Loading...
HomeMy WebLinkAbout5.1123 Original ContractI SCOPE OF WORK AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE THE CITY OF PORT ANGELES AND CH2M HILL Engineers, Inc. 2011 Water Utility Professional Services Agreement WHEREAS, the CITY desires engineering, consulting, and planning assistance related to water systems; and WHEREAS, the CONSULTANT represents that it will provide qualified personnel and appropriate facilities necessary to accomplish the work; 5, ft RELATING TO: WATER SYSTEM ENGINEERING A PLANNING SERVICES THIS AGREEMENT is made and entered into this /J day of F 2011, by and between THE CITY OF PORT ANGELES, a non charter code city of the State of Washington, (hereinafter called the "CITY and CH2M HILL Engineers, Inc., a Delaware Corporation authorized to do business in the state of Washington (hereinafter called the "CONSULTANT 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 NOW, THEREFORE, in consideration of the above representations and the terms, conditions, covenants, and agreements set forth below, the parties hereto agree as follows: General Scope. This agreement will provide professional engineering services for the City of Port Angeles Water Utility. It provides for on call services and for studies, design, engineering, and permitting of water system projects under the Capital Facilities Program. Projects may be included for the remainder of 2011 and 2012 as specifically authorized by Council to meet needs related to the City's Water Utility. The scope of initial professional services tasks 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. Additional work may be included as provided elsewhere in this agreement. 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. Page 1 of 7 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. The Scope of Work may be amended upon written approval of both parties. 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. 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 written direction to proceed from the CITY. Tasks may be awarded to this contract through December 31, 2012. The work for each task shall be completed within a period as specified in the scope of work for tasks as set forth in Exhibit A. 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 rates and factors shown in Exhibit C and hourly wages shown in Exhibit D. Hourly rates shall be based upon an individual's hourly wage, times the total number of hours worked, times a multiplier of 3.15. The multiplier shall include overhead, CADD, computer and profit. General clerical time shall be considered an overhead item, except where specific work items are involved that require one hour or more continued effort, in which case time will be charged on the basis of hours worked. 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. No overhead and profit may be added to direct non -salary reimbursable costs. B. The CONSULTANT shall submit invoices to the CITY on a monthly basis. Invoices shall Page 2 of 7 detail the work, hours, employee name, and hourly rate; shall itemize with receipts 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. 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 $834,552. 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 $834,552. VII INDEPENDENT CONTRACTOR STATUS The relation created by this Contract 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 of the details of the services to be provided. 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 Page 3 of 7 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 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 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 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. X11 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 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 Tess 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 Page 4 of 7 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 INDEMNIFICATION /HOLD 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 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, 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, 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. Page 5of7 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 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 Tess 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. Page 6 of 7 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. 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 Work for Tasks Exhibit B Budget for Each Task Exhibit C Consultant Labor Costs and Direct Non -salary Reimbursable Costs Exhibit D Hourly Wage Rates IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and year first written above. CITY OF PORT ANGELES MVO= C I Vligii4 CONSULTANT TI E: VICE 3 1 i1 A65106firr APPROVED AS TO FORM: WILLIAM E. BLOOFkCITY ATTORNEY ATTEST: SSA HURD, CITY CLERK Page 7of7 Exhibit A Scope of Work for the Concrete Cylinder Pipeline Replacement and the McDougal Pressure Subzone Improvements CH2M HILL (Consultant) agrees to furnish the City of Port Angeles (City) the following services, as described herein, related to the following two projects: 1. Task 1. On Call Assistance 2. Task 2. Concrete Cylinder Pipeline Replacement 3. Task 3. McDougal Pressure Subzone Improvements The budget for each of these tasks as defined in this Scope of Work is presented in Exhibit B. The budget presented in Exhibit B includes labor costs and expense costs related to all project activities including the ancillary labor costs associated with management, accounting, quality control, safety, project planning, and other activities associated with management of the project. These ancillary costs are included as part of the cost of each subtask; they are not itemized separately. The task budget subtotals, combined to form the budget total for this contract amendment, represent the not -to- exceed budget limit to be adhered to by Consultant. Managing to the not -to- exceed budget limit of this contract or any amendment(s) shall be accomplished in recognition that some task and subtask budgets may be exceeded while others may be under- spent. Task 1. On-Call Assistance This task shall be completed by December 31, 2012. Consultant shall provide technical assistance and other services to City related to City's water system or other utilities at the specific request and direction of authorized City staff. No such assistance or services shall be provided unless specifically directed by City in writing via email or more formal communication. The purpose of this task is to facilitate timely response by Consultant to needs that are unforeseen at this time. The budget for this task is a contingency allowance that includes labor and expenses. Task 2. Concrete Cylinder Pipeline Replacement Phase 1 of this task, as defined below, shall be completed by November 30, 2011. Phase 2 of this task, as defined below, shall be completed by June 30, 2012. 1 Consultant shall design the replacement of City's existing concrete cylinder pipeline that is understood to extend approximately 19,000 linear feet from the E Street Reservoir on the west end of the alignment to Golf Course Road on the east end of the alignment. The design shall be undertaken in two phases. Phase 1 is the design for replacement of a segment of pipeline that enables City to meet the budget- expenditure requirements of its bond funding. City and Consultant acknowledge that this first phase of work shall be focused on one or more segments of pipeline that require the least amount of time and effort for the technical design as well as associated permit review. Phase 2 is the design that shall result in a multi schedule construction contract bidding document that can be used to complete the Phase 2 portion (the remaining length of concrete cylinder pipeline) of the project in segments, as funds are available, sometime between the years of 2012 and 2016. The term "concrete cylinder pipeline," as its referred to herein, is understood to refer to "prestressed concrete cylinder pipe," which is comprised of a thin steel cylinder, a mortar lining of the steel cylinder, a prestressed wire wrapped around the cylinder, and a mortar coating protecting the wire wrapping and the exterior of the cylinder. It is assumed for the purpose of this work that the entire existing pipeline to be replaced is concrete cylinder pipeThe diameter of the existing pipeline is 20 inches in parts and 24 inches in other parts. The diameter of the new, replacement pipeline shall be as determined as part of Subtask 1.2, Hydraulic Evaluation. For the purpose of describing anticipated alignment, the replacement project can be divided into three main sections, as follows: E Street Reservoir to Fairmount Pump Station: This portion of the replacement project extends from the E Street Reservoir southward along E Street to 12th Street, eastward along 12th Street to D Street, southward along D Street to Lauridsen Boulevard, eastward along Lauridsen to C Street, and southward along C Street to just north of US Highway 101. The existing pipeline in this portion is 20 inches in diameter. Doyle Road /Old Joe Road Intersection to Park Avenue at Olympic National Park Headquarters: This portion of the replacement project extends from the Doyle Road /Old Joe Road intersection southeastward across Tumwater Creek canyon to the connection to the Black Diamond Reservoir on Reservoir Road. This portion of the existing pipeline is 20 inches in diameter. From the Black Diamond Reservoir the replacement extends directly eastward along Reservoir Road, across Black Diamond Road, across private property and Valley Creek canyon, and along Park Avenue to Olympic National Park Headquarters. This portion of the existing pipeline is 24 inches in diameter. Heart of the Hills Parkway (at approximately Craig Avenue) to Golf Course Road (between Woodhaven Lane and Lindberg Road). This portion of the replacement project extends directly eastward from just west of Heart of the Hills Parkway along the Craig Avenue alignment to Porter Street, then generally east southeastward to Golf Course Road across private property out of public right of way (including the White Creek Canyon crossing). The existing pipeline in this portion is 20 inches in diameter. The new pipeline shall be connected to the distribution system in the same manner as the existing pipeline with the exception of the existing pressure reducing valves (PRVs) at the 2 Porter Street Craig Avenue intersection and south of Peninsula College near Wabash and Campbell. These two PRVs shall be disconnected from their current connection to smaller diameter pipelines and re- connected as part of this project to the new 20- inch diameter pipeline. This re- connection executes one of the fire flow improvement projects (PL -2, FF -5) identified in City's Water Service Plan (WSP). The alignment of the new, replacement pipeline shall be determined as part of Subtask 1.3, Pipeline Alignment Examination. Where possible based on available space, existing utilities, and property availability, the new pipeline shall parallel the existing pipeline. However, City and Consultant agree that there are likely areas where closely paralleling the existing alignment may not be possible and a new alignment and associated property rights could be necessary. No trenchless design /construction methods are anticipated as part of this project. The new pipeline is anticipated to be comprised of ductile iron pipe except at the canyon crossings where HDPE will be considered in addition to ductile iron, per the evaluation developed as part of Subtask 1.7, Evaluate Canyon Crossings. Summary of Information to be Provided By City The following information shall be provided by City prior to initiating the project: The geotechnical report for the prior concrete cylinder replacement project A summary (location and details [including photos if available] of repair length and materials) of the break history of the concrete cylinder pipeline (if available) Design drawings of prior repairs and or replacements GIS database files along the entire alignment of the new pipeline as well as along key alternative alignment options Consultant will reasonably rely upon the accuracy, timeliness, and completeness of the information provided by City 2.1 Project Kickoff Meeting Consultant's project manager, project engineer, and senior pipeline design engineer shall meet with City at City's Port Angeles office to initiate the project to replace the City's existing concrete cylinder pipeline. Prior to the meeting, Consultant shall complete Subtask 1.4.1, Preliminary Basemapping from GIS Database, and bring preliminary basemapping to the meeting. Consultant and City shall cover the following topics at the meeting: Review the overall project scope, schedule, and chronology of activities Review the preliminary basemapping plans and address their relative accuracy and reflection of current conditions Address any substantial alignment alternatives Address goals and objectives related to separation from other utilities, from the existing concrete cylinder pipeline, and location within right -of -way Review City's summary of break history of the concrete cylinder pipeline 3 Review and address portions of pipeline that were previously replaced Discuss relative priority for replacement of sections of the concrete cylinder pipeline. Consultant shall subdivide the replacement into five separate sections or "schedules" based on relative position along the alignment, installation conditions (developed or undeveloped areas), and service function. 2.2 Hydraulic Evaluation Consultant shall compute the required pipeline diameter for the section of concrete cylinder pipeline between 16th Street and the E Street Reservoir. Consultant shall compute the diameter in recognition that there is likely more than adequate driving head available between the City's medium and low pressure zones. Consultant and City agree that the diameter of the remainder of the new replacement pipeline shall match the diameter of the existing concrete cylinder pipeline. The results of the hydraulic calculations shall be summarized in a brief technical memorandum (up to two pages) along with supportive narrative discussion of any potential impacts of reducing pipeline diameter in the segment identified above. 2.3 Pipeline Alignment Examination Consultant and City acknowledge that the alignment of the new replacement pipeline will roughly parallel that of the existing concrete cylinder pipeline. Consultant's project team shall visit the project site to examine the anticipated alignment to confirm its feasibility for the new pipeline. City and Consultant acknowledge that potential conflicts with existing utilities, the proximity of the existing concrete cylinder pipeline, availability of City and County (as applicable) right -of -way, and the likelihood of obtaining easement rights for private property will be key factors in determining the precise alignment of the new pipeline. The site visit for the alignment evaluation shall be completed in a single day and shall be attended by five members of Consultant's project team, including the: project manager, geotechnical engineer, wetland specialist, project engineer, and senior pipeline designer. City shall also have key staff participate in the site visit. Consultant shall use the preliminary basemapping developed as part of Subtask 1.4.1 for the site visit. Consultant's project team shall review the entire length of the pipeline alignment during the site visit. The results of this subtask shall be summarized in a brief memorandum comprised of the preliminary basemapping plans showing the proposed alignment of the new pipeline and supporting narrative describing the rationale for the alignment selection. The supporting narrative shall be up to three pages in length. It assumed that the selected pipeline alignment will not subsequently require change because of wetlands, steep slope, other critical areas evaluation, or cultural resources work completed after selection of the pipeline alignment and associated basemapping. If the pipeline alignment requires further modification because of these factors, the scope and budget of this subtask will need to be amended. 4 2.4 Basemapping Basemapping for the project shall be developed from the City's existing graphical information system (GIS) database and supplemented with field surveyed ground profile and spot surveying of key utility features. 2.4.1 Preliminary Basemapping from GIS Database Consultant shall coordinate with City staff to obtain existing site mapping for the pipeline alignment, as available from the City's GIS database. Consultant shall convert those files into AutoCAD format for use in developing plan drawings for the design. Consultant shall incorporate all applicable GIS layers onto the basemaps along with the City's most recent aerial photographs. The GIS database layers are expected to include City utilities such as power, water, sewer, and storm, as well as parcel boundaries. Other layers such as streets, building structures, topography, and other surface features will be considered if they supplement (and don't detract from) the aerial photography. These preliminary plans shall be used, as applicable, for other subtasks of this project until additional field surveyed information is deemed necessary to advance the design. The budget for this task is based on a moderate amount of file conversion and manipulation by Consultant to develop suitable base mapping for the Plan panels of the design drawings. 2.4.2 Field Survey A field survey of the pipeline alignment shall be completed to supplement the preliminary basemapping in preparation of the design basemapping. Consultant shall subcontract the field survey work. Consultant shall provide the preliminary basemapping files to the field survey subcontractor. The subcontractor shall add field surveyed data to the preliminary basemapping files to develop the combined design basemapping file. The GIS information shall be used by the survey subcontractor as a guide for completing the field surveying and related mapping. The intention is that the field surveyed mapping of the buried utilities shall replace the GIS database alignment information in the final basemapping. The following elements shall be included as part of the survey subcontractor's scope of services: Identification and location of survey control and benchmarks. The survey shall include a ground profile along the centerline of the new pipeline for the entire 19,000 -foot project length at 50 -ft intervals as well as at changes in grade, except as noted below. Through each of the three canyons, the ground profile interval shall be 25 feet instead of 50 feet. The precise alignment of the new pipeline shall be determined by Consultant and clearly communicated to the surveyor before mapping begins. The location of buried utilities shall be field- identified by One -Call service (1 -800- 424 -5555) and /or City (City shall field- identify all of its buried and above ground utilities). City shall take the lead in coordinating the utility locate, contacting the One -Call service, requesting the utility locate, locating all buried City utilities (water, sewer, storm, and electrical), and ensuring all non -City utilities are located. In particular, City shall clearly mark the alignment of the existing concrete cylinder 5 pipeline that is to be abandoned and replaced. The survey subcontractor shall map utilities marked on the ground as well as overhead telephone and power poles. The horizontal and vertical location of the tops of valve boxes, manholes, and catch basins within 40 feet of the centerline of the pipeline alignment. The field survey subcontractor shall survey invert elevations and directional orientations of sanitary and storm sewer connections to manholes and catch basins. Survey subcontractor shall open all manhole lids and storm sewer grates and coordinate directly with City staff if assistance with opening such lids and grates is necessary. Survey subcontractor shall connect storm and sanitary sewer lines using invert and directional information from manholes and catch basins and GIS base mapping. If connections are unclear from said information, they shall be indicated as such in the base mapping files developed by the survey subcontractor. The horizontal location of nearby power and telephone poles, signs, telephone boxes, and other surface structures within 40 feet of the new pipeline alignment. The survey contractor shall measure the approximate low -sag overhead distance above ground for all parallel and crossing telephone, cable, and power wires along the pipeline alignment. Topography 50 feet (2 foot contour intervals) wide along the alignment of the new pipeline in each of the three canyons from the tops of each side of each canyon centered roughly 10 feet on one side of the existing pipe and 40 feet on the side of the existing pipeline where the new pipeline will be installed, or as determined by Consultant and City as part of the alignment selection process. The combined linear pipeline alignment distance through the three canyons is approximately 2,400 feet as measured along the ground. The survey subcontractor shall survey all trees with trunks 6 inches in diameter and larger within the 50- foot -wide field survey area. Topography 50 feet (2 foot contour intervals) wide along the alignment of the new pipeline from the intersection of Craig Avenue and Porter Street eastward to Golf Course Road centered roughly 10 feet on one side of the existing pipe and 40 feet on the side of the existing pipeline where the new pipeline will be installed, or as determined by Consultant and City as part of the alignment selection process. The linear pipeline alignment distance along this portion of the project is approximately 4,500 feet (including White Creek Canyon). The survey subcontractor shall survey all trees with trunks 6 inches in diameter and larger within the 50- foot -wide field survey area. To confirm the location of the existing concrete cylinder pipeline, the survey subcontractor shall survey its location on each side of each of the three canyons for a total of 18 locations. City staff shall expose the existing pipe at locations identified by Consultant on the preliminary basemapping drawings, measure the depth below grade to the top of pipe, and field -mark the location of the pipe for subsequent surveying by the survey subcontractor. City shall record the depth measurements in hardcopy or electronic format on the preliminary basemapping drawings for submittal to Consultant. City shall also escort survey subcontractor to the location of each pipeline marker. In addition to the 18 locations in the three canyons, up to 10 6 additional locations shall be identified by Consultant for subsequent excavation and field marking by City and subsequent surveying by survey subcontractor. This survey activity shall be completed at a separate time from other survey activities. Survey subcontractor shall produce final certified maps (complete with signed and dated professional land surveyor stamp, licensed in the State of Washington) of the entire pipeline alignment. Survey subcontractor shall furnish electronic files of final basemapping in latest Autocad format to the Consultant for Consultant's use in developing Plan and Profile design drawings. Survey subcontractor shall set marked wooden lath in all undeveloped areas of the alignment of the new pipeline at every 100 feet. For budgeting purposes, these areas are assumed to comprise approximately 10,000 linear feet of pipeline alignment. Survey subcontractor shall show, all along the new pipeline alignment, City and County (as applicable) right -of -way and adjacent private and public property boundaries on the basemapping based on deed research (not based on a field boundary survey). Survey subcontractor shall survey the location of each of the geotechnical test pits and hand augered test holes (assume a combined total of 36 locations) completed as part of Subtask 1.5, Geotechnical Exploration. Surveying the geotechnical test pits and hand augered test holes shall be conducted at a later time (up to two months later) than the other field survey tasks presented herein. The base mapping shall be established in conformance with Washington Coordinate System, NAD 83 (91) and the NAVD 88, consistent with City's GIS database. 2.4.3 Wetlands Surveying Allowance As part of the Subtask 1.8, Wetland and Stream Evaluation, Consultant shall delineate any wetlands that may exist along the alignment of the new pipeline. This wetland delineation shall be limited to the construction area, not to areas beyond the construction area. While most of the pipeline alignment is either in City streets, developed areas, or on the sides of steep canyons, the portion of the alignment between the intersection of Craig Avenue and Porter Street and Golf Course Road, could have wetland areas. It is also possible that there may be wetland areas in the canyon portions of the alignment. This Wetland Surveying Allowance subtask provides an undefined budget allowance of up to the amount presented in Exhibit B for additional surveying of wetland boundaries along the pipeline alignment within the construction area. The budget allowance shall be expended, in accordance with the level of effort necessary to survey the identified wetlands. In addition, this budget allowance shall also be used to survey the ordinary high water mark of each of the three streams, which shall be delineated as part of Subtask 1.8. If additional budget is deemed necessary because more wetlands are identified than anticipated, the scope and budget for this subtask will need to be amended. 2.4.4 Prepare Base Maps Consultant shall prepare Plan and Profile panels for displaying the alignment of the new pipeline using the GIS -based mapping and supplemental survey information. Plan and Profile base mapping shall include 2 -foot contour intervals, existing ground -level features, and underground utility pipes and structures. Consultant shall prepare plan and profile drawings in electronic Autocad format using an anticipated scale of 1 =40' horizontal and 1 =10' vertical for full size drawings (22 "x34" drawing plotted on 22 "x34" paper) and a scale of 1 =80' horizontal and 1 =20' vertical for half -size drawings (11 "x17 The plan drawings shall be to "true scale" (i.e., measuring a distance between two points using the Autocad command, DISTANCE, will give the user the actual distance between those two points in the field), and both electronic and hard copies of these drawings shall be provided to the City. 2.4.5 Property Boundary Survey Allowance Contingency City and Consultant acknowledge that additional property boundary surveying may be necessary to aid in selecting the precise alignment of the new pipeline, obtaining temporary construction easements, and /or obtaining permanent easements. Prior to undertaking the additional surveying, it may be necessary to obtain title reports for property boundary descriptions and for whatever easements might exist to further define property boundary survey needs. If such additional survey work is necessary, it will be undertaken by Consultant and Consultant's survey subcontractor, as applicable. If this work is deemed necessary it shall be initiated only upon documented approval and direction (email or other written) from City. The contingent budget allowance for this subtask is presented in Exhibit B. City and Consultant acknowledge that negotiations with private and public property owners related to obtaining temporary construction easements and permanent easements shall be undertaken by City with non legal, engineering- related and/or surveying- related support services provided by Consultant as directed by City and as allowed for by the budget. 2.5 Geotechnical Exploration Consultant shall undertake a geotechnical evaluation of the pipeline route to identify and establish design criteria for the new pipeline as well as establish a basis for bidders of the construction contract to refine their bids. Activities of the geotechnical evaluation are presented in the following subtasks. Consultant and City acknowledge that there may be significant technical and environmental permitting challenges associated with the steep slopes of the canyons and potentially with the creek crossings in the canyons. If these challenges result in a construction method other than the anticipated cut and -cover or shallow cut and -cover methods to be evaluated for the canyon crossings, additional geotechnical exploration may be necessary and the scope and budget for this subtask will need to be amended. 2.5.1 Collect and Review Available Data Consultant shall collect and review applicable and available published literature on local geology and geotechnical reports for construction in the vicinity of the pipeline route and the canyon crossings. City shall furnish a copy to Consultant of the geotechnical report prepared by others for the first phase of the concrete cylinder pipeline replacement project in the vicinity of Peabody Heights Reservoir. 8 2.5.2 Field Exploration and Laboratory Testing This field exploration subtask shall be based on test pit excavations completed by the City. No borehole drilling is planned. In addition, Consultant shall complete hand -auger test holes, if possible based on subsurface conditions. Consultant shall identify the proposed locations of test pits during the Pipeline Alignment Evaluation subtask and mark them on the preliminary basemapping. The marked test pit locations shall be submitted to City for its review, concurrence, and for coordinating with the One Call utility- locate service. City shall coordinate with the One Call utility- locate service for utility marking prior to the test pit field excavations. In addition, City shall obtain permission from private property owners, where applicable, for conducting the test pit excavations and /or for access to test pit locations, as applicable. City shall provide a backhoe and backhoe operator for the test pit excavations. Consultant shall log and field classify all field collected soil samples. Consultant shall subcontract with a certified laboratory for analysis of moisture/ density characteristics, grain -size distribution, Atterberg limits, and strength characteristics on selected samples. Laboratory tests may vary, depending upon the excavated material types. In the three canyons, Consultant's geotechnical engineer shall hand auger, if possible, as many as 12 (four per canyon) auger holes. It is understood that the depth of these holes could be relatively shallow and the presence of cobble and /or boulder material may substantially limit these auger holes. During the same trip, Consultant shall observe 8- foot -deep test pit excavations by the City along the alignment of the pipeline at the identified locations. Six of these locations shall be at the top, on both sides, of each of the three canyons (total of 6 test pits). No contaminated soils are anticipated at the site requiring special disposal or a Health and Safety Plan. Three consecutive days on site are anticipated to be necessary for Consultant's geotechnical engineer to complete the test pit excavation observations and the hand -auger test holes. Up to 24 test pits are anticipated to be completed over the course of the three -day period. Consultant shall collect samples at each of the auger hole and test pit locations for soil corrosivity measurements by Consultant at Consultant's Bellevue office. It is assumed that the results of these analyses will be, at a minimum, to incorporate polyethylene wrapping around the new pipeline along its entire length. If the results, show greater corrosion potential, Consultant shall design a joint- bonding approach to electrically connect one or more sections of the new pipeline for additional corrosion protection. Each of these approaches, if pursued, shall be completed by Consultant as part of this work. If the results of these analyses suggest the potential for even greater corrosion potential than anticipated, which might necessitate an active current cathodic protection system, City and Consultant shall discuss and consider whether additional study beyond the scope of this Agreement is warranted to refine the location of the highly corrosive soils and to design such a system. If this additional work by Consultant is desired by City this Agreement shall be amended. 9 2.5.3 Prepare Geotechnical Report Consultant shall prepare a geotechnical data report that summarizes results of the field exploration (including test pit logs and location maps) and laboratory testing. The geotechnical data report shall be prepared in a manner suitable to enable City to furnish it to potential bidders on the construction contract. The draft data report shall be compiled into a single PDF file and submitted electronically to City for City's review and approval. The data report shall be up to 40 total pages, including attachments and appendices. The data report shall be finalized based on input from City staff, if any, and submitted electronically to City for use during bidding. Geotechnical design recommendations for the pipeline, including canyon crossings, will be summarized in a brief technical memorandum for internal use by Consultant. The memorandum shall be made available to City for its review if requested. In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect total Project cost and /or execution. These conditions and cost /execution effects are not the responsibility of Consultant. 2.5.4 Geologic Hazard Areas and Locally Unique Features Consistent with the requirements of PAMC 15.20.020, 060 and 070.C, and CCC 27.12, Consultant with prepare an Environmentally Sensitive Area Report that addresses the project's impacts, recommended alternatives and mitigation related to Geologic Hazard Areas. The report will also address the project's impacts, recommended alternatives, and mitigation related to Locally Unique Features (assumed for this project to address ravines). Consultant and City acknowledge that there could potentially be a technical and related permit- acquisition obstacle associated with the steep slopes of the canyons, which could result in substantial change to the pipeline alignment through the canyons, as well as associated cost of construction. If the alignment changes, the scope and budget for this subtask, as well as other permit- related subtasks, will need to be amended. 2.6 Evaluate Canyon Crossings Consultant and City acknowledge that design and construction of the three canyon crossings (Tumwater, Valley, and White) presents technical challenges beyond those for other parts of the pipeline replacement project. These challenges are related to the steep slopes, creek crossings, and close parallel proximity of the new pipeline to the existing concrete cylinder pipeline. Meeting these challenges shall include evaluation of alternative pipe materials, installation methods, construction approaches, and their associated potential impacts. Evaluation activities are described in the subtasks below. Consultant and City assume, for the purpose of scoping and budgeting this subtask, that it will be technically feasible and "permit- feasible" to install the new pipeline by open trench 10 (cut- and cover) methods. If it is determined that the slopes are too steep or potentially unstable, other methods or other pipeline alignments may need to be considered, which would result in modification of the scope and budget for this subtask and others as they relate to alignment of the new pipeline for these crossings. 2.6.1 Technical Alternatives Consultant shall compare alternatives for each of the three canyon crossings including construction feasibility given geotechnical considerations, site and right -of -way constraints, construction methods, restoration and potential risks, operations and maintenance, access requirements, construction impacts to surrounding area and existing pipeline, permitting requirements, and schedule impacts. Two crossing alternatives shall be evaluated considering the alternative pipe materials of ductile iron (DI) and high density polyethylene (HDPE) pipe, their associated installation requirements, and their performance capabilities and limitations. Two alternative burial methods shall also be evaluated for each of the two pipe material alternatives. These two methods include burial in conventional open -cut trench to a depth to the top of pipe of approximately 3 or 4 feet and burial to a shallow depth of approximately 1 foot of cover accompanied by "mounding" excavated material over the top of the new pipeline to a total depth of approximately 2 feet. If other alternatives arise that are deemed to warrant further consideration and evaluation, the scope and budget for this subtask will need to be amended. A single site visit shall be conducted by Consultant (up to four Consultant staff, including geotechnical engineer, project manager, project engineer, and senior pipeline designer), to visit and examine each of the three canyons and discuss with City staff preliminary conclusions related to the evaluation and recommendations for pipeline alignment. Consultant shall review design criteria assumptions and cost estimates with up to two contractors specializing in steep -slope construction. 2.6.2 Estimated Costs Consultant shall develop and compare estimated costs for each of the canyon crossing alternatives, including estimated construction costs and potential environmental mitigation costs. The estimated costs for a total of four alternatives shall be prepared for each canyon crossing based on the two pipe materials for each of the two burial methods. The cost estimates shall be preliminary- level, Class 4 estimates as defined by American Association of Cost Estimators (AACE). In providing opinions of construction cost, Consultant has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by operating personnel or third parties; and other economic and operational factors that may materially affect the ultimate project cost or schedule. Therefore, Consultant makes no warranty that the City's actual project costs, financial aspects, economic feasibility, or schedules will not vary from Consultant's analyses, projections, and /or estimates. 11 2.6.3 Summary Technical Memorandum Consultant shall prepare a technical memorandum that summarizes results of the evaluation of the canyon crossing alternatives and pipeline location. The technical memorandum is anticipated to be approximately 15 to 30 pages in length, including drawings, tables, text, and cost estimate backup materials. The technical memorandum shall include preliminary plan and profile drawings for each of the canyon crossings as well as cross sections showing the pipeline trench, existing pipeline, and necessary work area for equipment and side casting of excavated material. The technical memorandum shall include conclusions as applicable and include a recommendation for the pipe material and burial method. A draft of the technical memorandum shall be submitted as a PDF via email to City for its review and approval. Consultant shall revise the technical memorandum, as applicable, based on City review comments. Consultant shall be available to discuss the results of the evaluation by conference telephone call if requested by City. 2.7 Wetland and Stream Evaluation Consultant shall conduct the necessary studies to prepare two reports that will address wetlands and streams. These reports will address the requirements of the U.S. Army Corps of Engineers (USACE), Washington Department of Ecology (Ecology), Washington Department of Fish and Wildlife (WDFW), Clailam County, and Port Angeles: Wetland and Stream Assessment Report. This report shall document existing conditions for wetlands and streams that are identified within the project limits. Wetland and Stream Mitigation Report. This report shall document the proposed mitigation for unavoidable temporary and permanent impacts to wetlands and streams associated with the project. Both reports will be appended to applicable permit application documents to solicit approval for work through and near wetlands, streams, and buffers for this project. 2.7.1 Wetland and Stream Assessment Report The wetlands and streams occurring within the project limits will be assessed and documented in a single combined Wetland and Stream Assessment Report that will be provided to all regulatory agencies involved in issuing permits for the pipeline replacement project. The area within 100 feet on both sides of the proposed pipeline alignment will be evaluated directly (assuming property access is allowed) or indirectly (using remote assessment methods if property access is not allowed) for presence and condition of wetlands and streams. 2.7.1.1 Wetlands The primary activities included in the wetland delineation of the pipeline alignment are: Review existing available site information. Conduct a field investigation to delineate wetlands (limited to 3 days on -site for Consultant's wetlands specialist). 12 Rate delineated wetlands per Clallam County, Port Angeles, and Department of Ecology requirements. Prior to conducting field work, Consultant shall review available information, including National Wetland Inventory, Clallam County Online Critical Areas Map Viewer, topography, Clallam County soil survey and hydric soils list, and aerial photos. It is assumed for this work that indicators of wetland hydrology along the pipeline alignment are obvious and that no additional groundwater monitoring is necessary to complete the wetland delineation. Consultant shall delineate wetlands in accordance with the 1997 Washington State Wetland Identification and Delineation Manual, the 1987 U.S. Army Corps of Engineers (USACE) Wetland Delineation Manual, and the 2008 Supplement to the USACE Wetland Delineation Manual. Small hand -dug holes will be excavated by Consultant in and adjacent to each potential wetland to collect necessary information related to wetland delineation and rating. Information regarding vegetation, soils, and hydrologic conditions will be recorded on field data forms, which will be included in the delineation report. Wetland boundaries will be delineated, where applicable, with sequentially numbered flagging so that the boundaries can be subsequently surveyed. Wetland rating forms will be completed using Washington State Department of Ecology's (Ecology's) 2004 Washington State Wetlands Rating System Western Washington to establish the rating of each wetland. The completed rating forms will be included in the delineation report. Consultant shall survey wetland boundaries (completed by survey subcontractor as part of subtask 1.4.3) based on the flagging completed by the wetland biologist and be included in the project base mapping. This same base mapping will be used to prepare the figures that will be included in the Wetland and Stream Assessment Report. 2.7.1.2 Streams The primary activities included in the stream assessment of the pipeline alignment are: Review existing available stream information. Conduct a field investigation to assess condition of the streams and stream corridors (limited to 2 days on site for Consultant's fisheries biologist). Delineate the ordinary high water mark (OHWM) at each proposed stream crossing. Assess the potential for sensitive species and or habitats in streams and stream corridors along the proposed project alignment. Prior to conducting field work, Consultant shall review available information, including reports describing the primary streams (Tumwater, Valley, and White Creeks), maps, and aerial photos. It is assumed for this work that no modeling or analysis of stream hydrology or hydraulics will be needed for the pipeline replacement project. Consultant shall stake or flag the limits of the OHWM. Consultant shall survey OHWM boundaries (completed by survey subcontractor as part of subtask 1.4.3) based on the flagging completed by the Consultant's biologist and be included in the project base mapping. This same base mapping will be used to prepare the figures that will be included in the Wetland and Stream Assessment Report. 13 Consistent with the requirements of PAMC 15.20 and CCC 27.12, Consultant shall identify and evaluate aquatic and wildlife conservation areas. Consultant shall request information related to sensitive species and habitats from National Marine Fisheries Service (NMFS), U.S. Fish and Wildlife Service (USFWS), and Washington Department of Natural Resources (DNR) Natural Heritage Program. This will be performed to assess and document the potential for sensitive species and /or habitats within the proposed project alignment. However, it is currently assumed that no Endangered Species Act work will be required and no special habitat management plans will be needed, which would involve extra work that is not included in the scope or budget for this task. 2.7.1.3 Report Consultant shall prepare a draft Wetland and Stream Assessment Report for preliminary review by City and subsequent submittal (after Consultant's incorporation of City's review comments) by Consultant to regulatory agencies for review and approval. The report shall document presence and condition of wetlands and streams along the alignment of the pipeline replacement project. The draft submittal to City shall be as a PDF via email. The report shall describe the results of the wetland and stream studies. Consultant shall finalize the draft report based on review comments from the City and submit the final report to City via email. 2.7.2 Wetland and Stream Mitigation Report Consultant shall also prepare a Wetland and Stream Mitigation Report that addresses the project's impacts, recommended alternatives and mitigation related to wetlands, streams, and buffers. Consultant shall prepare a draft report for preliminary review by City and subsequent submittal of a final report (after Consultant's incorporation of City's review comments) by Consultant to regulatory agencies for review and approval. The report shall describe the proposed temporary and permanent impacts to wetlands, streams, and buffers and the proposed restoration of the affected wetlands, streams, and buffers, and any potential additional mitigation for impacts to wetlands, streams, and buffers. Consultant shall finalize the draft report based on review comments from the City and submit the final report to City via email. The Wetland and Stream Mitigation Report shall address the following elements: Impacts to wetlands consistent with the requirements of CCC Chapter 27.12 and PAMC Chapter 15.24. Impacts to streams and stream corridors consistent with the requirements of PAMC 15.20.020, 060 and 070.A. Impacts to aquatic and wildlife conservation areas consistent with the requirements of CCC 27.12. 2.8 Traffic Control Consultant shall prepare a brief technical memorandum regarding traffic control measures proposed to be implemented for the concrete cylinder replacement project. The technical memorandum shall summarize, in narrative and /or tabular format, the traffic control needs 14 and proposed mitigation for the entire alignment of the new pipeline. In addition, traffic control measures shall be shown, as applicable on the Preliminary Design drawings. Other GIS and /or aerial mapping may also be used, if necessary, to show impacts and /or proposed detour routes. No site visits are planned for this activity. Coordination with City staff shall be by conference telephone call. Consultant shall submit to City a draft of the traffic control technical memorandum as a PDF via email for City's review and approval. Consultant and City shall discuss the results of City's review by conference telephone call. Consultant shall revise the technical memorandum, as applicable, per City's input. 2.9 Permit Review This permit review subtask is developed in recognition that part of the concrete cylinder replacement project is within the City of Port Angeles and part is in unincorporated Clallam County. Permits will need to be obtained from the City of Port Angeles, Clailam County, WDFW, Washington State Department of Natural Resources (DNR), Ecology (Construction Stormwater General Permit submittal), and USACE. For the purpose of simplifying the process, permit acquisition shall be undertaken as though the entire project will be constructed as a single project. City and Consultant acknowledge this may not be the case, depending on estimated project costs and the availability of funding. If the project is constructed in phases over time, it is assumed that permits and approvals for subsequent construction phases may require renewal and /or re- application (which are not part of this scope of work). City and Consultant agree that the project scope and associated budget for permit acquisition are based, in part, on the following assumptions, as well as other assumptions presented in this subtask: 1. The City of Port Angeles will act as Lead Agency under WAC Chapter 197 -11 for the purposes of SEPA Compliance. 2. Review by Washington State Department of Health (DOH) is not required for this project. 3. The only state agency review will be by DNR for a Forestry Practice Permit, Washington Fish and Wildlife for a Hydraulic Project Approval and by Department of Archaeology and Historic Preservation (DAHP) of the Cultural Resources Report. 4. 401 Water Quality Certification will be included as part of the USACE Nationwide Permit secured for this project and will not require separate Department of Ecology review. 5. No Endangered Species Act related work will be required. 6. City shall obtain any and all permissions from property owners for rights -of -entry to complete field investigations and land survey work for this project. 7. City shall pay all permit fees required for this project. 8. No property rights acquisition (easement and /or purchase) will be required to complete this permit review subtask. 15 9. No clearing and grading permit is required for those portions of the project in unincorporated Clallam County. 10. City shall obtain right -of -way construction permit for work within the City limits as well as outside the City limits. 11. City will be responsible for preparing, posting, and distributing any public notices required by PAMC 18.02.050 or by County. This scope assumes that no public hearings will be required for the project including any hearing or notice specified by PAMC 17.76.140 and 18.02.060 or in Clallam County's Code. 12. Habitat for priority species or species of concern are assumed to not be present within the project limits. 2.9.1 City of Port Angeles Consultant shall complete the permitting activities presented below that require approval by the City of Port Angeles. 2.9.1.1 Pre Permit Consultation Consultant shall meet with the City of Port Angeles Department of Community and Economic Development (DCED) Staff to review the project and associated permit requirements to confirm effective and efficient development and submittal of permit applications. Consultant shall schedule this meeting for the same day as the pre application meeting with Clallam County. 2.9.1.2 Environmentally Sensitive Area Reports Port Angeles Municipal Code Chapter 15.20 requires preparation of Environmentally Sensitive Area Reports for projects that may occur within or impact environmentally sensitive areas as defined by the City of Port Angeles. Based on an initial review of Chapter 15.20 and the likely pipeline replacement alignment, this scope assumes that the following Environmentally Sensitive Area Reports will be required: Geologic hazard areas (addressed under Subtask 1.5.4, Geologic Hazard Areas and Locally Unique Features) Streams and stream corridors (Addressed under Subtask 1.8, Wetland and Stream Evaluation). Locally unique features (addressed under Subtask 1.5.4, Geologic Hazard Areas and Locally Unique Features) This scope assumes that the project will encroach on required buffers and /or sensitive areas and that relief from standard buffer and disturbance requirements contained in Chapter 15.20 PAMC will be required. This scope also assumes that any needed relief from the requirements of Chapter 15.20 PAMC will be granted administratively under the authorities of PAMC 15.20.080 and that no additional notices, hearings, reports or studies will be required beyond the three reports listed above. As part of this subtask, Consultant shall prepare submittal packages for City review and address City review comments, as applicable and as allowed by the budget for this subtask. City and Consultant acknowledge that the level of effort that may be necessary to satisfy 16 City's Code requirements and City's reviewers for this activity are difficult to predict. If additional effort is required, the scope and budget for this subtask will need to be amended. 2.9.1.3 Clearing and Grading Permit Consultant shall prepare a Clearing and Grading Permit Application consistent with the requirements of PAMC Chapter 15.28. The Clearing and Grading Permit Application shall be submitted for consolidated review with the Wetland Permit Application, JARPA, and other required City Permits consistent with Chapter 18.02 PAMC. 2.9.1.4 Joint Aquatic Resource Permit Application (JARPA) Because the project is anticipated to involve temporary disturbance of wetlands and streams along the alignment of the new pipeline, a JARPA is required. Consultant shall prepare a Joint Aquatic Resource Permit Application (JARPA) consistent with application guidelines for the purpose of securing a Hydraulic Project Approval (HPA) from WDFW, Section 404 from USACE (including Section 401 Water Quality Certification), and critical area approvals from Clallam County and Port Angeles. The JARPA will address the temporary impacts to wetlands and streams resulting from the pipelines. The Wetland and Stream Assessment Report, and the Wetland and Stream Mitigation Report will both be appended to the JARPA in support of the application. Drawings presenting the project will be modified in accordance with the USACE strict formatting requirements to enable review of the JARPA by the regulatory agencies. The JARPA shall address wetland disturbance and stream crossings both within Port Angeles City limits and in unincorporated Clallam County. The JARPA shall be submitted by Consultant on behalf of City to: USACE for review under the Nationwide Section 404 Permit (Permit Application No. 33 for temporary construction, access, and dewatering). The processing duration by UASCE for the JARPAs is highly variable and the level of effort for tracking the application is therefore unpredictable. WDFW for review under Hydraulic Project Approval. The budget for this subtask assumes limited coordination with USACE of up to 10 hours of wetlands scientist time and 10 hours of planning lead time. 2.9.1.5 SEPA Consultant shall prepare a draft SEPA checklist for the project for review and approval by City. Consultant shall append to the checklist all relevant and applicable work product documentation completed as part of other subtasks. Consultant shall finalize the SEPA checklist based on City input. It is assumed that City will serve as the SEPA -lead agency for the project and will issue a SEPA determination. City shall be responsible for issuing public notification, receiving any public comments that might be submitted, completing the public review process, and issuing SEPA determination. 2.9.1.6 Construction Stormwater General Permit Because no new impervious surface will be created as part of this project, no stormwater management plan or drainage plan addressing this issue with detention and /or treatment facilities is required or included as part of this project. However, because there will be greater than 1 acre of land disturbance during construction, a Construction Stormwater General Permit (CSWGP) is required for this project. While the CSWGP for this project is not typically reviewed and approved by Ecology, a permit application or "notice of intent" 17 for the CSWGP must be completed. Consultant shall complete and submit the notice of intent to Ecology to for its records and for the subsequent public notification and publication is required by Ecology for the CSWGP. Consultant shall complete the CSWGP permit application in conformance with Ecology standard form requirements. Consultant shall not publish the notice of intent. The key work product required of the CSWGP is the Stormwater Pollution Prevention Plan SWPPP). Consultant shall prepare a SWPPP for the project in conformance with Section 6.05 of City's Urban Services and Standards Guidelines and Ecology's Stormwater Management Manual for Western Washington. Consultant shall submit the SWPPP to City for its review and comment. Consultant shall revise the SWPPP based on City's review comments. Consultant shall combine the finalized SWPPP with the CSWGP notice of intent for submittal to both Ecology and City. 2.9.2 Clallam County Consultant shall complete the permitting activities presented below that require approval by Clallam County. 2.9.2.1 Pre- Application Meeting Consultant shall meet with Clallam County Department of Community Development (DCD) Staff consistent with Clallam County Code (CCC) 26.10.230 to review the project to ensure effective and efficient development and submittal of permit applications. 2.9.2.2 Critical Areas Special Reports Clallam County Code Chapter 27.12 requires preparation of Critical Areas Special Reports for projects that may occur within or impact critical areas as defined by the county. Based on an initial review of Chapter 27.12 and the likely pipeline replacement alignment, this scope assumes that the following Critical Area Special Reports will be required: Wetlands (Addressed under Subtask 1.8, Wetland and Stream Evaluation) Aquatic and Wildlife Habitat Conservation Areas (Addressed under Subtask 1.8, Wetland and Stream Evaluation) Geologic Hazard Areas (Addressed under Subtask 1.5.4, Geologic Hazard Areas and Locally Unique Features) 2.9.2.3 Critical Areas Variance For the purpose of developing the scope and associated budget for this subtask, a Critical Areas Variance is assumed to be necessary. It is assumed that the project will encroach on required buffers and /or sensitive areas and that relief from standard buffer and disturbance requirements contained in Chapter 27.12 CCC will be required. Relief from these standards will require a Variance under the provisions of CCC 27.12.710, 715,720 and 725. Consultant shall prepare required variance application submittals, plans, and reports consistent with Clallam County Code. Two meetings by Consultant's permitting lead with Clallam County planning staff are budgeted as part of this subtask to assist in development and coordination of the variance request applications. 18 Consultant shall attend the anticipated single -day public hearing for the Variance request. Four members of Consultant's project team (project manager, permitting lead, wetlands specialist, and geotechnical engineer) shall attend the public hearing. Consultant shall prepare the clearing and grading plans and temporary erosion and sedimentation control plans that are required to be included as part of Clallam County's Critical Area Variance review process. 2.9.3 Washington State Department of Natural Resources Consultant shall prepare an application for a Class IV General (conversion of forest land to non forest land) Forestry Practice (FP) for submittal to DNR. Processing and submittal of the Class IV FP application shall be coordinated with both City and Clallam County, as applicable and as directed by City and Clallam County. City and Clallam County shall both review the Class IV FP application. Consultant shall complete the Western Washington Forest Practices Application for those lands being converted within the City. Consultant shall prepare the narrative and graphics required for the Forest Practice Application and submit them to City for review. In Clallam County a FP application requires a Critical Areas Variance hearing. Since a Critical Areas Variance hearing is anticipated as part of Subtask 1.10.2.3, Consultant shall integrate the FP application and associated required graphics, narrative, and calculations with the Critical Areas Variance application as applicable and as recommended by Clallam County. The FP, along with the Critical Areas Variance application, shall be submitted by Consultant to Clallam County. 2.9.4 Washington State Department of Fish and Wildlife Two reviews are expected from WDFW review of the Hydraulic Project Approval (HPA), which is effected via the JARPA process, and review of the Bald Eagle Management Plan (results from FP application). Consultant shall support these reviews as described in the subtasks below. 2.9.4.1 Hydraulic Project Approval (HPA) Consultant shall coordinate with designated WDFW staff to support their review and approval of the HPA (JARPA) for the project. This coordination and support is understood to potentially include on -site meetings, conference calls, and other interaction with Consultant's project team. The level of effort for this task is essentially a budget allowance as included in Exhibit B. 2.9.4.2 Bald Eagle Management Plan Given the DNR requirements for a Forest Practice Permit and the known presence of Bald Eagles in the project vicinity, a Bald Eagle Management Plan is anticipated to be required. Consultant shall prepare a Bald Eagle Management Plan consistent with WAC 232 -12 -292. Consultant shall coordinate with designated WDFW and DNR staff to support their review and approval of the Bald Eagle Management Plan element of the Forest Practice Application for the project. The level of effort for support of review by WDFW and DNR is a single on- site meeting by Consultant's project manager and wildlife biologist as well as minor additional communication. 19 2.9.5 Permit Acquisition Budget Contingency Consultant and City acknowledge that the level of effort necessary to complete the permit acquisition subtasks for this project is not easily predicted. Consultant and City acknowledge that there may be other permits, approvals, or permit- acquisition procedures or process that that have not been identified and are not included in this scope of work. In addition, it is acknowledged that there may be re- design of portions of the project that is required to enable acquisition of permits and /or approvals. As a result, this subtask provides a budget contingency allowance of $30,000 to be expended, as necessary, on unforeseen permit acquisition activities and /or on permit- acquisition subtasks requiring a greater level of effort than originally anticipated. This budget contingency allowance shall only be expended per direction (email or formal letter) from City. 2.10 Cultural Resources A survey of potential buried cultural resources along the alignment of the new pipeline will be required to comply with Section 106 of the National Historic Preservation Act. The survey shall be executed as described in the following subtasks. For the purposes of scoping and budgeting this task, it is assumed that no tribal consultation will be required, no Traditional Cultural Properties (TCP) will be identified (for the project area), no historic buildings, and that no archaeological sites or isolates shall be discovered during the survey. In the event archaeological sites or isolates are discovered, the scope and budget of this subtask will need to be amended. 2.10.1 Document Review Consultant shall review and collect the necessary documents to provide background information for the cultural resources survey and report in particular to preliminarily identify the presence of historic buildings, TCPs, or other archaeological sites along the alignment of the new pipelines. The review will be conducted in part through the Department of Archaeology and Historic Preservation (DAHP) as well as through local archaeological survey reports and historical documents, as applicable. The document review shall cover the entire length of the project, including the parts in streets as well as the parts through the canyons and across undeveloped areas. 2.10.2 Field Survey Consultant shall conduct a pedestrian archaeological survey for the alignment of the new pipeline that is NOT in improved areas such as City streets nor on the steep sides of the canyons. The focus of the field survey shall be undeveloped ground and the canyon bottoms. The approximate length of the field survey is 9,000 feet. It is assumed that as many as 30 total shovel probes may be necessary (12 inches square by three feet deep) at intervals of approximately 250 to 300 feet, as applicable and appropriate. All shoveled material shall be screened through 1 /4 -inch hardware cloth. The actual field survey shall be completed on site over the course of up to two days by Consultant's senior and junior archaeologists. It is assumed that no additional field excavations shall be required for agency approval. 20 2.10.3 Report Consultant shall prepare a report of 20 pages or less documenting the results of the document review and field survey subtasks in conformance with the Washington State Standards for cultural resource reporting, as required by the DAHP. The report shall document background information, survey methods, findings, and recommendations. The report shall include a map showing the location of shovel probes and shall also include photos of the site. The map to be used shall be the basemapping for the pipeline design drawings. A draft electronic PDF copy of the report shall be provided (emailed) to City for its review and comment. Following receipt of comments, Consultant shall finalize the report based on City's input and submit the final PDF file to District. Consultant shall submit the report to DAHP for review and approval. 2.11 Preliminary Plan and Profile Drawings Consultant shall prepare preliminary plan and profile drawings for the new pipeline. The drawings shall approximately represent the 30- percent complete status of the project. No Project Manual documents, specifications, or connection details shall be included as part of the preliminary plan and profile drawings. The preliminary plan and profile drawings shall be submitted as PDF drawings via email or FTP site to City for its review and comment. Upon completion of City's review, Consultant shall meet with City at City's office to discuss City's review comments. Consultant shall modify the drawings per City's review comments. 2.12 Estimated Construction Cost Consultant shall estimate the cost of construction of the new pipeline at the 30- percent, 65- percent, 95- percent, and 100 percent complete stage of design. The construction cost estimate shall be developed using the unit prices planned for the bid form of the Project Manual. Consultant shall submit the cost estimates files via email for City's review and comment. Because of the greater uncertainty at the earlier stages of design, the greater will be the cost contingency incorporated into the earlier cost estimates. As the design approaches completion, the cost contingency will be reduced. In providing opinions of construction cost, Consultant has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by operating personnel or third parties; and other economic and operational factors that may materially affect the ultimate project cost or schedule. Therefore, Consultant makes no warranty that the City's actual project costs, financial aspects, economic feasibility, or schedules will not vary from Consultant's analyses, projections, and /or estimates. 2.13 Final Design Construction documents prepared for Phase 1 and Phase 2 for the project shall each consist of a single contract with up to five separate schedules (Phase 1 is anticipated to only include 21 a single schedule), bound as a single document for bidding and construction. The multiple schedules will enable City to award all or a portion of the construction contract, depending on available funding and the results of bidding the contract. This final design subtask shall build upon the preliminary design drawings and other work completed as part of earlier subtasks. Consultant shall prepare draft design deliverables for City review at the 65% and 95% completion levels. Consultant shall prepare bidding forms, the contract agreement, Division 1 specifications, technical specifications (and appendices), and drawings to form the document hereinafter referred to as the "Project Manual," which shall be suitable for bidding the construction contract. The Project Manual shall be based on the following: General Conditions: APWA /WSDOT, latest version Technical Specifications: APWA/WSDOT, latest version supplemented with Special Provisions as necessary Design Drawings: AutoCAD format, latest version Standard Details: City of Port Angeles standard details as applicable (Supplemented by CH2M HILL details where /when required) Bidding and Contract Documents: City of Port Angeles standards 2.13.1 65- Percent Submittal Consultant shall prepare a 65- percent complete Project Manual submittal including all anticipated design drawings, technical specifications (Special Provisions), bidding documents, and contract documents for City's review. The submittal shall reflect substantial completion of the final design phase. Although not complete and ready for contractor bidding, all aspects of the design shall be included in this submittal package. Some aspects, such as design details, erosion and sedimentation control drawings, traffic control drawings, and other ancillary features may be completed to a lesser complete level than 65 percent. Consultant shall submit 5 hardcopies of the 65- percent submittal to City for its review and comment. Upon completion of City's review, City shall return a single red lined- marked -up copy of its review comments to Consultant. Consultant shall participate in a conference call with City to discuss review comments. Consultant shall revise the 65- percent submittal per City's review comments. 2.13.2 95- Percent Submittal Consultant shall prepare a 95- percent complete Project Manual submittal, which includes revisions per City's review comments on the 65- percent submittal, for City's review. The 95- percent submittal shall reflect substantial completion of the overall project and shall be adequate for bidding the contract. Review of the 95- percent submittal will be City's final opportunity to effect changes to the design prior to advertising the contract for bid. Consultant shall prepare and submit 5 copies of the 95- percent submittal for City's review and comment. Upon completion of City's and DOH's review, City shall return a single red- 22 lined- marked -up copy of its review comments to Consultant. Consultant shall participate in a conference call with City to discuss review comments. Consultant shall revise the 95- percent submittal per City's review comments. 2.13.3 100 Percent Submittal Consultant shall prepare the final, 100-percent-complete Project Manual for the project that is ready to be advertised for solicitation of bids for the construction contract. In addition to review comments from City on the 95- percent submittal, Consultant shall incorporate review comments from other permit and review agencies. Permits shall be incorporated into the Project Manual if available at the time of document assembly and printing. Consultant shall provide a total of five hardcopies of the final Project Manual to City. Copies of the Project Manual for bidding the construction contract shall be prepared as part of a separate amendment for services during bidding and construction (not part of this contract amendment). Task 3. McDougal Pressure Subzone Improvements This task shall be completed by November 30, 2011. Consultant shall prepare study and design documents to abandon, in place, the existing McDougal Pump Station and replace it with new larger- diameter distribution system pipe that improves normal- operating flows and fire flows directly from the City's High Zone pressure system. The anticipated pipeline improvement is approximately 1,100 linear feet of new 14- inch diameter, ductile iron distribution main in McDougal Street between Craig Avenue and Benjamin Street. The new pipeline will replace the existing 6- inch diameter asbestos cement pipe. Pending hydraulic analysis it may be necessary to include a pressure sensor within or near the existing McDougal Pump Station that is connected to the City's Supervisory Control and Data Acquisition (SCADA) system to initiate pumping at the Mill Creek Pump Station in the event of a fire flow condition in the McDougal Street area. If this additional work is determined to be necessary, it will be undertaken by others as part of a separate contract agreement with City or it will be undertaken by Consultant as part of an amendment to this Agreement. City and Consultant acknowledge the following regarding this project: The project will result in lowering normal- operating pressures by approximately 22 psi from what the current service pressures are. Customer dissatisfaction with reduced service pressure is a likely outcome of this system improvement. Future service to higher ground elevations (currently undeveloped) of the adjacent unincorporated urban growth area will be either served from Clallam PUD's service area to the south or a pumped system from City's High Zone pressure system. 23 Normal operating service pressures at the east end of Homestead Avenue (at customer service meters) are anticipated to drop to approximately 35 psi during peak hour demand. The permitting and approval requirements for this project are assumed to be minimal. Consultant shall complete SEPA checklist and City shall complete any and all other permitting requirements and activities. City and Consultant agree that the project scope and associated budget for this project are based on the assumptions presented under this task. The City of Port Angeles will act as Lead Agency under WAC Chapter 197 -11 for the purposes of SEPA Compliance. Consultant shall prepare the SEPA checklist and submit to City and City shall complete all other aspects of the SEPA process. No Endangered Species Act related work will be required. No Cultural Resources Report is required for this project. No clearing and grading permit will be required because the project is anticipated to be within City right -of -way. City shall obtain any and all permissions from property owners for rights -of -entry to complete field investigations and land survey work for this project. City shall pay all permit fees required for this project. No wetlands or environmentally sensitive area evaluation work and related permitting activities will be required because the project is in a relatively flat area that is either paved or previously disturbed. No Forest Practice Act permits, reviews, or approvals are required. City shall obtain any needed permanent easements or temporary construction easements for the project. City shall obtain the right -of -way construction permit. Traffic control planning shall be required as part of construction contract. No traffic control plans shall be prepared by Consultant as part of Project Report and or final design. Traffic control shall be specified to maintain flagged, alternating access /egress to /from McDougal Street neighborhood. City will be responsible for preparing, posting, and distributing any public notices required by PAMC 18.02.050 or by County. This scope assumes that no public hearings will be required for the project including any hearing or notice specified by PAMC 17.76.140 and 18.02.060 or in Clallam County's Code. Geotechnical test pits shall be excavated, if deemed necessary after preliminary site examination by Consultant, as part of the geotechnical work for the Concrete Cylinder Pipeline Replacement project (Task 1) and the results included as part of the associated Geotechnical Report. 24 Habitat for priority species or species of concern are assumed to not be present within the project limits. 3.1 Project Report Consultant shall prepare a Project Report that includes the requirements of the Washington State Department of Health (DOH) per WAC 246- 290 -110. The Project Report, which shall be suitable for submittal to DOH for review and approval, shall address the following key project aspects, including: Description of the issue resulting in the project Specific project objective and goals and summary of regulatory requirements Description and evaluation of alternative solutions, including summary of hydraulic modeling results Description of selected alternative and summary of impacts to services Plan drawings (two) of the alignment of the anticipated new 1,100- linear -foot, 14 -inch- diameter pipeline. The anticipated scale of the new pipeline is 1" 20' at a full -size drawing of 22" x 34." Plan and profile drawings and supporting detail drawings shall be prepared as part of the final design subtask for this project. Impact of selected alternative to potential future service to adjacent urban growth area Estimated construction cost SEPA Checklist and Determination Consultant's project manager, lead designer, and project engineer shall visit the project site to identify alignment options and review those with City staff. The Project Report shall incorporate, as applicable, work previously completed by Consultant as part of City's Water System Plan. Consultant shall use City's existing water distribution system hydraulic model to evaluate alternative solutions and confirm and demonstrate compliance with DOH requirements for service pressures during normal operating and fire flow conditions. Consultant shall prepare a draft of the Project Report (3 hardcopies) for submittal to City for City's review and comment. No meetings are planned as part of this activity. Consultant shall revise the Project Report per City's review comments and submit 6 copies of the revised Project Report to City. City will submit the Project Report to DOH for its review and comment. Consultant shall revise the DOH reviewed Project Report, as applicable, per DOH's comments. Consultant shall prepare 5 hardcopies of the final Project Report for submittal to City. Consultant shall prepare a bookmarked PDF of the final Project Report for submittal to City. 25 3.2 Basemapping Consultant shall prepare preliminary base mapping for the project in the same manner described in Subtask 1.4.1, Preliminary Basemapping from GIS Database, for the Concrete Cylinder Pipeline Replacement project (Task 1). Consultant shall use this GIS -based mapping to select the specific alignment for the new pipeline and potential pressure sensor vault. Upon selection of the specific alignment of the new pipeline in McDougal Street, Consultant shall subcontract field survey services to locate buried and overhead utilities. The subcontracted survey services to be performed include: Identification and location of survey control and benchmarks. The survey shall include a ground profile along the centerline of the new pipeline at 50 -ft intervals as well as up to 6 additional spot elevations at yet- to -be- determined locations further south in McDougal Street and along the adjacent Homestead Avenue. The location of buried utilities shall be field- identified by One -Call service (1 -800- 424 -5555) and /or City (City shall field- identify all of its buried and above ground utilities). City shall take the lead in coordinating the utility locate, contacting the One -Call service, requesting the utility locate, locating all buried City utilities (water, sewer, storm, and electrical), and ensuring all non -City utilities are located. The survey subcontractor shall map utilities marked on the ground as well as overhead telephone and power poles. The horizontal and vertical location of the tops of valve boxes, manholes, and catch basins within 40 feet of the centerline of the pipeline alignment. The field survey subcontractor shall survey the location, invert elevations, and directional orientations of sanitary and storm sewer connections to manholes and catch basins. Survey subcontractor shall open all manhole lids and storm sewer grates and coordinate directly with City staff if assistance with opening such lids and grates is necessary. Survey subcontractor shall connect, in base mapping, storm and sanitary sewer lines using invert and directional information from manholes and catch basins and GIS base mapping. If connections are unclear from said information, they shall be indicated as such in the base mapping files developed by the survey subcontractor. The horizontal location of nearby power and telephone poles, signs, telephone boxes, and other surface structures within 40 feet of the new pipeline alignment. The survey contractor shall measure the approximate low -sag overhead distance above ground for all parallel and crossing telephone, cable, and power wires along the pipeline alignment. Survey subcontractor shall produce a final certified map (complete with signed and dated Washington State professional land surveyor stamp, licensed in the State of Washington) of the entire pipeline alignment and spot elevation locations. Survey subcontractor shall furnish electronic files of final basemapping in latest Autocad format to Consultant for Consultant's use in developing Plan and Profile design drawings. 26 Survey subcontractor shall show, all along the new pipeline alignment, City and County (as applicable) right -of -way and adjacent private and public property boundaries on the basemapping based on deed research (not based on a field boundary survey). Survey subcontractor shall survey the location of each of the geotechnical test pits (assume three test pit locations) completed as part of Subtask 1.5, Geotechnical Exploration. Surveying the geotechnical test pits shall be conducted at a later time (up to two months later) than the other field survey tasks presented herein. The base mapping shall be established in conformance with Washington Coordinate System, NAD 83 (91) and the NAVD 88, consistent with City's GIS database. In the same manner as in Subtask 1.4.4, Prepare Base Maps, for the Concrete Cylinder Pipeline Replacement Project, Consultant shall prepare Plan and Profile panels for displaying the alignment of the new pipeline using the GIS -based mapping and supplemental survey information. Plan and Profile base mapping shall include 2 -foot contour intervals, existing ground -level features, and underground utility pipes and structures. Consultant shall prepare plan and profile drawings in electronic Autocad format using an anticipated scale of 1 =20' horizontal and 1 =10' vertical for full size drawings (22 "x34" drawing plotted on 22 "x34" paper) and a scale of 1 =40' horizontal and 1 =20' vertical for half -size drawings (11 "x17 The plan drawings shall be to "true scale" (i.e., measuring a distance between two points using the Autocad command, DISTANCE, will give the user the actual distance between those two points in the field), and both electronic and hard copies of these drawings shall be provided to the City. 3.3 Estimated Construction Cost Consultant shall estimate the cost of construction of the 14- inch diameter McDougal Street pipeline at the 30- percent, 65- percent, 95- percent, and 100 percent complete stage of design. Consultant shall present the 30- percent estimated cost in a section of the Project Report. The construction cost estimate shall be developed using the unit prices planned for the bid form of the Project Manual. Consultant shall submit the cost estimates files via email for City's review and comment. Because of the greater uncertainty at the earlier stages of design, the greater will be the cost contingency incorporated into the earlier cost estimates. As the design approaches completion, the cost contingency will be reduced. In providing opinions of construction cost, Consultant has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by operating personnel or third parties; and other economic and operational factors that may materially affect the ultimate project cost or schedule. Therefore, Consultant makes no warranty that the District's actual project costs, financial aspects, economic feasibility, or schedules will not vary from Consultant's analyses, projections, and /or estimates. 27 3.4 Final Design Construction documents for the project shall consist of a single stand -alone contract for bidding and construction. This final design subtask shall build upon the Project Report and Basemapping subtasks. Consultant shall prepare draft design deliverables for City review at the 65% and 95% completion levels. Consultant shall prepare bidding forms, the contract agreement, Division 1 specifications, technical specifications (and appendices), and drawings to form the document hereinafter referred to as the "Project Manual," which shall be suitable for bidding the construction contract. The Project Manual shall be based on the following: General Conditions: APWA/WSDOT, latest version Technical Specifications: APWA/WSDOT, latest version supplemented with Special Provisions as necessary Design Drawings: AutoCAD format, latest version Standard Details: City of Port Angeles standard details as applicable Bidding and Contract Documents: City of Port Angeles standards 3.4.1 65- Percent Submittal Consultant shall prepare a 65- percent complete Project Manual submittal including all anticipated design drawings, technical specifications (Special Provisions), bidding documents, and contract documents for City's review. The submittal shall reflect substantial completion of the final design phase. Although not complete and ready for contractor bidding, all aspects of the design shall be included in this submittal package. Some aspects, such as design details, erosion and sedimentation control drawings, traffic control drawings, and other ancillary features may be completed to a lesser complete level than 65 percent. Consultant shall submit 5 hardcopies of the 65- percent submittal to City for its review and comment. Upon completion of City's review, City shall return a single red lined marked -up copy of its review comments to Consultant. Consultant shall participate in a conference call with City to discuss review comments. Consultant shall revise the 65- percent submittal per City's review comments. 3.4.2 95- Percent Submittal Consultant shall prepare a 95- percent complete Project Manual submittal, which includes revisions per City's review comments on the 65- percent submittal, for City's review. The 95- percent submittal shall reflect substantial completion of the overall project and shall be adequate for bidding the contract. Review of the 95- percent submittal will be City's final opportunity to effect changes to the design prior to advertising the contract for bid. Consultant shall prepare and submit 5 copies of the 95- percent submittal for City's review and comment. Upon completion of City's review, City shall transmit via email or FTP site review comments to Consultant as hand markups to drawings and specifications and /or as electronic modifications to bidding, contract, and technical specifications. Consultant shall 28 revise 95- percent submittal package and submit to City for City's submittal of the package to DOH for review and comment. 3.4.3 100 Percent Submittal Consultant shall prepare the final, 100-percent-complete Project Manual for the project that is ready to be advertised for solicitation of bids for the construction contract. Consultant shall incorporate review comments from DOH, as applicable. Consultant shall provide a total of five hardcopies of the final Project Manual to City. Copies of the Project Manual for bidding the construction contract shall be prepared as part of a separate amendment for services during bidding and construction (not part of this contract amendment). 29 1 On -Call Assistance Exhibit B (page 1 of 2) Budget Development Task 2 Concrete Cylinder Pipe Replacement 2.1 Project Kickoff Meeting $9,049 2.2 Hydraulic Evaluation $2,363 2.3 Pipeline Alignment Examination $17,278 2.4 Basemapping 2.4.1 Preliminary Basemapping from GIS Database $11,723 2.4.2 Field Survey $56,228 2.4.3 Wetland Survey Allowance $13,212 2 4 4 Prepare Base Maps $18,692 2.4.5 Property Boundary Survey Allowance Contingency $39,163 2 5 Geotechnical Exploration 2.5.1 Collect and Review Available Data $2,768 Total $10,000 2.5.2 Field Exploration and Laboratory Testing $12,963 2.5.3 Prepare Geotechnical Report $10,404 2.5 4 Geologic Hazard Areas and Locally Unique Features $10,531 2.6 Evaluate Canyon Crossings 2.6.1 Technical Alternatives $20,895 2.6 2 Estimated Costs $6,541 2.6.3 Summary Technical Memorandum $15,861 2.7 Wetland and Stream Evaluation 2.7.1 Wetland and Stream Assessment Report 2.7.1.1 Wetlands $17,064 2 7.1.2 Streams $9,233 2.7.1.3 Report $15,552 2.7.2 Wetland and Stream Mitigation Report $19,517 2.8 Traffic Control $10,856 Exhibit B (page 2 of 2) Budget Development Task Total 2.9 Permit Review 2.9.1 City of Port Angeles 2.91 1 Pre-Permit Consultation $3,618 2.9.1.2 Environmentally Sensitive Area Reports $3,732 2.9.1.3 C|eannO and Grading Permit $6,193 2.9.1.4 JARPA $13,003 2.9.1.5 SEPA $10,238 2.9.1.6 Construction Stormwater General Permit $9,619 2 9 2 O|eUamCounty 2.9 2.1 Pm`App|/oa1mnK8eoting $3,255 2.9.2.2 Critical Areas Special Reports $3 ,7 32 2.9.2.3 Critical Areas Variance $14,363 2.9.3 Washington Department of Natural Resources $4.771 2.9.4 Washington State Department of Fish and Wildlife 2.9.4.1 Hydraulic Project Approval $7,127 2.0.42 Bald Eagle Management Plan $5,533 2.9.5 Permit Acquisition Budget Contingency $30.000 2.10 Cultural Resources 210.1 Document Review $1.715 21 (l2 Field Survey –$6.874 2103 Report $6,209 211 1 Preliminary Plan and Profile Drawings 39 98 1 2.12 Estimated Construction Cost $23,749 2.13 Final Design 2.13.1 65-Percent Submitta $76,555 2.13.2 95-Percent Submitta $78,334 2.13.3 100-Percent Submittal $68,243 Subtotal $736,539 3 McDougal SubzoneImprovements 3.1 Project Report $23,807 3.2 Basemapping $9,864 3.3 Estimated Construction Cost $8.679 3.4 Final Design 3.4' 65-Percent Submittal $17.255 3.4.2 95-Percent Submittal $15,476 3.4.3 100-Percent Submitta $12,932 Subtotal $88,013 Total $834,552 Exhibit C Consultant Labor Costs and Non salary Reimbursable Costs Labor costs shall be based upon an individual's hourly wage times the total number of hours worked, times a multiplier of 3.15. The multiplier shall include overhead, CADD costs, communications costs, computer costs, and profit. Direct Non salary Reimbursable Costs are not subject to a multiplier and are those necessary expenses and charges incurred for the PROJECT including, but not limited to: (1) the direct costs of transportation, meals and lodging, mail, special OWNER approved PROJECT specific insurance, letters of credit, bonds, and equipment and supplies; (2) CONSULTANT's current standard rate charges for direct use of CONSULTANT's vehicles, laboratory test and analysis, and certain field equipment; and (3) CONSULTANT's standard project charges for special health and safety requirements of OSHA. 2010 Non Salary CostRates (This list is only a sample of Direct Non salary Reimbursable Costs and is not meant to be all inclusive. These rates are subject to calendar year adjustment): Health Safetyl Fleet Vehicles Personal Mileage Laboratory Services 1 Applies only to staff with comprehensive Health and Safety training. $1.75 /labor hour $.70/ mile IRS Rate (currently $.50 /mile) Cost EXHIBIT D Hourly Wage Rates The hourly wage rates shown in the table below are for several key Consultant staff anticipated to participate in this project. The hourly wage rates shown are billing rates based upon the employees' current raw hourly rate escalated by the agreed -upon, contracted 3.15 multiplier. When an employee working on this project receives a raise in their raw hourly rate, their corresponding billing rate for this project will adjust automatically. Additional Consultant staff, who are not yet identified and not listed in the table below, will also participate in this project and their charges billed against this project. No modification or amendment to the Agreement shall be required for adjustment of Consultant staff on the project. Employee Phillip L Martinez Jack Burnam Arnie Roshak Kenneth R Weigum Kenneth R Green Hans Paul Ehlert Lori Hurt, Title Project Manager Lead Designer Project Engineer CAD Tech Geotech Wetlands Accounting Hourly Wage Rate at 3.15 Multiplier $210 47 $209 19 $118.86 $126 75 $196.33 $187.28 $83 84