Loading...
HomeMy WebLinkAbout5.788 Original ContractAGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF PORT ANGELES AND BROWN AND CALDWELL PROJECT 06 -01 5. 7813 RELATING TO: COMBINED SEWER OVERFLOW PROJECTS THIS AGREEMENT is made and entered into this day of 2006, by and between THE CITY OF PORT ANGELES, a non- chartode cii of the State of Washington, (hereinafter called the "CITY and BROWN AND CAL INC., a California Corporation authorized to do business in the state of Washington (hereinafter called the "CONSULTANT WHEREAS, the CITY desires engineering and consulting assistance related to predesign for combined sewer overflow projects; and WHEREAS, the CITY desires to engage the professional services and assistance of a qualified consulting firm to perform the scope of work 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 WORK The scope of professional services to be performed and the results to be achieved by the CONSULTANT shall be as detailed in the attached Exhibit A and shall include all services and material necessary to accomplish the work. The CITY may review the CONSULTANT'S work product, and if it is not satisfactory, 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. The CONSULTANT agrees that all services performed under this Agreement shall be in accordance with the standards of the engineering profession and in compliance with applicable federal, state and local laws in effect at the time services are performed. The Scope of Work may be amended upon written approval of both parties. PW 0410_01 Professional Services Agreement Page 1 of 8 [Revised [05/12/06] II OWNERSHIP OF DOCUMENTS Upon completion of the work, all documents, exhibits, photographic negatives, or other presentations of the work shall 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 and without liability on the part of CONSULTANT. 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. IV TIME OF PERFORMANCE The CONSULTANT may begin work upon execution of this Agreement by both parties and the duration of the Agreement shall extend through January 31, 2007. 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. 1. Labor costs shall be based on the hourly rates shown in Exhibit C. Hourly rates shall be based upon an individual's hourly wage, times the total number of hours worked, times a multiplier of 3.306 The multiplier shall include overhead, CADD, computer and profit. 2. The direct non salary reimbursable costs are those directly incurred in fulfilling the terms of this Agreement, including, but not limited to, travel, subsistence, telephone, reproduction and printing, supplies and fees of outside services and consultants B. The CONSULTANT shall submit invoices to the CITY on a monthly basis. Invoices shall detail the work, hours, employee name, and hourly rate; and invoices the non salary direct costs; shall indicate the specific task or activity in the Scope of Work to which the costs are related; and shall indicate the cumulative total for each task. PW 0410_01 Professional Services Agreement Page 2 of 8 [Revised [05/12/06] 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. 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 this Agreement, including labor, direct non salary reimbursable costs and outside services, shall not exceed the maximum sum of $338,977.98. The budget for each task is as set forth in the attached Exhibit B. Budgets for task(s) may be modified upon mutual agreement between the two parties, but in any event, the total payment to CONSULTANT shall not exceed $338,977.98. VII INDEPENDENT CONTRACTOR STATUS The relation created by this Contract is that of owner independent contractor. The Contractor is not an employee of the City and is not entitled to the benefits provided by the City to its employees. The Contractor, as an independent contractor, has the authority to control and direct the performance of the details of the services to be provided. The Contractor 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: PW 0410_01 Professional Services Agreement Page 3 of 8 [Revised [05/12/06] 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 non discriminatory requirements in hiring and employment practices and assuring the service of all persons without discrimination as to any person's race, color, religion, sex, 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 subconsultant 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 work. 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 project, in addition to the Scope of Work 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. 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 percentage of work completed. PW 0410_01 Professional Services Agreement Page 4 of 8 [Revised [05/12/06] 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 INDEMNIFICATION /HOLD HARMLESS CONSULTANT shall defend, indemnify and hold the CITY, its officers, officials, employees and authorized volunteers harmless from any and all claims, injuries, damages, losses or suits including reasonable attorney fees, arising out of or resulting from the negligent or wrongful acts, errors or omissions of the CONSULTANT in performance of this Agreement, except for injuries and damages caused by the negligence of the CITY. The CITY agrees to indemnify the CONSULTANT from any claims, damages, losses, and costs, including, but not limited to, attorney's fees and litigation costs, arising out of claims by third parties for property damage and bodily injury, including death, caused by the negligence or willful misconduct of the CITY, CITY's employees, or agents in connection with the work performed under this Agreement. If the negligence or willful misconduct of both CONSULTANT and 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. However, the CONSULTANT expressly reserves its rights as a third person set forth in RCW 51.24.035. 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. PW 0410_01 Professional Services Agreement Page 5 of 8 [Revised [05/12/06] 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 additional insured 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 Insurances 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. 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's insurance shall be endorsed to state that coverage shall not be cancelled, except after thirty (30) days prior written notice has been given to the City. The Consultant shall provide notification to City of any material changes in its coverages from the requirements set forth herein. PW 0410_01 Professional Services Agreement Page 6 of 8 [Revised [05/12/06] 3. Any payment of deductible or self- insured retention shall be the sole responsibility of the CONSULTANT. 4. The CONSULTANT'S insurance in B. above 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 Tess than A:VII. E. Verification of Coverage Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements required in C. above, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. 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. PW 0410_01 Professional Services Agreement Page 7 of 8 [Revised [05/12/06] 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 Work Exhibit B Budget for Each Task Exhibit C Consultant Labor Costs and Non -salary Reimbursable Costs Exhibit D Schedule for the Work IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and year first written above. CITY OF PORT ANGELES M AYOR CONSULTANT U lUke,ct,,Wet,th," TITLE: R ��`t./� �/k�` l PW 0410_01 Professional Services Agreement Page 8 of 8 [Revised [05/12/06] APPROVED AS TO FORM: WILLIAM E. BLOOR, CITY ATTORNEY ATTEST: BECKY J. UPTONY'CLF iK G: \Legal_Backup\AGREEMENTS &CONTRACTS \PUB WORKS \Professional Svc Agmt.051206.DOC Exhibit A SCOPE OF SERVICES for PRELIMINARY ENGINEERING of the PORT ANGELES FRANCIS STREET CSO DIVERSION PROJECT The City's Combined Sewer Overflow (CSO) plan (the Plan) dated May 2006 describes a number of capital improvements that when completed will control CSOs to a level as specified in an Agreed Order that is expected to be signed with the Washington Department of Ecology (Ecology) by October 2006. The Plan identifies a project to divert flow from the Francis Street overflow (CSO -010) directly to the treatment plant as a first step toward implementing CSO controls. This project is expected to provide the highest return to meeting the required level of control. Since the construction of this project could parallel, integrate with or encounter issues likely to be faced by two other CSO control projects (Pump Station 4 force mains and the Railroad Avenue Diversion sewer, which together will control the remaining 3 CSO outfall locations, CSOs 006, 007 and 008), the City would like to benefit from the deployment of any activities common to the Francis Street project. These activities may include surveys, mapping, environmental evaluations and identification of permitting requirements, cultural resource assessment and system configuration sufficient to define all three projects, determine their compatibility and validate their performance to the levels required. These activities would support decisions to be made as to what will be constructed and when. This Scope of Services provides for a preliminary design evaluation of the Francis Street Diversion and the two downtown CSO projects. This Scope of Services is based on the evaluation of three alternative configurations: 1) facilities as described in the Plan, 2) an upland diversion of flow from the Francis Street overflow through a gravity sewer to Water Street and then to the existing Port Angeles wastewater treatment plant via a directional drilled inverted siphon, and 3) piping and alignments similar to the Plan to the vicinity of the Industrial Water Line (IWL) standpipe, then directionally drilled to the plant headworks. The emphasis of the evaluation of alternatives will be a preference towards alternative 2. The scope of design and preparation of contract documents for the selected configuration of the Francis Street Diversion and any included components of the downtown projects will be developed from the conclusions of the preliminary design. The estimated schedule for completion of this Scope of Services is presented in Exhibit D. The Scope of Services has been separated into seven tasks for clarity that include project management, survey and base mapping, cultural resources assessment, geotechnical engineering, environmental studies and permitting, alternative development and selection, and an Engineering Report. The estimated cost for completing this Scope of Services is presented in Exhibit B. No contingency hours have been assumed or included in this estimate. Exhibit A, Scope of Services Page 1 of 7 July, 2006 Task 1. Project Management Objective: To provide overall leadership and team strategic guidance aligned with the City of Port Angeles (City) staff objectives. To coordinate, monitor, and control the project resources to meet the technical, communication, and contractual obligations required for developing and implementing the interceptor sewer. Activities: 1.1 Invoices /Status— Prepare monthly invoices, including expenditures by task, hours worked by project personnel, and other direct expenses with the associated backup. Comparisons of monthly expenditures and cumulative charges will be compared to budget by task, including cost -to- complete, earned value, cash flow, and certified firm participation. 1.2 Coordination with the Owner Maintain communication with the City through scheduled teleconference meetings (up to 6) and via email and fax communication. Coordination meetings may also be scheduled to coincide with onsite visits needed as part of the alternative development and evaluation or other data gathering efforts. 1.3 Management and Coordination of Staff Manage and coordinate the technical and scope issues of the overall project. Conduct progress meetings as appropriate. 1.4 Coordination of Subconsultants— Coordinate with subconsultants on specific tasks, scope, and budget. Conduct progress meetings as appropriate. 1.5 QA /QC— Conduct quality review of the design documents and related materials. Review the City's comments and QA /QC reviewers' comments and incorporate them into the final versions of the design documents. Task Deliverables BC shall deliver to the City a monthly invoice and status report covering the work on the project performed during the previous month, including a breakdown by Task of the previous month effort and any outstanding issues. Task 2. IWL Condition Assessment and Base Mapping with Supplemental Survey Objective: To assemble project base maps from City GIS mapping for the three alternative alignment corridors. Preliminary project mapping will be developed for presentation of alternative project facilities and to demonstrate suitability or shortcomings in existing information for final design. The Industrial Waterline (IWL) will be internally inspected via CCTV to determine suitability for pilling the Pump Station 4 force mains or otherwise used as a conduit for the pipe(s) to be installed as part of the CSO Plan. City Involvement: Provide existing area mapping for the area in AutoCAD format. Mapping should include contours, planimetric surface features and utilities in common horizontal and vertical datums Exhibit A, Scope of Services Page 2 of 7 July, 2006 across the project area. It is assumed that sufficient descriptive detail exists in electronic form over the extent of the project alternative alignments (except private utilities). Activities: BC shall gather existing mapping from which to prepare base maps for plan profile form drawings for presentation of each alternative. The drawings shall be prepared for presentation at 1 -inch equal to 20 -feet (horizontal scale) and area plans, such as launch and retrieval sites, at 1 -inch equal to 10 -feet (horizontal scale) for the 3 alternatives. The survey subconsultant shall provide specific spot elevations as needed or assist with identifying locations or elevations of critical above or below grade features such as storm drains. Vertical elevation information shall be provided in a common reference datum. The following assumptions are made with respect to identifying utilities and property lines at the preliminary design phase: 1. Utility lines and appurtenant structures shall include such systems as water supply, storm drainage, sewers, electrical, phone, cable TV, natural gas including valves, hydrants, drainage structures and sewer manholes (with rim and invert elevations), wells, cleanouts, vaults, risers, pedestals and meters. Where electronic utility drawings are available the information shall be incorporated into the project mapping by way of best fit. Copies of non electronic mapping are available with clear description for locating the utilities within the project corridors. 2. This scope does not include any survey of the right -of -way or individual properties. No right -of -way survey markers or property corners will be set and no recordable document will be produced. Task Deliverable Preliminary plan profile drawings and site plans. Task 3. Preliminary Cultural Resources Assessment Objective: To determine the likelihood of encountering cultural resources and to develop a plan for identifying and protecting cultural resources during the design phase. Participate in tribal discussions as may be required by state funding agencies. City Involvement: Provide historical information as may be available. Activities: Using historical documents and site reconnaissance surveys, the subconsultant will perform an assessment of the interceptor alignment for likelihood of cultural resources within the project area. This assessment will be performed in a manner consistent with professional standards in Washington State. A ranking of alternatives by their potential for impact on cultural resources will be provided. The Lower Elwha Klallam Tribe will be contacted to Exhibit A, Scope of Services Page 3 of 7 July, 2006 1 provide general project information and to solicit any concerns they may have about cultural resources. Task Deliverable Technical memorandum describing areas of concern for cultural resources and a ranking of alternatives for potential impacts to cultural resources and general considerations for protection during design and construction. Task 4. Preliminary Geotechnical Engineering Object:ve: To determine the soil characteristics and ground conditions along pipelines alignments and how those characteristics and conditions will influence construction. A focus will be placed on assessing conditions for application of trenchless construction methods. City Involvement Provide geotechnical data from previous vicinity geotechnical explorations or invasive work. Assist in obtaining right -of -way and right -of -entry permitting supporting of geotechmcal drilling Activities: The geotechnical subconsultant will perform reviews of historical geotechnical information and development data specific to the proposed projects. Their activities will include the following: 1. Drilling of 4 test borings for extraction of soils data and to identify groundwater conditions. These will be located at potential sites for launching directional drilling operations and near Ennis Creek. 2. Interpretation of soils and groundwater data as it pertains to excavations, directional drilling or other methods of construction, suitability of native soils for backfill, and dewatermg. 3. Recommendations on design or contract provisions related to performance of construction. Identification of any additional data needs to support the final design. 4. Preparation of a Geotechnical Interpretative Report, to be included as an Appendix to the Engineering Report (see Task 7) to document findings and recommendations. Task Deliverable. The subconsultant shall provide copies of the project geotechnical investigation report (Draft for comment and Final). Task 5. Environmental Characterization and Permit Identification Objective: Exhibit A, Scope of Services Page 4 of 7 July, 2006 To identify environmental issues that may require specific consideration in the design and construction phases. A list of anticipated permits for the CSO projects is presented in the CSO Plan (Table 7 -2) and served as the basis for this task effort. City Involvement: Identify City permits and provide application requirements. Activities: Under this task, the environmental subconsultant will review preliminary pipeline alternative corridors, and provide a screening level assessment of environmental and permitting considerations. A field reconnaissance will be performed of the pipeline alternatives. We will prepare a base map using existing maps provided by the City, including mapping of existing sensitive natural resources, zoning considerations, and other areas of environmental /community concern. The proposed alignments and staging /construction areas will be walked to determine if unmapped resources are available. Based on our understanding of the proposed alignments, potential permitting /regulatory requirements will be identified, and anticipated mitigation measures outlined in a permitting matrix for comparison of the three alternatives. Other potential concerns, such as neighborhood safety, noise, dust, and traffic concerns that could result in mitigation requirements will also be identified and characterized for each alternative. Task Deliverables Map(s) illustrating constraints identified in environmental survey Permitting matrix summarizing permitting /regulatory considerations for three alternative pipeline routes Task 6. Project Alternatives Development and Evaluation Objective: To develop three alternatives in sufficient detail, based on further flow analysis, to make a comparative selection. Conduct a process (Value Engineering /Business Case Evaluation), involving key City staff and decision makers for selection of the most cost effective and efficient project for meeting CSO control objectives. The process will be conducted in a workshop forum at Port Angeles. City Involvement Provide source flow measurement data and access to facilities as needed. Participate in the Value Engineering /Business Case Evaluation to be facilitated by BC; provide cross functional representatives (Operations, Maintenance, Engineering, Public Works and Finance) to participate. Activities: The following subtasks and activities are included within Task 6: Exhibit A, Scope of Services Page 5 of 7 July, 2006 a) Review and recommend methodology and basis for flow determination for purposes of reporting and refinement of CSO model. This subtask includes the following activities: Review 2004 -06 data and Geotivity methodology for measuring and reporting overflows. Verify weir elevations and prepare alternative calculation of overflows as field conditions may suggest. Review alternative sources of data (plant, PS 4) and develop a hydraulic balance for comparison to past reporting. Compare model results to overflow reports for 2005 -06 period. Adjust model as appropriate to findings. Prepare Technical Memorandum to present findings and recommended changes or additional flow monitoring for 2006 -07. Update basis for CSO control requirements and system sizing if appropriate to the findings of this subtask. b) Review and update Francis Street, Pump Station 4 and Railroad Avenue Diversion projects in context of the CSO plan including any revision to flow projections developed in subtask 1. Consider storage, plant capacity, source flows and conveyance capacity requirements in a short- and long -term strategy to limit untreated overflows per regulatory requirements. Develop alternative strategies for managing uncertainty as flow projections and program model is updated and improved. c) Identify and configure facilities for each alternative. Each alternative will be evaluated to describe its performance characteristics including operational requirements as well physical features. Estimates of probable construction cost will be developed for each. Identify construction and implementation requirements (identify additional information requirements) and schedule accordingly. d) Select preferred alternative. BC will facilitate and provide subject experts for the VE /BCE Workshop. Materials to be provided for the workshop include descriptions of the alternatives, base information on the special investigations including soils data, cultural resources, permitting constraints and their estimated capital costs. The workshop will be structured around the format of a conventional VE however the economic comparisons will be more robust by incorporating risk identification and pricing, in addition to community and environmental costs. The economic evaluation element will be conducted consistent with the principals of the Business Case Evaluation (BCE) as used in an Asset Management context. The initial phase of the workshop will focus on the both optimizing the proposed alternatives as well as consideration of other potential options. The BCE involves identification of the potential risks to successful construction and long term operations as well as consideration of community and environmental impacts of the alternatives. Developing cost comparisons of options as expressed in terms of Net Present Value. By definition the preferred alternative is the option that meets the Level of Service at the lowest cost of ownership. Task Deliverables Exhibit A, Scope of Services July, 2006 Page 6 of 7 Technical Memo recommending future flow measuring and reporting improvements. Summary memo that provides refined CSO strategies. Complete descriptions of alternatives, their performance, cost and requirements for implementation will be provided through draft Chapters of the Engineering Report. Draft and Final reports on the VE /BCE Task 7. Engineering Report Objective: To document the evaluation of alternatives and selection of a project to advance into design. The Report shall identify the basis for design, implementation requirements and issues, the schedule for design, bidding and construction and the estimated cost of construction. City Involvement: Review and comment on draft Engineering Report Activities: The Report shall be compiled from the products generated by the project team by BC. The Report will be organized around the following outline: Task Deliverables Executive Summary Project Background CSO Plan Comphance Description and Evaluation of Alternatives Description of Preferred Alternatives Implementation Permitting, Funding and Agency Coordination Project Engineering Report (draft and final) END OF EXHIBIT A Exhibit A, Scope of Services Page 7 of 7 July, 2006 City of Port Angeles Francis Street CSO Project Preliminary Design Cost Summary Task 1 Project Mgt Task 2 Mapping Cond Ass'mnt Task 3 Cultural Task 4 Geotechnical Task 5 Enviromental Permits SubTask 6a Data Validation SubTask 6b CSO Plan Refinement SubTask 6c Alternatives Charactenzation SubTask 6d Alternative Selection Task 6(a -d) SubTask Totals Task 7 Engrg Report Totals 1 Labor Cost (Direct Costs 16,193.45 700.00 8,259.05 28,300.00 1,822.20 5,100.00 3,165.23 62,950.00 7,639.84 15,150.00 36,634.31 1$ 550.00 1 8,967.82 1$ 300.00 1 1 35,139.67 1 60,100.00 1 1 24,256.12 1 1,300.00 1 1 104,997.93 1 62,250.00 1 1 20,850.28 1 1,600 00 1 1 162,927 98 1 176,050.00 1 Task Total (Total Hrs 16,893.45 104 36,559.05 88 6,922.20 16 66,115.23 28 22,789.84 65 37,184.31 1258 9,267.82 160 95,239.67 1292 1 25,556.12 1172 1 167,247.93 1 782 1 $22.450.281 172 1 338,977.98 1 1255 1 Francis Street Project Cost 12,670 09 1 27,419.29 1 5,191 65 1 49,586.42 1 17,092.38 1 Is 1$ 71,429.75 1 19,167.09 1 90,596.85 1 16,837.71 1 1 219,394.38 1 EXHIBIT B Flow Monitoring, CSO Plan, PS4 RR Avenue 4,223.36 9,139.76 1,730 55 16,528.81 5,697.46 37,184.31 9,267.82 23,809.92 6,389.03 76,651.09 5,612.57 119,583 60 SALARY COSTS: Task 1- Project Mgt Staff matt e Warburton, Jack O'Neal, Mike Keithahn, Todd DeLeon, Corinne Wilcox, Shirley Tulley, Jim Jc b Title Sr Vice President Managing Engineer Senior Engineer Engineer Word Proc. IV Technical Writer ESTIMATED TASK COST FOR Port Angeles CSO Preliminary Design Project Management DIRECT EXPENSES: (Delete any non applicable items in this list) Item 1 Estimated Cost Travel per diem (for mileage, see Reproduction 100.00 Communication 600 00 Subconsultants Sampling testing Other (specifiy) APC Hours 16 42 6 24 6 10 104 All inclusive hourly rate includes labor, overhead and fee computed as salary rate times 3 306 HourlyyRate* $241 60 $181 53 $148 41 $104 27 $79 01 $83 64 TASK TQT AI. EXHIBIT B SALARYCOSTS SUBTOT 9 16,10.45 Total 3,865 64 7,624 36 890 44 2,502 51 474 08 836 42 0 16193.45 DIRECT EXPENSES SUBTOTAL I($ 700;00 I SUB -TOTAL ESTIM 4i D TASK AMOUNT' 16 893.45 1 MANAGE:MEW RESER EUND3(MRF) 11 'I'U'I'AL ESTIMATED GUST I OR 11118 TASK! X6,893'..4:51 1 SALARY COSTS: Task 2 Mapping Cond Ass'mnt Sf (Name {Job Title Warburton, Jack ISr Vice President O'Neal, Mike Managing Engineer DeLeon, Corinne Engineer Smith, Kevin ICAD Wilcox, Shirley IWord Proc IV Tulley, Jim ITechmcal Writer ESTIMATED TASK COST FOR Port Angeles CSO Preliminary Design Base Map Development and IWL Condition Assessment DIRECT EXPENSES: (Delete any non applicable items in this list) H ©�uc5 0 4 24 60 0 0 88 Hod 1 Rate* "Total' $241.60 $181.53 726 13 $104 27 2,502 51 $83 84 5,030 41 $79 01 $83 64 TA SJC TOTAL ?8259.05 Item 1 Estimated Cost Travel per diem (for mileage, see Reproduction 100 00 Communication Subconsultants CCTV 15,000 00 Subconsultants Survey 13,200 00 Other (specifiy)APC EXHIBIT B SALAR COSTS S1 T TOTAL{ 81259.05 DIRECT EXPENSES SUBTOTAL 1 ;28;300.009 SUBTOTAL ESTIMATED TASK AMOUNT1 36,559:05 1 =I%`/MAGEMENT RESERVE FUND (MRI) TOTAL ESTIMATED COST FOR TI#SkTASKI 46;559.05 I All inclusive hourly rate includes labor, overhead and fee computed as salary rate times 3 306 SALARY COSTS: Task 3 Cultural Staff N'atn61 \0 Warburton, Jack O'Neal, Mike DeLeon, Corinne Wilcox, Shirley Tulley, Jim Jot Title Sr. Vice President Managing Engineer Engineer Word Proc IV Techmcal Writer ESTIMATED TASK COST FOR Port Angeles CSO Preliminary Design Prehminary Cultural Resources Assessment DIRECT EXPENSES: (Delete any non applicable items in this list) Item Travel per diem (for mileage, see Reproduction Communication Subconsultants NW Arch Sampling testing Other (specifiy) APC HE 2 2 0 6 6 t 16 All inclusive hourly rate includes labor, overhead and fee computed as salary rate times 3 306 Hourly Rate*, MANAGE vIENT'RESERRVE FUND (MRF4' $241 60 $181.53 $104 27 $79 01 $83 64 TASKOTAL SALARY, COSTS SUHTOT Estimated Cost 100 00 5,000 00 I$ EXHIBIT B Total f, 483 20 363 06 474 08 501 85 1,82220 1822:20 DIRE, 1 EXPENSES "SUBTOTAL 5300:00 I SITE-TOTAL ESTIMATED TASK A11I+L'}i1NTO 6 922 20, TOTAL ESTIMATED COST/FOR TIIIS TASKI 6,9221011 SALARY COSTS: Task 4 Geotechnical S 1tiTame Warburton, Jack O'Neal, Mike DeLeon, Corinne Wilcox, Shirley Tulley, Jim DIRECT EXPENSES: (Delete any non applicable items in this list) lab Title Sr Vice President Managing Engineer Engineer Word Proc IV Technical Writer ESTIMATED TASK COST FOR Port Angeles CSO Preliminary Design Preliminary Geotechnical Engineering Item 1 Estimated Cost Travel per diem (for mileage, see Reproduction 100 00 Communication 50 00 Subconsultants S &W 62,800 00 Sampling testing Other (specifiy) APC HEW= 2 2 16 4 4 28 All inclusive hourly rate includes labor, overhead and fee computed as salary rate times 3 306 EXHIBIT B y.Rate* Tidal $241 60 483 20 $181 53 363 06 $104 27 1,668.34 $79 01 316.05 $83.64 334.57 T SUTOTAL r 3,1t$:23 SALARY COSTS,SUBTOTA1! 3,J 5 2 DIREgI' EXPENSES SUBTOTAL 11' 62;950.001 SITE- TOTAL ='E g$'1 '66,115;23 ANAGEMEDtTRESERVE ti—N t( F} *4I,, TOTAL ESTIMATED COST FOlt*4IIS TASK1 '66 1 SALARY COSTS: Task 5 Enviromental Star Natr1 Warburton, Jack O'Neal, Mike DeLeon, Corinne Wilcox, Shirley Tulley, Jim DIRECT EXPENSES: Permits z IJc bITitle Sr. Vice President Managing Engineer Engineer Word Proc. IV Technical Writer Si ESTIMATED TASK COST FOR Port Angeles CSO Preliminary Design Environmental Characterization and Permit Identification (Delete any non applicable items in this list) Item Travel per diem (for mileage, see Reproduction Communication Subconsultants Adolfson Sampling testing Other (specifiy) APC Hotl'rs 4 8 40 8 5 65 SA:1 ARY c As SUBTOTAL P$...: ;171639.841 DIRE 14lour"ly hate* ITotal $241.60 966 41 $181 53 1,452 26 $104 27 4,170 85 $79 01 632 11 $83 64 418.21 TrA$1( TOTAL 7,639.84 Estimated Cost 100 00 50 00 15,000 00 6S SUBTOTA1L IJ 15,15051 tzws SUB- TOTAbESTIMATED0TA It AMOUNT ny 22,789:84 EXHIBIT B ANA6t7 T RESERVE FUND (NiRF)t` TOTAL'J STIMATEDCOST FOR THISITASK[$ a 22,789!84 1 All inclusive hourly rate includes labor, overhead and fee computed as salary rate times 3 306 SALARY COSTS: SubTask 6a Data Validation Staff R7ame Warburton, Jack Merrill, Steve Yonia Akini O'Neal, Mike DeLeon, Corinne Wilcox, Shirley DIRECT EXPENSES: Job Title, Sr. Vice President Vice President Pnciple Engineer Managing Engineer Engineer Word Proc IV ESTIMATED TASK COST FOR Port Angeles CSO Preliminary Design Project Alternatives Development and Evaluation (Delete any non applicable items in this list) Item Travel per diem Reproduction Communication Subconsultants Sampling testing Other (specifiy) APC TOT Ia Hours 4 84 148 16 0 6 258 All inclusive hourly rate includes labor, overhead and fee computed as salary rate times 3 306 Hourly Rate*, TASKPOT $241 60 $192 41 $108 97 $181 53 $104 27 $79 01 Estimated Cost 400 00 150 00 DIRECT EX) NSES SUB7 OTAr t SCJB- TOTAL'ESTIMATE,D TASK AMOUN'I'I MANAG RESERVE FUND (MRE)1 :TED °;COST: FOR TIinS,TASKI EXHIBIT B Total' 966 41 16,162.37 16,126 93 2,904 52 474 08 36,634,311, SALARY COSTS. SUBTOTAL1 36,634901 550.00d 3784.31 37;1$4:31!+ SALARY COSTS: SubTask 6b CSO Plan Refinement Staff Nance, Jpb Title* Warburton, Jack Sr Vice President O'Neal, Mike Managing Engineer Merrill, Steve Vice President DeLeon, Corinne Engineer Wilcox, Shirley Word Proc IV ESTIMATED TASK COST FOR Port Angeles CSO Preliminary Design Project Alternatives Development and Evaluation Item Travel per diem Reproduction Communication Subconsultants Sampling testing Other (specifiy) APC IF DIRECT EXPENSES: (Delete any non applicable items in this list) Hous" 3 5 24 20 8 All inclusive hourly rate includes labor, overhead and fee computed as salary rate times 3 306 HoiulyRate $241 60 $181 53 $192 41 $104 27 $79 01 TASK,TOTAT. 60 SALARY COSTS'SUBT'OTALl„_ 0 8,967.82 I Estimated Cost 150.00 150 00 DIRECT 1 300001 SUB =TWAL ESTIMATEkTASK ANIOUNTI r$' 9167 I 1 MANAGE/AM' ��-,.w RESERVE )1 T FOR THIS TASK{ 8 EXHIBIT B Total 724 81 907 66 4,617.82 2,085 42 632 11 8,967,84 9,267.82 SALARY COSTS: SubTask 6c Alternatives Staff Name Warburton, Jack O'Neal, Mike Merrill, Steve Keithahn, Todd Cutter, Jean DeLeon, Corinne Smith, Kevin Wilcox, Shirley Tulley, Jim DIRECT EXPENSES: Characterization Job Title Sr. Vice President Managing Engineer Vice President Senior Engineer Engineer Engineer CAD Word Proc IV Technical Writer ESTIMATED TASK COST FOR Port Angeles CSO Preliminary Design Protect Alternatives Development and Evaluation (Delete any non applicable items in this list) Item Travel per diem Reproduction Communication Subconsultants BennettStaheli Sampling testing Other (specifiy) APC eaftQ 6 24 12 6 60 120 40 8 16 292 SA AIMCCQSTS SUBTOTALI urly Rate ITotal $241.60 1,449 61 $181.53 4,356 78 $192.41 2,308 91 $148.41 890 44 $138.29 8,297 40 $104 27 12,512 55 $83 84 3,353 61 $79 01 632 11 $83 64 1,338.27 TASK TOTAL 35439.67. Estimated Cost 100 00 60,000 00 ,DIRECT EXPENSES SIJBTot'A.I SU TOTAL ESTIMATED TASK AMOUNT 11$ �.r M?1NAQEMENT,RESERVE FUND (MRF} 'T'OTAL KSTIMA, TED COST 'FORTIIIS "TASK( All inclusive hourly rate includes labor, overhead and fee computed as salary rate times 3.306 EXHIBIT B 51 95, 96, 239767:: SALARY COSTS: SubTask 6d Alternative Staff Name Warburton, Jack O'Neal, Mike Merrill, Steve Keithahn, Todd Holland, Jon Cutter, Jean DeLeon, Corinne Wilcox, Shirley Tulley, Jim DIRECT EXPENSES: Selection ESTIMATED TASK COST FOR Port Angeles CSO Preliminary Design Project Alternatives Development and Evaluation Job Title Sr. Vice President Managing Engineer Vice President Senior Engineer Managing Engineer Engineer Engineer Word Proc IV Technical Writer Item Travel per diem Reproduction Communication Subconsultants Sampling testing Other (specifiy) APC (Delete any non applicable items in this list) S01-TOT. All inclusive hourly rate includes labor, overhead and fee computed as salary rate times 3.306 ligurs ,,,,A Houi ly 22 t total 16 $241 60 3,865 64 16 $181 53 2,904.52 12 $192 41 2,308 91 12 $148.41 1,780.88 12 $182 09 2,185 13 24 $138 29 3,318 96 60 $104 27 6,256 27 8 $79.01 63211 12 $83 64 1,003 70 TASK TOTAL 1„$J, 241256.12 172 SALARY COSTS SIJBTOTAII1$, x 24,25642 'D Estimated Cost 1,200 00 100 00 EXHIBIT B ENS,E$1$UBTOTAL 1l'300:OD `J 25;55(.12 1 ESTIMA'[EI FASK:;AMOUNT! AGEMENT RESERVE' FUND (MRF)I TOTAL ESTIMATEI 2OST FORTHISITASK SALARY COSTS: Task 7 Engrg Report StaffNati?e Warburton, Jack Merrill, Steve O'Neal, Mike Keithahn, Todd DeLeon, Corinne Wilcox, Shirley Tulley, Jim DIRECT EXPENSES: (Delete any non applicable items in this list) 119 Title 1Sr. Vice President 1Vice President Managing Engineer Senior Engineer Engineer (Word Proc IV 1Technical Writer I Item Travel per diem Reproduction Communication Subconsultants Sampling testing Other (specifiy) APC ESTIMATED TASK COST FOR Port Angeles CSO Preliminary Design Task 7 Engineering Report HQuI§ 4 8 24 16 80 16 24 172 All inclusive hourly rate includes labor, overhead and fee computed as salary rate times 3 306 Ho y EXHIBIT B EaYe* Total $241 60 966 41 $192 41 1,539 27 $181 53 4,356 78 $148 41 2,374.50 $104 27 8,341 70 $79 01 1,264 21 $83.64 2,007 40 TASK TOTAL 20;850;281 SALARY COSTS SLTBTOTAIM$ 26,850:28 1 1 Estimated Cost 1,500.00 100 00 DIRECT EXPENSES SUB,F TAL 1 $,t,. 1,600.00 1 SUB -TOTAL ESTIMATED TASK AMOUNT' 22,4501 MANAGEMENT <RESER 1 `TOTAL ESTIMATEU:COSTEUR THISNTASK! «22,450:281I *aE L Warburton, Jack O'Neal, Mike Merrill, Steve Keithahn, Todd Holland, Jon Cutter, Jean Akini, Yonia DeLeon, Corinne Wilcox, Shirley Tulley, Jim Simpson, Kristen Kramer, Lynn Smith, Kevin Consultant Labor Costs Job Title Sr. Vice President Managing Engineer Vice-President Senior Engineer Managing Engineer Engineer Engineer Engineer Word Proc. IV Technical Writer Accounting CAD CAD Non salary Reimbursable Costs Exhibit C Hourly Rate $241.60 $181.53 $192.41 $148.41 $182.09 $138.29 $108.97 $104.27 $79.01 $83.64 $66.12 $101.73 $83.84 Brown and Caldwell does not maintain pre determined charge -out rates for direct, non salary project costs. As these costs are incurred on a project as services rendered and charged by invoice they are billed to the client in accordance with contract terms. Project related travel using company -owned automobiles is billed at $.57 per mile; personal vehicles are billed at the current rate allowable by IRS and rental vehicles are billed at actual cost. ID 1 2 3 4 5 o Task Name Contract Authorization E.; Pnme Contract NTP Subcontracts Subcontract NTP 6 CSO Pipelines Predesign 7 E'i r Data Collection 20 days 8 Alternatives Charactenzation 45 days 9 PS4 Force Mains/RR Avenue 15 days V 10 Supplemental Survey 20 days Project: Francis Street CSO PreDesign Date Fn 7/14/06 11 days 1 day 10 days 1 day 110 days 11 ,�,n! Flow Projections Validation 20 days Vi 12 Geotechnical Investigation 40 days 13 Identify Permitting Regts/Constramts 20 days V 14 E CSO Plan Review /Update 10 days 15 t' Alternative Selection (BCE) 8 days 16 E'ti Engineering Report Draft 15 days 17 City Review 10 days 18 Engmeenng Report Final 10 days Duration July !August 1 September October 1 November 1 December J January 1 7/2 17/9 17/1617/2317/3018 /6 18/1318/2018/2719 /3 19/1019/1719/2410 /1110/810/1 10/2 10/2 111/511/1 11/1 11/2 112/312/1 12/1 12/2 2/3 11/7 11/1411/2111/28 Task Split Progress Milestone Summary Project Summary Extemal Tasks External Milestone Deadline EXHIBIT D SCHEDULE