Loading...
HomeMy WebLinkAbout4049 Resolution - PSA HDR for Construction Management for WWTP Phase 1RESOLUTION NO. 4049 A RESOLUTION AUTHORIZING EXECUTION OF THE PROFESSIONAL SERVICES AGREEMENT (PSA) BY THE CITY MANAGER WITH HDR ENGINEERING, INC. FOR THE WASTEWATER TREATMENT PLANT (WWTP) IMPROVEMENTS PHASE 1 PROJECT WHEREAS, the City of Pasco, Washington requires professional services from an engineering firm for the purpose of construction management services for the Phase 1 Improvements construction at the City's WWTP plant; and WHEREAS, the City of Pasco has published an announcement of its Request for Qualifications (RFQ) related to its general need for professional services of construction management services as required by RCW 39.80.030; and WHEREAS, after a staff panel for the City of Pasco reviewed and scored responses from two (2) firms and subsequently interviewed both firms, it determined the most highly qualified firm to be HDR Engineering, Inc. pursuant to RCW 39.80.040; and WHEREAS, the City of Pasco, pursuant to RCW 39.80.050(1), has negotiated a fair and reasonable PSA with HDR Engineering, Inc. based on the estimated value of the services including their scope, complexity, and professional nature; and WHEREAS, the City of Pasco hereby finds that HDR Engineering, Inc. is the most highly qualified firm to perform the necessary construction management services related to the WWTP Improvements Phase 1 Project, and the negotiated contract is both fair and reasonable, for an amount not to exceed $1,489,148.96. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PASCO, WASHINGTON: That the City Manager for the City of Pasco is hereby authorized to execute the Professional Services Agreement with HDR Engineering, a copy of which is attached hereto, and incorporated herein by reference as Exhibit A, and to make minor substantive changes as necessary to execute the Agreement; and Be It Further Resolved that this Resolution shall be in full force and effect upon adoption. Resolution — PSA with HDR Engineering Inc. WWTP Improvements Phase 1 — Construction Management Services Resolution - 1 PASSED by the City Council of the City of Pasco, Washington, this 19th day of April, 2021. Saul Martinez Mayor ATTEST: &(X, Debra Barham, CMC City Clerk Resolution — PSA with HDR Engineering Inc. WWTP Improvements Phase 1 — Construction Management Services Resolution - 2 EXHIBITA PROFESSIONAL SERVICES AGREEMENT WWTP Improvements Phase 1— Construction Management Services Agreement No. 21-024 THIS AGREEMENT is made and entered into between the City of Pasco, a Washington Municipal Corporation, hereinafter referred to as "City", and HDR Engineering, Inc., hereinafter referred to as "Consultant," on the day of , 2021. RECITALS WHEREAS, the City desires to have certain services and/or tasks performed as set forth below requiring specialized skills, training, equipment, and other supportive capabilities; and WHEREAS, the Consultant represents that it is qualified and possesses sufficient skills, experience, equipment, and necessary capabilities, including: technical and professional expertise, when required, to perform the services and/or tasks as set forth in this Agreement upon which the City is relying. NOW, THEREFORE, in consideration of the mutual covenants, and performances contained herein, the parties agree as follows: 1. Scope of Services. The Consultant shall perform such services and accomplish such tasks, including the furnishing of all labor, materials, facilities and equipment necessary for full performance thereof, as identified and designated as Consultant's Responsibilities throughout this Agreement, and as more particularly described in Scope of Work detailed in Exhibit A, attached hereto and incorporated herein (the "Project"). 2. Term. This Project shall begin on the execution date listed above and promptly be completed by 12/31/2024. 3. Compensation and Payment. 3.1 Payment for services provided hereunder shall be made following the performance of such services. Such payment shall be full compensation for work performed or services rendered, and for all labor, materials, supplies, equipment, and incidentals necessary to complete the Project. 3.2 No payment shall be made for any services rendered by the Consultant except for services identified and set forth in this Agreement except as may be authorized by a written supplemental agreement approved by the City. 3.3 The City shall pay the Consultant for work performed under this Agreement upon timely submitted invoices detailing work performed and expenses for which reimbursement is sought. The City shall approve all invoices before payment is Professional Services Agreement — HDR Engineering, Inc. Agreement No. 21-024 WWTP Improvements Phase 1 — Construction Management Services Page 1 of 9 issued. Payment shall occur within thirty (30) days of receipt and approval of an invoice. 3.4 The City shall pay the Consultant for all work performed and expenses incurred under this Agreement, as follows. ® Hourly (Multiple Rate): Such rates as identified within Exhibit A, plus actual expenses incurred as provided under this Agreement, but not to exceed a total of $1,489,148.96 without the prior written authorization by the City. 4. Reports and Inspections. 4.1 The Consultant at such times and in such forms as the City may require, shall furnish to the City such statements, records, studies, surveys, reports, data, and information as the City may request pertaining to matters covered by this Agreement. 4.2 The Consultant shall, at any time during normal business hours and as often as the City or the Washington State Auditor may reasonably deem necessary, make available for examination all of its records and data with respect to all matters covered, directly or indirectly, by this Agreement and shall permit the City, or its designated authorized representative to audit and inspect other data relating to all matters covered by this Agreement. The City shall receive a copy of all audit reports made by the agency or firm as to the Consultant's activities. The City may, at its discretion, conduct an audit at its expense, using its own or outside auditors, of the Consultant's activities which relate, directly or indirectly, to this Agreement. Consultant shall be provided a copy of such reports. 4.3 The Consultant, during the term of this Agreement, shall obtain all permits and registration documents necessary for the performance of its work and for the execution of services at its own expense, and shall maintain its validity. Upon request, the Consultant shall deliver to the City copies of these licenses, registration documents, and permits or proof of their issuance or renewal. 4.4 Consultant shall maintain books, records and documents, which sufficiently and properly reflect all direct and indirect costs related to the performance of this Agreement, and shall maintain such accounting procedures and practices as may be necessary to assure proper accounting of all funds paid pursuant to this Agreement. These records shall be subject, at all reasonable times, to inspection, review, or audit as provided above. 4.5 The Consultant shall retain all books, records, documents or other material relevant to this Agreement for three (3) years after its expiration. Consultant agrees that the City, or its designee, shall have full access and right to examine any of said materials at all reasonable times during this period. Professional Services Agreement — HDR Engineering, Inc. Agreement No. 21-024 WWTP Improvements Phase 1 — Construction Management Services Page 2 of 9 5. Ownership and Use of Documents. 5.1 All research, tests, surveys, preliminary data, information, drawings and documents made, collected, or prepared by the Consultant for performing the services subject to this Agreement, as well as any final product, collectively referred to as "work product," shall be deemed as the exclusive property of the City, including copyright as secured thereon. Consultant may not use them except in connection with the performance of the services under this Agreement or with the prior written consent of the City. Any prior copyrighted materials owned by the Consultant and utilized in the performance of the services under this Agreement, or embedded in with the materials, products and services provided thereunder, shall remain the property of the Consultant subject to a license granted to the City for their continued use of the products and services provided under this Agreement. Any work product used by the Consultant in the performance of these services which it deems as "confidential," "proprietary," or a "trade secret" shall be conspicuously designated as such. 5.2 In the event of Consultant's default, or in the event that this Agreement is terminated prior to its completion, the work product of the Consultant, along with a summary of the services performed to date of default or termination, shall become the property of the City, and tender of the work product and summary shall be a prerequisite to final payment under this Agreement. The summary of services provided shall be prepared at no additional cost, if the Agreement is terminated through default by the Consultant. If the Agreement is terminated through convenience by the City, the City agrees to pay Consultant for the preparation of the summary of services provided. 6. Public Records. 6.1 Consultant acknowledges that the City is an agency subject to Chapter 42.56 RCW "Public Records Act." All preliminary drafts or notes prepared or gathered by the Consultant, and recommendations of the Consultant are exempt prior to the acceptance by the City or public citation by the City in connection with City action. 6.2 If the Consultant becomes a custodian of public records of the City and request for such records is received by the City, the Consultant shall respond to the request by the City for such records within five (5) business days by either providing the records, or by identifying in writing the additional time necessary to provide the records with a description of the reasons why additional time is needed. Such additional time shall not exceed twenty (20) business days unless extraordinary good cause is shown. 6.3 In the event the City receives a public records request for protected work product of the Consultant within its possession, the City shall, prior to the release of any protected work product or as a result of a public records request or subpoena, Professional Services Agreement — HDR Engineering, Inc. Agreement No. 21-024 WWTP Improvements Phase 1 — Construction Management Services Page 3 of 9 provide Consultant at least ten (10) business days prior written notice of the pending release and to reasonably cooperate with any legal action which may be initiated by the Consultant to enjoin or otherwise prevent such release. 7. Independent Contractor Relationship. 7.1 The parties intend that an independent contractor relationship is created by this Agreement. The City is interested primarily in the results to be achieved; subject to the scope of services and the specific requirements of this Agreement, the implementation of services will lie solely with the discretion of the Consultant. No agent, employee, officer or representative of the Consultant shall be deemed to be an employee, agent, officer, or representative of the City for any purpose, and the employees of the Consultant are not entitled to any of the benefits or privileges the City provides for its employees. The Consultant will be solely and entirely responsible for its acts and for the acts of its agents, employees, officers, subcontractors or representatives during the performance of this Agreement. 7.2 In the performance of the services provided in this Agreement, Consultant is an independent contractor with full authority to control and direct the performance of the details of the work, however, the results of the work contemplated herein must meet the approval of the City and shall be subject to the City's general rights of inspection and review to secure the satisfactory completion thereof. 7.3 The Consultant shall comply with all State and Federal laws including, but not limited to: 7.3.1 The definition requirements of RCW 50.04.140 (Employment Security). 7.3.2 RCW 51.08.195 (Industrial Insurance). 7.3.3 Obtain a City of Pasco business license. 7.4 The City may, at its sole discretion, require the Consultant to remove any employee, agent or servant from employment on this Project who, in the City's sole discretion, may be detrimental to the City's interest. 8. Indemnification. 8.1 The Consultant shall defend, indemnify, and hold harmless 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 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. 8.2 However, 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 Professional Services Agreement — HDR Engineering, Inc. Agreement No. 21-024 WWTP Improvements Phase 1 — Construction Management Services Page 4 of 9 of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant, and the City, its officers, officials, employees, and volunteers, the Consultant's liability, including the duty and cost to defend, 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 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. 8.3 No liability shall attach to the City by reason of entering into this Agreement except as expressly provided herein. 8.4 This indemnification shall include damages, penalties and attorney fees sustained as a result of Consultant's delayed or failed performance of Section 6 above. 9. 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. The 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. 9.1 Minimum Scope of Insurance. Consultant shall obtain insurance of the types and coverage described below: 9.1.1 Automobile Liability insurance covering all owned, non -owned, hired and leased vehicles. Coverage shall be at least as broad as Insurance Services Office (ISO) form CA 00 01. 9.1.2 Commercial General Liability insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop -gap independent contractors and personal injury and advertising injury. The City shall be named as an additional insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City using an additional insured endorsement at least as broad as ISO endorsement form CG 20 26. 9.1.3 Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 9.1.4 Professional Liability insurance appropriate to the Consultant's profession. 9.2 Minimum Amounts of Insurance. Consultant shall maintain the following insurance limits: Professional Services Agreement — HDR Engineering, Inc. Agreement No. 21-024 WWTP Improvements Phase 1 — Construction Management Services Page 5 of 9 9.2.1 Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 9.2.2 Commercial General Liability insurance shall be written with limits no less than: ® $2,000,000 each occurrence; and ® $2,000,000 general aggregate; 9.2.3 Professional Liability insurance shall be written with limits no less than: ® $2,000,000 per claim; and N $2,000,000 policy aggregate limit; 9.3 Other Insurance Provision. The Consultant's Automobile Liability, Professional Liability, and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance as respect the City. Any insurance, self-insurance, or self-insured pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not contribute with it. 9.3.1 The Consultant's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 9.4 Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII. 9.5 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 Agreement before commencement of the work. 9.6 Notice of Cancellation. The Consultant shall provide the City with written notice of any policy cancellation within two (2) business days of their receipt of such notice. 9.7 City Full Availability of Consultant Limits. If the Consultant maintains higher insurance limits than the minimums shown above, the City shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Consultant, irrespective of whether such limits maintained by the Consultant are greater than those required by this Agreement or whether any certificate of insurance furnished to the City evidences limits of liability lower than those maintained by the Consultant. Professional Services Agreement — HDR Engineering, Inc. Agreement No. 21-024 WWTP Improvements Phase 1 — Construction Management Services Page 6 of 9 9.8 Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five (5) business days notice to the Consultant to correct the breach, immediately terminate the Agreement or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Consultant from the City. 10. Nondiscrimination. In the performance of this Agreement, the Consultant will not discriminate against any employee or applicant for employment on the grounds of race, creed, color, national origin, sex, marital status, age or the presence of any sensory, mental or physical handicap; provided that the prohibition against discrimination in employment because of handicap shall not apply if the particular disability prevents the proper performance of the particular worker involved. The Consultant shall ensure that applicants are employed, and that employees are treated during employment in the performance of this Agreement without discrimination because of their race, creed, color, national origin, sex, marital status, age or the presence of any sensory, mental or physical handicap. Consultant shall take such action with respect to this Agreement as may be required to ensure full compliance with local, State and Federal laws prohibiting discrimination in employment. 11. Covenant Against Contingent Fees. The Consultant warrants that it has not employed nor retained any company, firm, or person, other than a bona fide employee working exclusively for the Consultant, to solicit or secure this Agreement; and that it has not paid or agreed to pay any company, person or firm, other than a bona fide employee working exclusively for the Consultant, any fee, commission, percentage, brokerage fee, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, the City shall have the right to terminate this Agreement. 12. Assignment and Subcontracting. 12.1 The City has awarded this Agreement to the Consultant due to its unique qualifications to perform these services. The Consultant shall not assign (or subcontract other than as specifically identified in Exhibit A) its performance under this Agreement or any portions of this Agreement without the prior written consent of the City, which consent must be sought at least thirty (30) days prior to the date of any proposed assignment. 12.2 Any work or services assigned or subcontracted hereunder shall be subject to each provision of this Agreement including Section 6, Public Records; Section 10, Nondiscrimination; proper bidding procedures where applicable; and all local, State and Federal statutes, ordinances and guidelines. 12.3 Any technical or professional service subcontract not listed in this Agreement, must have prior written approval by the City. Professional Services Agreement — HDR Engineering, Inc. Agreement No. 21-024 WWTP Improvements Phase 1 — Construction Management Services Page 7 of 9 13. Termination. 13.1 Termination for Convenience. Either party may terminate this Agreement for any reason upon giving the other party no less than ten (10) business days written notice in advance of the effective date of such termination. 13.2 Termination for Cause. If the Consultant fails to perform in the manner called for in this Agreement, or if the Consultant fails to comply with any other provisions of this Agreement and fails to correct such noncompliance within five (5) business days of written notice thereof, the City may terminate this Agreement for cause. Termination shall be effected by serving a notice of termination on the Consultant setting forth the manner in which the Consultant is in default. The Consultant will only be paid for services and expenses complying with the terms of this Agreement, incurred prior to termination. 14. General Provisions. 14.1 For the purpose of this Agreement, time is of the essence. 14.2 Notice. Notice provided for in this Agreement shall be sent by: 14.2.1 Personal service upon the Project Administrators; or 14.2.2 Certified mail to the physical address of the parties, or by electronic transmission to the e-mail addresses designated for the parties below. 14.3 The Project Administrator for the purpose of this Agreement shall be: 14.3.1 For the City: Steve M. Worley, P.E., or his/her designee Public Works Director 525 North 3'd PO Box 293 Pasco WA 99301 WorleyS@pasco-wa.gov (e-mail address) 14.3.2 For the Consultant: Todd Jensen, or his/her designee Project Manager 2805 St. Andrews Loop, Suite A Pasco, WA 99301 Todd.JensenAhdrinc.com (e-mail address) 15. Dispute Resolution. 15.1 This Agreement has been and shall be construed as having been made and entered into and delivered within the State of Washington and it is agreed by each party Professional Services Agreement — HDR Engineering, Inc. Agreement No. 21-024 WWTP Improvements Phase 1 — Construction Management Services Page 8 of 9 hereto that this Agreement shall be governed by the laws of the State of Washington. 15.2 In the event of a dispute regarding the enforcement, breach, default, or interpretation of this Agreement, the Project Administrators, or their designees, shall first meet in a good faith effort to resolve such dispute. In the event the dispute cannot be resolved by agreement of the parties, said dispute shall be resolved by arbitration pursuant to RCW 7.04A, as amended, with both parties waiving the right of a jury trial upon trial de novo, with venue placed in Pasco, Franklin County, Washington. The substantially prevailing party shall be entitled to its reasonable attorney fees and costs as additional award and judgment against the other. 16. Nonwaiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other similar event or other provision of this Agreement. 17. Integration. This Agreement between the parties consists in its entirety of this document and any exhibits, schedules or attachments. Any modification of this Agreement or change order affecting this Agreement shall be in writing and signed by both parties. 18. Authorization. By signature below, each party warrants that they are authorized and empowered to execute this Agreement binding the City and the Consultant respectively. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the date first written above. CITY OF PASCO, WASHINGTON Dave Zabell — City Manager ATTEST: Debra C. Barham, City Clerk APPROVED AS TO FORM: Kerr Ferguson Law, PLLC, City Attorney WIMM0 0F.1%►11 Paul Ferrier, Vice President Professional Services Agreement — HDR Engineering, Inc. Agreement No. 21-024 WWTP Improvements Phase 1 — Construction Management Services Page 9 of 9 City of Pasco Wastewater Treatment Plant Improvements Construction Management Services April 2021 2805 St Andrews Loop Suite A Pasco, WA 99301 (509) 546-2040 This page intentionally left blank. FN Table of Contents Scopeof Services.........................................................................................................1 Background.........................................................................................................................1 Task 100 Coordination and Project Management.......................................................................1 Objective: ............................................................................................................................ 1 HDRServices: ..................................................................................................................... I ClientResponsibilities: ........................................................................................................ 2 Assumptions: ....................................................................................................................... 2 Deliverables: ....................................................................................................................... 2 Task 200 Construction Management and Administration Services.........................................2 Objective: ............................................................................................................................ 2 HDRServices: ..................................................................................................................... 2 Client Responsibilities: ........................................................................................................ 3 Assumptions: ....................................................................................................................... 4 Deliverables: ....................................................................................................................... 6 Task300 Field Services.................................................................................................................7 Objective: ............................................................................................................................ 7 HDRServices: ..................................................................................................................... 7 Client Responsibilities: ........................................................................................................ 8 Assumptions: ....................................................................................................................... 8 Deliverables: ....................................................................................................................... 9 Task 400 SRF Funding Progress Reporting..............................................................................10 Objective: .......................................................................................................................... 10 HDRServices: ................................................................................................................... 10 Client Responsibilities: ...................................................................................................... 10 Assumptions: ..................................................................................................................... 10 Deliverables: ..................................................................................................................... 10 Task 500 Start-up and Training Support ....................................................................................10 Objective: .......................................................................................................................... 10 HDRServices: ................................................................................................................... 10 ClientResponsibilities: ...................................................................................................... 11 Assumptions: ..................................................................................................................... 11 Deliverables: ..................................................................................................................... 11 Task 600 Materials Testing and Special Inspection Services.................................................11 Objective: .......................................................................................................................... 11 Assumptions: ..................................................................................................................... 12 Deliverables: ..................................................................................................................... 12 Task 700 Construction Close-Out..............................................................................................12 HDRServices: ................................................................................................................... 12 Assumptions: ..................................................................................................................... 13 Deliverables: ..................................................................................................................... 14 Task 800 Additional Unanticipated, Urgent, or Special Services...........................................14 HDRServices: ................................................................................................................... 14 Pasco WWTP Improvements Phase 1 i Scope of Services FEZ Assumptions: ..................................................................................................................... 14 Deliverables: ..................................................................................................................... 14 Schedule......................................................................................................................14 Compensation.............................................................................................................14 Pasco WWTP Improvements Phase 1 ii Scope of Services Scope of Services Background The City of Pasco has designed proposed Phase 1 improvements to their Wastewater Treatment Plant (WWTP) in accordance with Department of Ecology design manual ("Orange Book"). Design documents for the project received approval from Ecology on December 15, 2020. The 5.4 million gallon per day WWTP is located on 27.5 acres in the southeast region of the City and provides physical and biological treatment of the collected incoming wastewater prior to discharge of disinfected water to the Columbia River. Original construction of the facility was in 1954 and was subsequently upgraded in the 1970s, 1990s, 2000s and 2010s. Improvements and modifications currently designed to the WWTP include construction of new primary effluent structures and piping, two new aeration basins, alterations to two existing aeration basins, a blower building expansion, addition of two new blowers, modifications to two existing blowers, RAS pump station distribution improvements, a new effluent flowmeter facility, approximately 1,150 feet of new 42 - inch diameter outfall piping, new primary power switchgear, associated electrical and control systems, associated site work and yard piping, and other appurtenances as necessary to complete the project. WWTP improvements also include the demolition of the existing trickling filter and selected items. Expected construction duration for the project is anticipated as 26 months. Task 100 Coordination and Project Management Objective: The purpose of this task is to monitor, control and adjust scope, schedule, and budget as well as provide monthly status reporting, accounting, and invoicing for Contract Administration and Construction Observation for the project. This includes coordination with the City, Design Engineer, Implementation Programmer, and Materials Testing consultants hired by the City. HDR Services: 1. Coordinate and manage the HDR project team. 2. Coordination with City (CIP Group and Operations Staff), Design Engineer, Implementation Programmer, and Materials Testing consultant hired by the City. 3. Prepare a Construction Management Plan to clearly communicate objectives, scopes, budgets, schedule, contact information, roles and responsibilities, construction quality assurance, communications protocols, health and safety requirements for field work, and guidelines to project team members. 4. Prepare and provide monthly invoices formatted in accordance with contract terms. Monthly invoice to include a progress report describing services completed during the month, services planned for the next month, needs for additional information, scope/schedule/budget status, schedule update and financial status summary. 5. Conduct a Project Approach and Resource Review (PARR) to review the project, team, and resources needed for the project with senior management. 6. Project Manager will participate in a weekly one half-hour project management meeting (WebEx or by telephone depending on attendees) with the City's Project Manager to review project status, scope, schedule, and budget. Pasco WWTP Improvements Phase 1 1 Scope of Services 7. Prepare and provide a weekly progress report to include planned work scheduled for the week, scheduled shut -downs, and potential schedule and or vendor delays. Client Responsibilities: 1. Participate in project management meetings. 2. Timely processing and payment of invoices. 3. Review and process contract change requests and amendments, if needed. Assumptions: 1. The project duration for Construction Administration and Construction Observation services will be 28 months from Notice to Proceed. The last two months are following Contractor's Final Completion. 2. Weekly project management meetings will be conducted with the Consultant and the City project manager and will last 0.5 hours. 3. Up to 28 monthly invoices and progress reports will be prepared. 4. Invoices will be HDR standard invoice format. Deliverables: 1. Construction Management Plan (PDF file). 2. Monthly invoice and progress report (e-mailed PDF). 3. Weekly progress report (e-mailed PDF). 4. Project management meeting agenda and notes (e-mailed draft native and final PDF). Task 200 Construction Management and Administration Services Objective: The Consultant will furnish a Project Manager and field staff to administer the construction contract and observe construction of the project. The Consultant will administer the contract in accordance with the terms and conditions of the Construction Contract. The project contract includes EJCDC General Conditions. HDR Services: 1. Schedule of Values Review: Review Contractor's Schedule of Values (cost breakdown) by comparison to Engineer's Opinion of Probable Construction Cost to establish a reasonably balanced distribution of costs to the various elements of the total construction to serve as a basis for progress payments and determination of cost impact of changes. 2. Contractor's Baseline Schedule and Updates Review: Review Contractor's Baseline Schedule in accordance with Contract Documents. Review Contractor's monthly schedule updates in accordance with Contract Documents. Provide comments to Contractor through the Shop Drawing process. 3. Submittals: Coordinate the review by the Design Engineer of shop drawings, operations and maintenance manuals, diagrams, illustrations, catalog data, schedules and samples, the results of tests and inspections, and other data which the Contractor is required to submit. These shall be reviewed for conformance to the design intent of the Project and for compliance with the information given in the Contract Documents. Pasco WWTP Improvements Phase 1 2 Scope of Services 4. Request for Information (RFI): Provide responses to questions by the Contractor on the drawings, specifications, or other Contract documents that do not involve design intent. If RFI requires interpretation of design intent, Consultant shall coordinate review and response of RFI with the Design Engineer. 5. Contractor's Application for Payment Review and Processing: Review draft application for payment in comparison to progress of the work. Make notations of deficient work not recommended for payment until corrected; deletion of payment for stored materials and/or equipment which do not have approved shop drawings and/or proper invoices; reduction of value for partially completed items claimed as complete. Execute completed applications for payment indicating appropriate retainage and amount recommended for payment and transmit to City for processing of payment. 6. Certified Payroll and Prevailing Wage Intents and Affidavits: Review Contractor certified payroll reports and verify prevailing wage intents and affidavits. 7. Field Orders: Provide coordination and review to identify the need for minor changes in the Work consistent with the design intent which do not require a change in Contract Time or Contract Price. 8. Change Proposal Requests: Provide coordination and review to identify the need for changes to Work consistent with the design intent which require changes in Contract Price and/or Contract Time. 9. Work Change Directives: Provide a directive to Contractor when fair and reasonable pricing for a change item cannot be negotiated or when a change item is critical to the project schedule. 10. Change Orders: Coordinate the combining of change documentation into Change Orders for execution by Contractor and City. Contract Administration and Document Management Pre -Construction Conference: Prepare, document and conduct a Pre -Construction Conference with the City, City consultants and the Contractor. The purpose of this Conference is to establish a working understanding among parties as to the Work, discuss the construction schedule and activities, discuss the schedule of submittals, discuss the schedule of values, discuss procedures for handling shop drawings and other submittals, discuss procedures for processing applications for payment, discuss requirements for maintaining records, discuss impacts to existing utilities, establish dates for substantial and final completion, and discuss other requirements of the Contract Documents. 2. Document Management System: Maintain an internal electronic Document Management System (DMS) for receiving, logging and tracking project electronic files. Electronic files to be included are field reports of project activities, digital photographs, summary notes of meetings and conferences, material testing logs, action item log, work deficiency checklists, contractor payment certifications, submittals, RFIs, schedules, Field Orders, Change Proposal Requests, Work Change Directives, Change Orders, and correspondence between the Consultant, City, City consultants, Contractor, utility companies/agencies, and other parties. Client Responsibilities: 1. City Project Manager and/or City representatives, as designated, will attend site visits, conferences, meetings, field observations, etc. as needed or as desired to assure City project objectives are achieved. 2. City will provide Operations staff input and coordination to the Contractor for configuration of the system controls, and system control integration into the City's overall operations command system. It is assumed that City Operations staff will attend programming implementation meetings. Pasco WWTP Improvements Phase 1 3 Scope of Services Assumptions: 1. Contractor's Baseline Schedule and Updates Review a. Following the initial Baseline Schedule, the Contractor will submit monthly schedule updates. b. Up to twenty six (26) project schedule updates will be reviewed by Consultant. c. For the purposes of estimating, it is assumed that each schedule update review will take two (2) hours of Consultant team member time to review and process. 2. Submittals a. Contractor will prepare a listing of submittals and dates of expected submittal, coordinated with supply contract schedules to allow adequate time for review, resubmittal, and review to meet the construction schedule. b. Consultant will receive, track, transmit, and coordinate submittal review to be performed by Design Engineer and transmit submittal response back to Contractor. c. It is assumed the consultant will process up to 100 initial submittal reviews with up to 40 additional resubmittals with an average of 1 hour per submittal. 3. Request for Information a. Consultant's review of RFIs regarding the design will be advisory and complementary to the design intent. b. The fee for this sub -task is based upon receiving and responding up to 100 RFIs that do not involve design intent and up to 100 RFIs that do involve design intent. c. Actual review and response time may vary depending upon clarity and complexity of the RFI. It is estimated that, on average, it will take two (2) hours of Consultant team member time to review and respond to each RFI not involving design intent and one (1) hour of Consultant team member time to review and respond to each RFI involving design intent. Design Engineer will provide design drawings or sketches if needed for RFI response. 4. Contractor's Application for Payment Review a. The draft and final payment application requests will be submitted by Contractor each month on days agreed upon to meet City's processing schedule requirements. b. Consultant's recommendations for payment can be modified until final payment is approved and authorized by City. c. Up to twenty six (26) payment applications will be reviewed by Consultant. d. For the purposes of estimating, it is assumed that each payment application will take two (2) hours of Consultant team member time to review and process. 5. Certified Payroll and Prevailing Wage Intents and Affidavits a. Consultant will review Contractor's intent to pay prevailing wages. b. Certified payroll reports will be submitted by Contractor monthly. c. Up to 26 certified payroll reviews will be conducted by Consultant. d. For the purposes of estimating, it is assumed that each monthly certified payroll report review will take two (2) hours of Consultant team member time to review. 6. Field Orders a. Field Orders may be generated from responses to RFIs, design changes, Contractor initiated changes, City initiated changes, or unanticipated conditions. b. The fee for this task is based upon preparing and processing up to ten (10) Field Orders. Pasco WWTP Improvements Phase 1 4 Scope of Services c. Actual preparation and processing time may vary depending upon the complexity of the Field Order. It is estimated that, on average, it will take three (3) hours of Consultant team member time to prepare and process each Field Order. 7. Change Proposal Requests a. Negotiations between Consultant and Contractor are not binding until accepted by the City. b. The fee for this sub -task is based upon preparing, processing, and negotiating pricing of up to twenty (20) Change Proposal Requests. c. Actual preparation, processing, and negotiating time may vary depending upon the complexity of the Change Proposal Request. It is estimated that, on average, it will take eight (8) hours of Consultant team member time to prepare, process, review cost estimates, and negotiate pricing for each Change Proposal Request. 8. Work Change Directives a. The fee for this task is based upon preparing and processing up to twenty (20) Work Change Directives. b. Actual preparation, processing, and review time may vary depending upon the complexity of the Work Change Directive. On average, it is estimated that it will take six (6) hours of Consultant team member time to prepare, process, and review each Work Change Directive. 9. Change Orders a. City has the sole responsibility to authorize any changes to the construction contract. b. The fee for this task is based upon preparing and processing up to twenty seven (27) Change Orders — one (1) every other month through substantial completion and one (1) finalizing Change Order for each project. Actual preparation and processing response time may vary depending upon the complexity of the Change Order. It is estimated that, on average, it will take six (6) hours of Consultant team member time to prepare and process each Change Order. c. City will provide Consultant with copies of the fully executed Change Order after signed by City and Contractor. 10. Pre -Construction Conference a. Pre -Construction Conference will occur by WebEx or City conference facility. b. Up to (10) hard copies of the Pre -Construction Conference agenda will be furnished by the Consultant. c. We have budgeted 10 hours for a Consultant staff member time for preparation, attendance and meeting note preparation. 11. Document Management System a. Consultant will use Consultant's Project Tracker and Bentley ProjectWise for the Document Management System. b. Consultant will not maintain a hard copy of documentation in addition to the Document Management System. c. It is estimated that, on average, it will take twelve (12) hours per week of Consultant team member time to maintain the Document Management System. 12. Additional or extended services will be provided under a separate negotiated contract amendment during construction if necessary due to circumstances beyond the control of the Consultant. Pasco WWTP Improvements Phase 1 5 Scope of Services Deliverables: 1. Contractor's Baseline Schedule and Updates Review a. Review comments on Baseline Schedule and Updates 2. Submittal Review a. Contractor's approved Shop Drawing Submittal Schedule transmitted to City and Design Engineer members via e-mail in .pdf format. b. Assembled comment sheets in each submittal file in the DMS. c. Shop drawing responses transmitted to Contractor, Design Engineer and City via e-mail in .pdf format. 3. Request for Information a. Response supporting information filed in the DMS. b. RFI responses transmitted to Contractor, City, and Consultant's team members via e-mail in .pdf format. 4. Contractor's Application for Payment Review a. Consultant's recommendation for payment of Contractor's Payment Application Requests transmitted to City via e-mail in .pdf format with appropriate attachments, such as invoices for stored materials. 5. Field Orders a. Supporting information filed in the DMS. b. Field Orders transmitted to Contractor, City, and Consultant's team members via e-mail in .pdf format. 6. Change Proposal Requests a. Change Proposal Request supporting information filed in the DMS. b. Change Proposal Requests transmitted to Contractor, Design Engineer and City via e-mail in .pdf format. c. Engineer's Decision transmitted to Contractor, Design Engineer and City via e-mail in .pdf format. 7. Work Change Directives a. Work Change Directive supporting information filed in the DMS. b. Work Change Directives transmitted to Contractor, Design Engineer and City via e-mail in .pdf format. 8. Change Orders a. Change Order supporting information filed in the DMS. b. Change Order, including supporting information for each Change Order, transmitted to Contractor, Design Engineer and City via e-mail in .pdf format. 9. Pre -Construction Conference a. Draft Pre -Construction Conference agenda transmitted to City, City Consultants and Contractor via e-mail in .pdf format. b. Final Pre -Construction Conference agenda transmitted to City, City Consultants and Contractor via e-mail in .pdf format and hard copies delivered at conference. Pasco WWTP Improvements Phase 1 6 Scope of Services c. Pre -Construction Conference notes transmitted to City, City Consultants and Contractor via e-mail in .pdf format and filed in the DMS. 10. Progress Meetings with City a. City Coordination Meeting agendas transmitted to City via e-mail in .pdf format. 11. Document Management System a. Filing system index transmitted to City and Design Engineer via e-mail in .pdf format, if requested. b. Tracking logs for shop drawing transmittals, Requests for Information, Field Orders, Change Proposal Requests, Change Orders, and work deficiency checklists transmitted to City and Contractor via e-mail in .pdf format. Task 300 Field Services Objective: Determine substantial conformance of the completed construction with the requirements of the Contract Documents through observation of the Work. HDR Services: This task includes services related to providing observation of field activities. Specific activities conducted by Consultant will include the following: Construction Observation and Administration 1. General Construction Observation: a. Observe, record, and report Contractor's daily work progress to determine the Work observed is in general conformance with the requirements of the Contract Documents for work associated with the Project. b. Document activities observed making note of deficiencies and any issues requiring resolution. Maintain work deficiency log in the DMS. c. Create daily field reports defining specified work completed, Contractor work force figures, force account labor, equipment and materials tracking, progress made on the controlling activity established by the approved construction schedule, job site visitors, and weather conditions. d. Review approved shop drawings and apply them to the conducting of observations. e. Photograph construction to document progress or deficiencies, and log photos in the DMS. f. Conduct, or coordinate the conduct of, specified inspections and document results. 2. Notify Contractor when written verification from the Materials Testing City consultant representative has been obtained stating that acceptable subgrade preparation is provided for structures and is ready to receive concrete for foundations and structural slabs on grade. 3. Monitor the prequalification of soils and concrete materials, and coordinate in-place moisture and density testing and the sampling and testing of concrete (see Task 600). 4. Observe and document pressure testing of interior and exterior piping systems. 5. Review stored materials and/or equipment for quantity determination for Contractor payment and to verify that equipment and/or materials are adequately protected until installed. Consultant will notify Contractor if additional measures are required to protect the equipment. Pasco WWTP Improvements Phase 1 7 Scope of Services 6. Develop and provide to Contractor an on-going list of items requiring correction to encourage correction of noted construction deficiencies, including: a. Monitor and document construction throughout the project duration and identify deficient items. b. Provide Contractor with an updated list of non -conforming items at construction progress meetings. c. As deficiencies are corrected, revise the list by indicating corrected status. d. Utilize the deficiencies list to aid in identifying appropriate retainage amounts near project completions. e. Issue Non -Conformance Reports for deficiencies not being acknowledged or addressed by Contractor with corrective measures or corrective action plans. 7. Review tagging of equipment to verify conformance with approved registers for equipment, valves, and other items designated to be tagged by the Contract Documents. 8. Assist and support the City and Contractor in coordinating with Port of Pasco, WSDOT, neighboring property owners and other project stakeholders. 9. Weekly Construction Meetings: Conduct weekly construction meetings with the Contractor's representative(s) and City's Representatives to assist in implementing the construction process. Prepare and send out an agenda before the meetings and summary notes after the meetings. Project Engineer and other design personnel will participate in the meetings by teleconference as necessary. Conduct an additional meeting following the Construction Meeting with HDR and the City Representatives. Client Responsibilities: 1. Arrange for (through its Contract with the Contractor) safe access to and make provisions for the Consultant to enter upon public and private property as required for the Consultant to perform services under the Agreement. 2. Attend initial construction conferences, design and construction progress and other job related meetings, and Substantial Completion and final payment inspections. 3. Provide Consultant with the findings and reports generated by the entities providing laboratory, inspection, or monitoring services other than those being provided by Consultant or included with Task 600. 4. Additional or extended services will be provided under a separate negotiated contract amendment during construction if necessary due to circumstances beyond the control of the Consultant. Assumptions: 1. Consultant's observation of the work performed under the construction contract shall not relieve Contractor from responsibility for performing work in accordance with applicable contract documents. 2. Consultant shall not control or have charge of, and shall not be responsible for construction means, methods, techniques, sequences, procedures of construction, contractor health or safety programs or precautions connected with the work and shall not manage, supervise, control or have charge of construction. 3. The standard of care for Consultant's services shall be the care and skill ordinarily used by members of Consultant's profession practicing under the same or similar circumstances at the same time and in the same locality. 4. Observations will be performed in accordance with industry -recognized standard practices. Pasco WWTP Improvements Phase 1 8 Scope of Services 5. Contractor is responsible for compliance with permit conditions; therefore, Consultant cannot ensure Contractor's compliance with permit conditions. Consultant will only notify City of observed conditions and violations. 6. Monitoring removal and/or disposal of contaminated materials is not included. 7. The fee for construction observation is based upon field observation from a single Resident Project Representative (RPR) for twenty six (26) months at forty (40) hours per week. 8. Budget includes expenses for lodging, vehicle and travel. 9. Normal working hours for Consultant observation staff and Contractor will coincide with normal construction working hours: Monday through Friday, 7:00 am to 4:00 pm. 10. Should Contractor elect to perform work outside of normal working hours, on Saturday, Sunday, or legal holiday, Consultant will require that City authorize field observation services prior to Consultant starting observation. We have budgeted 80 hours for unanticipated work hours (e.g. unanticipated shut -downs and start-up activities.) 11. When full time observation is not required by contractor activities, Resident Project Representative (RPR) will assist with other activities such as shop drawing reviews, responses to RFIs, and review of change proposal pricing, when activities are within his capabilities and expertise. 12. We have budgeted forty (40) hours for two Consultant team members for project stakeholder assistance. 13. Weekly Construction Progress Meetings a. Weekly Construction Progress Meetings will occur at the Contractor's or Consultant's construction trailer at the project site and by WebEx; and will involve up to two (2) Consultant team members and the RPR, and each meeting will last up to one and half (1.5) hours each (One (1) hour for Construction Meeting and one half (.5) hour for follow-up meeting). One Consultant team member will attend by WebEx or phone. We have budgeted four (4) hours for each Weekly Construction Progress Meeting. b. Consultant will prepare an agenda for the first Construction Progress Meeting. Notes from the previous meeting will be used as the agenda for subsequent meetings updated with current issues or concerns. c. Construction Progress Meeting agendas will include current logs of outstanding shop drawing submittals, three-week look ahead schedule, requests for information responses and an updated action item list. Agendas will also include time for Contractor to summarize work completed since the last Progress Meeting, work projected for the following month and a list of outstanding action items separated into internal and external action items. d. Up to one hundred twelve (112) progress meetings are included for this task. Deliverables: 1. Daily Field Inspection Reports filed in the DMS. 2. Photographs filed in the DMS. 3. Weekly Construction Progress Meetings a. Construction Progress Meeting agenda transmitted to City and Contractor via e-mail in .pdf format to progress meetings and delivered at meetings. Outstanding action items for the Contractor will be included with the Construction Meeting agenda and for the Owner in the follow-up meeting. b. Construction Progress Meeting notes transmitted to City and Contractor via e-mail in .pdf format and filed in the DMS. Pasco WWTP Improvements Phase 1 9 Scope of Services Task 400 SRF Funding Progress Reporting Objective: Assist the City with SRF Funding progress reporting HDR Services: This task includes services related to assisting the City with development of Progress Reports to be submitted with each SRF payment request. Progress Reports will contain a summary of project task accomplishments and a percent the project is complete, reasons for delays and cost overruns, and summary actions of significant developments that may occur between Progress Reports. A final Closeout Progress Report summary will also be developed. Client Responsibilities: 1. Provide Consultant with schedule of planned payment requests. Assumptions: 1. The budget of this task is based on Consultant providing up to eight (8) Progress Reports and one (1) final Closeout Progress Report at four (4) hours per Progress Report. Deliverables: 1. Progress Report via e-mail in .pdf format. Task 500 Start-up and Training Support Objective: Assess overall performance of equipment and systems installed as part of this project. HDR Services: This task includes services related to training operations staff and testing the process systems to verify intended operation. Specific activities conducted by Consultant will include the following: 1. Provide start-up coordination between City Operations Staff, Design Engineer, Implementation Programmer, and Contractor during start-up of new equipment. 2. Conduct start-up service for each project element or unit. Start-up means placing the equipment into operation for its intended purpose and using the intended process material. Start-up services will include the following activities: a. Review and approve equipment supplier training agendas and training material outlines as provided by Contractor. Using discretion based on experience with vendor training, enforce contract provisions for vendor training duration. b. Coordinate vendor training schedule with Contractor and plant staff for vendor training. c. Review Contractor's Start-up Plan to include shutdown requirements, testing logs, manufacturer's services, installation certifications, operator training, functional testing, clean water performance testing and operational testing. d. Schedule and conduct start-up review meetings between City Operations Staff, Design Engineer, Implementation Programmer, and Contractor e. Verify equipment is ready for functional, clean water performance and operational testing. Pasco WWTP Improvements Phase 1 10 Scope of Services f. Verify the manufacturer's field service forms have been completed for each piece of equipment. g. Verify pipe pressure tests and concrete water tightness tests have been conducted. h. Verify rotating equipment has been bumped to check for proper operation and rotation. L Verify instrument calibration and loop testing is complete. j. Coordinate with City Operations Staff, Design Engineer, Implementation Programmer, and Contractor for process material to be introduced to the process in such a way that avoids or reduces the impact to the rest of the plant. 3. Monitor Manufacturer's Field Services and training of City personnel required by the Contract Documents to be performed by the Contractor. 4. Observe Contractor's clean water testing. The clean water test occurs prior to start-up and uses non -potable (where possible) and potable water to demonstrate the functionality of new equipment and controls. 5. Observe 7 -Day Start-up Test. The 7 -Day Start-up Test occurs following clean water testing to include the overall process system, or a portion thereof, that performs a specific function. Client Responsibilities: 1. Coordinate with Consultant the City staff schedules and availability for vendor training. Assumptions: 1. Implementation programming services will be procured by the City. HDR will lead coordination on implementation programming. 2. The budget for this task is based upon commissioning services from three (3) Consultant team members for a total of 80 hours and up to five (5) site visits for up to 8 hours each. Deliverables: 1. Reviewed equipment supplier training agendas, materials and schedules. 2. Reviewed Contractor Start-up Plan. 3. Completed Manufacturer's Field Services, calibration and loop testing forms. 4. Completed clean water testing checkout forms. 5. Completed 7 -Day Start-up Test checkout form. Task 600 Materials Testing and Special Inspection Services Objective: Coordinate special inspection and testing services required by the International Building Code (IBC), the project structural notes and City Building Department for designated structural components of construction. Services will be completed in accordance with ASTM International (ASTM) test methods and applicable sections contained in the American Concrete Institute (ACI) Manual of Concrete Practice, and American Welding Society (AWS) Structural Welding Code. HDR Team Materials Testing and Special Inspection Services: This task includes services related to geotechnical services for the project. Specific activities conducted by Consultant will include the following: Pasco WWTP Improvements Phase 1 11 Scope of Services 1. Earthwork: Includes periodic observation during soil improvement, site preparation, in-place density testing of structural fill placed a building floor slab, foundation grade, hot -mix asphalt (HMA) pavements, and within utility trenches. 2. Reinforced Concrete: Includes mix design review; periodic reinforcing steel placement inspection; field testing for slump, unit weight, entrained air and temperature; preparing concrete test cylinders; and inspection during site -cast structural concrete placement for foundations, floor slabs, columns and walls. 3. Structural Steel Framing/Anchorages/High-Strength Bolts: Review and inspect structural steel materials; high-strength bolts; anchor bolts and threaded rods; weld filler material; welding procedures and welder qualifications; framing requirements; reviewing high-strength bolting materials and procedures; and periodic inspection of field -welded structural steel connectors. 4. Sample Retrieval and Laboratory Testing: Collect and transport samples of on-site and imported soil that will be used as structural fill, concrete samples obtained from the project site to laboratory in Spokane. Laboratory services will include compaction tests and gradation analyses of structural fill and curing and unconfined compression testing of concrete samples. HMA samples will be analyzed for theoretical Rice density, oil content, and gradation of extracted aggregate. Assumptions: 1. Materials Testing and Special Inspection Services firm will be procured by the City. Deliverables: 1. Summaries of daily reports, materials testing information, and special inspections generated by Materials Testing and Special Inspection Services firm. Task 700 Construction Close -Out Objective: Achieve an orderly, well-documented and complete close-out of the construction contract. HDR Services: This task includes services related to closing out the construction contract. Specific activities conducted by Consultant will include the following: Substantial Completion Inspections 1. Receive and review Contractor's required substantial completion submittal, and determine if Project is ready for substantial completion inspection, including: a. Develop substantial completion submittal checklist. b. Verify submittal of required documents. c. Review Contractor's punchlist and Consultant's progressive list of incomplete and deficient items and determine if the substantial completion inspection is appropriate in accordance with Contract requirements. d. Schedule substantial completion inspection or notify Contractor that the Work has not progressed to point of substantial completion as defined by the Contract Documents. 2. Coordinate, conduct and document the substantial completion inspection and issuance of the Certificate of Substantial Completion including: a. Notify City and design team members of date of substantial completion inspection. Pasco WWTP Improvements Phase 1 12 Scope of Services b. Prepare and distribute the punchlist format to the parties conducting the inspection. c. Conduct the substantial completion inspection. d. Compile the punchlist and identify the tentative date of substantial completion and prepare and issue tentative Certificate of Substantial Completion to City for review and concurrence. e. If there are multiple portions of the Work with different substantial completion dates, prepare a summary of the dates of expiration of the various Correction Periods. f. Upon concurrence of City, issue the definitive Certificate of Substantial Completion and punchlist setting the date of Substantial Completion. 3. Review progress of corrective action on punchlist items and periodically update and re -issue the punchlist and issuance of Certificate of Substantial Completion for the entire or designated portions of the Work. Final Completion Inspection 1. Receive and review Contractor's required final completion submittal. 2. Coordinate and attend the final inspection meeting and physical walk-through of the Project, including: a. Schedule the final inspection date and notify Contractor, City and any Regulatory Agencies. b. Assemble final completion submittal documents, required by the General Conditions of the Contract Documents, for the final inspection meeting and review them with the various parties. c. Conduct, document and distribute the findings of the final inspection. 3. Collect close-out documents required by the Contract Documents and forward the documents along with Contractor's Final Application and Certificate for Payment to City for processing by City. Record Drawings 1. Consultant will monitor the status of Contractor's red -line record drawings every other week at the Construction Progress Meetings. 2. Consultant team members will document changes due field adjustments in record drawings as they occur. 3. Coordinate transmitting Consultant and Contractor red -lines to Design Engineer. Closeout Files and Documentation 1. Consultant will provide the City with a digital and single hard copy of files from Document Management System. Assumptions: 1. Substantial Completion Inspections and Final Completion Inspection will occur at the project site, will involve up to two (2) Consultant team members, and will last up to four (4) hours each. 2. Contractor will red -line a full size (24 IN x 36 IN) hard copy of the construction contract documents on a monthly basis to incorporate RFIs, Field Orders, Change Proposal Requests, submittal data, and changes based on records received from both Consultant, Design Engineer and City. Pasco WWTP Improvements Phase 1 13 Scope of Services Deliverables: 1. Certificates of Substantial Completion and punchlist transmitted to City and Contractor via e-mail in .pdf format. 2. Certificate of Final Completion with Contractor's Final Application and Certificate for Payment transmitted to City and Contractor via e-mail in .pdf format. 3. Consultant and Contractor hard copy red -lines. 4. A single hard and digital copy of project files from the Document Management System. Digital file will be delivered via flashdrive in .pdf format. Task 800 Additional Unanticipated, Urgent, or Special Services Objective: Allow for cost of unanticipated, but necessary additional Consultant services. HDR Services: 1. This task includes an allowance for unanticipated services. Specific activities conducted by Consultant will include the following: 2. Consultant will provide additional services which are unplanned, urgent and/or critical to maintaining the project schedule and progress of the work. 3. The services for this task must be specifically scoped, agreed to and authorized in writing by City prior to performing the work. 4. An allowance of $41,000 has been included for additional unanticipated, urgent or special services. Assumptions: 1. Assumptions will be developed for each specific authorization. 2. Additional unanticipated, urgent or special services provided by a sub -consultant and contracted through Consultant are allowed under this task with appropriate Consultant markup. Deliverables: 1. As defined in future work authorizations. Schedule The schedule for completing this scope of work is 28 months from Notice to Proceed. Comoensation HDR's total compensation for services provided pursuant to this agreement, including labor and overhead costs and expenses shall not exceed $1,489,148.96 without written authorization by the City. Pasco WWTP Improvements Phase 1 14 Scope of Services Task Description Labor Hours HDR Labor Exile Res Subconsultant Labor Total Cost 100 Coordination and Project Management 712 $182,582.49 $45.00 $0.00 $182,627.49 Todd Jensen 547 Troy Gibbs 72 Mary Scalise 2 Erik Simmons 30 Matt Raclawski 61 200 Construction Management and Administrative Services 2526 $345,698.28 $2,995.00 $0.00 $348,693.28 Todd Jensen 207 Troy Gibbs 689 Mary Scalise 1440 Ryan Oberg 130 John Koch 20 Sarah Lingley 40 300 Field Services 5104 $776,940.95 $77,408.00 $0.00 $854,348.95 Todd Jensen 168 Troy Gibbs 280 Mike Soucie 4560 Ryan Oberg 26 400 SRF Funding Compliance and Reporting 36 $6,833.89 $45.00 $0.00 $6,878.89 Troy Gibbs 36 Pasco WWTP Improvements Phase 1 15 Scope of Services 500 Start-up and Training Support 138 $30,285.29 $45.00 $0.00 $30,330.29 Todd Jensen 3 Troy Gibbs 8 Ryan Oberg 75 Ed Griffenberg 52 600 Materials Testing and Special Inspection Services 26 $4,935.59 $0.00 $0.00 $4,935.59 Troy Gibbs 26 700 Construction Close-out 96 $17,223.08 $675.00 $0.00 $17,898.08 Todd Jensen 8 Troy Gibbs 72 Mary Scalise 16 800 Additional Unanticipated, Urgent, or Special Services 0 $0.00 $39,805.83 $0.00 $39,805.83 3% Markup on Expenses $0.00 $3,630.56 $0.00 $3,630.56 Total 8326 $1,364,499.57 $124,649.39 $0.00 $1,489,148.96 Pasco WWTP Improvements Phase 1 16 Scope of Services Staff Name Simmons Erik A Jensen, Todd R Gibbs, Troy M I, VVMYI�r, It11Y11Q�i1 11 Scalise, Mary A Oberg, Ryan K Koch, John E Lingley, Sarah H Griffenberg, Ed C Raclawski, Matt R HDR 2021 Billing Rates Position/Title are Principal In -Charge Project Manager Project Engineer RC.7IUCI IL rl UJOUL Representative Document Controls Technical Advisor Technical Advisor Project Engineer (Backup) Operations Specialist Project Controller Billing Rates $212.67 $274.92 $185.40 $140.88 $79.56 $204.57 $281.61 $154.71 $229.38 $132.00 Pasco WWTP Improvements Phase 1 17 Scope of Services