technical and community -specific screening criteria to re -rank the short-listed potential sites. Criteria applied during this focused screening activity will include vehicular access and traffic patterns, potential impacts on surrounding areas, land use compatibility, site configuration, cultural resource and geological constraints, and operational feasibility. Based on the Focused Site Screening activity and site tours, the sites will be ranked again at this workshop to produce the Site Alternative List, which will include at most three (3) site alternatives. 5.6 Develop a Focused Site Screening Technical Memorandum. Develop a Focused Site Screening memorandum based on the results from Screening Workshop #2. The memorandum will include the conceptual facility plans, potential impacts on surrounding areas, and basic environmental and other feasibility studies, operational issues, and a Site Alternatives List. Task 5 5.1 Screening Workshop #1 Meeting Notes Deliverables 5.2 Initial Site Screening Technical Memorandum, Draft and Final 5.3 Completed Site Tours of the Top -Ranked Sites 5.4 Additional Site Studies (i.e. Geological Investigations) Report 121Page EXHIBIT A: SCOPE OF WORK AND TIME FOR COMPLETION 5.5 Focused Site Screening Technical Memorandum, Draft and Final Task 5 1. Site Tours will be completed the same day as the Screening Workshop #1 Assumptions TASK 6: COMPARATIVE SITE ALTERNATIVE EVALUATION The purpose of this task is to complete a detailed comparative evaluation of the short-listed 2 or 3 potential sites identified in Task 5, determine a preferred alternative, and present to stakeholders. The assessment of each finalist site will provide Jefferson County and the public with impartial information about the sites, including ways to avoid or minimize adverse impacts or enhance environmental quality. Objectives • Achieve a shared understanding of the short-listed 2 or 3 sites, the related sociopolitical, economic and environmental impacts and mitigations. • Achieve a shared majority approval for one of the short-listed alternatives by all key stakeholders and the public. 5ubtasks Define Comparative Site Alternative Evaluation Criteria and Decision Process. Collaborate with the County and SWFTF to develop and agree on the evaluation and decision criteria for reaching a siting decision. Complete Comparative Site Alternatives Evaluation of the short-listed 2 to 3 potential sites. /Comparative Evaluation Workshop. Based on feedback received from the County and the Public, collaborate with SWFTF, via a workshop, to review the detailed environmental, socio-political, economic, financial information and all related site characteristics for these sites, apply the approved evaluation and decision criteria, and determine a preferred facility alternative. Develop a Comparative Site Alternative Evaluation Matrix Memorandum. Use the results from subtask 6.2 to develop a technical memorandum that explains the site selection decision and includes the analysis, decision criteria and process, site scoring system and resulting scores, estimated acquisition and development costs, socio-political and economic impacts, and conceptual design. 6.1Comparative Site Alternative Evaluation Criteria and Decision Process Technical Memorandum, Draft and Final 6.2 Comparative Site Alternative Evaluation Meeting Notes 6.3 Comparative Site Alternative Evaluation Matrix and Memorandum, Draft and Final TASK 7: FINANCIAL ANALYSIS AND FINANCING PLAN The Consultant shall develop planning cost estimates, complete a financial analysis and a financing plan for a preferred solid waste replacement transfer/ancillary functions facility. Objectives + Achieve a shared understanding of the Financial Analysis approach for the short-listed 2 to 3 sites, and financing plan for the preferred site alternative. 131Page EXHIBIT A: SCOPE OF WORK AND TIME FOR COMPLETION • Achieve a shared understanding of the short- and long-term financial implications of selecting each of the short-listed sites. ■ Achieve a shared majority approval of the cost estimates and a financing plan. Subtasks d J 7.1 Develop the Financial Analysis Approach —Financial Analysis Workshop #1.Collaborate with SWFTF to define the approach for completing the financial analysis and the financing plan. 7.2 Develop Planning Level Cost Estimates. Develop planning level cost estimates for the 2 to 3 short-listed sites to support the comparative alternatives site analysis process in Task 6. 7.3 Complete a Financial Impact Analyses. Determine the economic implications of selecting each of the 2- 3 finalist sites and use this information to inform the comparative alternative site analysis completed in Task 6. Define and Analyze Financing Alternatives — Financial Analysis Workshop #2. Collaborate with SWFTF to identify realistic sources of funding for the replacement Solid Waste transfer /ancillary functions station. These might include [a] increased tipping fee, [b] issuing municipal or revenue bonds, [c] creating a special Municipal Solid Waste (MSW) taxing district _ across the eastern part of county, [d] establishing a Private Public Partnership (PPP) agreement with outside investors after determining how much of the project risk the County is willing to off-load to an outside party, [e] using United States Department of Agriculture (USDA) Loans, and [f] building a new facility under some version of a design -build -operate contract with an established solid waste company. Develop Workshop/Meeting Notes for the Financial Analysis Workshop #2 that documents workshop results, describes possibly other funding options and presents reasons for rejecting or pursuing each one. 7.5 Develop Alternatives Financing Plans. Based on the results of the preceding tasks and feedback received from the County and other key stakeholders, develop a financing plan for each of the three or fewer finalist sites. Each plan will have the capability to fund all required technical machinery, cost-effective and required environmental enhancements or mitigations, a fit and finish considered appropriate for each site, and whatever enhanced capabilities might be deemed appropriate at one or more of these finalist locations, such as a material recovery facility, shredding and/or baling capabilities, barging, and perhaps other alternatives to the current truck & rail exporting approach. 7.6 Develop a Financing Plan Report. Develop a report that documents all the activities completed in Task 7, including a documentation of the financing plan for the preferred option. Task 7 7.1 Planning level cost estimates for short-listed sites, Draft and Technical Memorandum Deliverables 7.2 Financial Impact Analysis for short-listed sites, Draft and Technical Memorandum 7.3 Analysis of Funding Alternatives, Draft and Final Memorandum 7.4 Financial Analysis Workshop Meeting Notes 7.5 Funding Plan Alternatives and for Preferred Site, Draft and Final Report TASK 8: PREFERRED SITE ALTERNATIVE SELECTION The Consultant shall develop a final solid waste replacement facility recommendation and present it to the JC BoCC and Port Townsend City Council. 141Page EXHIBIT A: SCOPE OF WORK AND TIME FOR COMPLETION Objectives Achieve a shared understanding of the Siting Process, Public Involvement, Financial Analysis approach, Financing Plan and reasons for the preferred facility recommendation. • Achieve a majority approval for the preferred option. Subtasks 8.1 Develop a Presentation to JC BoCC and Port Townsend City Council. Collaborate with SWFTF and develop a PowerPoint Presentation and handouts for the shortlisted sites and the preferred facility alternative. This presentation will cover information related to the three sites, analysis criteria, and the decision process leading to the recommended site and its preferred conceptual design. . 8.2 Complete Mock Presentations. No less than five days prior to the presentation to the JC BoCC and Council, undertake a dress rehearsal of all aspects of the presentation with the help of the County and members of SWFTF. This is assumed to be a virtual presentation and last up to two (2) hours. 8.3 Deliver Presentations to the JC BoCC and Port of Townsend City Council. Collaborate with SWFTF and deliver PowerPoint Presentations of the 2-3 shortlisted sites, including the preferred facility alternative. The presentation will cover information related to these finalist two to three sites, analysis criteria, and the decision process leading to the recommended site and to the preferred conceptual design alternative. Task 8 8.1 Presentation Package, Draft and Final Deliverables 8.2 Presentation made before JC BoCC 8.3 Presentation made before the Port Townsend Council 1. Presentation to the Port of Townsend City and Board of County Commissioners will Assumptions be in -person TASK 9: EXISTING SOLID WASTE RECYCLING/TRANSFER FACILITY REPLACEMENT COST The Consultant shall develop a cost estimate for replacing the existing Jefferson County solid waste recycling and transfer station, in as close to its current configuration as equipment purchases today will allow. This task will be completed early in the project to support Jefferson County's solid waste fee schedule modification activities. The fee ordinance calls for the tipping fees schedule to be set such that it maintains a fund balance in relationship to replacement costs. Objectives + Achieve a shared understanding of the approach for determining a solid waste replacement cost and its application to the Jefferson County Facility. ■ Achieve a shared understanding and acceptance of the estimated replacement cost. Subtask 151Page EXHIBIT A: SCOPE OF WORK AND TIME FOR COMPLETION L� F71:1F=]111110 Define Data Requirements and the Analysis Approach. Working with County staff, determine the exact nature of the current facility's size, capabilities, and any unique characteristics relevant for estimating a full replacement cost. Collect Data and Complete Analysis. Determine both the hard and soft costs of replacing the existing facility, with as close to the same technology as is available today, at the same location, i.e., not considering the implementation of compactors, a flat floor dumping area, and other modern facility components. This task does not include the cost of temporarily using a substitute facility during such an "as is" replacement of the existing transfer station. Soft Costs will include permitting, planning, design, engineering, and possible mitigation costs of this direct replacement. Hard costs will include the existing physical structure and existing technologies to be replaced. Develop Replacement cost estimate. Develop Existing SW Facility Replacement Cost Technical Memorandum. Based on the analysis completed and feedback received from the County, develop a technical memorandum that includes the analysis methodology, assumptions, constraints, and estimated facility replacement cost. 9.1 Draft Technical Memorandum Dellverables 9.2 Final Technical Memorandum. TASK 10: POSSIBLE ADDITIONAL SERVICES The consultant shall complete additional and related services not covered under Tasks 1 through 9 when requested by the County. Such services require written approval from Jefferson County prior to Vikek working on or billing for these Tasks. Typically, Vikek will develop and submit a written scope and cost estimate, and receive contract approval prior to undertaking such additional tasks. 5ubtasks 901L 10.1 Additional Unanticipated, Urgent or Special Services. Consultant will provide other services, which are as yet unanticipated, urgent and/or critical to maintaining the project schedule and progress of this or additional new work. The hours are intended to be used for additional analyses, coordination with other agencies, issues, unexpected interferences, work product reviews, or additional unanticipated data acquisition costs. This subtask is intended to facilitate project delivery efficiency in regard to delay that may be otherwise required to plan and negotiate a related contract amendment. 10.2 State Environmental Policy Act (SEPA) Environmental Assessment in accordance with WAC 197-11-960 for the approved preferred alternative 10.3 Facility Master Planning for the Preferred Alternative 10.4 Facility Design Services 10.5 Facility Construction Management, Observation, Testing and turnover to the County 161Page EXHIBIT B: CONSULTANT FEE SCHEDULE ��Ci A��l��y � Summary Labor Expense COIN ac.f�owr.� Tolal Prolegt Billinq Rate Fixed Fee Total tlnfs�61������i![ri��'lJ'tt'1_>s'iC.'�5^'API +�� �®" - 19 Fee mr-11F.I. "'Total U M Hit- •a.1 OtlIrt FICdry Design Cnlena 8 Flne6erW RI 4lMf we 1S1M Tw o} a RKfla SW LmNul F A COree F 30 8.9 60 ra 2 •a.3 4.4 F 31 WwM110 ].4 i.$ F Oe R 90 .5 LSItlCI LYwAI 20 $0.00 12.400 00 $72000 1 JPOD $R go Tmq $. MIIy01 }6 $30&?20 Sp Dp lam00 yg O2$ 00 SV2009 s0.40 sow $0.00 Tir-&MM.A 10 luz578.38 $000 32.MO0 PPM Os $000 00 $0.00 00 Sp.00 r"L milml 40 d76.74 $000 SBOO OD $P 7$7A 68 1200, A13000 "Do sow $0.00 TNOIaCMWrtIY 76 $15-M-4 $000 s71m 22058A$ 10 SO OD $2.300 00 $720 00 SO -DO $000 Time $ MMeriM 16 $2 002.0E WOO RON d0 SSX200 t0.00 S4D05.00 SDAO f0A0 wo l:rIy AA4gerIW a l90179 SO DO S600S.00 S5mmm 98�70 1,ODi s000 SO Do $12500 $OOQ 1 $000 TrmIiSA11naI1 0 3000 $1,W35 S12S.o0 S11333S B0 $0.00 $O.Oo $720.00 $"a $0.00 T+ep$IAWmW 22 1B SDW S72000 51555.12 900 $0 90 if A@O pp $S,$p5.p0 .00 fQ,OD $000 Tm.af*f" $0 17 ti.72 5000 FS00 $1p'0".72 7.0 $D 00 $O.W $al oa $000 SOW TimrB Mr,9oial AO A01. $000 So.m -Amal 90 e0 Moo $0 Do $72D.0 sDR s000 ToneAm ha r 24 s395116 sO. GO $720 DB $ set ]e AD 20 Wool MOD EO-�' $D MD T"mA VAMW AA is-G1.9A $D.00 SO 00 H1 so •0 9.0 $000 $000 $000 $000 $000 TYnIi YIll/ii AO $7,B1B 90 .QO s0 b$ $7,B1e 40 t�912 D $000 00 AOD SR00 iknFi MgMW 0 $Opp S7]A1.16 $000 $11B11B