Loading...
HomeMy WebLinkAbout000684 Original Contract#000684 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE THE CITY OF PORT ANGELES AND HERRERA ENVIRONMENTAL CONSULTANTS PSA 2093-10 Professional Services Agreement RELATING TO: STORMWATER ENGINEERING SERVICES THIS AGREEMENT is made and entered into this I I day of Q� 2313, by and between THE CITY OF PORT ANGELES, a non -charter code city of the State of Washington, (hereinafter called the "CITY") and HERRERA ENVIRONMENTAL CONSULTANTS, a Washington corporation authorized to do business in the state of Washington (hereinafter called the "CONSULTANT'). WHEREAS, the CITY desires engineering and consulting assistance related to stormwater systems; and WHEREAS, the CITY desires to engage the professional services and assistance of a qualified consulting firm to perform the Scope of Services as detailed in Exhibit A, and WHEREAS, the CONSULTANT represents that it is in full compliance with the statutes of the State of Washington for professional registration and/or other applicable requirements, and WHEREAS, the CONSULTANT represents that it has the background, experience, and ability to perform the required work in accordance with the standards of the profession, and WHEREAS, the CONSULTANT represents that it will provide qualified personnel and appropriate facilities necessary to accomplish the work; NOW, THEREFORE, in consideration of the above representations and the terms, conditions, covenants, and agreements set forth below, the parties hereto agree as follows: I SCOPE OF SERVICES General Scone. The Consultant will accomplish the work as described in scope of services attached in Exhibit A, and shall include all services and material necessary to accomplish the work. The CITY may review the CONSULTANTS services, and if they do not meet the Professional Standard of Care the CONSULTANT shall make such changes as may be required by the CITY. Such changes shall not constitute "Extra Work" as related in Section XII of this Agreement. Any changes made necessary due to causes outside the CONSULTANT'S reasonable control shall be provided as an extra work herein. The CONSULTANT agrees that all services performed under this Agreement shall be in accordance with the standards of the engineering profession for similar services on similar projects of like size and nature and in compliance with applicable federal, state and local laws. Page 1 of 8 The Scope of Services may be amended upon written approval of both parties. Il OWNERSHIP OF DOCUMENTS Upon completion of the work, all documents, exhibits, digital photos, or other presentations of the work, with the exception of those standard details and specifications regularly used by the CONSULTANT in its normal course of business, shall upon payment of all amounts rightfully owed by the CITY to the CONSULTANT herein become the property of the CITY for use without restriction ,and without representation as to suitability for reuse by any other party unless specifically verified or adapted by the CONSULTANT. However, any alteration of the documents, by the CITY or by others acting through or on behalf of the CITY, will be at the CITY's sole risk. III DESIGNATION OF REPRESENTATIVES Each party shall designate its representatives in writing. The CONSULTANT'S representative shall be subject to the approval of the CITY. Ili TIME OF PERFORMANCE The CONSULTANT may begin work upon written direction to proceed from CITY and the duration of the Agreement shall extend through January 31, 2015. The work shall be completed In accordance with the schedule set forth in the attached Exhibit D. V PAYMENT The CITY shall pay the CONSULTANT as set forth in this section of the Agreement. Such payment shall be full compensation for work performed, services rendered, and all labor, materials, supplies, equipment and incidentals necessary to complete the work. A. Payment shall be on the basis of the CONSULTANT'S cost for actual labor, overhead and profit plus CONSULTANT'S direct non -salary reimbursable costs as set forth in the attached Exhibit C. B. The CONSULTANT shall submit invoices to the CITY on a monthly basis. Invoices shall detail the work, hours, employee name, and hourly rate; shall itemize with receipts and invoices the non -salary direct costs; subconsuitants costs plus 3% fee; shall indicate the specific task or activity in the Scope of Service to which the costs are related; and shall indicate the cumulative total for each task. C. The CITY shall review the invoices and make payment for the percentage of the project that has been completed less the amounts previously paid. D. The CONSULTANT invoices are due and payable within 30 days of receipt. In the event of a disputed billing, only the disputed portion will be withheld from payment. E. Final payment for the balance due to the CONSULTANT will be made after the completion of the work and acceptance by the CITY. Page 2 of 9 F. Payment for "Extra Work" performed under Section XII of this Agreement shall be as agreed to by the parties in writing. VI MAXIMUM COMPENSATION Unless otherwise agreed to in writing by both parties, the CONSULTANT'S total compensation and reimbursement under thi's Agreement, including labor, direct non -salary reimbursable costs and outside services, shall not exceed the maximum sum of $119,844.00 The budget for each task is as set forth in the attached Exhibit B. Budgets for task(s) maybe modified upon mutual agreement between the two parties, but in any event, the total payment to CONSULTANT shall not exceed $119,844.00. VII INDEPENDENT CONTRACTOR STATUS The relation created by this Agreement is that of owner -independent contractor. The CONSULTANT is not an employee of the CITY and is not entitled to the benefits provided by the CITY to its employees. The CONSULTANT, as an independent contractor, has the authority to control and direct the performance within the scope of work. The CONSULTANT shall assume full responsibility for payment of all Federal, State, and local taxes or contributions imposed or required, including, but not limited to, unemployment insurance, Social Security, and income tax. VIII EMPLOYMENT Employees of the CONSULTANT, while engaged in the performance of any work or services under this Agreement, shall be considered employees of the CONSULTANT only and not of the CITY, and claims that may arise under the Workman's Compensation Act on behalf of said employees while so engaged, and any and all claims made by a third party as a consequence of any negligent act or omission on the part of the CONSULTANT'S employees while so engaged, on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT. In performing this Agreement, the CONSULTANT shall not employ or contract with any CITY employee without the CITY's written consent. IX NONDISCRIMINATION The CONSULTANT shall conduct its business in a manner which assures fair, equal and non- discriminatory treatment of all persons, without respect to race, creed or national origin, or other legally protected classification and, in particular: A. The CONSULTANT shall maintain open hiring and employment practices and will welcome applications for employment in all positions, from qualified individuals who are members of minorities protected by federal equal opportunity/affirmative action requirements; and, B. The CONSULTANT shall comply with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of nondiscriminatory requirements in hiring and employment practices and assuring the service of all persons without discrimination as to any person's race, color, religion, sex, Page 3 of 8 Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin. X SUBCONTRACTS A. The CONSULTANT shall not sublet or assign any of the work covered by this Agreement without the written consent of the CITY. B. In all solicitation either by competitive bidding or negotiation made by the CONSULTANT for work to be performed pursuant to a subcontract, including procurement of materials and equipment, each potential sub -consultant or supplier shall be notified by the CONSULTANT of CONSULTANT's obligations under this Agreement, including the nondiscrimination requirements. XI CHANGES IN WORK Other than changes directed by the CITY as set forth in Section I above, either party may request changes in the Scope of Services. Such changes shall not become part of this Agreement unless and until mutually agreed upon and incorporated herein by written amendments to this Agreement executed by both parties. XII EXTRA WORK The CITY may desire to have the CONSULTANT perform work or render services in connection with this Agreement, in addition to the Scope of Services set forth in Exhibit A and minor revisions to satisfactorily completed work. Such work shall be considered as "Extra Work" and shall be addressed in a written supplement to this Agreement. The CITY shall not be responsible for paying for such extra work unless and until the written supplement is executed by both parties. XIII TERMINATION OF AGREEMENT A. The CITY may terminate this Agreement at any time upon not less than ten (10) days written notice to the CONSULTANT. Written notice will be by certified mail sent to the CONSULTANT's designated representative at the address provided by the CONSULTANT. As a condition precedent to termination for cause the CONSULTANT shall be given the notice period to cure such cause and shall have failed to so cure. B. In the event this Agreement is terminated prior to the completion of the work, a final payment shall be made to the CONSULTANT, which, when added to any payments previously made, shall compensate the CONSULTANT for the work completed. C. In the event this Agreement is terminated prior to completion of the work, documents that are the property of the CITY pursuant to Section II above, shall be delivered to and received by the CITY prior to transmittal of final payment to the CONSULTANT. XIV INDEMNIFICATIONIHOLD HARMLESS CONSULTANT shall defend, indemnify and hold the CITY, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including Page 4 of 8 attorney fees, arising out of or resulting from the negligent acts, errors or omissions of the CONSULTANT in performance of this Agreement, except for injuries and damages caused by the sole negligence of the CITY. The CITY agrees to indemnify the CONSULTANT from any claims, damages, losses, and costs, including, but not limited to, reasonable attorney's fees and litigation costs, arising out of claims by third parties for property damage and bodily injury, including death, caused solely by the negligence or willful misconduct of the CITY, the CITY's employees, or agents in connection .with the work performed under this Agreement. If the negligence or willful misconduct of both CONSULTANT and the CITY (or a person identified above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense shall be shared between the CONSULTANT and the CITY in proportion to their relative degrees of negligence or willful misconduct and the right of indemnity shall apply for such proportion. 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, the CITY, and the officers, officials, employees, and volunteers of either, the CONSULTANT'S liability hereunder shall be only to the extent of the CONSULTANT'S negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the CONSULTANT'S waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. XV 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, employees or subcontractors. No Limitation. CONSULTANT'S maintenance of insurance as required by the agreement shall not be construed to limit the liability of the CONSULTANT to the coverage provided by such insurance, or otherwise limit the CITY'S recourse to any remedy available at law or in equity. 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; and, 2, Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury. The CITY shall be named as an insured Page 5 of 8 under the CONSULTANT'S Commercial General Liability insurance policy with respect to the work performed for the CITY; and, 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington; and, 4. Professional Liability insurance appropriate to the CONSULTANT'S profession. B. MINIMUM AMOUNTS OF INSURANCE CONSULTANT shall maintain the following insurance limits.- 1. imits: 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. 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. 2. The CONSULTANT shall provide CITY and all Additional Insureds with written notice of any policy cancellation within two (2) business days of their receipt of such notice. 3. Any payment of deductible or self-insured retention shall be the sole responsibility of the CONSULTANT. 4. The CONSULTANT'S insurance shall contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. 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. Page 6 of 8 XVI APPLICABLE LAW This Agreement shall be construed and interpreted in accordance with the laws of the State of Washington, and in the event of dispute the venue of any litigation brought hereunder shall be Clallam County. XVII EXHIBITS AND SIGNATURES This Agreement, including its exhibits, constitutes the entire Agreement, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following. exhibits are hereby made a part of this Agreement: Exhibit A -- Scope of Services Exhibit B -- Budget Exhibit C -- Consultant Labor Costs and Non -Salary Reimbursable Costs Exhibit D — Schedule of Tasks and Deliverables Page 7 of 8 IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and year first written above. CITY OF PORT ANGELES ZAPPOVED AS TO FORM: DAN McKEEN, CITY MANAGER WILLIAM E. SLOG CITY ATTORNEY CONSULTANT HERRERA ENVIRONMENTAL -CONSULTANTS ATTEST: JAV,�-SA HURD, CITY CLERK TITLE: � a C.� ����.� � ���JT Page 8 of 8 EXHIBIT A Scope of Services City of Port Angeles Stormwater Capital Projects Preconstruction Planning and Design On October 31, 2013, the City of Port Angeles (City), authorized Herrera Environmental Consultants (Herrera) to prepare a scope of work and cost estimate to provide assistance with preconstruction design for three stormwater capital projects. This scope of work includes a discussion of the activities, assumptions, and deliverables associated with the following tasks: ■ Task 1 — Preconstruction Planning and Design — Green LID Alley Project ■ Task 2 — Preconstruction Planning and Design — Peabody LID Water Quality Project ■ Task 3 --- Preconstruction Planning and Design — Decant Facility Project ■ Task 4 — Project Management/Contract Administration Zenovic and Associates, Associated Earth Sciences, Inc. (AESI), and Johnston Land Surveying will serve as subconsultants to Herrera for this project. Task 1— Preconstruction Planning and Design — Green LID Alley Project The consultant team will design a project to locate permeable pavement City alleys in the Peabody and Francis Street subbasins of Peabody Creek that currently drain to the City's Combined Sewer System. This task includes the following subtasks: ■ Subtask 1.1 — Geotechnical Study ■ Subtask 1.2 —Topographic Survey ■ Subtask 1.3 — Basin Modeling/ Hydraulic Analysis ■ Subtask 1.4 — Pre -design Report ■ Subtask 1.5 — Environment Permits ■ Subtask 1.6 -- 90 Percent Plans, Specifications, and Estimate ■ Subtask 1.7 —100 Percent Construction Plans and Specifications ■ Subtask 1. S — Grant Application Subtask 1.1— Geotechnical Study AESI will perform a brief review of readily available existing information including published geologic and hydrogeologic data and geotechnical information available for up to 10 project locations within the immediate vicinity of the project area. In addition, AESI will conduct a geologic reconnaissance to make detailed observations and map surface and geolo gic/hydro geologic features, which could be pertinent to the geotechnical components of the LID project. During this phase of the work, AESI will establish access requirements for exploration equipment and locate areas where detailed subsurface exploration is needed for up to six sites. November 21, 2013 1 of 12 Herrera Environmental Consultants EXHIBIT A Upon completion of the reconnaissance, AESI will initiate the first phase of subsurface exploration on up to six sites. The work will include excavation of up to two exploration borings at each site for a total of 12 borings. One of the borings will be excavated and backfilled using equipment and material provided by the City. The second boring at each site will be drilled using truck mounted equipment to depths ranging from 10 to 20 feet to determine the depth to soils that may be capable of infiltration. The geotechnical boring would be completed as a monitoring well to evaluate depth to ground water. The exploration borings will be performed under the full- time observation of an engineer or geologist who shall maintain detailed records of the conditions encountered in the borings and obtain representative samples for additional laboratory testing and classification. The following laboratory tests will be completed as needed: moisture content, grain size analyses, and classification tests to establish the properties of the soils encountered. Based upon the results of the Subsurface Exploration, AESI shall provide a summary memorandum of the subsurface conditions encountered. The memorandum will include a general description of the site conditions, the general geology of the area, and preliminary infiltration rates based upon grain size distribution only. Based upon the information collected in the Subsurface Explorations, AESI shall develop a plan to collect additional information by performing infiltration tests at the two preferred project locations. Depending upon the depth to infiltratable soils determined in the subsurface explorations, the testing would be limited to shallow depths using conventional excavation equipment. The Small -Scale Pilot Infiltration Test (PIT) method will be used which assumes a minimum of hours of inflow into the testing area, and then collection of falling head data. AESI anticipates a maximum of three areas for exploring the feasibility of infiltration. The locations would be dependent upon the results of the explorations. Upon completion of the Detailed Explorations, AESI shall perform engineering analyses to develop geotechnical recommendations for construction of this project. The results of the studies, along with the recommendations for design and construction, will be presented in a geotechnical report. Assumptions ■ This task will be led by AESI with guidance from Zenovic and Associates, Herrera, and the City ■ No soil or groundwater contamination is present at the sites ■ Any excess soil generated by subsurface exploration will be disposed of by the City ■ City will provide all needed ROW permits for work in the ROW ■ Potable water for infiltration testing is available from the City from local hydrants or City water truck. (Note: If local hydrants or a City water truck are not available as a water supply for testing, additional costs will be incurred to provide a constant source of water). ■ No traffic is control needed or will be supplied by the City. November 29, 2013 2 of 12 Herrera Environmental Consultants EXHIBIT A ■ AESI will notify the one call utility locate for each exploration. location ■ If existing utilities are present at the exploration boring or PIT sites, the City will have them clearedwith a private locating service in addition to the public utility notification service. Vactor truck services will be used to confirm utilities are not present prior to excavating the PIT with a backhoe. ■ The City will provide all base maps. ■ Each PIT will require up to 11 hours on site to complete excavation, testing, and backfill. Each PIT will be overexcavated to the maximum reach of the excavator, not to exceed a depth of 15 feet. ■ Sites are accessible for rubber -tired or tracked equipment. Sites are located in public right-of-way. No concrete coring or asphalt patching is included. If required, concrete coring or asphalt patching would be conducted for additional fees. No access to private property is required.. ■ The City will coordinate notification to private property owners of work. occurring in public right-of-way. ■ One vactor hole at each potential alley site will be excavated and baeldilled with equipment, material, and labor provided by the City to a depth of about 3.0 feet (or no more than 2 hours at each location), sampled every 2 feet by AESI with hand equipment. ■ One geotechnical boring at each potential alley site will be completed as a shallow hush -mounted groundwater monitoring well to a maximum depth of 20 feet completed by a licensed well driller using hollow -stein -auger equipment, sampled 2.5 -feet to a depth of 10 feet, and at 5 -foot intervals below 10 feet. ■ Minimal site restoration, to entail bucket -tamping of PIT backfill, backfill of the vactor boreholes with excavated material, and smoothing the ground surface with hand tools for PITS would be conducted by the consultant team. The City will be responsible for additional site restoration. ■ Groundwater mounding analysis is not included in the design. ■ Groundwater level monitoring is not included in this scope of work. Deliverables Preliminary Geotechnical Report (hard. copy [2 copies], Microsoft Word, and Adobe Acrobat format) Final Geotechnical Report (hard copy [2 copies], Microsoft Word, and Adobe Acrobat format) Subtask 1.2 — Topographic Survey Johnston Land Surveying will prepare a topographic survey of up to two alleys selected for the Green LID Alley project. The topographic survey will include all topographic features, benchmarks, utilities, and right-of-way and easements within the project boundaries. November 20, 2013 3 of 12 Herrera Environmental Consultants Assumptions Deliverables EXHIBIT A This task will be led by Johnston Land Surveying with guidance from Zenovic and Associates, Herrera., and the City. Assumes two standard City blocks (up to 20 feet wide). A11 work will be performed on the City's official datum: Nad 83(91) & NAVD 88 per City Ordinance 1995-2905 and Volume 34 of Surveys, Page 22. An electronic survey drawing will be provided as an AutoCAD and ASCII file. Subtask 1.3 - Basin Modeling/ Hydraulic Analysis Herrera will conduct a hydrologic analysis of the drainage subbasin using Western Washington Hydrology Model 201.2 (WWHM 2012). This analysis will estimate the reduction in stormwater attributed to the installation of permeable pavement, assist with sizing the aggregate layer for the permeable pavement, and determine if overflows from the system can be routed to the separate municipal stormwater system. Assumptions Deliverables This task will be led by Herrera. Modeling will be conducted using WWHM 2012. The results of this evaluation will be summarized in a drainage memorandum that will be provided to Zenovic and Associates for incorporation as an appendix of the pre -design report. Subtask 1.4 - Pre -design Report Zenovic and Associates will lead the preparation of the 30 percent design submittal and cost estimate for City and Ecology review with input from the Geotechnical Study (Subtask 1. 1), Survey (Subtask 1.2), and Basin Modeling/1-lydraulic Analysis (Subtask 1.3). Herrera will review and provide input on the permeable pavement sizing, benefits of permeable pavement, and water quality benefits to be highlighted in the pre -design report. Assumptions ■ This task will be led by Zenovic and Associates with guidance from Herrera and the City. November 20, 2013 4 of 12 Herrera Environmental Consultants Deliverables EXHIBIT A The 30 percent design submittal will not include drawing details. The 30 percent design will include a cover sheet, an index of drawings (to be prepared in later phases of design completion), and standard notes. Most of the drawing sheets will be placeholders in this version of the plan set. The City will provide one set of compiled comments on the pre -design report within two weeks of receipt. Draft Pre -Design Report (hard copy [4 copies], Microsoft Word, and Adobe Acrobat format) to the City by December 31, 201.3. Final Pre -Design Report (hard copy [4 copies], Microsoft Word, and Adobe Acrobat format) to Ecology by January 31, 2014. Subtask 1.5 -- Environment Permits Herrera will lead the preparation of the EZ1 Form for submittal to the Department of Archaeology and Historic Preservation (DAHP). Assumptions Deliverables This task will be led by Herrera. The City will be responsible for preparing and submitting State Environmental Policy Act (SEPA) documentation. Herrera will provide technical support with. SEPA documentation if requested. Draft EZ1 Form (Microsoft Word and Adobe Acrobat format) by December 31, 2013, Final EZ1. Form (Microsoft Word, and Adobe Acrobat fon-nat) by January 15, 2014. Subtask 1.6 — 90 Percent Plans, Specifications, and Estimate Zenovic and Associates will lead the preparation of the 90 percent construction plans and specifications for the City and Ecology based on the comments received on the pre -design report submitted for Subtask 1.5. Assumptions This task will be led by Zenovic and Associates with guidance from Herrera and the City. The 90 percent design drawings are expected to include the following drawing sheets (7 total sheets): November 20, 2013 5 of 12 Herrera Environmental Consultants Deliverables EXHIBIT A o Cover sheet and drawing index o Construction notes, legend, and list of abbreviations a Existing conditions site plan o Drainage plan and details o Alley paving plan and details o Temporary erosion and sediment control plan o Temporary erosion and sediment control details The City will provide one set of compiled comments on the 90 percent design submittal within two weeps of receipt. 90 percent design drawings, construction specifications, and engineer's estimate of construction cost (hard copy [2 copies] and Adobe Acrobat format) to the City by July 1, 2014. 90 percent design drawings, construction specifications, and engineer's estimate of Construction Cost (hard copy [2 copies] and .Adobe .Acrobat format) to Ecology by August 1,.2014. Written responses to Ecology comments as requested Subtask 1.7 --100 Percent Construction Plans and Specifications Based on City and Ecology comments on the 90 percent design submittal and cost estimate, Zenovie and Associates will prepare 100 percent design drawings, specifications, and bid documents. Assumptions Deliverables This task will be led by Zenovic and Associates with guidance from Herrera and the City. The final (100 percent) design will be prepared once comments on the 90 percent package are received. The final design subrxaittal will not be subject to revisions. 100 percent design drawings, construction specifications, and bid documents (hard copy [2 copies] and Adobe Acrobat format) to the City before December 31, 2014. Subtask 1.8 — Grant Application Herrera will prepare an Ecology stormwater grant application based on the project design. November 20, 2013 6 of 12 Herrera Environmental Consultants Assumptions Deliverables EXHIBIT A This task will be led by Herrera with guidance from Zenovic and Associates and the City. The schedule for this task will be determined based on when appropriate grant funding becomes available. The level of effort to prepare this grant application is based on past Ecology stormwater grant applications; additional budget may be required or support provided by City staff for more complicated grant applications. Draft grant application (hard copy [2 copies], Microsoft Word, and Adobe Acrobat format) Final grant application (hard copy [2 copies], Microsoft Word, and Adobe Acrobat format) Task 2 — Preconstruction Planning and Design — Peabody LID Water Quality Project The consultant team will design a project that will locate Filterra units (or a similar proprietary technology) in City right-of-way to reduce fecal coliform bacteria discharging into Peabody Creek. This task includes the following subtasks: ■ Subtask 2.1 — Project Site Assessment ■ Subtask 2.2 — Basin .Modeling/ Hydraulic Analysis ■ Subtask 2.3 — Pre -design Report ■ Subtask 2.4 — Environment Permits ■ Subtask 2.5 — Grant Application Subtask 2.1 — Project Site Assessment Herrera will perform reconnaissance of the project area in order to site water quality treatment facilities based on basin characteristics, boundaries, and potential/ existing fecal coliform bacteria sources. Assumptions Deliverables This task will be led by Herrera with support from City staff in identifying the preferred location for a water duality retrofit. Site reconnaissance work is assumed to include up to 4 hours plus travel time. Photo log summarizing field notes from site reconnaissance (Adobe Acrobat format) November 20, 2013 7 of 12 Herrera Environmental Consultants EXHIBITA Subtask 2.2 - Basin Modeling/ Hydraulic Analysis Herrera will conduct a hydrologic analysis of the drainage subbasin using WWHM 2012. This analysis will estimate the amount of stormwater being treated,. assist with facility sizing, and help with estimating the reduction in fecal coliform bacteria loading. Assumptions Deliverables This task will be led by Herrera. Modeling will be conducted using WWHNI 2012. The results of this evaluation will be summarized in a drainage memorandum that will incorporated as an appendix of the pre -design report. Subtask 2.3 Pre -design Report Herrera will lead the preparation of the conceptual design submittal and cost estimate for City and Ecology review with input from the Basin Modeling/Hydraulic Analysis (Subtask 2.2). Herrera will review and provide input on the water quality facility sizing, pollutant Loading reduction, and water quality benefits to be highlighted in the pre -design report. Assumptions Deliverables This task will be led by Herrera. The pre -design. report is expected to include a conceptual design figure prepared in GIS and a cross-section detail from the system manufacturer. The City will provide one set of compiled comments on the pre -design report within two weeks of receipt. Draft Pre -Design Report (hard copy [4 copies], Microsoft Word, and Adobe Acrobat format) to the City by December 31, 2013 Final Pre -Design Report (hard copy [4 copies], Microsoft Word., and Adobe Acrobat format) to Ecology by January 31, 2014 Subtask 2.4 -- Environment Permits Herrera will lead the preparation of the EZ1 Form for submittal to the Department of Archaeology and Historic Preservation (DAHP). November 20, 2013 8 of 12 Herrera Environmental Consultants Assumptions Deliverables EXHIBIT A This task will be led by Herrera. The City will be responsible for preparing and submitting State Environmental Policy Act (SEPA) documentation. Herrera will provide technical support with SEPA documentation if requested. Draft EZ1 Form (Microsoft Word and Adobe Acrobat format) by December 31, 2013 Final EZ1 Form (Microsoft Word, and Adobe Acrobat format) by January 15, 2014 Subtask 2.5 — Grant Application Herrera will prepare an Ecology stormwater grant application based on the project design. Assumptions Deliverables This task will be led by Herrera with guidance from Zenovic and Associates and the City. The schedule for this task will be determined based on when appropriate grant funding becomes available. The level of effort to prepare this grant application is based on past Ecology stormwater grant applications; additional budget may be required or support provided by City staff for more complicated grant applications. Draft grant application (hard copy [2 copies], Microsoft Word, and Adobe Acrobat format) Final grant application (hard copy [2 copies], Microsoft Word, and Adobe Acrobat format) Task 3 — Preconstruction Planning and Design — Decant Facility Project Herrera will prepare an alternatives analysis, pre -design report, and grant application to support replacement of the City's existing decant facility. Subtask 3.1— Alternatives Analysis Herrera will prepare a technical memorandum summarizing up to three decant facility alternatives based on function, location, and cost that will be folded into the pre -design report. November 20, 2013 9 of 12 Herrera Environmental Consultants Assumptions Deliverables EXHIBIT A Herrera will work with the City to develop decant facility criteria. The criteria will be applied to the three alternatives to evaluate engineering considerations and develop order of magnitude costs The results of this evaluation will be summarized in a memorandum that will be incorporated as an appendix of the pre -design report. Subtask 3.2 - Pre -design Report The conceptual design presented in the pre -design report will be based on further development of the criteria from Subtask 3.1. Herrera and the City will develop water quality performance and sizing criteria for the decant facility. Herrera will lead the preparation of a conceptual design submittal and cost estimate for City and Ecology review for the preferred alternative. The pre - design report will also describe further engineering analysis, survey, and geotechnical investigation needed. Assumptions Deliverables This task will be led by Herrera. The pre -design report is expected to include a conceptual design figure prepared in GIS. The City will provide one set of compiled comments on the pre -design report within two weeks of receipt. Draft pre -design report (hard copy [4 copies], Microsoft Word, and Adobe Acrobat format) to the City by December 31, 2013 Final pre -design report (hard copy [4 copies], Microsoft Word, and Adobe Acrobat format) to Ecology by January 31, 2014 Subtask 3.3 — Grant Application Herrera will prepare an Ecology stormwater grant application based on the project design. Assumptions This task will be led by . errera. The schedule for this task will be determined based on when appropriate grant funding becomes available. The level of effort to prepare this grant application is based on past Ecology stormwater grant applications; additional budget may be required or support provided by City staff for more complicated grant applications. November 20, 2013 10 of 12 Herrera Environmental Consultants Deliverables EXHIBIT A Drafi grant application (bard copy [2 copies], Microsoft Word, and Adobe Acrobat format) Final grant application (hard. copy [2 copies], Microsoft Word, and Adobe Acrobat format) Task 4 — Project Management/Contract Administration Herrera will be responsible for ongoing management and contract administration of this project, including tracking and updating the project schedule, preparing invoices, and coordinating work efforts with the City's project managers, Jonathan Boehme. Herrera's project manager (Rebecca Dugopolski) will have phone and e-mail contact with Jonathan Boehme on an as -needed basis. Specific project management duties include: 1. Coordination of Civil Erxgiareering/Survey/Geoteclinical work with etre City and other consultant team members. 2. Attending design/coordination meetings on a bi-monthly basis. 3. Reviewing and updating the project schedule. 4. Coordination with other agencies (such as the Washington. State Department of Ecology). Submitting monthly progress reports with invoices. Assumptions Deliverables This task will be led by Herrera with assistance fiom Zenovic and Associates at the project kickoff meeting and design/coordination meetings. City staff will administer the grant (including preparing and submitting quarterly project reports, invoices, and grant reimbursement forms to Ecology's financial manager), submitting documents and plans to Ecology, and will serve as the primary point of contact for Ecology. One project kickoff meeting (November 2013) and up to four design/coordination meetings (January 2014, March 201.4, May 2014, July 2014) will be held during the course of the project. The project kickoff meeting will be conducted via conference call. The other design/coord.ination meetings will either be in-person meetings or conference calls. Up to 2 Herrera staff will attend each meeting. Subconsultant staff support for these meetings is included in the respective tasks. Monthly invoices and progress reports November 20, 2013 11 of 12 Herrera Environmental Consultants EXHIBIT A Project ,schedule Proactive communications via email regarding issues potentially affecting scope, schedule, and/or budget. November 20, 2013 12 of 12 Herrera Environmental Consultants EXHIBIT B Stormwater Preconstruction. Planning and Design PSA 2013.10 Budget Task 1.0: Preconstruction Planning and Design — Green .LID Alley Project $79,135 Task 2.0: Preconstruction Planning and Design — Peabody LID Water Quality Project $10,289 Task 3.0: Preconstruction Planning and Design — Decant Facility Project $18,151 Task 4.0: Project Management/ Contract Administration $12,268 TOTAL: $119,844 EXHIBIT C Stormwater Preconstruction Planning and Design PSA 2013-10 Consultant Labor Costs Bourque, Tom Director of Engineering $61.00 $124.60 $19.52 $205.12 Larkin, Mary Senior Engineer $42.73 $87.28 $13.67 $143.69 - Wright, Tyson Senior Engineer $41.91 $85.61 $13.41 $140.93 Dugopolski, Rebecca Pro'eetEngineer $39.22 $80.11 $12.55 $131.89 Fontaine, Matt Project Engineer $39.06 $79.79 $12.50 $131.35 Machel, Heidi Project Engineer $36.37 $74.29 $11.64 $122.30 Matswnura, Kristen Engineer $25.25 $51.58 $8.08 $84.91 Schmidt, Jennifer ProjectCADIGIS $35.42 $72.35 $11.33 $1.1.9.11 Accounting $25.49 Sparano, Regina Administrator $52.07 $8.16 $85.72 Administrative $25.33 Robertson., Jeanne Coordinator $51.74 $8.11 $85.18 Direct Non -Salary Reimbursable Costs Ferry Day (r )und $34.60 Auto Use Mile $0.565 EXHIBIT D PSA 2013-10 City of Port Angeles Stormwater Capital Projects Preconstruction Planning and Design Schedule of Tasks and Deliverables TasklSubtask Project Site Assessment _ .._.._.. Deliverable Timeline " � r - .._..-... _ Subtask 1.1 - Geotechnical Study Preliminary Geotechnical Report TBD Draft Pre -design Report - �-. .............•..._. Final Geotechnical Report �. - __..........._ ....-..........__•. ...__.-.Subtask-l:�.---._...,1_?...�..,.X-a.^._•_�_•...-,-.,i,„... o o ra -,.....-�....e....-_.,.,.. T chic Survey ..-.. _..- Electronic SurveyDrawingTBD Environment 'Permits Subtask 1.3 - Basin Modeling/Hydraulic Analysis .. _-.._...---......___.. Drainage Memorandum December 31, 2013 Subtask 1.4 - Pre -design Report Draft Pre -design Report December 31, 2013 Draft and finalgrant application TBD, August 31 2014 Final Pre -design Report January 31, 2014 Subtask 1.5 - Environment Permits Draft EZ -1 Form December 31, 2013 Final EZ -1 Form January 15, 2014 - ---._...�._.-_...--...---...--....• .......... .... --. __....-.-...•_.--..... ... Subtask 1.6 - 90 Percent Plans, Specifications, and 90 percent design submittal July 1, 2014 Estimate (City) 90 percent design submittal August 1, 20.14 (Ecology) Written responses to Ecology TBD .......... 00 Percent Construction .............._.._-....--.-._............-.-..... comments as requested Subtask 1.7 -- 1 Plans mid 100 percent design submittal Before December 31, -Specifications--- --------_ _-.. _ _ 2014 Subtask 1.8 - Grant Application Draft and final grant application TBD, August 31., 2014 . -.-......Subtask 2_I..T Project Site Assessment _ .._.._.. Photo Log _- -. December 13, 2013 - S----------------2013--1-1 .............. - .._..-... _ Subtask 2.3 - Pre -design Report Draft Pre -design Report December 31, 2013 - __..........._ Final Pre -design Report _ Januar 31, 2014 - Subtask 2.4 •-- Environment 'Permits Draft EZ -1 Form December 31, 2013 --------- -.--.-- --- --_ - .. - Final EZ -1 Form — _January 15, 2014 ---..-.._.. Subtask 2.5 __.--- Grant Application Draft and finalgrant application TBD, August 31 2014 Subtask 3.1 -Alternatives Analysis Alternatives Analysis December 31, 2013 Memorandum Subtask 3.2 - Pre -design Report Draft Pre -design Report December 31, 201.3 Final Pre -design Report January 3l 2014 .......... -... .... -........ ......-......-.._..._._-.-.._...-._...w.-._.-.--._... _....._...-.. - ..__......_._.... .��-- --�— Subtask 3.3 - Grant Application Draft and final grant application TBD, August 31, 2014 Project schedule December 13, 2013 Monthly invoices and progress November 2013 - reoorts December 201.4 TBD: to be determined The proposed project timeline assumes that contracting paperwork is completed by Nov. 19, 2011 November 20, 2013 1 of I Herrera Environmental Consultants