HomeMy WebLinkAboutTetra Tech, Inc., Amendment No. 7 - 101623 / Oj1r
T�
Supplemental Agreement Number: #7 Organization, Address, and Phone:
Tetra Tech, Inc.
Agreement Number: N/A 2003 Western Avenue, Suite 700
Seattle,WA 98101
Project Number: 405 1693-6 Execution Date: Completion Date:
4/20/2020 12/31/2023
Project Title: Port Hadlock Wastewater New Maximum Amount Payable
System—Final Design Changes (Including this Supplement):
$2,441,107.00
Description of Work: Changes to the final design of the Port Hadlock Wastewater
Treatment Plant; final design for the Collection System for the Port Hadlock "Core Area";
engineering support for changes to Ovivo Contract.
SUPPLEMENTAL AGREEMENT
Jefferson County hereby amends the agreement with Tetra Tech, Inc. ("the Agreement"), originally
executed on April 20, 2020.
All provisions in the Agreement remain in effect, except as expressly modified by this
Supplemental Agreement. _1
The changes to the Agreement are described as follows:
I.
Scope of Services is hereby changed to read:
Add Scope of Work (SOW) as described in Exhibit A-1 for completion of the Wastewater
Treatment Plant(WWTP) and the low pressure sewer collection systems plans and specifications.
Include splitting the yard pump station into an influent pump station and a yard pump station;
additional review of Ovivo's controls submittal; incorporation of County's comments to the final
WWTP design; final design for Phase 3 Low Pressure Sewer Collection contract.
II.
Time for Performance is hereby changed to read:
The Agreement shall terminate on December 31, 2023 unless amended in writing prior to this date.
III.
Payment is hereby changed to read:
Add $294,932.00 for work described in the attached SOW. See Exhibit B.
Supplemental Agreement(to A & B) Contract C, Version 1, Risk Legal Review Date 04/30/2018 Page 1 of 2
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 as shown below.
COUNTY OF JEFFERSON
(Consultant Firm Name) BOARD OF COMMISSIONERS
Tetra Tech, Inc. too CO fZ 3
Consultant's Name K to Dean, District 1 Date
c".0-es2A-t-v 61/ L../—
/C9/2.
Consultant's Signature Heidi 'se our, District 2 Date
October 9, 2023 /c)/Go/2:3
Date Greg Brotherton, District 3 Date
Approved as to form only:
PRE-APPROVED CONTRACT FORM
Philip C nsucker Date
Chief C' i Deputy Prosecuting Attorney
tb c y7
616 Monte Rei ders, P.E. Date
Public Wo ks Director/County Engineer
Supplemental Agreement(to A & R) Contract C, Version 1, Risk Legal Review Date 04/30/2018 Page 2 of
•
EXHIBIT A-1
SCOPE OF WORK
JEFFERSON COUNTY DEPARTMENT OF PUBLIC WORKS
PORT HADLOCK WASTEWATER SYSTEM DESIGN UPDATE
SERVICES
SUPPLEMENT NO 7
PHASE 2 TREATMENT PLANT DESIGN CHANGES
PHASE 3 - COLLECTION SYSTEM FINAL DESIGN
GENERAL — ADDITIONAL DESIGN SERVICES
The scope of services in this supplement provides additional services to incorporate design changes and
additional design services associated with the Phase 2 Treatment Plant Construction Bid Package for the
wastewater treatment plant design and incorporate drawing markups and field data from Jefferson
County in to the Phase 3 Core Area Pressure Sewer Bid Package. These services are to incorporate the
changes described in the tasks below and complete the designs for the Phase 2 and Phase 3 Bid
Packages.
TASK 200 — RECLAMATION PLANT & INFLUENT PIPELINE DESIGN
UPDATE
Subtask 200.5 — 100% Plans, Specs, and Estimate (Phase 2 Treatment
Plant Construction Package)
Finalize Task 200.5 100%Plans and Specifications. This work is divided into the following tasks and
subtasks:
1. Time spent to data on changes not included in the previous amendment including:
a. Influent Pipe Relocation and associated changes to the phase 1 and 2 drawings.
b. Coordination with Seton to package and send CAD files in a version suitable for Seton's
version of AutoCAD.
c. CAD drafting time for the stormwater design (drafting time was not included)
2. EQ Tank Modification —Split the yard pump station into two, a pump station connected to the
EQ tank and a separate drain pump station. This includes estimated time for the following
subtasks:
a. Change coordination with other trades and the County.
b. General sheet revisions(including process flow diagrams, design table and hydraulic
profile
c. Civil sheet revisions
d. Process sheet revisions
e. Structural sheet revisions
f. Electrical and l&C sheet revisions
g. Coordinating EQ transfer pump station design and controls with Ovivo.
3. Ovivo Submittal and programming proposal review
a. Review Ovivo's construction phase submittal.
b. Review Ovivo's programming proposal.
c. Update drawings and specifications to suit the agreed upon panel arrangement and
Ovivo programming scope.
d. Coordination meetings/design coordination meetings with Ovivo to ensure the designs
are coordinated.
4. Changes associated with the County's comments from August 25th, 2023.These changes include:
a. Adjusted the stormwater design.
b. Modifications to the influent valve and meter vault.
c. Changing the generator and fuel tank from a diesel unit to a propane driven unit.
d. Shifting HVAC within the administration building and chemical building.
Work Products:
• Final Treatment Plant Plans and Specification package
• Final cost estimate
• Review comments on Ovivo's construction phase submittal programming submittal.
TASK 1200 — PRESSURE SEWER COLLECTION SYSTEM
Subtask 1200.5 — Pressure Sewer 100% Plans, Specifications, and
Estimate
Develop design documents for the pressure sewer pipe system to a bid-ready level. This work is broken
out into the}ollowinq:
1. General Design coordination and project coordination with Jefferson County.
2. Update the piping flow model
3. Update general sheets and plan and profiles per agreed upon County mark-ups
4. Develop new plan and profiles
5. Revised detail sheets per agreed upon County mark-ups
6. Update Traffic Control plans
7. Incorporate Cedar Avenue data into the drawings
8. Incorporate pothole data into the drawings.
9. Site visit
10. Finalize technical specifications.
11. Review the County's cost estimate and provide comments and feedback as necessary.
Assumptions:
• This is for the pressure sewer pipe system within street right-of-way and easements.
• The design team will provide draft drawings during development for County review and
comment.
• This work does not include the on-site grinder pump systems which will be finalized and bid as
Phase 4—On-site Grinder Pump Systems. This will be funded under a future Supplement.
Work Products:
• Draft Pressure Sewer Collection System Plans and Specification
• Final Pressure Sewer Collection System Plans and Specification package
• Final cost estimate
H
v
c f
S t V
E
a
w
c
I
as T:g2 4A"s59 ga s"ile: v, e_p3 l' de:aa? !.;M . 3
1 By§ a
P s 3 $ R 4 3
fi
a a z _ _ s- I 22
.„„,„A z.av z - - a •_s•. - - A- in _zv_ - 3
.... sev �
A .. . ._ z
•
zz z_
a.
n Y
•
umMolemegmn
2.1.224223
4
9
um— ' seeeaaee 41 1eee1e4 sane a a:°::a::::: :
.._. _. • 2. _, ....._., ..•.••••••- •
E
ggg ?i gcFe$zg $,•.]g ] AC _CC C
S e..,,,.. gc gij.gcC c'Cq. ece,,,>cc,c , 5
5 o c §
m '" C ec "ecc^"^c R-H5 a CCCCCCeCCCC C
j G 3 m iva'aaai`a a3 i232??a i?$i s i§i§i§aaaaa a i i
c x € $
N 0 E x g g a
O 8 nil _
CI' r _ 1 - 4 € @ b E 1
I: p E J F E n . g >
d 9 c g o a 01,1,'8 id
n f o 1 1 _$E§zt
a 1 si H � .. .10.,,,11,1 .
Tetra Tech,Inc
Fully Burdened Rate Breakdown
27-Apr-23
Overhead rate 171.44%
Staff Member Title 2O2ORow Rate 2021 Row Rate 2022 Raw Rate 2023 Raw Rate Overhead BurdenedTotol Effective Multiplier
Alan Flak CAD $ 48.85 $ 51.20 $ 65.38 $ 112.09 $ 177.47 2.71
Alex Buescher Civil Engineer III n/a $ 39.42 $ 40.80 $ 43.25 $ 74.15 $ 117.40 2.71
Alexandra Der Engineer 2 5 41.19 $ 45.19 $ 46.54 $ 48.65 $ 83.41 $ 132.06 2.71
Amy Murdick Landscape Architect $ 46.39 $ 48.08 $ 50.00 $ 61.88 $ 106.09 $ 167.97 2.71
Amy Rodriguez Sr CAD Designer n/a $ 37.64 $ 38.94 $ 40.48 $ 69.40 $ 109.88 2.71
Armin Agnish Electrical Engineer 2 n/a n/a $ 38.46 $ 41.35 $ 70.89 $ 112.24 2.71
Banks Wason Project Engineer 2 $ 74.66 $ 77.84 $ 133.45 $ 211.29 2.71
Brett Boehmke Engineer 3 na $ 40.38 $ 48.08 $ 82.43 $ 130.51 2.71
Bryan Thomasy Senior CAD Designer 2 $ 48.27 $ 49.76 $ 51.54 $ 53.85 $ 92.32 $ 146.17 2.71
Dan Portman Senior Consultant 1 $ 44.23 5 45.12 $ 46.68 $ 49.04 $ 84.07 $ 133.11 2.71
Dan Lindsey Project Engineer 2 $ 71.15 5 73.08 $ 125.29 $ 198.37 2.71
David Scott Project Manager 2 5 67.69 $ 70.10 $ 72.55 $ 75.82 $ 129.99 $ 205.81 2.71
Eric Dienst Project Engineer 2 n/a $ 45.67 $ 49.52 $ 52.88 $ 90.66 $ 143.54 2.71
Gerard Scheller Proj Mgr n/a $ 75.99 $ - $ - #DIV/0!
Gordon Munro Sr.Project Manager n/a $ 86.54 $ 89.18 $ 93.17 $ 159.73 $ 252.90 2.71
Grizelda Sarria Senior Project Manager $ 75.48 $ 78.13 $ 86.06 $ 147.54 $ 233.60 2.71
Hamid Naderi Senior Structural Engineer $ 90.72 $ 92.40 $ 93.75 $ 95.67 $ 164.02 $ 259.69 2.71
Hunter Bennett-Dagget Engineer 3 $ 44.67 5 46.35 $ 50.96 $ 87.37 $ 138.33 2.71
Ian Smith Engineer 1 n/a $ 21.00 $ 34.86 $ 38.87 $ 66.64 $ 105.51 2.71
James McQuarrie Sr Project Manager n/a $ 98.56 $ 100.96 $ 104.09 $ 178.45 $ 282.54 2.71
Jacob Clevenger Engineer 1 $ 31.25 $ 33.65 $ 57.69 $ 91.34 2.71
Jerry Scheller Project Mgr $ 78.27 $ - $ - 4DIV/0!
Jim Santroch!1x21 Senior Project Manager 5 92.42 $ 92.42 $ 92.42 $ 92.42 $ 158.44 $ 250.86 2.71
John Rice Senior l&C Engineer $ 70.72 $ 72.84 $ 79.33 $ 81.73 $ 140.12 $ 221.85 2.71
Kevin Axt Project Engineeer n/a $ 63.23 $ 65.45 $ 68.72 $ 117.81 $ 186.53 2.71
Kevin Dour Program Manager $ 86.25 5 87.55 $ 91.35 $ 95.67 $ 164.02 $ 259.69 2.71
Lauren Handell Project Engineer 2 n/a 5 51.01 $ 53.61 $ 56.25 $ 96.44 $ 152.69 2.71
Lisa Fortney Admin.Prof.3 $ 34.13 5 35.58 $ 38.41 $ 65.85 $ 104.26 2.71
Luke Ramirez Mechanical Engineer $ 56.01 $ 58.03 $ 66.35 $ 69.71 $ 119.51 $ 189.22 2.71
Mark Maxwell Sr Project Manager $ 57.20 $ 57.20 $ 98.06 $ 155.26 2.71
Melissa Zargon Engineer 1 $ 33.17 $ 34.62 $ 59.35 $ 93.97 2.71
Michael J.Schumacher Sr.CAD Designer 2 n/a $ 53.85 $ 57.50 $ 98.58 $ 156.08 2.71
Michael Sutherland Project Engineer 1 n/a $ 63.22 $ 66.83 $ 74.04 $ 126.93 $ 200.97 2.71
Miro Bodsky Sr Architect 2 n/a $ 73.75 $ 75.96 $ 79.38 $ 136.09 $ 215.47 2.71
Nahuel Bottarini Engineer 1 n/a $ 30.77 $ 34.62 $ 38.46 $ 65.94 $ 104.40. 2.71
Rick Morris CAD Drafter $ 35.72 $ 36.44 $ 37.31 $ 38.80 $ 66.52 $ 105.32 2.71
Ryan Maas Structural Engineer $ 58.17 $ 61.54 $ 66.88 $ 114.66 $ 181.54 2.71
Scott Bucholz Sr Project Manager n/a $ 76.97 $ 81.25 $ 85.10 $ 145.90 $ 231.00 2.71
Theodore,Dombrowski Project Engineer 2 $ 58.32 S 60.67 $ 104.01 $ 164.68 2.71
Vanessa Reed Project Controller V n/a $ 41.00 $ 45.84 $ - $ - NDIV/0!
Wyatt Chancellor Technician 2 n/a $ 35.77 $ 40.87 $ 43.27 $ 74.18 $ 117.45 2.71
Zsuzsanna Szevcsik Financial Analyst Ill n/a $ 35.77 $ 37.20 $ 45.52 $ 78.04 $ 123.56 2.71
Ill Jim is an as-needed retired status and has a lower rate because of reduced overhead with this status.
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, Public Works Director/County Engineer eZ,
Agenda Date: October 16, 2023
Subject: Supplement #7 - Contract with Tetra Tech, Inc.
Final Design - Port Hadlock Sewer Collections and Modification to
Final Design for the Treatment Plant
Statement of Issue: The original contract with the County's sewer design consultant Tetra
Tech, Inc. included final design and specifications for the Wastewater Treatment Plant
(WWTP) and pressurized sewer collection system for the Core Area (Phase I). Supplement #7
adds scope and budget to complete the final plans and specifications for the low pressure
sewer collection system and for changes made to the WWTP plans through the final design
review process.
Analysis/Strategic Goals/Pro's Et Con's: This Supplement will complete the Plans and
Specifications needed to go to advertisement this October for the WWTP and this November
for the low-pressure sewer (LPS) collections. The following Scope of Work (SOW) has been
added to the original contract as described in Exhibit A-1: revise layout for equalization tank
and the influent pump station; incorporate final design comments; additional engineering
review for Ovivo change order; and final design for the LPS collection plans and specification.
This SOW was not included in the original contract due to budget limitations and unknown
elements at the time of original contract.
Fiscal Impact/Cost Benefit Analysis: The additional budget for this supplement is
$294,932.00 as detailed in Exhibit B to the Supplement. 100-percent of the cost is covered by
County ARPA funds.
Recommendation: Please sign Supplement #7 were indicated and return executed originals
to Public Works for further processing.
Department Contact: Samantha Harper, (360) 385-9175
Reviewe By: ����
/C.s
'G ,li��. /�� /c Z 3
Mark McCaule ount Administrator D y ae
CONTRACT REVIEW FORM I Clear Form
(INSTRUCTIONS ARE ON THE NEXT PAGE)
CONTRACT WITH: Tetra Tech-Supplement No.7 Contract No:12W 2D2.3-D�17
Contract For: Final Design for Collections and Treatment Plant Term: 12/31/2023
COUNTY DEPARTMENT: Public Works
Contact Person: Samantha Harper
Contact Phone: 360-774-1104
Contact email: sharper@co Jefferson wa us
AMOUNT: $261,243.00 PROCESS: —_ Exempt from Bid Process
Revenue: $261,243.00(ARPA) _ Cooperative Purchase
Expenditure: $261,243.00 Competitive Sealed Bid
Matching Funds Required: so _ Small Works Roster
Sources(s) of Matching Funds Hadlock Sewer Fund Vendor List Bid
Fund# 53520 RFP or RFQ
Munis Org/Obj ✓ Other: Supplement
APPROVAL STEPS:
STEP 1: DEPARTMENT CERTIFIES COMPLIANCE WITH C 3.55.080 AND CHAPTER 42.23 RCW.
CERTIFIED: a N/A:I I
Signature Date
STEP 2: DEPARTMENT CERTIFIES THE PERSON PROPOSED FOR CONTRACTING WITH THE
COUNTY (CONTRACTOR) HAS NOT BEEN DEBARRED BY ANY FEDERAL, STATE, OR LOCAL
AGENCY. /'2—/2..-3
CERTIFIED: Fir]I N/A: IT
Signature Date
STEP 3: RISK MANAGEMENT REVIEW(will be added electronically through Laserfiche):
Electronically approved by Risk Management on 10/4/2023.
STEP 4: PROSECUTING ATTORNEY REVIEW (will be added electronically through Laserfiche):
Electronically approved as to form by PAO on 10/4/2023.
PAO approved contract. No PAO signature needed.
STEP 5: DEPARTMENT MAKES REVISIONS & RESUBMITS TO RISK MANAGEMENT AND
PROSECUTING ATTORNEY(IF REQUIRED).
STEP 6: CONTRACTOR SIGNS
STEP 7: SUBMIT TO BOCC FOR APPROVAL
L1I21
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.
1. 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.
■ S
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.
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.
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;
Pmfaccinn,d Ca..,i,..n, A...no..,o..♦
L.
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.
i ■
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.
m
r
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.
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,
fl.._C_____....1[ _ _ • iv .� .. ,. -. . . . ._ . _._.._._
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:
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
L
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.
28. No Third-party Beneficiaries. The parties do not intend, and nothing in this Agreement
shall be construed to mean,that any provision in this Agreement is for the benefit of any
person or entity who is not a party.
29. Signature in Counterparts. The parties agree that separate copies of this Agreement may
be signed by each of the parties and this Agreement shall have the same force and effect
as if all the parties had signed the original.
30. Facsimile and Electronic Signatures. The parties agree that facsimile and electronic
signatures shall have the same force and effect as original signatures.
31. Arms-Length Negotiations. The parties agree that this Agreement has been negotiated at
arms-length,with the assistance and advice of competent, independent legal counsel.
32. Public Records Act. Notwithstanding the provisions of this Agreement to the contrary,to
the extent any record, including any electronic,audio,paper or other media, is required to
be kept or indexed as a public record in accordance with the Washington Public Records
Act,Chapter 42.56 RCW,as may hereafter be amended, the Consultant agrees to .
maintain all records constituting public records and to produce or assist the County in
producing such records,within the time frames and parameters set forth in state law. The
Consultant further agrees that upon receipt of any written public record request,
Consultant shall,within two business days, notify the County by providing a copy of the
request per the notice provisions of this Agreement.
Professional Services Agreement. Contract B. Version 2, Risk Legal Review 8/8/2019 Page 9 of 10
DATED this 020 s6 day of Y7t( , 20 IQ .
JEFFERSON COUNTY
BOARD OF COMMISSIONERS
lQ ?/
,FG1y I �• C'
7�TR 7r .
Name of Consultant Kate Dean, District I
/ ,///I'i✓ V -,DcsoR ApPi--a ef ° p Jc l!1
Consultant Representative(Please print) David ullt a , D strict 2
‘,....0%WgCVGD-44/2/
(Signature) Bro e on, Di t 3
7he-t Ob717
Title
cfN S 2d2-0
Date
Approved as to form only:
PRE-APPROVED CONTRACT FORM
Philip C. Hunsucker Date
Chief Civil Deputy Prosecuting Attorney
.g •za
n e Reinders, P.E. Date
Public Works Director/County Engineer
Professional Services Agreement. Contract B, Version 2, Risk Legal Review 8/8/2019 Page 10 of 10
EXHIBIT A—SCOPE OF WORK
The Scope of Work is described on the following pages.
r t
This page intentionally left blank.
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:
• 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:
• Monthly progress reports and invoices.
100.6 Project Schedule
A project schedule including design and construction activities will be developed and tracked for the project
to inform the County, Funding Agencies,and the public as part of the LID formation support services.The
schedule will be updated monthly. The schedule will be prepared in MS Project. There will be up to 6
schedule updates over a 12-month period.
Work Products:
• MS Project Schedule
• Up to six(6)schedule updates.
TASK 200 RECLAMATION PLANT AND INFLUENT PIPELINE DESIGN
UPDATE
This task involves development of the reclamation plant and influent pipelines updated design to the 100%
level as described in the subtasks below:
200.1 Modular Membrane Equipment RFP
Develop a vendor Request for Proposal(RFP)for modular membrane equipment that meets the design and
performance intent of the modular MBR equipment evaluated in the Port Hadlock- Wastewater System
Value Engineering Review(April 2019). Develop performance&evaluation criteria to include:
• Flow&load requirements for initial startup and forecasted.
• Effluent and disinfection requirements(Including Title 22).
• Reliability and redundancy requirements.
• Cost proposal requirements for initial capital,expansion, and operation&maintenance costs.
• Prepare an RFP and solicit responses from membrane equipment vendors.
• Review and evaluate responses and make a recommendation to Jefferson County.
Work Products:
• RFP documents.
• Response to vendor questions.
• Review and evaluation of submitted proposal
• Recommendation to Jefferson County.
• Technical memorandum documenting the work products and evaluation.
.. .... ^ n r.,waa 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%/l00%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%/90%/100%Design,
Respectively)
• Subtasks 200.3.08/200.4.08/200.5.08 Electrical Plans(60%/90%/100% Design, Respectively)
• Subtasks 200.3.09/200.4.09/200.5.09 Instrumentation(60%/90%/100%Design, Respectively)
• Subtasks 200.3.10/200.4.10/200.5.10 CAD(60%/90%/100%Design,Respectively)
• Subtasks 200.3.11 /200.4.11 /200.45.11 Specifications(60%/90%/100%Design, Respectively)
• Subtasks 200.3.12/2004.12/2005.12 Cost Estimate(60%/90%/100%Design, Respectively)
The estimated drawing count is approximately 136 based upon the attached drawing list (Table 2). It is
assumed that information and some content from the MBR vendor drawings will be used in the development
of some of the design drawings. The contract drawings will be prepared in AutoCAD using Tt drafting
standards.
For 60%, 90%, and 100% design submittals, develop technical specifications to the level of completion
based on updating and revising the 2012 design specifications and associated County reviews. The County
will have primary responsibility for Division 0. Provide 16 hours of assistance to the County with
preparation of Division 0 of the specifications to include the advertisement for bid, bid form, and bid item
descriptions.
Develop cost estimates for each submittal that identifies the cost items,quantities,and unit prices reflected
in the 60%,90%and 100%design plans and specifications.
Deliver a draft set of 60% and 90% design documents to Jefferson County for review and comment.
Comments will be addressed and incorporated into the documents. No permitting,geotechnical evaluation,
or survey will be conducted. It is assumed the products developed in 2012 will be used for this design
update.
Work Products:
• Draft 60%and 90%design plans, specification, and estimate for the reclamation plant and reuse
facility.
• Final 100%design plans, specifications, and estimate.
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:
• 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 C102 MBR SITE PLAN/YARD PIPING/STORMWATER PLAN-3
21 C103 MBR SITE PLAN/YARD PIPING/STORMWATER PLAN-4
22 C 104 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 CI 10 ACCESS ROAD ROADWAY AND GRADING PLAN-2
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 C700 INFLUENT PRESSURE PIPELINE STA A1+00 TO A5+00
31 C701 INFLUENT PRESSURE PIPELINE STA A5+00 TO A10+00
32 C800 INFLUENT PRESSURE PIPELINE STA B0+00 TO B5+00
33 C801 INFLUENT PRESSURE PIPELINE STA B5+00 TO B 10+00
LANDSCAPE DRAWINGS
34 L100 LANDSCAPING KEY PLAN
35 L101 MBR SITE PLANTING PLAN-I
36 L102 MBR SITE PLANTING PLAN -2
37 L103 PLANING 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
STRUCTURAL DRAWINGS
46 S 1 STRUCTURAL GENERAL NOTES
47 S2 TYPICAL CONCRETE DETAILS
48 S3 TYPICAL CONCRETE DETAILS
49 S4 TYPICAL EQUIPMENT PAD DETAILS
50 S5 TYPICAL METAL DETAILS
51 S6 TYPICAL MASONRY DETAILS
52 S200 LAB BUILDING FOUNDATION PLAN
53 S300 HEADWORKS PLAN&SECTIONS
54 S301 HEADWORKS DETAILS
55 S400 TREATMENT FACILITY PAD PLAN
56 S401 TREATMENT FACILITY TOP DECK& ROOF PLAN
57 S402 TREATMENT FACILITY SECTIONS
58 S403 TREATMENT FACILITY SECTIONS
59 S404 TREATMENT FACILITY SECTIONS AND DETAILS
60 S405 TREATMENT FACILITY SECTIONS AND DETAILS
61 S415 TREATMENT FACILITY DETAILS
62 S1000 STANDBY GENERATOR SLAB&DETAILS
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
MECHANICAL DRAWINGS
63 M1 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 M 1001 STANDBY GENERATOR& FUEL SYSTEM SECTIONS&DETAILS
ELECTRICAL DRAWINGS
82 EI 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 El 1 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 E 18 SCHEMATICS 2
98 E 19 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
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 II ABBREVIATIONS AND SYMBOLS
110 12 CODES LEGEND
111 13 SCADA SITE PLAN
112 14 CONTROL SYSTEM ARCHITECTURE
113 15 PANEL 1 LAYOUT
114 16 PANEL 2 LAYOUT
115 17 PANEL 3 LAYOUT
116 18 PLC AND INSTRUMENT POWER
117 19 LOCAL PANELS
118 110 NETWORK&I/O INFORMATION
119 I11 NETWORK&I/O INFORMATION
120 112 NETWORK&I/O INFORMATION
121 I13 NETWORK& I/O INFORMATION
122 114 NETWORK&I/O INFORMATION
123 115 SCHEMATICS
124 116 SCHEMATICS
125 117 SCHEMATICS
126 [300 FINE SCREENS
127 1400 SPLITTER BOX
129 1408 MEMBRANE BIOREACTOR BASIN 1
130 1409 MEMBRANE BIOREACTOR BASIN 2
130 1412 MEMBRANE BIOREACTOR BLOWERS
132 1413 CHEMICAL CLEANING
133 1414 PH ADJUSTMENT
134 1416 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 1 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 (April2019)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.
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%/l00%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 minutes and responses to County reviews.
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 COO l 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 CI 10 PRESSURE SEWER PLAN& PROFILE-11
29 Cl 11 PRESSURE SEWER PLAN&PROFILE-12
--- _s ui_..i. n....... A 47 Cvi.:hif 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 C112 PRESSURE SEWER PLAN&PROFILE-13
31 C 113 PRESSURE SEWER PLAN&PROFILE-14
32 Cl 14 PRESSURE SEWER PLAN&PROFILE-15
33 C 115 PRESSURE SEWER PLAN&PROFILE-16
34 C 116 PRESSURE SEWER PLAN&PROFILE-17
35 Cl 17 PRESSURE SEWER PLAN&PROFILE-18
36 Cl 18 PRESSURE SEWER PLAN&PROFILE-19
37 CI 19 PRESSURE SEWER PLAN&PROFILE-20
38 Cl 19 PRESSURE SEWER PLAN&PROFILE-21
39 Cl 19 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 C119 PRESSURE SEWER PLAN&PROFILE-29
47 C119 PRESSURE SEWER PLAN&PROFILE-30
48 C119 PRESSURE SEWER PLAN&PROFILE-31
49 C119 PRESSURE SEWER PLAN&PROFILE-32
50 CI 19 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 Cl 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 CI 19 PRESSURE SEWER PLAN& PROFILE-41
59 Cl 19 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 CI 19 PRESSURE SEWER PLAN&PROFILE-44
62 C119 PRESSURE SEWER PLAN&PROFILE-45
63 Cl 19 PRESSURE SEWER PLAN&PROFILE-46
64 CI 19 PRESSURE SEWER PLAN&PROFILE-47
65 CI I PRESSURE SEWER PLAN&PROFILE-48
66 C119 PRESSURE SEWER PLAN&PROFILE-49
67 CI 19 PRESSURE SEWER PLAN&PROFILE-50
68 CI 19 PRESSURE SEWER PLAN&PROFILE-51
69 C119 PRESSURE SEWER PLAN&PROFILE-52
70 C119 PRESSURE SEWER PLAN&PROFILE-53
71 C119 PRESSURE SEWER PLAN&PROFILE-54
72 C119 PRESSURE SEWER PLAN&PROFILE-55
73 C119 PRESSURE SEWER PLAN&PROFILE-56
74 Cl 19 PRESSURE SEWER PLAN&PROFILE-57
75 Cl 19 PRESSURE SEWER PLAN&PROFILE-58
76 C119 PRESSURE SEWER PLAN&PROFILE-59
77 C119 PRESSURE SEWER PLAN&PROFILE-60
78 C119 PRESSURE SEWER PLAN&PROFILE-61
79 Cl 19 PRESSURE SEWER PLAN&PROFILE-62
80 C119 PRESSURE SEWER PLAN&PROFILE-63
81 Cl 19 PRESSURE SEWER PLAN&PROFILE-64
82 C119 PRESSURE SEWER PLAN&PROFILE-65
83 CI I9 PRESSURE SEWER PLAN& PROFILE-66
84 Cl 19 PRESSURE SEWER PLAN&PROFILE-67
85 C119 PRESSURE SEWER PLAN&PROFILE-68
86 Cl 19 PRESSURE SEWER PLAN&PROFILE-69
87 C119 PRESSURE SEWER PLAN&PROFILE-70
88 Cl 19 PRESSURE SEWER PLAN&PROFILE-71
89 Cl 19 PRESSURE SEWER PLAN&PROFILE-72
90 CI I9 PRESSURE SEWER PLAN&PROFILE-73
91 C119 PRESSURE SEWER PLAN&PROFILE-74
92 C119 PRESSURE SEWER PLAN&PROFILE-75
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 CI 19 PRESSURE SEWER PLAN&PROFILE-77
95 CI 19 PRESSURE SEWER PLAN&PROFILE-78
96 C119 PRESSURE SEWER PLAN&PROFILE-79
RESTORATION DETAILS '
97 R100 RESTORATION KEY PLAN—NESS' CORNER ROAD- 1
98 R101 RESTORATION KEY PLAN—NESS'CORNER ROAD-2
99 R102 NESS' CORNER ROAD RESTORATION DETAILS- 1
100 R103 NESS'CORNER ROAD RESTORATION DETAILS-2
101 R104 RESTORATION KEY PLAN—CHIMACUM ROAD- 1
102 R105 RESTORATION KEY PLAN—CHIMACUM ROAD-2
103 R106 CHIMACUM ROAD RESTORATION DETAILS- 1
104 R107 CHIMACUM ROAD RESTORATION DETAILS-2
105 R108 RESTORATION KEY PLAN—LOCAL ROADS- 1
106 R109 RESTORATION KEY PLAN—LOCAL ROADS-2
107 R110 RESTORATION KEY PLAN—LOCAL ROADS-3
108 RI1 I RESTORATION KEY PLAN—LOCAL ROADS-4
109 Rl 12 LOCAL ROADS RESTORATION DETAILS- 1
110 RI 13 LOCAL ROADS RESTORATION DETAILS-2
111 RI 14 LOCAL ROADS RESTORATION DETAILS-3
112 R115 LOCAL ROAD RESTORATION DETAILS-4
PIPELINE&SERVICE CONNECTION DETAILS
113 P101 SERVICE CONNECTION PLANS— 1
114 P102 SERVICE CONNECTION PLANS—2
115 P103 SERVICE CONNECTION PLANS—3
116 P104 SERVICE CONNECTION PLANS—4
117 P105 SERVICE CONNECTION DETAILS - 1
118 P106 SERVICE CONNECTION DETAILS -2
119 P107 SERVICE CONNECTION DETAILS-3
120 P108 SERVICE CONNECTION DETAILS-4
Scope of Work Page A-20 Exhibit A
Jefferson 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
GRINDER PUMP INSTALLATION DETAILS
121 GP 101 GRINDER PUMP INSTALLATION PLANS— 1
122 GP 102 GRINDER PUMP INSTALLATION PLANS—2
123 GP103 GRINDER PUMP INSTALLATION PLANS—3
124 GP 104 GRINDER PUMP INSTALLATION PLANS—4
125 GP105 GRINDER PUMP INSTALLATION DETAILS- I
126 GP106 GRINDER PUMP INSTALLATION DETAILS-2
127 GP107 GRINDER PUMP INSTALLATION DETAILS -3
128 GP108 GRINDER PUMP INSTALLATION DETAILS -4
ELECTRICAL DRAWINGS
129 El ELECTRICAL LEGEND
130 E2 ELECTRICAL SITE PLAN—TYPICAL- 1
131 E3 ELECTRICAL SITE PLAN—TYPICAL- 1
132 E4 ELECTRICAL INSTALLATION AND DETAILS -I
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
•
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 EIO TYPICAL CONTROL PANEL INSTALLATION - 1
139 El I TYPICAL CONTROL PANEL INSTALLATION-2
140 El2 TYPICAL CONTROL PANEL INSTALLATION-3
141 E 13 SCHEMATICS l
142 El4 SCHEMATICS 2
143 EIS SCHEMATICS 3
144 El6 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
This page intentionally left blank.
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 B-1 Exhibit B
4. Fixed Fee: The Fixed Fee, which represents the CONSULTANT'S profit, is shown in
Exhibit"B"of this AGREEMENT. This fee is based on the Scope of Work defined in
this AGREEMENT and the estimated person-hours required to perform the stated Scope
of Work. In the event the CONSULTANT enters into a supplemental AGREEMENT for
additional work, the supplemental AGREEMENT may include provisions for the added
costs and an appropriate additional fee.The Fixed Fee will be prorated and paid monthly
in proportion to the percentage of work completed by the CONSULTANT and reported
in the Monthly Progress Reports accompanying the billings. Any portion of the Fixed Fee
earned but not previously paid in the progress payments will be covered in the final
payment, subject to the provisions of Section F below entitled "Payment Upon
Termination of Agreement."
5. Maximum Total Amount Payable: The Maximum Total Amount Payable by the
AGENCY to the CONSULTANT under this AGREEMENT shall not exceed the amount
shown in the heading of this AGREEMENT. The Maximum Total Amount Payable does
not include payment for Extra Work as stipulated below in the section"Extra Work."No
minimum amount payable is guaranteed under this AGREEMENT.
B. Monthly Progress Payments: The CONSULTANT may submit billings to the AGENCY for
reimbursement of Actual Costs plus the ICR and calculated fee on a monthly basis during the
progress of the work. Such billings shall be in a format approved by the AGENCY and
accompanied by the monthly progress reports. The billings will be supported by an itemized
listing for each item including Direct(RAW) Labor,-Birect Non-Salary, and allowable ICR
Costs to which will be added the prorated Fixed Fee. To provide a means of verifying the
billed Direct(RAW) Labor costs for CONSULTANT employees,the AGENCY may
conduct employee interviews.These interviews may consist of recording the names, titles,
Direct(RAW) Labor rates,and present duties of those employees performing work on the
PROJECT at the time of the interview.
C. Final Payment: Final Payment of any balance due the CONSULTANT of the gross amount
earned will be made promptly upon its verification by the AGENCY after the completion of
the work under this AGREEMENT, contingent, if applicable, upon receipt of all PS&E,
plans, maps, notes, reports, electronic data and other related documents which are required to
be furnished under this AGREEMENT.Acceptance of such Final Payment by the
CONSULTANT shall constitute a release of all claims for payment, which the
CONSULTANT may have
against the AGENCY unless such claims are specifically reserved in writing and transmitted
to the AGENCY by the CONSULTANT prior to its acceptance. Said Final Payment shall
not, however, be a bar to any claims that the AGENCY may have against the
CONSULTANT or to any remedies the AGENCY may pursue with respect to such claims.
The payment of any billing will not constitute agreement as to the appropriateness of any
item.
D. Inspection of Cost Records: The CONSULTANT and their sub-consultants shall keep
available for inspection by representatives of the AGENCY, for a period of six (6)years after
receipt of final payment,the cost records and accounts pertaining to this AGREEMENT and
all items related to or bearing upon these records with the following exception: if any
litigation, claim or audit arising out of, in connection with or related to this AGREEMENT is
Payment Provisions Page 8-2 Exhibit 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: (I)
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(I.)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 B
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
Hi 3Ili 1I�d l = +Icy: l iIF� I !! ,s: 1 r §I y 1 � ply !!! 'ltf ��alipli2, )
M I II
,
, ! 1, 1 • [• _..,. . . . . , 1
yi~ s si 3 1 3 3 9_ 9- 1 R
a
.0 j
ag
4 I33�399 !II- :- '.I!4 I3 l;.vs -?is 3. to— - Ed , ' i°31 in ill: ww!!!!In
R=' S 3_ •�
}� 111 aaaaa;a efeeg, 1
to 11
R a
� I t9, i 1
P�...,5 a I I aF.A..-
t ._.......t
.........12.94. 5 ^ ^ 3 ! a i i 3
I .m........
a.w...3 ^ ^ 3 3 = 3 •• a J ^ a a R
I
• Iw.v. " ^ ^ a' I ! a a J R — -, ' 2 _I o
a.....x3 a R - - a - - — aA a a-
3 A . 3 s t— .. I —s t . - —. • • m
•
...•......•- .1 3 e It I I tt A -- a.^
1. ^ -' 3 3 ? 9 a a t ' a-' a.a 1a83a
—^.
t..' R R 2 I - '
.....
I..;. 9 a - 3 3; 1 14 It a ^_ .
..
...i R a 111 lA R :: a - • a- 3 3 a
._. .....1 a •ac- 313 3j . - E? -- s: RYY
_ R aAF
*m..o.
3 i3 - x- -tt<rt,•ix tttte..tis 1: Pa • gstm lemP S R R}P]S a
3
-.t M. Eimm I etatxtxxxtel ;131ttstx.ts
- 30 t9 R RRRRRRR
.P
.or At
ill H H HUH!
F O 000m111 1111111111111 111111m 1001111 11U1101
14
This page intentionally left blank.
Page 8-6
I 9
11
C i
Z
I
1p 1191a14 ! g!!!! al! 1 Ifsi
1 1
i
9
.....a + az.z..I. z__�.^^ a
e I z...
_... 1 1 3
.W..N.;•• $ I RR a R. 2. G a
rN wa.
,gwow* R a I A•R = 4.2
a 3
.... is.....3 . ,. i CO
12
... r.w
• .....,r„. A 12854 A R2RRN R 2..
.ww.ro 7.
uw' RAR A
....«...w a a
.r.....,3 a 3 3 RR !ISAR a•^ 3
....F w. a
waE y.. a R
...ro.........
e - . a
.w..naV.
j c�R A p A R a 2 3 4 R'3 a:R g A a Y a A '5.. a 2 RA a
P 11 4 j
...raaR Ra8aa8RRRR ^^^^^"^ GG Sai
..y_•.• AMR
;gi g.. ........^..w..... �::
I SSu IIIIIIHHH guguu ill I
1 1111 ilk#lluufi 1111111111 iHH #
H z i3a
� 1:$
i 1 ill b1Hhii b1HJn11 In
This page intentionally left blank.
Page B-8
Tetra Tech, Inc
Consultant Rates
23-Dec-19
Overhead rate 171.44%
Staff Member 2020 Raw Rate Overhead BurdenedTotal Effective Multiplier
Marcos Lopez $ 98.85 $ 169.47 $ 268.32 2.71
Jill Hudkins $ 109.13 $ 187.09 $ 296.22 2.71
Kevin Dour $ 86.25 $ 147.87 $ 234.12 2.71
Jim Santroch(1) $ 92.42 $ 62.85 $ 155.27 1.68
Andy Colby $ 45.87 $ 78.64 $ 124.51 2.71
Grizelda Saha $ 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.
This page intentionally left blank.
•
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
4
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 (1) $ 58,566,430 $ (3,140,310) $ 55,426,120 $ 52,699,804 $ 2,726,316
Overhead Costs-Fringe Benefits
Time Off with Pay-
Vacation/Holiday/Paid Leave $ 9,969,085 $ - $ 9,969,085 $ 9,677,589 $ 291,496
Incentive Bonus 5,513,198 - 5,513,198 5,506,448 6,750
Payroll Taxes 7,030,503 - 7,030,503 6,763,590 266,913
Group Insurance and Workers Compensation 9,582,192 - 9,582,192 9,180,025 402,167
401k Plan 4,585,246 - 4,585,246 4,423,162 162,084
Other Employee Welfare and Benefits (2) 822,765 (257,677) 565,088 557,056 8,032
Subtotal Overhead Costs-Fringe Benefits 37,502,989 (257,677) 37,245,312 36,107,870 1,137,442
Overhead Costs-Other
Indirect Labor(support allocation) (2),(8) 13,485,876 (514,667) 12,971,209 12,297,520 640,702
Indirect Labor(field labor allocation) - - - - 32,987
Indirect Labor Premium Overtime 253,769 - 253,769 133,322 114,549
Indirect Labor Premium Overtime(field labor allocation) - - - - 5,898
Travel,Meals and Entertainment (4) 1,148,581 (206,733) 941,848 905,126 36,722
Recruiting,Relocation,Conferences and Dues (5) 995,145 (31,695) 963,450 926,025 37,425
Hardware,Software and Equipment Related Costs 5,750,281 - 5,750,281 5,534,864 215,417
Technology Usage-Direct Cost Credit (227) - (227) (38) (189)
Technology Usage-Transfer to G&A (6,230) - (6,230) (6,230) -
Vehicle Related Costs(support allocation) 1,152,059 - 1,152,059 760,416 250,216
Vehicle Related Costs(field labor allocation) - - - - 141,427
Vehicle Usage-Direct Cost Credit(support allocation) (694,549) - (694,549) (454,668) (153,257)
Vehicle Usage-Direct Cost Credit(field labor allocation) - - - - (86,624)
Vehide Usage-Transfer to G&A (4,710) - (4,710) (4,710) -
Insurance 865,136 - 865,136 812,878 52,258
Taxes and Licenses 474,883 - 474,883 456,356 18,527
Professional,Outside Services and Fees (6) 1,956,891 (136,718) 1,820,173 1,762,596 57,667
Office Supplies,Postage and Shipping 686,419 - 686,419 679,907 6,512
Telecommunications 1,276,010 - 1,276,010 1,230,734 45,276
Building Rent and Related Costs 8,165,830 - 8,165,830 8,139,861 25,969
Depredation and Amortization 746,933 - 746,933 744,607 2,326
Bad Debts (9) 544,291 (544,291) - - -
Fines and Penalties (7) 1,421 (1,421) - - -
Other Overhead Costs (13) 688,277 (257,625) 430,652 415,339 15,313
State Income Taxes 1,657,877 - 1,657,877 1,605,623 52,254
Subtotal Overhead Costs-Other 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
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
This page intentionally left blank.
EXHIBIT C—ALLEGED CONSULTANT DESIGN ERROR PROCEDURES
The purpose of this exhibit is to establish a procedure to determine if a consultant's alleged design
error is of a nature that exceeds the accepted standard of care. In addition, it will establish a uniform
method for the resolution and/or cost recovery procedures in those instances where the agency
believes it has suffered some material damage due to the alleged error by the consultant.
Step 1 Potential Consultant Design Error(s) is Identified by Agency's Project Manager
At the first indication of potential consultant design error(s),the first step in the process is for
the Agency's project manager to notify the Director of Public Works or Agency Engineer
regarding the potential design error(s). For federally funded highways projects,the Region
Local Programs Engineer should be informed and involved in these procedures. (Note: The
Director of Public Works or Agency Engineer may appoint an agency staff person other than
the project manager, who has not been as directly involved in the project,to be responsible
for the remaining steps in these procedures.)
Step 2 Project Manager Documents the Alleged Consultant Design Error(s)
After discussion of the alleged design error(s)and the magnitude of the alleged error(s),and
with the Director of Public Works or Agency Engineer's concurrence,the project manager
obtains more detailed documentation than is normally required on the project. Examples
include: all decisions and descriptions of work; photographs, records of labor,materials and
equipment.
Step 3 Contact the Consultant Regarding the Alleged Design Error(s)
If it is determined that there is a need to proceed further,the next step in the process is for the
project manager to contact the consultant regarding the alleged design error(s)and the
magnitude of the alleged error(s). The project manager and other appropriate agency staff
should represent the agency and the consultant should be represented by their project
manager and any personnel(including sub-consultants)deemed appropriate for the alleged
design error(s) issue.
Step 4 Attempt to Resolve Alleged Design Error with Consultant
After the meeting(s)with the consultant have been completed regarding the consultant's
alleged design error(s),there are three possible scenarios:
• It is determined via mutual agreement that there is not a consultant design
error(s). If this is the case,then the process will not proceed beyond this point.
• It is determined via mutual agreement that a consultant design error(s)occurred. If
this is the case,then the Director of Public Works or Agency Engineer,or their
representatives, negotiate a settlement with the consultant. The settlement would
be paid to the agency or the amount would be reduced from the consultant's
agreement with the agency for the services on the project in which the design error
took place. For federally funded highways projects,the agency is to provide Local
Programs(LP),through the Region Local Programs Engineer,a summary of the
settlement for review and to make adjustments, if any, as to how the settlement
affects federal reimbursements.No further action is required.
• 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.
.. r .r. • D....../` ' r..L.�..
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.
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.
^.--`'-- ---' ` ----'--- "--- P....,, n C.,l.a.:•fl