Loading...
HomeMy WebLinkAbout4080 Resolution - PSA for PWRF Improvements - RH2 Engineering RESOLUTION NO. 4080 A RESOLUTION AUTHORIZING EXECUTION OF THE PROFESSIONAL SERVICES AGREEMENT(PSA)BY THE CITY MANAGER WITH RH2 ENGINEERING FOR THE PROCESS WATER REUSE FACILITY (PWRF) PRETREATMENT IMPROVEMENTS PROJECT — PHASE 1: POTABLE WATER & ELECTRICAL IMPROVEMENTS. 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 City of Pasco has published an announcement of its Request for Qualifications (RFQ) related to PWRF Pretreatment Improvements project in 2019 for Architectural and Engineering services as required by RCW 39.80.030; and WHEREAS, after a staff panel for the City of Pasco reviewed and scored responses from three(3)firms and subsequently interviewed all firms,it determined the most highly qualified firm to be RH2 Engineering 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 RH2 Engineering based on the estimated value of the services including their scope, complexity, and professional nature; and WHEREAS, the City of Pasco hereby finds that RH2 Engineering is the most highly qualified firm to perform the necessary Architectural and Engineering services related to the PWRF Pretreatment Improvements—Phase 1: Potable Water & Electrical Improvements Project, and the negotiated contract is both fair and reasonable, for an amount not to exceed $394,205.00 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 RH2 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 RH2 Engineering PWRF Pretreahnent Improvement Project—Phase 1 - 1 PASSED by the City Council of the City of Pasco,Washington,this 19th day of July,2021. �� � Saul Martinez Mayor ATTEST: APPROVED AS TO FORM: � 6. Cy��� ' Debra Barham, CMC Ke guson Law, PLLC City Clerk Attorney Resolution—PSA with RH2 Engineering PWRF Pretreatment Improvement Project—Phase 1 -2 Exhibit A PROFESSIONAL SERVICES AGREEMENT Process Water Reuse Facility (PWRF)Improvements—Water& Electrical Improvements Agreement No.21-038 THIS AGREEMENT is made and entered into between the City of Pasco, a Washington Municipal Corporation, hereinafter referred to as "City", and RH2 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. WHEREAS,the City has,consistent with RCW 39.80,published an announcement related to its need for Architectural and Engineering services,evaluated Consultant's current performance data, and has determined that Consultant is the most highly qualified firm to perform the Architectural and Engineering services related to the Process Water Reuse Facility (PWRF) Improvements project; and WHEREAS,the City's Public Works Director finds that the Agreement with Consultant is both fair and reasonable in light of the duties to be performed, the Consultant's performance data, and the nature and complexiry of the project. NOW, THEREFORE, in consideration of the mutual covenants, and performances contained herein,the parties agree as follows: 1. Scone of Services. T1�e Consultant shall perform such services and accomplish such tasks, including the furnishing of all labor, materials, facilities and equipment necessary for fu11 performance thereof, as identified and designated as Consultant's Responsibilities throughout this Agreement, and as more particularly described in Scope of Work detailed in 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. Com�ensation and Pavment. 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 Professional Services Agreement—RH2 Engineering,Inc. Agreement No.21-038 Process Water Reuse Facility(PWRF)Improvements—Water&Electrical Improvements Page 1 of 10 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 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 on B,plus actual expenses incurred as provided under this Agreement, but not to exceed a total of $394,205.00 without the prior written authorization by the City. 4. Reports and Insnections. 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 al1 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 Professional Services Agreement—RII2 Engineering,Inc. Agreement No.21-038 Process Water Reuse Facility(PWRF)Improvements—Water&Electrical Improvements Page 2 of 10 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. 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 Professional Services Agreement—RH2 Engineering,Inc. Agreement No.21-038 Process Water Reuse Facility(PWRF)Improvements—Water&Electricai Improvements Page 3 of 10 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, 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. Inde�endent Contractor Relationshin. 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 willlie 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. Professional Services Agreement—RH2 Engineering,Inc. Agreement No.21-038 Process Water Reuse Facility(PWRF)Improvements—Water&Electrical Improvements Page 4 of 10 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 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 sha11 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 Ol. 9.1.2 Commercial General Liability insurance shall be at least as broad as ISO occurrence form CG 00 Ol 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 Professional Services Agreement—RH2 Engineering,Inc. Agreement No.21-038 Process Water Reuse Facility(PWRF)Improvements—Water&Electrical Improvements Page 5 of 10 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: 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 � $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 Acceptabilitv 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 Covera�e. 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. Professional Services Agreement—RH2 Engineering,Inc. Agreement No.21-038 Process Water Reuse Facility(PWRF)Improvements—Water&Electrical Improvements Page 6 of 10 9.7 Cit�� Full Availabilitv 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. 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. 1L Covenant A ainst Contin ent 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 far 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. Assi nment and Subcontractin . 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 Professional Services Agreement—RH2 Engineering,Inc. Agreement No.21-038 Process Water Reuse Facility(PWRF)Improvements—Water&Electrical Improvements Page 7 of 10 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. 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: Brittany Whitfield,P.E., or his/her designee Senior Engineer 525 North 3`a PO Box 293 Pasco WA 99301 Whitfieldl3_�lpasco-wa.���r� (e-mail address) Professional Services Agreement—RH2 Engineering,Inc. Agreement No.21-038 Process Water Reuse Facility(PWRF)Improvements—Water&Electrical Improvements Page 8 of 10 143.2 For the Consultant: Paul Cross,P.E., or his/her designee Principal 114 Columbia Point Drive, Suite C Richland, WA 99352 l�cross�tr�rfi2.col�n (e-mail address) 15. Disnute 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 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. Inte�ration. 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. Professional Services Agreement—RH2 Engineering,Inc. Agreement No.21-038 Process Water Reuse Facility(PWRF)Improvements—Water&Electrical Improvements Page 9 of 10 IN WITNESS WHEREOF,the parties have caused this Agreement to be executed on the date first written above. CITY OF PASCO,WASHINGTON CONSULTANT Dave Zabell—City Manager Paul Cross, P.E. -Principal ATTEST: Debra C. Barham, City Clerk APPROVED AS TO FORM: Kerr Ferguson Law,PLLC, City Attorney Professional Services Agreement—RH2 Engineering,Inc. Agreement No.21-038 Process Water Reuse Facility(PWRF)Improvements—Water&Electrical Improvements Page 10 of 10 EXHIBIT A Scope of Work City of Pasco Process Water Reuse Facility Pretreatment Improvements Project Phase 1: Potable Water & Electrical Improvements July 2021 Background The City of Pasco (City) has requested that RH2 Engineering, Inc., (RH2) design a 16-inch water main extension and associated appurtenances from near East Foster Wells Road and Capital to the Process Water Reuse Facility(PWRF)for potable supplies and fire protection.The work will include details to underground the primary distribution powerline owned and operated by Public Utility District No. 1 of Franklin County(FPUD) in the easement north from East Foster Wells Road concurrently with the water main construction. Tasks to complete this project are outlined in this Scope of Work. Task 1— Project Management Services Objective: Manage RH2's project team and maintain frequent client communications. Maintain project schedules and prepare monthly invoices and budget status summaries. Approach: 1.1 Provide direction,coordination, and oversight to the RH2 project team. Organize, manage, and coordinate technical disciplines as described herein, and implement quality assurance and quality control (QA/QC) reviews to execute this Scope of Work in close coordination with City staff. 1.2 Document and retain information generated during the execution of the project. 1.3 Prepare monthly invoices and budget status summaries. 1.4 Create, maintain, and update a project design schedule. Monitor, modify, and update the project schedule throughout the design phase to determine potential impacts of proposed changes. Adjust the schedule to reflect the current status of the project and revisions made to this Scope of Work. RH2 Deliverables: • Monthly invoices and budget status summaries in electronic PDF. • Project schedule updates in electronic PDF. 1 City of Pasco Process Water Reuse Facility Pretreatment Improvements Project Exhibit A Phase 1: Potable Water&Electrical Improvements Scope of Work Task 2— Subsurface Investigation and Preliminary Water Design Objective: Obtain existing site information from available as-built drawings provided by the City. Obtain subsurface data relevant to this project. Analyze water main size and develop cost estimates for the water main replacement construction. Approach: 2.1 Confirm the proposed connection points to #he City's water system for the project based on as-built information. 2.2 Review available construction records, asphalt coring logs, as-built information, and potholes. 2.3 Coordinate with City staff and a subconsultant to RH2 to perform a geotechnical investigation, coring,and potholing along the proposed alignment to assess soils and groundwater conditions. This subtask assumes up to thirty (30) potholing and coring locations; potholes will be approximately 10 feet deep, and cores will be approximately 5 feet deep. 2.4 Perform a visual observation of the site to confirm the interfering utility data obtained from the City to the degree possible by surface observation. Collect additional site data relating to the interfering utilities. 2.5 Provide up to ten (10) hours of RH2 staff time to perform desktop investigations to assist with determining permitting requirements for any utility relocations required for the project. 2.6 Provide an analysis of proposed water main size(16 inches versus 12 inches),including hydraulic modeling.Approximately eight(8)hours of RH2 staff time are anticipated for modeling. 2.7 Prepare a technical memorandum summarizing the coring and potholing results and recommendations and water main size recommendation. 2.8 Attend one (1) meeting with City staff to review findings, receive staff comments, and confirm the extents of the improvements. Prepare meeting agenda and minutes. Assumptions: • RH2 will rely upon the accuracy and completeness of information, data, and materials generated or produced by the City, FPUD, or others in relation to this Scope of Work. • It is assumed that the water main replacement construction will be done in the right-of-way (ROW)or within a defined easement with existing utilities on both sides;therefore, there is no need to research or provide services for easement acquisitions. • It is assumed that no utilities with cathodic protection are present in the vicinity of the proposed alignment. • Meetings are assumed to take place at the City's public works and engineering offices but may take place virtually depending on healrh and safety protocols in effect at the time of the meeting. The City and RH2 will mutua!!y agree on rhe meeting format. 2 City of Pasco Process Water Reuse Facility Pretreatment Improvements Project Exhibit A Phase 1: Potable Water&Electrical Improvements Scope of Work Provided by the City: � Construction and as-built records, as available, for the water main alignment. • Previous geotechnical investigation reports and construction photos in the area. • Attendance at one (1) meeting to review findings, confirm extents of improvements, and provide comments. RH2 Deli�erables: • Technical memorandum summarizing the geotechnical recommendations and pipeline material selection in electronic PDF format. • Water main size analysis, including hydraulic modeling. • Attendance at one (1) meeting to review findings, confirm extents of improvements, and discuss City staff comments. Meeting agenda and minutes in electronic PDF format. Task 3— Supplemental Survey Information Objective: Coordinate with a local professional land surveyor as a subconsultant to RH2 to provide the vertical and horizontal control and supplemental topographical mapping necessary for design of the water main and powerline extensions. Approach: 3.1 Coordinate with the City to obtain the CAD file from the Columbia force main project that used the same topography and boundary files. 3.2 Format survey data for use in this project. Create base map for project design using RH2 standards. 3.3 Coordinate with a surveyor to obtain additional subsurface utility information to supplement the survey data from the Columbia force main project. Coordinate with City staff to provide utility potholing to determine utility depths. Incorporate findings into the plans. Assumptions: • Survey provided from the Columbia force main project includes topography for fu!!ROW width and boundary files for the extent of the project.A complete design survey will not be necessary for this project. Instead, supplementa!survey data along the proposed project alignment will be obtained by the survey subconsultant. Provided by the City: • Markings of existing utilities. RH2 Deliverables: • Base map for design documents. 3 City of Pasco Process Water Reuse Facility Pretreatment Improvements Project Exhibit A Phase 1: Potable Water&Electrical Improvements Scope of Work Task 4— Preliminary Power Design Objective:Coordinate with FPUD to determine the size and number of conduits,the spacing and type of utility vaults, and the clearances needed from other underground utilities necessary to underground the FPUD overhead powerline. Approach: 4.1 Coordinate with FPUD to obtain GIS shape files for the existing power distribution lines and service taps. 4.2 Review the existing and future loads provided by the overhead line from East Foster Wells Road to the PWRF. 4.3 Coordinate with FPUD to confirm the FPUD standards for this project, including trench details, conduit number and sizes, vaults and vault installation standards for primary and secondary conductors, and easement details related to interferences with other underground utilities. 4.4 Provide an analysis of the power requirements for the proposed PWRF upgrade scenarios, including the treatment options reviewed in the PWRF Va/ue Engineering Study (RH2, March 2020) and Value Planning Project (C51, 2021). Approximately eight (8) hours of RH2 staff time are anticipated for modeling. 4.5 Assist FPUD with identifying the future loads and spare conduits necessary to feed future power needs at the PWRF. 4.6 Attend one (1) virtual meeting with City staff to review assumptions and findings, receive staff comments, and confirm the extents of the improvements. Assumptions: • !t is assumed that all electrical service taps remain as existing ground-Ievel pad-mounted transformers with existing underground service. • The design will utilize FPUD standard details and FPUD general contractual conditions and forms to the extent applicable. Provided by the City/FPUD: • Construction and as-built records, as available, for both the primary and secondary power alignments. • Attendance at one (1) meeting to review findings, confirm extents of improvements, and provide comments. RH2 Deliverables: • Technical memorandum summarizing the construction recommendations and electrical material selections in electronic PDF format. • Future power supply analysis. 4 City of Pasco Process Water Reuse Facility Pretreatment Improvements Project Exhibit A Phase 1: Potable Water&Electrical Improvements Scope of Work • Attendance at one (1) meeting to review findings, confirm extents of improvements, and discuss City staff comments. Task 5 — Plans, Specifications, Estimate Objective: Prepare 30-percent, 60-percent, agency review, and bid-ready submittal packages with construction drawings, specifications (post 60-percent only), and cost estimates for the proposed improvements. Approach: 5.1 Incorporate topographic survey, along with City utility locates, City input, pothole data, and available record data,to prepare base drawing. 5.2 Prepare cover sheet, general notes, and legends;three (3) sheets total. 5.3 Prepare 30-percent water main and power plan and profile sheets and details;twenty-five (25) sheets. 5.4 Prepare 30-percent construction cost estimate. 5.5 Perform hydraulic calculations and prepare technical memorandum to document design assumptions, basis, and methodology. 5.6 Prepare 60-percent technical specifications based on RH2's modified Washington State Department of Transportation (WSDOT)format. 5.7 Incorporate review comments and prepare 60-percent civil and electrical sheets and details, including water main plans and profiles, detail sheets for electrical trench work and equipment installation in accordance with FPUD standards, horizontal control, demolition, restoration,and traffic control plans and details;fifty(50) sheets total. 5.8 Prepare 60-percent construction cost estimate. 5.9 Provide in-house QA/QC review of 60-percent plans, specifications, and estimate. 5.10 Incorporate review comments and prepare agency review technical specifications based on RH2's modified WSDOT format. 5.11 Incorporate review comments and prepare agency review plans. 5.12 Prepare agency review construction cost estimate. 5.13 Incorporate agency review comments and prepare bid-ready plans and specifications for bidding. 5.14 Attend up to three (3) meetings with the City to discuss the plans, specifications, and estimate at milestone submittals (30-percent, 60-percent, and agency review). Prepare meeting agenda and minutes for each meeting. 5 City of Pasco Process Water Reuse Facility Pretreatment Improvements Project Exhibit A Phase 1:Potable Water&Electrical Improvements Scope of Work Assumptions: • !t is assumed cathodic protection will nor be needed for the praposed design. � It is assumed that the new water main will be placed in the center of the traveled lane and roadway restoration details will be necessary. • !t is assumed that easement negoriations or acquisitions wil! be performed by the City, if needed. • It is assumed that a!! electrical service taps remain as existing ground-level pad-mounted transformers with existing underground service. • No temporary services for water will be required. • The design will utilize City standard details and City general contractual conditions and forms to the extent applicable. • The design does not include additiona!provisions for other utilities. !f additional utilities are added to this Scope of Work, an amendment will need to be mutually determined between the City and RH2. • No flagging or traffic control will be required to obtain the required survey data. • Upon reviewing information, materials, or data provided by others rn relation ro this project, RH2 wiN coordinate with the City to identify missing or incomplete information deemed necessary to complete the work.Any work outside of this Scope of Work will be negotiated as part of an amended scope of work. • Meetings are assumed ta take place at the City's public works and engineering offices but may take place virtually depending on health and safety protocols in effect at the time of the meeting. The City and RH2 will mutually agree on the meeting format prior to each meeting. Provided by City: • Attendance at a site visit with RH2 staff to confirm details of preliminary alignment and road restoration requirements. • Attendance at meetings for 30-percent, 60-percent, and agency review design completion. RH2 Deliverables: • Six (6) sets of half-size plans for City review: two (2) for 30-percent design completion; two (2) for 60-percent design completion; and two (2)for agency review design completion. • Meeting agendas and minutes for each design review meeting in electronic PDF. • Traffic Control Plan in electronic PDF. 6 City of Pasco Process Water Reuse Facility Pretreatment Improvements Project Exhibit A Phase 1: Potable Water&Electrical Improvements Scope of Work Task 6— Permitting Assistance Objective: Assist the City with the preparation of necessary documents and permit submittals to meet local and state requirements with regard to the State Environmental Policy Act(SEPA), Franklin County's (County) ROW permit and encroachment process, and required City permit processes. Approach: 6.1 Prepare a draft SEPA Checklist for City staff review. Based on City staff comments, finalize the SEPA Checklist and provide to City Planning staff for completion of a SEPA Determination and subsequent publication. 6.2 Compile and submit construction drawings and specifications for FPUD review and project approval. 6.3 Attend up to two (2) meetings with the City to discuss permitting tasks and progress. Prepare meeting agenda and minutes for each meeting. 6.4 Prepare and submit a County ROW Permit application to the City for review and final submittal. 6.5 Prepare cultural and historic resources documentation for compliance with Section 106 of the National Historic Preservation Act (NHPA), which is required for the project to receive Public Works Board monies.Coordinate with a cultural resources consultant as a subconsultant to RH2 to perform applicable evaluations and on-site cultural survey work for the project site. RH2 wi!! prepare the EZ-1 forms as needed to define the project's Area of Potential Effect (APE) and coordinate review with the Washington State Department of Health (DOH) on its initial determination, and the Washington State Departmenr of Archaeology and Historic Preservation (DAHP) and affected/ndian Tribes. A subconsultant will prepare an Inadvertent Discovery Plan (IDP) and a Cultura! Resources Survey to assess potential project impacts, which also will be provided to DAHP, the Tribes, and other regulatory agencies for consultation under Section 10S of the NHPA. Assumptions: • The project will receive Public Works Board monies, requiring compliance with a number of state and federal statutes under the National Environmenta! Policy Act, including cultural/historic reviews. � If human remains are found within the project area, al�cultura!field investigations will cease immediately, proper authorities will be notified, and field investigations will not resume unti! applicable state laws are addressed. • Initia!determinations by DAHP may be delayed until the submittal of 60-percent design plans can be included. • No digging can occur after the Public Works Board application is submitted, including site investigations or wel!drilling, until receiving approval from both Section 106 and SEPA. • The IDP will follow DOH's standard template for incJusion in the construction documents. 7 City of Pasco Process Water Reuse Facility Pretreatment Improvements Project Exhibit A Phase 1:Potable Water&Electrical Improvements Scope of Work • The City wiI! assist RH2 with supplying information requrred for the SEPA Checklist to the extent that information is accessible to the City. • No engineering report or plan review will be required for DOH review and approval. • The City wiI!submit all final permit applications directly. • The City will pay alI permit and review fees directly. • No federal funds are involved in the project. No federal permitting, federal biological assessments or eva/uations, or U.S. Army Corps of Engineers permitting or coordination will be involved. • Archaeological monitoring, more detailed scientific assessment, or other requirements imposed as part of the permit approval process will require an additiona!authorization and a modification to this Scope of Work. • Permitring-related work will be conducted on a time and expense basis with the goa!that the required permitting can be accomplished within the proposed permitting budget included in the attached Fee Estimate. • RH2 cannot warrant or guarantee any agency's approval or response time. • Meetings are assumed to take place at the City's public works and engineering offices but may take place virtually depending on health and safety protocols in effect at the time of the meetrng. The City and RH2 will mutually agree on the meeting formar prior to each meeting. Provided by City: • Submittal of permit applications and payment of permit application fees. • Easement negotiations, if necessary. • Review and comment on draft permit applications prior to submittal. • Determination and publication elements of permit applications. RH2 Deliverables: • Draft and final SEPA Checklist in electronic PDF format. • One (1) completed County ROW permit in electronic PDF format. • One (1) completed City ROW Permit in electronic PDF format. • Attendance at up to two (2) meetings with agency and City staff. Meeting agendas and minutes for each meeting in electronic PDF format. 8 City of Pasco Process Water Reuse Facility Pretreatment Improvements Projed Exhibit A Phase 1:Potable Water&Electrical Improvements Scope of Work Task 7— Bid-Ready Plans, Specifications, and Construction Contract Documents Objective: Prepare construction plans and specifications for bidding. Approach: 7.1 Perform a detailed in-house QA/QC engineering review of the construction design plans and specifications for quality and conformance to project requirements and City standards. 7.2 Submit 99-percent plans, specifications, and construction contract documents to the City for final review or for City's signature. 7.3 Revise plans, specifications, and construction contract documents per the in-house review and City input, if any. !t is assumed the revisions to the 99-percent documents, if any, will be minor. 7.4 Finalize the engineer's estimate of probable construction cost based on the bid-ready design plans. 7.5 Prepare bid-ready plans, specifications, and construction contract documents for bidding. Provided by City: • Review comments and information to prepare bid-ready plans, specifications, and construction contract documents. RH2 Deliverables: • 99-percent plans, specifications, and construction contract documents for City review and signature, if needed, in electronic PDF. • Five (5) hardcopy sets of bid-ready documents:two(2)sets for City use and bidding purposes; and three (3) sets for RH2 files and staff use during bidding. Plans will be shown at 1-inch equals 20 feet on 11-inch by 17-inch sheets. !t is assumed that plan sets will consist of fifty (50)sheets maximum. • Bid-ready construction contract documents and plan set in electronic PDF format. Plans will be shown at 1-inch equals 20 feet on 22-inch by 34-inch sheets. Task 8— Services During Bidding Objective: Provide engineering assistance throughout the bidding phase to prepare required documentation and respond to contractor questions. Approach: 8.1 Prepare bid documents in electronic PDF. Provide PDF to the City and submit bid package to online plan center(i.e., QuestCDN). 8.2 Prepare advertisement for bids, contact potential bidders, and coordinate the timing and placement of the bid advertisement with the City. The City wil!submit the advertisement to the appropriate publications, and directly pay for the advertisements. 9 City of Pasco Process Water Reuse Facility Pretreatment Improvements Project Exhibit A Phase 1:Potable Water&Electrical Improvements Scope of Work 8.3 Respond to contractor and supplier questions during bidding, review product prequalification requirements, and document responses to the file. 8.4 Prepare up to three (3) addenda when determined necessary to clarify, revise, or change construction plans,technical specifications, or project conditions during the bidding process. 8.5 Attend one (1) site visit with prospective bidders and the City. 8.6 Review bids and assist the City with the evaluation of the qualifications and references for the apparent low bidder. The City will administer the bid opening and prepare the bid tabulation to verify tota/bid prices. The City will prepare and issue the project award recommendation letter. Assumptions: • 8ecause services during bidding can vary in nature, RH2 will perform Task S services as requested up to the amount included in the attached Fee Estimate. If needed, additional work wiN be mutually determined by the City and RH2. Provided by City: • City to submit and pay for the advertisement to the appropriate publications. RH2 Deliverables: • One (1) advertisement for bid in electronic PDF format. • Written responses to vendor and bidder questions during the advertisement phase,submitted to the City in electronic PDF or via email. • Up to three (3) addenda in electronic PDF format. • Reference check of lowest bidder. Task 9— Services During Construction (Limited) Objective: Provide services during project construction to support the City.As the engineer of record, perform at least one (1) site visit for observation of construction progress. While not onsite, work with the City and its designated utility and special inspector to respond to technical questions and issues. !t is anticipated the City will take the lead in inspection and construction contract administration and will handle day-to-day responsibilities. Approach: 9.1 Assist the City for a maximum of one hundred twenty (120) hours to perform on-site observation and re5pond to contractor's requests for information (RFIs) or change orders. Assumptions: � It is assumed that the City wil!provide most services during construction. If the City determines it needs technical support from RH2, a maximum of one hundred twenty(120)hours to respond to contractor questions, observe construction activities, observe special inspections, or assist with charage orders will be prAvided in this Scope of Work and Fee Estimate. E�fort for these 10 City of Pasco Process Water Reuse Facility Pretreatment Improvements Project Exhibit A Phase 1:Potable Water&Electrical Improvements Scope of Work services in excess of one hundred twenty(120)hours are outside of this Scope of Work and will be negotiated as part of an amended Scope of Work. RH2 is not responsible for site safety or for directing the contractor in their work. RH2 Deliverables: • Applicable field observation reports and documentation in electronic PDF format. 11 City of Pasco Process Water Reuse Facility Pretreatment Improvements Project Exhibit A Phase 1:Potable Water&Electrical Improvements Scope of Work Project Schedule RH2 will commence with design and permitting work upon notice to proceed from the City. It is anticipated that this contract will be approved by luly 2021, that bidding will occur in January 2022, and that construction will commence before the end of March 2022. The schedule is contingent on finalizing the preferred alignment within three (3) months of notice to proceed. 12 EXHIBIT B Fee Estimate City of Pasco Process Water Reuse Facility Pretreatment Improvements Project Phase 1:Potable Water&Electrical Improvements Jul-21 Deacr{pEinn N�n To1�Y 110nr Tottl 3o�hurctsuhant 'foW�1r1Le Tetil tast _..._ __.....____...._ ... ....._ _... . ..,. ..... ...... .... ..... ........_...... CAnsaiT+ulioo 7isM 1 � Man emenl5e�vkes 36 6 35� 3t� S__ i W8 TapR i S+�rswtar,��rn� and Pnilmins wanr Das 12a � az3 i� 50 s 2 ii� 1i�B Tatk 4 Su meneal k�fOtmatfon 34 S 6154 S 1] S 7b1 3 17,�IS TaSle� �ne111n1n PaWet 69 IFkl7! 12 32,�90 7,�S�k 5 R4dns Csl10 F�111it# 1373 212 6d1 32 7A0 S #45�A4 T�i P�m�itein 1luititanc� 'T'! 5 �.3,+'1,�. 610 S 27.5lE rask� bid-nea nrns. c�i��ior�s r,e caaa�lon fiantran aoaim�ts E�1 i in,3n S � 3 i.4ka 3 ii.�zs _ _ 7i�k i 5liVfEE! _ 49 .!AW _ - 690' �G9�F tii11 f Snvfres iomRructbn timbord 120 S �4 OT2 - t.�� # t2.26i PRiUJE[T TOTAL 1952 S 3I38,96t? S AY,S§0 S A2,595 S 994.245 RH2 ENGINEERING, INC. 2021 SCHEDULE OF RATES AND CHARGES RATE LIST RATE UNIT Professionall $144 $/hr Professionalli $157 $/hr Professional III $169 $/hr ProfessionallV $187 $/hr ProfessionalV $198 $/hr ProfessionalVl $214 $/hr Professional VII $226 $/hr Professional VIII $235 $/hr Professional IX $235 $/hr Control Specialist I $130 $/hr Control Specialist II $141 $/hr Contro�Specialist III $154 $/hr Control Specialist IV $169 $/hr Control Specialist V $179 $/hr Control Specialist VI $191 $/hr Control Specialist VII $204 $/hr Control Specialist VIII $214 $/hr Technician I $108 $/hr Technician II $119 $/hr Technician III $136 $/hr Technician IV $145 $/hr Technician V $160 $/hr Technician VI $175 $/hr Technician VII $189 $/hr Technician VIII $198 $/hr Administrative I $72 $/hr Administrative II $84 $/hr Administrative III $99 $/hr Administrative IV $118 $/hr Administrative V $139 $/hr CAD/GIS System $27.50 $/hr CAD Plots-Half Size $2.50 price per plot CAD Plots-Full Size $10.00 rice er lot CAD Plots-Large $25.00 price per plot Co ies(bw)8.5"X 11" $0.09 rice er co Copies(bw)8.5"X 14" $0.14 price per copy Co ies(bw}11"X 17" $0.20 price per co Copies(color)8.5"X 11" $0.90 price per copy Copies(color)8.5"X 14" $1.20 price per co y Co ies(color)il"X 17" $2.00 rice er co y Technology Charge 2.50% %of Direct Labor price per mile Mileage $0.560 (or Current IRS Rate) Subconsultants 15% Cost+ Outside Services at cost Rates listed are adjusted annually.