Loading...
054-18 - RH2 Engineering, Inc. - Contract0R101NAL-LPAGE 110._,L-- or- PAGES CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT THIS Agreement is made effective as of the 24" day of July 20181 by and between the City of Port Orchard, a municipal corporation, organized under the laws of the State of Washington, whose address is: CITY OF PORT ORCHARD, WASHINGTON (hereinafter the "CITY") 216 Prospect Street Port Orchard, Washington 98366 Contact: Mayor Robert Putaansuu Phone: 360.876.4407 Fax: 360.895.9029 RH2 Engineering, Inc. a corporation, organized under the laws of the State of Washington, doing business at: RH2 Engineering, Inc. 22722 29th Drive SE, Suite 210 Bothell, WA 98021 Contact: John Hendron, P.E. Project Manager (hereinafter the "CONSULTANT") Phone: 425.951.5400 for professional services in connection with the following Project: 2018 - 2019 Marina Pump Station Rebuild Project (30% Design & Permit Coordination) TERMS AND CONDITIONS 1. Services by Consultant. A. Consultant shall perform the services described in the Scope of Work attached to this Agreement as Exhibit "A & B." The services performed by the Consultant shall not exceed the Scope of Work without prior written authorization from the City. B. The City may from time to time require changes or modifications in the Scope of Work. Such changes, including any decrease or increase in the amount of compensation, shall be agreed to by the parties and incorporated in written amendments to the Agreement. 2. Schedule of Work. A. Consultant shall perform the services described in the Scope of Work in accordance with the Tasks identified within Exhibit "A & B" and the Terms of this Agreement. If delays beyond Consultant's reasonable control occur, the parties will negotiate in good faith to determine whether an extension is appropriate. B. Consultant is authorized to proceed with services upon receipt of a written Notice to Proceed. City of Port Orchard and RH2 Engineering, Inc. Public Works Project No. PW2018-019 Professional Service Agreement Contract No. C054-18 Lighthouse Rev 3/16/2016 1 of 8 OI�IGINAL_[__PAGE NO oZOF1.5 PAGIwS 3. Terms. This Agreement shall commence on July 24, 2018 ("Commencement Date") and shall terminate July 31, 2019 unless extended or terminated in writing as provided herein. Additionally, the City reserves the right to offer two -one year extensions prior to contract expiration to retain the selected company's services. 4. Compensation. ❑ LUMP SUM. Compensation for these services shall be a Lump Sum of $ X TIME AND MATERIALS NOT TO EXCEED. Compensation for these services shall not exceed 250,000.00 without written authorization and will be based on the list of billing rates and reimbursable expenses attached hereto as Exhibit "C." ❑ TIME AND MATERIALS. Compensation for these services shall be on a time and material basis according to the list of billing rates and reimbursable expenses attached hereto as Exhibit ❑ OTHER. 5. Payment. A. Consultant shall maintain time and expense records and provide them to the City monthly after services have been performed, along with monthly invoices in a format acceptable to the City for work performed to the date of the invoice. B. All invoices shall be paid by City warrant within sixty (60) days of receipt of a proper invoice. If the City objects to all or any portion of any invoice, it shall so notify the Consultant of the same within fifteen (15) days from the date of receipt and shall pay that portion of the invoice not in dispute, and the parties shall immediately make every effort to settle the disputed portion. C. Consultant shall keep cost records and accounts pertaining to this Agreement available for inspection by City representatives for three (3) years after final payment unless a longer period is required by a third -party agreement. Copies shall be made available on request. D. On the effective date of this Agreement (or shortly thereafter), the Consultant shall comply with all federal and state laws applicable to independent contractors, including, but not limited to, the maintenance of a separate set of books and records that reflect all items of income and expenses of the Consultant's business, pursuant to Revised Code of Washington (RCW) 51.08.195, as required by law, to show that the services performed by the Consultant under this Agreement shall not give rise to an employer -employee relationship between the parties, which is subject to Title 51 RCW, Industrial Insurance. E. If the services rendered do not meet the requirements of the Agreement, Consultant will correct or modify the work to comply with the Agreement. City may withhold payment for such work until the work meets the requirements of the Agreement. 6. Discrimination and Compliance with Laws A. Consultant agrees not to discriminate against any employee or applicant for employment or any other person in the performance of this Agreement because of race, creed, color, national origin, City of Port Orchard and RH2 Engineering, Inc. Public Works Project No. PW2018-019 Professional Service Agreement Contract No. C054-18 Lighthouse Rev 3/16/2016 2of8 ORIGINAL I PAGE NO � 01= 15 PAGf :; marital status, sex, age, disability, or other circumstance prohibited by federal, state, or local law or ordinance, except for a bona fide occupational qualification. B. Even though the Consultant is an independent contractor with the authority to control and direct the performance and details of the work authorized under this Agreement, the work must meet the approval of the City and shall be subject to the City's general right inspection to secure the satisfactory completion thereof. The Consultant agrees to comply with all federal, state and municipal laws, rules and regulations that are now effective or become applicable within the terms of this Agreement to the Consultant's business, equipment and personnel engaged in operations covered by this Agreement or accruing out of the performance of such operations. C. Consultant shall obtain a City of Port Orchard business license prior to receipt of written Notice to Proceed. D. Violation of this Paragraph 6 shall be a material breach of this Agreement and grounds for cancellation, termination, or suspension of the Agreement by City, in whole or in part, and may result in ineligibility for further work for City. 7. Relationship of Parties. The parties intend that an independent contractor -client relationship will be created by this Agreement. As the Consultant is customarily engaged in an independently established trade which encompasses the specific service provided to the City hereunder, no agent, employee, representative or sub -consultant of the Consultant shall be or shall be deemed to be the employee, agent, representative or sub -consultant of the City. In the performance of the work, the Consultant is an independent contractor with the ability to control and direct the performance and details of the work, the City being interested only in the results obtained under this Agreement. None of the benefits provided by the City to its employees including, but not limited to, compensation, insurance, and unemployment insurance are available fiom the City to the employees, agents, representatives or sub - consultants of the Consultant. The Consultant will be solely and entirely responsible for its acts and for the acts of its agents, employees, representatives and sub -consultants during the performance of this Agreement. The City may, during the term of this Agreement, engage other independent contractors to perform the same or similar work that the Consultant performs hereunder. S. Suspension and Termination of Agreement A. Termination without cause. This Agreement may be terminated by the City at any time for public convenience, for the Consultant's insolvency or bankruptcy, or the Consultant's assignment for the benefit of creditors. B. Termination with cause. The Agreement may be terminated upon the default of the Consultant and the failure of the Consultant to cure such default within a reasonable time after receiving written notice of the default. C. Rights Upon Termination. 1. With or Without Cause. Upon termination for any reason, all finished or unfinished documents, reports, or other material or work of Consultant pursuant to this Agreement shall be submitted to City, and Consultant shall be entitled to just and equitable compensation for any satisfactory work completed prior to the date of termination, not to exceed the total compensation set forth herein. Consultant shall not be entitled to any reallocation of City of Port Orchard and RH2 Engineering, Inc. Public Works Project No, PW2018-019 Professional Service Agreement Contract No. C054-18 Lighthouse Rev 3/16/2016 3 of 8 ORIGINAL I _PAGE NO q.OF ISPA,-ES cost, profit or overhead. Consultant shall not in any event be entitled to anticipated profit on work not performed because of such termination. Consultant shall use its best efforts to minimize the compensation payable under this Agreement in the event of such termination. Upon termination, the City may take over the work and prosecute the same to completion, by contract or otherwise. 2. Default. If the Agreement is terminated for default, the Consultant shall not be entitled to receive any further payments under the Agreement until all work called for has been fully performed. Any extra cost or damage to the City resulting from such default(s) shall be deducted from any money due or coming due to the Consultant. The Consultant shall bear any extra expenses incurred by the City in completing the work, including all increased costs for completing the work, and all damage sustained, or which may be sustained by the City by reason of such default. D. Suspension. The City may suspend this Agreement, at its sole discretion. Any reimbursement for expenses incurred due to the suspension shall be limited to the Consultant's reasonable expenses, and shall be subject to verification. The Consultant shall resume performance of services under this Agreement without delay when the suspension period ends. E. Notice of Termination or Suspension. If delivered to the Consultant in person, termination shall be effective immediately upon the Consultant's receipt of the City's written notice or such date as stated in the City's notice of termination, whichever is later. Notice of suspension shall be given to the Consultant in writing upon one week's advance notice to Consultant. Such notice shall indicate the anticipated period of suspension. Notice may also be delivered to the Consultant at the address set forth in Section 15 herein. 9. Standard of Care. Consultant represents and warrants that it has the requisite training, skill and experience necessary to provide the services under this agreement and is appropriately accredited and licensed by all applicable agencies and governmental entities. Services provided by Consultant under this agreement will be performed in a manner consistent with that degree of care and skill ordinarily exercised by members of the same profession currently practicing in similar circumstances. 10. Ownership of Work Product. A. All data, materials, reports, memoranda, and other documents developed under this Agreement whether finished or not shall become the property of City, shall be forwarded to City at its request and may be used by City as it sees fit. Upon termination of this agreement pursuant to paragraph 8 above, all finished or unfinished documents, reports, or other material or work of the Consultant pursuant to this Agreement shall be submitted to City. Any reuse or modification of such documents, reports or other material or work of the Consultant for purposes other than those intended by the Consultant in its scope of services shall be at the City's risk and without liability to the Consultant. B. All written information submitted by the City to the Consultant in connection with the services performed by the Consultant under this Agreement will be safeguarded by the Consultant to at least the same extent as the Consultant safeguards like information relating to its own business. If such information is publicly available or is already in Consultant's possession or known to it, or is rightfully obtained by the Consultant from third parties, the Consultant shall bear no responsibility for its disclosure, inadvertent or otherwise. The Consultant is permitted to disclose any such information to the extent required by law, subpoena or other court order.1601 City of Port Orchard and RH2 Engineering, Inc. Public Works Project No. P1T"2018-019 Professional Service Agreement Contract No. C054-18 Lighthouse Rev 3/16/2016 4of8 ORIGINAL PAGE NOS 01=_1_I'AG- 1 11. Work Performed at the Consultant's Risk. The Consultant shall take all precautions necessary and shall be responsible for the safety of its employees, agents and sub -consultants in the performance of the work hereunder, and shall utilize all protection necessary for that purpose. All work shall be done at the Consultant's own risk, and the Consultant shall be responsible for any loss or damage to materials, tools, or other articles used or held by the Consultant for use in connection with the work. 12. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including reasonable attorneys' fees, arising out of or resulting from the negligent acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries or damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is Subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, agents and Volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. The provisions of this section shall survive the expiration or termination of this Agreement. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONSULTANT'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER, 13. Insurance. The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. A. Minimum Scope of Insurance Consultant shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or a substitute form providing equivalent liability coverage and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury. The City shall be named by endorsement as an additional insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. City of Port Orchard and RH2 Engineering, Inc. Public Works Project No, PW2018-019 Professional Service Agreement Contract No. C054-18 Lighthouse Rev 3/16/2016 5 of 8 ORIGINAL I PAGC NO U OF 4. Professional Liability insurance appropriate to the Consultant's profession. B. Minimum Amounts of Insurance Consultant shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. 3. Professional Liability insurance shall be written with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. 4. Employer's Liability each accident $1,000,000, Employer's Liability Disease each employee $1,000,000, and Employer's Liability Disease — Policy Limit $1,000,000. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability, Professional Liability and Commercial General Liability insurance: 1. The Consultant's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not contribute with it. The Consultant's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City will not waive its right to subrogation against the Consultant. The Consultant's insurance shall be endorsed acknowledging that the City will not waive their right to subrogation. The Consultant's insurance shall be endorse to waive the right of subrogation against the City, or any self-insurance, or insurance pool coverage maintained by the City. 4. If any coverage is written on a "claims made" basis, then a minimum of a three (3) year extended reporting period shall be included with the claims made policy, and proof of this extended reporting period provided to the City. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. City of Port Orchard and RH2 Engineering, Inc. Public Works Project No. PW2018-019 Professional Service Agreement Contract No. C05448 Lighthouse Rev 3/16/2016 6 of 8 ORIGINAL. I PAGE NO Or 1? FAGCS 14. Assigning or Subcontracting. Consultant shall not assign, transfer, subcontract or encumber any rights, duties, or interests accruing from this Agreement without the express prior written consent of the City, which consent may be withheld in the sole discretion of the City. 15. Notice. Any notices required to be given by the City to Consultant or by Consultant to the City shall be in writing and delivered to the parties at the following addresses: Robert Putaansuu Mayor 216 Prospect Street Port Orchard, WA 98366 Phone: 360.876.4407 Fax: 360.895.9029 CONSULTANT Rick Ballard, P.E., Principal -in -Charge RH2 Engineering, Inc. 22722 29th Drive SE, Suite 210 Bothell, WA 98021 Phone: 425.951.5400 16. Resolution of Disputes and Governing Law. A. Should any dispute, misunderstanding or conflict arise as to the terms and conditions contained in this Agreement, the matter shall first be referred to the Mayor, who shall determine the term or provision's true intent or meaning. The Mayor shall also decide all questions which may arise between the parties relative to the actual services provided or to the sufficiency of the performance hereunder. B. If any dispute arises between the City and the Consultant under any of the provisions of this Agreement which cannot be resolved by the Mayor's determination in a reasonable time, or if the Consultant does not agree with the Mayor's decision on a disputed matter, jurisdiction of any resulting litigation shall be filed in Kitsap County Superior Court, Kitsap County, Washington. C. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. In any suit or action instituted to enforce any right granted in this Agreement, the substantially prevailing party shall be entitled to recover its costs, disbursements, and reasonable attorney's fees from the other party. 17. General Provisions. A. Non -waiver of Breach. The failure of either party to insist upon strict performance of any of the covenants and agreements contained herein, or to exercise any option herein contained in one or more instances, shall not be construed to be a waiver or relinquishment of said covenants, agreements, or options, and the same shall be in full force and effect. B. Modification. No waiver, alteration, modification: of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and the Consultant. C. Severability. The provisions of this Agreement are declared to be severable. If any provision of this Agreement is for any reason held by a court of competent jurisdiction to be invalid or unconstitutional, such invalidity or unconstitutionality shall not affect the validity or constitutionality of any other provision. City of Port Orchard and .RH2 Engineering, Inc. Public Works Project No, PW2018-019 Professional Service Agreement Contract No. C054-18 Lighthouse Rev 3/16/2016 7of8 ORIGINAL ` PAGE No. D or- KPAGES D. Entire Agreement. The written provisions of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner whatsoever, the Agreement or the Agreement documents. The entire agreement between the parties with respect to the subject matter hereunder is contained in this Agreement and the Exhibits attached hereto, which may or may not have been dated prior to the execution of this Agreement. All of the above documents are hereby made a part of this Agreement and form the Agreement document as fully as if the same were set forth herein. Should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, then this Agreement shall prevail. IN WITNESS WHEREOF, the parties have executed this Agreement on the day and year set forth above. CITY OF PORT ORCHARD, WASHINGTON By: Robert Putaansuu Mayor Date: ! 1 1 1I Attest: By: Brandy son, C C City Clerk APPROVED AS TO FORM: By: CONSULTANT Name: Richard L. Ballard Title: Director Date: 7 / 1 / Y S1 r6zi Cates City Attorney o gip= _ • SEAL -.N ALV..- .4 . 6 IWAbSiH�� City of Port Orchard and RN2 Engineering, Inc. Public Works Project No. PW2018-019 Professional Service Agreement Contract No. C054-18 8of8 Ltgttthouse Rev 3/16/2016 ONIGINALI PACE NO 9 OF )5 _PAGES EXHIBIT A Scope of Work City of Port Orchard Marina Pump Station Rebuild Phase 1— Preliminary Design and Site Selection June 2018 Background The City of Port Orchard (City) has retained RH2 Engineering, Inc., (111-12) to design the rebuilding of the aging Marina Sewer Pump Station. The pump station is located near the intersection of State Route (SR) 166 and Orchard Avenue. The existing pump station consists of two (2) Vaughan Chopper Pumps with a capacity of 1,150 gallons per minute (gpm) each, and two (2) Worthington pumps with a capacity of 3,600 gpm each. Both Worthington pumps, the existing generator, and the electrical systems are at the end of their useful life and in need of replacement. The pump station must be upgraded due to its lack of capacity to carry anticipated future hydraulic loads and because mechanical and sitework components have aged and reduced station reliability. In addition to replacing the pumps and electrical equipment, pump station access, valve replacements, wet well rehabilitation, and dry well ventilation need to be improved as part of this project if re -use of the existing pump station is chosen as an option. The existing seawall that protects the existing electrical and control building is corroded and no longer supporting the soil behind it. Remediation of the seawall must be addressed as part of this project regardless of the pump station option chosen. Upon further conversations with the City, the City would like to explore the possibility of relocating the Marina Sewer Pump Station to another site within or nearthe City's property around the marina. The proposed sewer pump station will be designed to blend in with future development along the SR 166 corridor (Bay Street) and the Port Orchard Marina. This task will require coordination with the architects and landscape architects of the developments on Bay Street and negotiation with the owner of these developments. RH2 proposes to divide the design of this project into two phases: Phase 1 — Preliminary Design and Site Selection; and Phase 2 — Final Design. A separate authorization will be mutually negotiated with the City for Phase 2, where RH2 will prepare the final design plans and specifications for the proposed sewer pump station improvements. During Phase 1, the City and RH2 will determine the preliminary location and layout for the proposed sewer pump station. Phase 1 also will entail identifying and describing Marina Pump Station improvements to be implemented within the next 2 years and over the next 20 years to accommodate anticipated growth identified in the City's 2016 General Sewer Plan. The team performing Phase 1 of this project is as follows: 1. RH2 will be the primary consultant managing the team, assisting with establishing design criteria, preparing mechanical and site drawings, and preparing the preliminary engineering report 2. BHC Consultants (BHC) will perform modeling to determine the size of emergency storage necessary for the City to reach its desired response time in the event of a station malfunction. 3. AES Consultants, Inc., (AES) will perform topographic surveying of the City -controlled area in the Marina Park and existing parking lot. 4. Anchor QEA will provide landscape architecture services to help integrate pump station components into the property controlled by the City on the waterfront. Anchor QEA also will collaborate with 1 7/17/2018 2:32 PM Z:\NewBusinesskProposal\PO\20180112_PO—Ml7-124—Marina Pump Station Rehulld\Contract\PSA_SOW_PO_Marina PS Predeslgn,docx ORIGINAL-1- -PA(--,F-- 0_O NO 1F ISPAGC_S City of Port Orchard Exhibit A Marina Pump Station Rebuild Phase 1 Scope of Work landscape architects for the new developments on Bay Street immediately across the street from the marina for design consistency. 5. Salt Studio will assist with conceptual design for aesthetic elements of above -grade structures associated with the proposed pump station. Salt Studio will collaborate with Anchor QEA and Bay Street developers for site design, and layout of pedestrian pathways and recreational uses of the Marina Park area in the vicinity affected by the pump station construction. Phase 1— Preliminary Design and Site Selection Task 1— Upstream Flow Analysis Objective: Perform an upstream hydraulic analysis to determine the necessaryvolume of emergency overflow storage. Approach: 1.1 Subcontract and coordinate with BHC to perform the hydraulic analysis of the upstream basins. BHC will work with RH2 and the City to set criteria for emergency storage expressed in terms of time to respond to a complete pump station failure after a high -alarm has been triggered. It is assumed that the collection system will be able to fill to the ground surface immediately adjacent to the pump station. BHC, working in collaboration with RH2, will recommend a response time and a design storm to establish criteria to recommend to the City. 1.2 Meet with BHC and the City to discuss the preliminary modeling results. Discuss alternatives for handling the emergency overflow storage needs. 1.3 Coordinate with the City and developers of Bay Street to locate storage facilities. At this time, RH2 assumes that the City may negotiate the abandonment of its right-of-way for property for pump station facilities and emergency storage. 1.4 Prepare preliminary design and cost estimate for emergency overflow storage at the proposed pump station. Revise design criteria to reduce size and expense of storage if the City believes the benefits brought by storage are not equal to the costs. 1.S Prepare a technical memorandum summarizing the hydraulic analysis, emergency overflow storage alternatives, and recommendation. Assumptions: BHC has developed and maintains a calibrated hydraulic model of the City's collection system. The model will be able to perform time -step simulations of domestic diurnal flow patterns superimposed on stormwater hydrographs of infiltration and inflow to help size emergency storage. It is assumed that emergency storage will be placed at the new Marina Pump Station and/or at pump stations upstream. Storage methods to evaluate include oversized pipelines (conveyance or offline) or underground concrete structures. Provided by City: O Real estate available at existing pump station for emergency storage and at upstream pump stations (Pottery and McCormick Woods). Feasibility analysis of acquiring property for emergency storage. 0 Opinion on amount of emergency response time desired. Generally, 1 hour of storage during peak day flow is recommended. 2 7/17/2018 2:32 PM Z:\NewBusiness\Proposal\PO\20180112 PO M17-124 Marina Pump Station Rebuild\Contract\PSA_SOW PO_Marina PS Predeslgn.docx ORIGINAL -A —PAGE NO_�_OFi. PAGES City of Port Orchard Exhibit A Marina Pump Station Rebuild Phase 1 Scope of Work • Attendance at meeting with RH2 and BHC. RH2 Deliverables: • Attendance at meeting with BHC and the City. • Preliminary design plans and cost estimate in electronic PDF. • Technical memorandum summarizing emergency overflow analysis and recommendation in electronic PDF. Task 2 — Pump Selection and Force Main Sizing Objective: Select pump and force main sizes and prepare a capital improvement plan for the timing of pump and force main upgrades. Approach: 2.1 Evaluate existing Marina Pump Station historical flow rate using telemetry data, the City's 2016 General Sewer Plan, and other information provided by the City. Extrapolate flows for 30-year design horizon. 2.2 Determine pumping configuration, type of pump, and capacity of the proposed sewer pump station. Coordinate pump type selection with site plan, maintenance requirements, and City preferences. 2.3 Develop system head curves for existing and future force mains. 2.4 Select preliminary pump models for near- and long-term hydraulic loads. 2.5 Meet with the City to discuss the results of the analyses of the historical flow, planned design criteria, and the proposed size and pump configuration to be used as the basis for the design of the new system. Incorporate City's comments and edits into the proposed preliminary design. 2.6 Create a phasing plan that shows the required installation of pumping, force main, and emergency storage facilities as needed based on the flow rates forecast in the City's 2016 General Sewer Plan. The goal of this phasing plan is to reduce cash flow peaks over the period between now and 2036 and construct or replace facilities as required by increasing flows. Assumptions: e RH2 will rely on the accuracy and completeness of Information, data, and materials produced or generated by the City or others in relation to this Scope of Work. Provided by City: e Preferences for pump station configuration and pump type. 0 Attendance at meeting to discuss proposed pump sizes and configurations. RH2 Deliverables: • Attendance at meeting to discuss proposed pump sizes and configuration. • Phasing plan for required sewer facilities improvements in electronic PDF. Task 3 — Site Alternative Analysis Objective: Assist the City with finding a location for the proposed pump station. 3 7/17/2018 232 PM Z:\NewBusiness\Proposal\PO\ZD180112—PO_MI7-124—Marina Pump Station Rehulld\Contract\PSA_SOW PO Marina PS Predeslgn.docx ORIGIPdAL 1 __PAGE NOJa, 01= IS PAGES City of Port Orchard Exhibit A Marina Pump Station Rebuild Phase 1 Scope of Work Approach: 3.1 Subcontract and coordinate with AES to provide horizontal and vertical survey control and topographic information, including surface features, underground utilities, topography, roadway and utility alignments, rights -of -way, property lines, and easements. Edit survey to RH2 layering and drafting standards. 3.2 Determine the physical dimensions of the proposed pump station's below and above -ground facilities (determined in Tasks 1 and 2). Specifically, the wet well, drywell, emergency storage, electrical panels, emergency pumping, emergency power, odor control, and ventilation. In addition to these items, the City may desire to add other functions to above -grade structures such as trash receptacle storage, emergency spill response trailer storage, restroom facilities, or other. With Anchor QEA's landscape architect, develop three (3) alternative site plans. Drafts of three (3) alternative layouts will be presented to the building architects and landscape architects for the proposed developments on Bay Street to determine if there are opportunities for land swap or inclusion of pump station facilities in a portion of the developers' property on Bay Street fronting the marina. Salt Studio and Anchor QEA will coordinate with the developer's building and landscape architects for layout of pedestrian pathways, parking and vehicle access, pump station building and landscape aesthetics, non -pump station functional requirements, and park features. Meet with City and developer's architects to present and select the preferred alternative. The scope of this work will be limited to the Department of Natural Resources (DNR) property controlled by the City and possibly the northern portions of the proposed developments on the north side of Bay Street near the existing pump station. 3.3 Prepare detailed cost matrices that evaluate cost considerations (including construction and operational costs) for each alternative. 3.4 Prepare conceptual final figure showing the proposed pump station situated within City -controlled property near the marina. 3.5 Identify permits that will be needed for the project and outline the permit schedule based on the information. Develop plans to prepare permit submittal. Assumptions: • Horizontal datum will be NAD 83/91 based upon existing City control. Vertical datum will be NAVD 88 based upon existing benchmarks set by the surveyor. • RH2 will assist the City with evaluating up to three (3) alternative site plans. • Developers will collaborate with City staff, the Anchor QEA landscape architect, and Salt Studio to site components of the pump station, including the wet well/dry well, emergency power, emergency pumping, electrical panel, and odor control facilities. The City will negotiate the use of developer property for these pump station components if it is determined that these components can reasonably be integrated into the new developments. RH2 Deliverables: • Detailed cost matrices in electronic PDF. o Figures showing the proposed sewer pump station components roughly to scale, routing of gravity and force main piping, and site plans in electronic PDF. Three (3) alternative site plans will be prepared. 4 7/17/2018 2:32 PM Z:\NewBusiness\Proposal\PO\20180112 PO_M17-124 Marina Pump Station Rebulld\Contract\P5A SOW PO Marina PS Predeslgn,docK ORIGINAL 1 PAGE NOAOF ISPAGES City of Port Orchard Exhibit A Marina Pump Station Rebuild Phase 1 Scope of Work • Two (2) meetings with City and Developer's architects to present options and select preferred alternative. • Conceptual final figure of proposed pump station In electronic PDF. Task 4 — Preliminary Engineering Report Objective: Create project report with preliminary site and mechanical plans for the proposed pump station and summarize sizing calculations for pumping equipment, emergency storage, and conveyance pipelines. Approach: 4.1 Create existing site plan showing surveyed information. 4.2 Subcontract and coordinate with Salt Studio and Anchor QEA to develop preliminary architectural and landscape features for the proposed sewer pump station. 4.3 Perform a desktop geotechnical analysis to estimate shoring and dewatering costs and recommend a geotechnical exploration plan. 4.4 Develop preliminary pump station structural, mechanical, and electrical design plans. 4.5 Develop a preliminary construction cost estimate for the proposed pump station based on selected alternative. 4.6 Prepare a project report summarizing the results of the previous tasks, including pump station location and access road improvements. Provide the City with two (2) copies of the preliminary design report for review. RH2 Deliverables: • One (1) copy of half-size preliminary design plans in electronic PDF. • One (1) copy of preliminary construction cost estimate in electronic PDF. • Two (2) hard copies of the project report for City review. Task 5 — Project Management Services and Coordination Objective: Provide project management services and coordinate data collection and related services for project completion. Approach: 5.1 Coordinate with the RH2 project team to track and monitor work elements accomplished, work items planned for the next phase, man-hours, scope changes, time, and budget needed to complete the work. Prepare monthly progress reports to summarize work accomplished for the month, anticipate work for the following month, and identify potential problems or changes. Submit a monthly invoice summarizing costs and remaining budget. 5.2 Document and retain information generated during the project. 5.3 Manage subconsultants with routine progress meetings, emails, and phone calls. Review subconsultant invoices and budgets. RH2 Deliverables: C Monthly invoices and progress reports in electronic PDF. 5 7/17/2018 2:32 PM Z:\NewAuslness\Proposal\PO\20180112 PO M17-124_Marina Pump Station Rebulld\Contract\PSA SOW_PO_Marina PS Predesl8n.docx EXHIBIT B City of Port Orchard Marina Pump Station Rebuild Phase 1- Preliminary Design and Site Selection Fee Estimate Description Total Total Labor Total Subconsultant Total Expense Total Coat Hours classification Task 1 U stream Flow Anal sis _ _ _ _ 107 $ 3i :$ _ 22;885 :$ _ :2189. $ - 43,729 Task 2 Pump Selection and Force Main Sliln 175 -$ 31,317 '$ - $ 11,633 $ 34,952 Task 3 Site Alternative Anal sls 1 154 1$ 14,2111 $ 97,3251`$ 4,276 $ 125.811 Task4 _._ Peallmirwary En neeiin Wort 1 195 Is 35,305 _$ - $- 4,4291$ 38,734 Tasks Project Mana ement services and Coordination . __ 28 _ '$ 6 60B 1 $ - $ 167 1 $ 6 775 PROJECTTOTAL 659. $ 116,096 -$ 120,210_ 1 $ 13,694.4 250,0001 ZA NowBusIaeffMPrcpoael1P0120100112,p0_M17.124 Madre Pump Stdon RebuYMCcnUacAP5A_FEE PO_MarIaa P$ Prodeslpn,xlam 7/17/201B 3:00 PM EXHIBIT C RH2 ENGINEERING, INC. 2018 SCHEDULE OF RATES AND CHARGES RATE LIST RATE UNIT Professional 1 $144 $/hr Professional ll $157 $/hr Professional III $170 $/hr Professional IV $180_ $/hr Professional V $197 $/hr Professional VI $209 $/hr Professional VII _ $227 $/hr Professional Vill $236 $/hr Professional IX $236 $/hr Technician 1 $104 $/hr Technician IL_ $110 $/hr Technician III _ _ $136 _ $/hr Technician IV $145 $/hr Administrative 1 $71 $/hr Administrative II $83 $/hr Administrative III $99 $/hr Administrative IV $117 $/hr Administrative V $135 $/hr CAD/GIS System $27.50 $/hr CAD Plots - Half Size $2.50 price per plot CAD Plots - Full Size $10.00 price per plot CAD Plots - Large $25.00 price per plot Copies (bw) 8.5" X 11" $0.09 price per copy Copies (bw) 8.5" X 14" $0.14 price per copy Copies (bw) 11" X 17" $0.20 price per cop Copies (color) 8.5" X 11" $0.90 price per copy Copies (color) 85' X 14" $1.20 price per copy Copies (color)11" X 17" $2.00 price per copy Technology Charge 2.50% % of Direct Labor Mileage $0.545 price per mile or Current IRS Rate) Subconsultants 15% Cost + butside_Services at cost Rates listed are adjusted annually.