HomeMy WebLinkAboutUAC Agenda Packet 05/10/2016 Utility Advisory Committee
Jack Pittis Conference Room
Port Angeles, WA 98362
May 10, 2016
3:00 p.m.
AGENDA
L Call To Order
II. Roll Call
III. Approval Of Minutes for April 12, 2016
IV. Late Items
V. Discussion Items:
A. Professional Services Agreement with Kennedy/Jenks Consultants, for WWTP Biosolids
Dewatering,Project WW0205
B. 2015 Hydrogeologic Services Feasibility Study,Phase 2
C. ADS Environmental Services Contract Amendment I for Combined Sewer Overflow Flow
Monitoring
VI. Information Only Items:
A. UAC Site Visits—Landfill Bluff Project and Morse Creek
B. CFP Presentation—Council and UAC meeting 5:00 PM Tuesday, 17 May 2016
VII. Next Meeting Date: June 14, 2016
VIII. Adjournment
N:AUAC\MEETINGS\UAC2016\UAC051016\051016 Agenda.docx
Utility Advisory Committee
Jack Pittis Conference Rooms
Port Angeles, WA 98362
April 12, 2016
3:00 p.m.
L Call To Order
Chair Lynn Bedford called the meeting to order at 3:02 p.m.
II. Roll Call
UAC Assigned
Councilmembers Present: Mayor Patrick Downie (Cherie Kidd's replacement 04/12/16),
Vice Chair Lee Whetham, and Sissi Bruch (at 3:15pm)
Other Councilmembers Absent: Brad Collins, Dan Gase, Cherie Kidd, and Michael Merideth
UAC Members Present: Chair Lynn Bedford and Betsy Wharton
UAC Members Absent: Rob Feller
Staff Present: Craig Fulton, Gregg King, Phil Lusk, Bill Bloor, Ken Dubuc,
Kathryn Neal, and Michelle Hale
Others Present: One Citizen
III. Approval Of Minutes
Chair Lynn Bedford asked if there were any corrections to the minutes of March 8, 2016. Betsy
Wharton requested to correct the spelling of her name. Vice Chair Lee Whetham requested a
motion to approve the minutes as corrected. Betsy Wharton seconded the motion, which carried
unanimously.
IV. Late Items:
V. Discussion Items:
A. Medic 1 Utility Advisory Committee Member Appointment
Ken Dubuc, Fire Chief, introduced volunteer Laura Dodd, distributing copies of her application
to Committee members and provided an overview of her qualifications for the Medic 1 Utility
Advisory Committee. He requested the Committee provide a favorable recommendation to City
Council to appoint Laura Dodd to fill the vacancy on the Medic 1 Utility Advisory Committee.
Mayor Patrick Downie moved to recommend City Council to appoint Laura Dodd to serve
as the Medic 1 representative on the Utility Advisory Committee. Vice Chair Lee Whetham
seconded the motion,which carried unanimously.
B. Bonneville Power Administration Tier 2 Power Election
Phil Lusk, Deputy Director of Power& Telecommunications Systems overviewed the City's
requirement for the third purchase period election with the Bonneville Power Administration
(BPA) for its Tier 2 power supply. Discussion followed.
Sissi Bruch moved to recommend City Council authorize the Director of Public Works and
Utilities to notify the BPA,in accordance with Section 2.4 of Exhibit C of the BPA Power
Sales Agreement, No. OOPB-12054, the City should elect Section 2.4.1.2, the Tier 2 Short-
Term rate alternative, for the period of October 2019 through September 2024 for 100% of
its above High Water Mark(Tier 1)load,with a 10 megawatt ceiling. Mayor Patrick
Downie seconded the motion,which carried unanimously.
C. Landfill Post-Closure Engineering Professional Services Agreement
Amendment 5
Kathryn Neal, P. E, Engineering Manager provided an update to the Landfill Post-Closure.
Kathryn explained how Aspect has been supporting the City in post-closure compliance and the
Landfill Cell Stabilization Project which is now complete. As the renovated landfill site is
transitioning to post-closure maintenance under a new facility permit, it is important to have
continuity for technical support for the new permit and landfill infrastructure. Amendment 5
provides for a one year extension to the existing agreement with Aspect Consulting in order to
provide continued support for the post-closure requirements. Discussion followed.
Sissi Bruch moved to recommend City Council to authorize the City Manager to sign
Amendment 5 to the Professional Services Agreement with Aspect Consulting in an amount
not to exceed $103,969.56, for a new total agreement amount of$736,717.20, and to make
minor modifications to the agreement, as necessary. Vice Chair Lee Whetham seconded
the motion,which carried unanimously.
D. Port Angeles Landfill Stabilization Project(SW0212) - Construction
Management Services Contract Amendment 93
Kathryn Neal, P. E, Engineering Manager reviewed the status of the construction management
services provided by Anchor QEA for the Port Angeles Landfill Stabilization Project. Due to the
discovery of large amounts of asbestos and the resulting claim from the construction contractor,
Anchor QEA has provided a substantial amount of additional support to prepare the City to
equitably resolve the asbestos claim. This amendment provides the final reconciliation to
compensate Anchor QEA for the additional effort.
Sissi Bruch moved to authorize the City Manager to sign Amendment No. 3 to the
Professional Services Agreement with Anchor QEA increasing the value by $99,000 for a
revised maximum not-to-exceed amount of$1,827,927. Vice Chair Lee Whetham seconded
the motion,which carried unanimously.
VI. Information Only Item
A. 2015 Consumer Confidence Water Quality Report
Craig Fulton, Director of Public Works &Utilities presented the 2015 Consumer Confidence Water
Quality Report that is available online. The purpose of the report is to share information with
customers about the quality of their drinking water and to convey a basic knowledge of the City's
water system.
B. Residential Customer LED Lightbulb Distribution (verbal report)
Gregg King,Power Resource Manager, discussed the upcoming LED lightbulb distribution program.
Using Conservation funds,the plan is to get the LED lightbulbs to residents around July. Estimates
are $20-25 per each four lightbulb kit for a total of$176,000 to $210,000. Our reimbursements are
expected from Bonneville Power Administration from $130,000 to $150,000 with net costs for the
City to be $26,000 to $80,000. Gregg will be coming forward at a future date for approval.
VIL Next Meeting Date: May 10, 2016
VIII. Adjournment: 4:00 p.m.
Lynn Bedford, Chair Michelle Hale, Administrative Specialist 11
• tel'RT ,ANGES
,
"W"W"W"W"W"W"W"W
"W
WAS HINGTON, U. S. A.
Utility Advisory Committee Memo
Date: May 10, 2016
To: Utility Advisory Committee
FROM: KATHRYN NEAL,P.E.,ENGINEERING MANAGER
SUBJECT: Professional Services Agreement with Kennedy/Jenks Consultants, for
Wastewater Treatment Plant Biosolids Dewatering, Project WW0205
Summary: The Wastewater Treatment Plant(WWTP) Biosolids Dewatering project will replace
the aging belt press at the plant with a new screw press, and upgrade ancillary equipment including
the polymer feed system. Replacement of this system is critical to the continued functioning of the
wastewater treatment plant. Kennedy/Jenks Consultants have been selected to provide design
services and construction support, based on the firm's qualifications. A contract price has been
negotiated, in an amount not to exceed $268,040.
Funding:
Funds are available in the 2016 budget, as part of the Biosolids Dewatering project, WW0205. The
project is included in the Capital Facilities Plan, and construction is scheduled for 2017, with a
planned total project cost of$1,350,000. If technical assistance is needed for other Wastewater
Utility issues, the funds will come from the wastewater operations budget, where funds are
available in an amount up to $20,000.
Recommendation: Approve and forward a favorable recommentdation to City Council to
authorize the City Manager to sign the Professional Services Agreement with Kennedy/Jenks
Consultants for a maximum amount not-to-exceed $268,040.
Background/Analysis: The dewatering press and polymer feeding system at the wastewater
treatment plant(WWTP)were installed as part of the 1993 plant expansion project. Both the
dewatering press and polymer feed system as 23 years old and at the end of their service life. The
manufacturers of both pieces of equipment are no longer in business and replacement parts are
unavailable. WWTP personnel have reported frequent breakdowns and have had parts manufactured
at a local machine shop in order to keep the systems operating. The dewatering press is a critical
system at the WWTP which, if taken out of service, would necessitate the transport of biosolids to a
remote processing facility.
Page 2
After researching available dewaterng presses, it has been decided to select a screw press
manufactured by FKC as the most desirable press. This decision was based on a number of
considerations including: a)reliability, b) cost, c) low energy use, and, d) maintenance support.
FKC is located in Port Angeles, and can work closely with the engineering team during design and
construction, and is readily available to service the equipment.
The proposed capital project will completely rehabilitate the dewatering system. Components will
include: a)replacement of the dewatering press, b)replacement of the polymer feed system, c)
replacement of the press feed pumps and motor controls, d)integrating the press and polymer feed
system into the newly rebuilt plant SCADA control system, e)replacement of process piping as
required, f)revision to the odor control system s required, and,provisions for a temporary
dewatering press to maintain solids processing during construction of the new dewatering press.
A RFQ for design services was issued on December 29, 2015. Response was made by four firms:
A selection board reviewed the submitted proposals and contacted the consultant references and
selected Kennedy/Jenks Consultants as the best qualified consultant.
The design contract authorizes the preparation of plans, specifications, and estimates for the
construction of the necessary improvements, bid support, and design support during construction.
The following table summarizes the budget for each task, based on the estimated level of effort.
The City will be invoiced only for actual work performed. Task 6 is a provision of$20,000 for
unanticipated issues that may arise within the Wastewater Utility, and will be funded by the
appropriate project or operations budget item.
Design
Task 1 —Project Management $24,730
Task 2—Preliminary Design $63,480
Task 3 —Final Design $82,180
Task 4—Bid Services $7,650
Task 5 —Construction Services $70,000
Task 6—Directed Services $20,000
Total contract amount $268,040
It is recommended that the Utilities Advisory Committee forward a favorable recommendation to
City Council to authorize the City Manager to sign the Professional Services Agreement with
Kennedy/Jenks Consultants for design services in an amount not to exceed $268,040.
P
NGELES
A,-
ii"' W A S H I N G T O N, U. S. A.
.�"�''' Utility Advisory Committee Memo
DATE: May 10, 2016
To: Utility Advisory Committee
FROM: CRAIG FULTON
SUBJECT: 2015 Hydrogeologic Services Feasibility Study,Phase 2
Summary: In response to the 2015 drought, the City of Port Angeles performed a preliminary
exploration for the development of new ground water sources to supplement the current surface
water sources from the Elwha River. The analysis provided valuable information for the possible
future initiation of a project to reduce the City's reliance on the Elwha River as a water source.
Phase 1 of the investigation was completed, and it is recommended to proceed with Phase 2,which
involves an assessment of water rights in the vicinity of potential test wells.
Funding: Funding is available within the Water Utility Reserves and will be added to the budget
via the second quarter budget amendment.
Recommendation: Approve and forward a favorable recommendation to City Council to
authorize the City Manager to sign Amendment 2 to the Professional Services Agreement with
Robinson Noble in an amount not to exceed $20,694, for a total contract amount of$48,004.
Background/Analysis: The City of Port Angeles performed a preliminary exploration for the
development of new ground water sources to supplement the current surface water sources from
the Elwha River. The analysis provided valuable information for the possible future initiation of
a project to reduce the City's reliance on the Elwha River as a water source. The City contracted
with Robinson Noble to provide a groundwater source feasibility assessment to research the
potential of producing groundwater from one or more wells within or in proximity to the City
limits. The initial contract was signed on August 14, 2015 in the amount of$24,810 and Council
approved amendment No. 1 on November 17, 2015, increasing the contract amount to $27,310.
Initial efforts involved the acquisition and review of information available from published
reports and agency files. This information was used as the basis for describing the hydrogeologic
settings of the study area and identifying specific groundwater regimes within the greater Port
Angeles area. Within that context, Robinson Noble defined groundwater source options to the
maximum extent possible with existing data, and identified areas where future test drilling could
N:AUAC\OriginaFHydrogeologic Services Feasibility Study Phase 2-Amend 2 to Robinson-Noble PSA.docx
be performed. The results from Phase 1 were presented to the UAC on December 8, 2015 by
Robinson Noble followed by a briefing from Craig Fulton on future phases of this effort.
The City is ready to proceed to Phase 2, which will include a preliminary assessment of water
rights, to identify possible complications in the proposed groundwater withdrawal. This phase
would refine potential well site locations and evaluate each site describing potential drilling
conditions/methods/depths/and access. Technical consultation will be provided during
discussions with the Tribe(s) and regulatory agencies such as the Department of Ecology,
Department of Fish and Wildlife, and Department of Health. Robinson Noble would further
provide technical specifications and plans to be used as bidding documents for a test well
construction contract. No well drilling activities will be performed under this Phase.
If deemed necessary in the future, a third phase would secure drilling agreements to drill test
wells. It is anticipated that three test wells would be required. Each test well would cost
approximately $150,000. The fourth and final phase, if neccessary would be to secure water
right permit(s), construct production wells, transmission mains, and pumping facilities. This
phase is expected to cost between $5 million to $10 million. The following is a summary of the
cost of each phase:
Phase Description Estimated Cost
1 Groundwater Source Feasibility Assessment $27,310
2 Initial Water Rights Assessment $20,694
3 Drilling Agreements & Test Wells $400K- $500K
4 Design & Construction $5M— IOM
At this time, it is requested that the Utility Advisory Committee approve and forward a favorable
recommendation to City Council to proceed with Phase 2 of the explorations. When sufficient
information is assembled, staff will return to UAC and Council for authorization to proceed with
subsequent phases, if deemed necessary.
D,T,
Rrr NGELES
• VRT
W A S H I N G T 0 N, U. S. A.
sn",= Nf,
Utility Advisory Committee Memo
DATE: May 10, 2016
To: Utility Advisory Committee
FROM: KATHRYN NEAL,P.E.,ENGINEERING MANAGER
SUBJECT: ADS Environmental Services Contract Amendment 1 for Combined Sewer
Overflow Flow Monitoring
Summary: In July of 2014 the City entered into an agreement with ADS Environmental Services
to provide technical service support to the City in order to meet its State NPDES Permit
requirements to monitor and report the frequency and volume of Combined Sewer Overflows
(CSO). The contract included an option to extend for an additional year, to begin in July 2016 at a
reduced level of service. The reduced services would have been made possible by the completion of
the CSO Phase 2 project. Project completion is delayed, and it is necessary to extend the contract at
the current level of service for 6 months. As the CSO Phase 2 construction contract nears
completion it is important to have continuity of technical support
Funding: Additional funding for the contract extension is available in Wastewater Utility Reserves,
and will be added to the budget with the second quarter budget amendment.
Recommendation: Forward a favorable recommendation to City Council to authorize the
City Manager to sign Amendment 1 to the Professional Services Agreement with ADS
Environmental Services, LLC for a bid amount of$39,315.77, for a new total agreement
amount of$166,537.02, and to make minor modifications to the agreement, if necessary.
Background/Analysis: The City's Wastewater Treatment Plant National Pollutant Discharge
Elimination System (NPDES)permit requires the City to monitor all CSO events for duration,
volume, frequency, and to characterize the impacts of CSO overflows. The City is also required to
report overflows to the Department of Ecology (DOE) and other regulatory agencies, and to
implement a public notification process to inform citizens of when and where CSOs occur.
Between 2003 and 2008 the City contracted with Geotivity to accomplish its NPDES Requirements.
Following serious flaws in the monitoring data the City signed a contract with ADS Environmental
Services who has successfully accomplished the monitoring work for the City since September
2009. The existing professional services contract with ADS is due to expire July 15, 2016, prior to
the expected completion of the CSO Phase 11 construction contract. In order to maintain continuity
May, 10 2016 City Council
Re: CSO Flow Monitoring,Project WW14-2014
Page 2
of technical support as the CSO system undergoes substantial changes, the City desires to extend
the CSO Flow Monitoring Professional Services contract with ADS Environmental Services for the
remainder of 2016.
In 2016 the City is expected to complete the second phase of the CSO Phase 11 project, which will
put in to service replacement Pump Station 4. Completion of the project will activate new force
mains partially constructed in CSO Phase I, increasing the capacity of the conveyance system from
Pump Station 4 to the Waste Water Treatment Plant (WWTP). These improvement are expected to
reduce CSOs into the Port Angeles harbor in compliance with the terms of Agreed Order 3853 with
the Department of Ecology. In 2016 the City also intends to make changes to CSO 6, 7, and 8,
replacing ADS monitoring equipment with monitoring equipment connected to the WWTP
Supervisory Control and Data Acquisition (SCADA) system. As modifications are made to the CSO
structures, ADS flow monitoring field services will be phased out. ADS monitoring of system
uptime, data analysis, and reporting will continue through the proposed contract expiration date
January 15, 2017. In 2017 the City will evaluate the performance of the completed CSO system and
determine the need for further flow monitoring professional services support.
Funding Overview: The tasks and preliminary fee estimates included for ADS Environmental
Services for the 6-month contract extension are summarized in the following table.
Year 3 Additive Bid B-Option to Extend
Bid Item# Description Quantity Unit Unit Price Extended Price Tax
Flow Monitoring Field Service 18 LS- Per
B01 (3 CSO Site) Site/Month $1,173.39 $21,121.02 $1,774.17
Monitoring System Uptime, Data
Analysis, and Reports (3 CSO 18 LS- Per
B02 Sites) Site/Month $339.94 $6,118.92 N/A
CSO Site Wireless 18 LS- Per
B03 Communication (3 CSO Sites) Site/Month $27.93 $502.74 $42.23
Website Data Display and Alarm 30 LS- Per
B04 Notification (5 CSO Sites) Site/Month $40.31 $1,209.30 N/A
Subtotal: $28,951.98
Sales Tax: $1,816.40
Total Bid: $30,768.38
The prior year cost was $63,606. Funds for this 6 month contract extension are available in the
2016 Wastewater Utility Reserves, and will be added to the budget with the second quarter budget
amendment.
It is recommended that Utility Advisory Committee forward a favorable recommendation to City
Council to authorize the City Manager to sign Amendment 1 to the Professional Services
Agreement with ADS Environmental Services, LLC for a bid amount of$40,768.38, for a new total
agreement amount of$166,537.02, and to make minor modifications to the agreement, if necessary.