HomeMy WebLinkAbout5.692 Original Contract
. I
.J ,
5.{Pq~
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN THE
THE CITY OF PORT ANGELES
AND
CH2M Hill, INC.
PROJECT 04-11
RELATING TO: THE CITY'S WATER SYSTEMS
THIS AGREEMENT is made and entered into this Iq~ day of [)~OJ.~ ,
20tt:L, by and between THE CITY OF PORT ANGELES, a non-charter code city of the State
of Washington, (hereinafter called the "CITY") and CH2M Hill, Inc., a Florida Corporation
(hereinafter called the "CONSULTANT").
WHEREAS, the CITY desires to have the CONSULTANT continue to assist the CITY in the
Elwha Dam Removal Mitigation process, and
WHEREAS, the CITY desires to have the CONSULTANT continue to provide planning, design
and construction support services relative to its potable and manufacturing water systems, and
WHEREAS, the CONSULTANT represents that it is in full compliance with the statutes of the
State of Washington for professional registration and/or other applicable requirements, and
WHEREAS, the CONSULTANT represents that it has the background, experience, and ability
to perform the required work in accordance with the standards of the profession, and
WHEREAS, the CONSULTANT represents that it will provide qualified personnel and
appropriate facilities necessary to accomplish the work;
NOW, THEREFORE, in consideration of the above representations and the terms, conditions,
covenants and agreements set forth below, the parties hereto agree as follows:
SCOPE OF WORK
The scope of professional services to be performed and the results to be achieved by the
CONSULTANT shall be as detailed in the attached Exhibit A and shall include all services and
material necessary to accomplish the work.
The CITY may review the CONSULTANT'S work product, and if it is not satisfactory, the
CONSULTANT shall make such changes as may be required by the CITY. Such changes
shall not constitute "Extra Work" as related in Section XII of this Agreement.
The CONSULTANT agrees that all services performed under this Agreement shall be in
accordance with the standards of the profession and in compliance with applicable federal,
state and local laws.
The Scope of Work may be amended upon written approval of both parties.
Consultant Agreement with CH2M Hill, Project 04-11
Page 1 of7
, ,
II OWNERSHIP OF DOCUMENTS
Upon completion of the work, all documents, exhibits, photographic negatives, or other
presentations of the work shall become the property of the CITY for use without restriction and
without representation as to suitability for reuse by any other party unless specifically verified
or adapted by the CONSULTANT. However, any alteration or reuse of the documents, by the
City or by others acting through or on behalf of the City, will be at the City's sole risk.
III DESIGNATION OF REPRESENTATIVES
Each party shall designate its representatives in writing. The CONSULTANT'S representative
shall be subject to the approval of the CITY.
IV TIME OF PERFORMANCE
The CONSULTANT may begin work upon execution of this Agreement by both parties. The
work shall be completed in accordance with the schedule set forth in the attached Exhibit D.
All work shall be completed by January 31,2006.
V PAYMENT
The CITY shall pay the CONSULTANT as set forth in this section of the Agreement. Such
payment shall be full compensation for work performed, services rendered, and all labor,
materials, supplies, equipment and incidentals necessary to complete the work.
A. Payment shall be on the basis of the CONSULTANT'S cost for actual labor, overhead and
profit plus CONSULTANT'S direct non-salary reimbursable costs as set forth in the
attached Exhibit C.
1. Labor costs shall be based on the hourly rates shown in Exhibit C. Hourly rates shall be
based upon an individual's hourly wage, times the total number of hours worked, times
a multiplier of 3.1. The multiplier shall include overhead and profit.
General clerical time shall be considered an overhead item, except where specific work
items are involved that require one hour or more continued effort, in which case time will
be charged on the basis of hours worked.
2. The direct non-salary reimbursable costs are those directly incurred in fulfilling the terms
of this Agreement, including, but not limited to, travel, subsistence, telephone, CADD
computer, reproduction and printing, supplies and fees of outside services and
consultants. Ten percent (10%) overhead and profit may be added to direct non-salary
reimbursable costs.
B. The CONSULTANT shall submit invoices to the CITY on a monthly basis. Invoices shall
detail the work, hours, employee name, and hourly rate; shall itemize with receipts and
invoices the non-salary direct costs; shall indicate the specific task or activity in the Scope
of Work to which the costs are related; and shall indicate the cumulative total for each task.
Consultant Agreement with CH2M Hill, Project 04-11
Page 2 of 7
, ,
C. The CITY shall review the invoices and make payment for the percentage of the project
that has been completed less the amounts previously paid.
D. The CONSULTANT invoices are due and payable within 30 days of receipt. In the event
of a disputed billing, only the disputed portion will be withheld from payment.
E. Final payment for the balance due to the CONSULTANT will be made upon the completion
of the work and acceptance by the CITY.
F. Payment for "Extra Work" performed under Section XII of this Agreement shall be as
agreed to by the parties in writing.
VI MAXIMUM COMPENSATION
Unless otherwise agreed to in writing by both parties, the CONSULTANT'S total compensation
and reimbursement under this Agreement, including labor, direct non-salary reimbursable
costs and outside services, shall not exceed the maximum sum of $418,000.00. The budget
for each task is as set forth in the attached Exhibit B. Budgets for task(s) may be modified
upon mutual agreement between the two parties, but in any event, the total payment to
CONSULTANT shall not exceed $418,000.00.
VII INDEPENDENT CONTRACTOR STATUS
The relation created by this Contract is that of employer-independent contractor. The
Contractor is not an employee of the City and is not entitled to the benefits provided by the City
to its employees. The Contractor, as an independent contractor, will control and direct the
performance of the details of the services to be provided. The Contractor shall assume full
responsibility for payment of all Federal, State, and local taxes or contributions imposed or
required, including, but not limited to, unemployment insurance, Social Security, and income
tax.
VIII EMPLOYMENT
Employees of the CONSULTANT, while engaged in the performance of any work or services
under this Agreement, shall be considered employees of the CONSULTANT only and not of
the CITY, and claims that may arise under the Workman's Compensation Act on behalf of said
employees while so engaged, and any and all claims made as a consequence of any negligent
act or omission on the part of the CONSULTANT'S employees while so engaged, on any of the
work or services provided to be rendered herein, shall be the sole obligation and responsibility
of the CONSULTANT.
In performing this Agreement, the CONSULTANT shall not employ or contract with any CITY
employee without the City's written consent.
IX NONDISCRIMINATION
The CONSULTANT shall conduct its business in a manner, which assures fair, equal and
non-discriminatory treatment of all persons, without respect to race, creed or national origin, or
Consultant Agreement with CH2M Hill, Project 04-11
Page 30f7
other legally protected classification and, in particular:
A. The CONSULTANT shall maintain open hiring and employment practices and will welcome
applications for employment in all positions, from qualified individuals who are members of
minorities protected by federal equal opportunity/affirmative action requirements; and,
B. The CONSULTANT shall comply with all requirements of applicable federal, state or local
laws or regulations issued pursuant thereto, relating to the establishment of non
discriminatory requirements in hiring and employment practices and assuring the service
of all persons without discrimination as to any person's race, color, religion, sex, Vietnam
era veteran status, disabled veteran condition, physical or mental handicap, or national
origin.
X SUBCONTRACTS
A. The CONSULTANT shall not sublet or assign any of the work covered by this Agreement
without the written consent of the CITY.
B. The CONSULTANT will be using the firms submitted with its proposal as subcontractors.
Subcontractors other than those listed shall not be permitted without the written consent of
the CITY.
C. In all solicitation either by competitive bidding or negotiation made by the CONSULTANT
for work to be performed pursuant to a subcontract, including procurement of materials
and equipment, each potential subconsultant or supplier shall be notified by the
CONSULTANT of Consultant's obligations under this Agreement, including the
nondiscrimination requirements.
XI CHANGES IN WORK
Other than changes directed by the CITY as set forth in Section I above, either party may
request changes in the scope of work. Such changes shall not become part of this Agreement
unless and until mutually agreed upon and incorporated herein by written amendments to this
Agreement executed by both parties.
XII EXTRA WORK
The CITY may desire to have the CONSULTANT perform work or render services in
connection with this project, in addition to the Scope of Work set forth in Exhibit A and minor
revisions to satisfactorily completed work. Such work shall be considered as "Extra Work" and
shall be addressed in a written supplement to this Agreement. The CITY shall not be
responsible for paying for such extra work unless and until the written supplement is executed
by both parties.
XIII TERMINATION OF AGREEMENT
A. The CITY may terminate this Agreement at any time upon not less than ten (10) days
written notice to the CONSULTANT. Written notice will be by certified mail sent to the
Consultant Agreement with CH2M Hill, Project 04-11
Page 4 of 7
consultant's designated representative at the address provided by the CONSULTANT.
B. In the event this Agreement is terminated prior to the completion of the work, a final
payment shall be made to the CONSULTANT, which, when added to any payments
previously made, shall compensate the CONSULTANT for the work completed.
C. In the event this Agreement is terminated prior to completion of the work, documents that
are the property of the CITY pursuant to Section II above, shall be delivered to and
received by the CITY prior to transmittal of final payment to the CONSULTANT.
XIV INDEMNIFICATION/HOLD HARMLESS
The CONSULTANT agrees to defend, indemnify and hold harmless the CITY from any claims,
damages, losses, and costs, including, but not limited to, attorney's fees and litigation costs, to
the proportionate extent arising out of claims by third parties for property damage and bodily
injury, including death, caused by the negligence or willful misconduct of the CONSULTANT,
CONSULTANT employees, affiliated corporations, officers, and subcontractors in connection
with the work performed under this Agreement.
The CITY agrees to defend, indemnify and hold harmless the CONSULTANT from any claims,
damages, losses, and costs, including, but not limited to, attorney's fees and litigation costs, to
the proportionate extent arising out of claims by third parties for property damage and bodily
injury, including death, caused by the negligence or willful misconduct of the CITY, CITY's
employees, or agents in connection with the work performed under this Agreement.
If the negligence or willful misconduct of both CONSULTANT and CITY (or a person identified
above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense
shall be shared between the CONSULTANT and the CITY in proportion to their relative
degrees of negligence or willful misconduct and the right of indemnity shall apply for such
proportion.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the
CONSULTANT and the CITY, its officers, officials, employees, and volunteers, the
CONSULTANT'S liability hereunder shall be only to the extent of the CONSULTANT'S
negligence. It is further specifically and expressly understood that the indemnification provided
herein constitutes the CONSULTANT'S waiver of immunity under Industrial Insurance, Title 51
RCW, solely for the purposes of this indemnification. This waiver has been mutually
negotiated by the parties. The provisions of this section shall survive the expiration or
termination of this Agreement. However, the CONSULTANT expressly reserves its rights as a
third person set forth in RCW 51.24.035.
XV INSURANCE
The CONSULTANT shall procure and maintain for the duration of the Agreement, insurance
against claims for injuries to persons or damage to property which may arise from or in
connection with the performance of the work hereunder by the CONSULTANT, its agents,
Consultant Agreement With CH2M Hill, PrOject 04-11
Page 5 of 7
representatives, employees or subcontractors.
The CONSULTANT shall provide a Certificate of Insurance evidencing:
1. Automobile Liability insurance with limits no less than $1,000,000 combined single limit per
accident for bodily injury and property damage; and,
2. Commercial General Liability insurance written on an occurrence basis with limits no less
than $1,000,000 combined single limit per occurrence and $2,000,000 aggregate for personal
injury, bodily injury and property damage. Coverage shall include but not be limited to:
blanket contractual; products/completed operations; broad form property damage; explosion,
collapse and underground (XCU) if applicable; and employer's liability; and,
3. Professional Liability insurance with limits no less than $1,000,000 limit per occurrence.
Any payment of deductible or self-insured retention shall be the sole responsibility of the
CONSULTANT.
The CITY shall be named as an additional insured on the Commercial General Liability
insurance policy, as respects work performed by or on behalf of the Consultant and a copy of
the endorsement naming the CITY as additional insured shall be attached to the Certificate of
Insurance. The CITY reserves the right to review a certified copy of all required insurance
policies in the CONSULTANT's office.
The CONSULTANT'S insurance shall contain a clause stating that coverage shall apply
separately to each insured against whom claim is made or suit is brought, except with respects
to the limits of the insurer's liability.
The CONSULTANT'S insurance shall be primary insurance as respects the CITY, and the
CITY shall be given thirty (30) days prior written notice of any cancellation, suspension or
material change in coverage.
XVI APPLICABLE LAW
This Agreement shall be construed and interpreted in accordance with the laws of the State of
Washington, and in the event of dispute the venue of any litigation brought hereunder shall be
Clallam County.
XVII SUPPLEMENTAL TERMS
The supplemental terms set forth in the attached Exhibit E shall also apply to this Agreement.
XVIII EXHIBITS AND SIGNATURES
This Agreement, including its exhibits, constitutes the entire Agreement, supersedes all prior
written or oral understandings, and may only be changed by a written amendment executed by
both parties. The following exhibits are hereby made a part of this Agreement:
Consultant Agreement with CH2M Hill, Project 04-11
Page 6 of 7
Exhibit A - Scope of Work
Exhibit B - Budget for each Task
Exhibit C - Consultant Labor Costs and Non-salary Reimbursable Costs
Exhibit D - Schedule for the Work
Exhibit E - Supplemental Terms
IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and
year first written above.
CITY OF ~NGELES ~
~f_ ~b
MAYOR
AP70VED AS TO FORM:
V~~
BILL BLOOR, CITY ATTORNEY
ATTEST:
&~~ ,-ltrf^
BECKY U 0, ITY Cl.1 RK
TITLE:
>>
Consultant Agreement with CH2M HiI/, Project 04-11
Page 7 of 7
Exhibit A
Scope of Work
CH2M HILL (CONSULTANT) agrees to furnish the City of Port Angeles (CITY) the
following services, as described herein, per the Agreement for Professional Services, Project
04-11 (Agreement).
The budget for each of the tasks presented in this Scope of Work is presented in Exhibit B.
The budget presented in Exhibit B includes labor costs and expenses related to project
management, accounting, and other associated overhead expenses. These costs are included
as part of the cost of each task and subtask and are not itemized separately. The task budget
subtotals represent the not-to-exceed budget limits to be adhered to by CONSULTANT.
Managing to the task budget subtotals shall be accomplished in recognition that some
subtask budgets may be exceeded while others are more than adequate-to cover
CONSULTANT's costs.
Task 1. Elwha Dam Removal Mitigation
The scope of services presented for this task is anticipated to cover the remainder of the
design phase of the Elwha Dam Removal Mitigation project, which includes the Port
Angeles Water Treatment Plant, the Elwha Water Treatment Plant, and the Elwha Surface
Water Intake. Design, which is being undertaken by others, is anticipated to extend into the
summer of 2005.
1.1 Monthly Mitigation Meetings
Participation in the "monthly" meetings (assumed for this scope to be bi-monthly) is based
on one CONSULTANT staff persons in attendance by phone (conference call) for a period of
two hours per meeting with one hour for preparation and! or follow-up. The total number
of meetings budgeted is 8 in recognition of the fact that the actual frequency of meetings is
expected to be only once every other month. CONSULTANT is not obligated to produce
any deliverables such as meeting minutes or a meeting summary. Follow-up activities shall
be limited to those permitted by available budget.
1.2 Design Meeting Participation
CONSULTANT shall prepare for, attend, and participate in periodic design-review and! or
stakeholders meetings that include the federal government, its consultants, CITY staff, and
others. The budget for this task is based on preparation and attendance by two
CONSULTANT staff persons. The number of these meetings, their location, and their
duration is undetermined at this time, but is estimated to be 3 meetings of one-day duration
each (2 hours each for preparation), assumed to be held in Seattle. '
1.3 VST Participation
CONSULTANT shall participate in Value Study Team (VST) activities for the Elwha Water
Treatment Plant and the Elwha Surface Water Diversion. A total of 2 VST sessions are
budgeted as part of this task. The budget for this activity is based on a single
CONSULTANT staff person preparing for, and reporting on, group VST activities (8 hours
per VST session); preparation assistance and coordination from CONSULTANT's Project
Manager (4 hours per VST session); participating in VST activities in Denver, Colorado (48
hours per VST session); and associated expenses for VST participation. CONSULTANT
may participate in the development of a summary deliverable for each VST session
prepared by others.
1.4 Design Work Product Review
At the direction of the CITY, CONSULTANT shall review work products, including: the
Port Angeles Water Treatment Plant, the Elwha Water Treatment Plant, and the Elwha
Surface Water Intake design drawings and specifications. The budget for these three tasks is
a total labor allowance of 40 hours per review by an experienced, senior reviewer.
CONSULTANT review of the work products is solely for the purpose of providing general
feedback to CITY. CONSULTANT is not responsible for errors in work products, nor is
CONSULTANT responsible for exhaustive reporting on the information contained in work
products, but instead CONSULTANT's review is limited to that permitted by the available
budget.
1.5 Undefined Elwha Assistance
During the course of the design phase of the Elwha Dam Removal Mitigation project,
assistance in addition to that described herein for Task 1 is expected, but is not defined.
Such assistance shall be undertaken only when directed by CITY staff and may include, but
not be limited to, preparation of written materials for submission to the CITY, unspecified
meeting attendance, conference call participation, and presentation of findings to the CITY
or other groups. The budget for this task is based on an allowance.
Task 2. Phase 2 of Concrete Cylinder Pipeline
Replacement
CONSULTANT shall design and prepare construction documents for replacement of the
existing 24-inch concrete cylinder pipeline (CCP) along Park Avenue, westward across
Valley and Tumwater Creek Canyons, and along Doyle Road to the intersection of Old Joe
Road. The 7,200 linear feet of 24-inch diameter pipeline on Park Avenue runs from near the
Olympic National Park Administration Building to the Black Diamond Reservoir. An
2
additional 1,800 linear feet of 20-inch diameter pipeline extends across Tumwater Creek
Canyon and northward along Doyle Road. The resulting total pipeline length is
approximately 9,000 feet. The new pipelines shall parallel the existing pipelines in CITY
streets, and shall include crossing of two canyons, Valley Creek and Tumwater Creek. The
new pipelines shall consist of 24-inch and 20-inch Class 52 ductile iron pipe, except at the
canyon crossings where the pipe may be HDPE.
CITY shall obtain and pay for all permits required for this project.
2.1 Mapping and Utilities
2.1.1 Obtain City Mapping
CONSULTANT shall coordinate with CITY staff to receive existing site mapping for the
pipeline route and canyon crossings, as provided by the CITY from its graphical
information system (GIS) database in AutoCAD format or other format to enable
CONSULTANT to manipulate files. The GIS mapping furnished by the CITY shall include
existing topography (2-foot contour intervals) and CITY utilities (water, sanitary, storm)
mapping along the pipeline route. The budget for this task is based on a moderate amount
of file conversion and manipulation by CONSULTANT to develop suitable base mapping
for the Plan panels of the design drawings.
2.1.2 Field Survey
Survey information shall be collected for the preparation of a base map. CONSULTANT
shall subcontract with a local surveyor for execution of the survey work. The CITY's
existing GIS-based mapping shall be provided by CONSULTANT to the survey
subcontractor to supplement the mapping developed from the field survey.
CONSULTANT shall review survey requirements with the survey subcontractor and CITY
staff during a single site visit by two CH2M HILL staff persons. The following elements
shall be included as part of the survey subcontractor's scope of services:
· Identification and location of survey control and benchmarks.
· The survey shall include a ground profile along the centerline of the proposed
pipeline for the entire project length at 50-ft intervals and at changes in grade. The
location of the proposed pipeline shall be determined by CONSULTANT and clearly
communicated to the surveyor before mapping begins.
· The location of buried utilities shall be identified by One-Call service (1-800-424-
5555). CITY shall take the lead in coordinating the utility locate, contacting the One-
Call service, requesting the utility locate, and locating all buried CITY utilities
(water, sewer, storm, and electrical). The survey subcontractor shall map utilities
marked on the ground by representatives of the buried utilities, including
representatives of CITY, local telephone, and local cable television. Buried utility
information included in CITY's GIS base mapping not marked on the ground as part
of the field locate, shall be included in the mapping files prepared by survey
3
subcontractor but clearly identified on a separate layer reserved for non-surveyed,
buried, CITY utilities.
. Horizontal and vertical locations of flow lines of curbs, edges of pavement, or edges
of traveled surfaces paralleling the existing waterline.
. The horizontal and vertical location of the tops of valve boxes, manholes, and catch
basins within 40 feet of the centerline of the traveled way.
. Invert elevations and directional orientations of sanitary and storm sewer
connections to manholes and catch basins. Survey subcontractor shall open all
manhole lids and storm sewer grates to and coordinate with CITY staff if assistance
with opening such lids and grates is necessary. Survey subcontractor shall connect
storm and sanitary sewer lines using invert and directional information from
manholes and catch basins and GIS base mapping. If connections are unclear from
said information, they shall be indicated as such in the base mapping files developed
by the survey subcontractor.
. The horizontal location of nearby power and telephone poles, signs, telephone boxes,
and other surface structures within 40 feet of the existing centerline of the traveled
way.
. Ground profile across Valley Creek and Tumwater Creek canyons at 25-ft intervals
and changes in grade.
. Topography 50 feet wide along the existing pipeline in Valley Creek and Tumwater
Creek canyons centered roughly 10 feet on one side of the existing pipe and 40 feet
on the side of the pipeline where the new pipeline will be installed.
. Location of all trees with trunks 6 inches in diameter and larger within Valley Creek
and Tumwater Creek Canyons.
. Three top-of-pipe elevations, and their corresponding horizontal locations, on the
existing pipeline on each side of each of the canyons for a total of 12 top-of-pipe
elevations. CITY staff shall expose the existing pipe at these locations to allow the
survey subcontractor to get top-of-pipe locations and elevations.
. Surveyor shall establish temporary benchmarks along project to help aid in
construction of the new pipeline. Benchmarks shall be shown on the final map.
. Produce final certified maps (complete with signed and dated professional land
surveyor stamp) on 24" X 36" transbond paper. Furnish electronic files of final
mapping as well in latest Auto CAD format to the CITY, which will then become the
property of the CITY.
CONSULTANT shall furnish the survey subcontractor with the GIS-based mapping files in
AutoCAD format it has received from CITY and modified into preliminary base mapping.
The survey subcontractor shall electronically insert the GIS based mapping into the survey
map based upon field mapping. The result shall be a complete base mapping product in
AutoCAD format ready for use in development of Plan panels of the design drawings. The
4
base mapping shall be established in conformance with Washington Coordinate System,
NAD 83 (91) and the NA VD 88, consistent with GIS mapping files.
In the event that the field survey reveals inaccuracies in the CITY's GIS files with respect to
its buried utility lines, the field-surveyed location of these utilities shall be used in the base
mapping for the new pipeline design. If additional field surveying work, which may
include field-excavation of buried utilities, is determined to be necessary to confirm, or
further refine, the location of buried CITY utilities, it shall be undertaken as out-of-scope
work and funded under the Directed Services task.
CITY and CONSULTANT acknowledge that additional property boundary surveying may
be necessary to aid in selecting the alignment of the new pipeline, obtaining temporary
construction easements, and obtaining permanent easements. Prior to undertaking the
additional surveying, it may be necessary obtain title reports for property boundary
descriptions and for whatever easements might exist to further define property boundary
survey needs. If such additional work is necessary, it will be either undertaken by CITY
directly with the survey subcontractor and/ or title company or it will be authorized by
CITY for CONSULTANT to undertake the work, which would be funded under the
Directed Services task (Task 7).
2.1.3 Prepare Base Maps
CONSULTANT shall prepare Plan and Profile panels for displaying the alignment of the
new pipeline using the GIS-based mapping and supplemental survey information. Plan and
Profile base mapping shall include 2-foot contour intervals, existing ground-level features,
and underground utility pipes and structures.
CONSULTANT shall prepare plan and profile drawings in electronic AutoCAD format
using a scale of 1"=20' horizontal and 1"=10' vertical for full size drawings (22"x34"
drawing plotted on 22"x34" paper) and a scale of 1"=40' horizontal and 1"=20' vertical for
half-size drawings (1l"x17"). The plan drawings shall be to true scale (i.e., measuring a
distance between two points using the AutoCAD command DISTANCE will give the user
the actual distance between those two points in the field), and both electronic and hard
copies of these drawings shall be provided to the CITY.
2.2 Evaluate Canyon Crossings Construction Alternatives
CONSULTANT and CITY acknowledge that construction of the canyon crossings presents
technical challenges. Meeting these challenges shall include evaluation of alternative pipe
materials and installation methods. Evaluation activities are described in the sub tasks
below.
2.2.1 Compare Technical Alternatives
CONSULTANT shall evaluate alternatives for each of the two canyon crossings including
construction feasibility given geotechnical considerations, site and right-of-way constraints,
construction methods, restoration and potential risks, operations and maintenance, access
5
requirements, construction impacts to surrounding area and existing pipeline, permitting
and schedule impacts. Two crossing alternatives will be evaluated considering the
alternative pipe materials of ductile iron (DI) and high density polyethylene (HDPE) pipe.
Two alternative burial methods shall also be evaluated. These two methods include burial
in conventional open-cut trench to a depth to the top of pipe of approximately 3 or 4 feet
and burial to a shallow depth of 1 foot or less accompanied by "mounting" excavated
material over the top of the new pipeline to a total depth of approximately 2 feet. Variations
on these two alternatives may be revealed during the evaluation.
A single site visit shall be conducted by two CONSULTANT staff persons, including
CONSULTANT's geotechnical engineer to discuss preliminary conclusions related to the
evaluation and recommendations for pipeline alignment.
2.2.2 Compare Costs of Alternatives
Consultant shall develop and compare costs for each of the canyon crossing alternatives,
including construction costs and potential environmental mitigation costs. The costs for a
total of four alternatives shall be prepared for each canyon crossing based on pipe the two
pipe materials for each of the two burial methods.
The cost estimates shall be preliminary-level estimates with an accuracy of plus or minus 30-
percent, including a 30 percent contingency for conservatism to cover the cost of unknown
and unforeseen factors. CONSULTANT shall review design criteria assumptions and cost
estimates with one or more contractors specializing in steep-slope construction.
2.2.3 Prepare Summary Memorandum
CONSULTANT shall prepare a technical memorandum that summarizes results of the
preliminary evaluation of the canyon crossing alternatives and pipeline location.
Memorandum shall include recommendation for the pipe material and burial method.
CONSULTANT shall prepare and submit five copies of the draft summary memorandum,
approximately 10 to 12-pages in length, including preliminary Plan and Profile drawings
(two for each canyon based on 1"=20' horizontal scale for full-size drawings) for each of the
canyon crossmgs.
Five final copies shall be submitted to CITY upon receipt of CITY-review comments.
2.3 Geotechnical Evaluation
CONSULTANT shall undertake a geotechnical evaluation of the pipeline route to identify
and establish design criteria for the new pipeline. Activities of the geotechnical evaluation
are presented in the following subtasks.
6
/
2.3.1 Collect and Review Available Data
CONSULTANT shall collect and review applicable and available published literature on
local geology and geotechnical reports for construction in the vicinity of the pipeline route
and the canyon crossings. CITY shall furnish a copy to CONSULTANT of the geotechnical
report prepared for the first phase of the concrete cylinder pipeline replacement project.
2.3.2 Field Exploration and Laboratory Testing
CITY staff shall coordinate with the One Call utility-locate service for utility marking prior
to the test pit field excavations. CONSULTANT shall log and field-classify all field-collected
soil samples. CONSULTANT shall collect all necessary field data for geotechnical design
criteria. CONSULTANT shall subcontract with a certified laboratory for analysis of
moisture/ density characteristics, grain-size distribution, Atterberg limits, and strength
characteristics on selected samples. Laboratory tests may vary, depending upon material
types.
In the two canyons, CONSULTANT's geotechnical engineer shall hand-excavate a total of
four auger holes (8 total). During the same trip, CONSULTANT shall observe excavation of
the 8-ft-deep test pits at the top, on either side, of each of the two canyons (total of 4 test
pits). No contaminated soils are anticipated at the site requiring special disposal or a Health
and Safety Plan.
Two consecutive days are anticipated to be necessary for CONSULTANT's geotechnical
engineer to complete the excavations associated with the geotechnical excavations.
2.3.3 Prepare Geotechnical Report
CONSULTANT shall prepare a geotechnical data report that summarizes results of the field
exploration (including test pits, boring logs and location map) and laboratory testing. The
geotechnical data report shall be prepared in a manner suitable to enable CITY to furnish it
to potential bidders on the construction contract.
The data report will be stapled or plastic comb bound and not more than 40 total pages,
including attachments and appendices. A single copy of the geotechnical data report shall
be prepared for submittal to the CITY for its review and subsequent copying for distribution
to potential construction contract bidders.
Geotechnical design recommendations for the pipeline, including canyon crossings will be
summarized in a brief technical memorandum for internal use by CONSULTANT in the
pipeline design. The memorandum shall be made available to CITY for its review if
requested.
2.4 Evaluate Corrosion Potential
CONSULTANT shall evaluate soil corrosivity using field-measured soil resistivity data
collected along the pipeline route. CONSULTANT's activities shall include collecting soil
resisitivity measurements along the pipeline route at roughly I,OOO-ft intervals where
7
ductile iron is to be installed. Resistivity measurements shall be collected by
CONSULTANT using CONSULTANT's equipment, in conformance with the "Wenner 4-
Pin Method." .
CONSULTANT shall prepare a brief technical memorandum summarizing
recommendations for corrosion protection for the new ductile iron pipeline.
CONSULTANT shall submit three copies of the technical memorandum to CITY for its
review.
2.5 Design
Construction documents (Project Manual) for the pipeline, including canyon crossings, shall
consist of a single contract with one or two schedules, bound as a single document for
bidding and construction. If two schedules are developed, they shall be developed in
recognition of differing pipeline materials, construction conditions, and shall enable CITY to
award either or both schedules of the work depending on actual bid prices and other
factors.
CONSULTANT shall prepare draft design deliverables for CITY review at the 30%,65%,
and 95% completion levels. The design elements that comprise these deliverables are
presented in the following subsections.
2.5.1 Drawings
CONSULTANT shall prepare detailed design drawings suitable for competitive bidding of
the pipeline construction. Drawings shall include Plan and Profile panels along the pipeline
alignment, piping details, system connections and connections at the reservoirs, blowoffs
and air valves, cathodic protection, surface restoration, erosion and sedimentation control,
and traffic control. Plan panels shall include surface topography with two-foot contour
intervals, location of existing utilities, and pipeline layout with valves and connections
identified. Profile panels shall include location of existing utilities in the vicinity of the
pipeline alignment. CITY standard design details shall be used where applicable.
Drawings shall be prepared in electronic (AutoCAD) format. The pipeline construction
drawings are anticipated to include the sheets identified in the preliminary drawing list
presented at the end of Task 2. Drawings shall reference City Standard Details where
applicable, bound as part of the Project Manual.
Pipeline material shall be ductile iron with cement mortar lining, except for the canyon
crossings where HDPE is expected to be used, depending on the results of the evaluation
described in Subtask 2.2. No additional evaluation of pipe material shall be conducted. The
pipeline alignment shall closely follow the existing pipeline route. No alternative pipeline
alignments and pipe sizes will be investigated.
CITY shall provide descriptions of any easements along the pipeline route and will handle
all easement and/ or right-of-way acquisitions necessary. Existing easements or pipeline
right-of-way that are additional to CITY-street right-of-way shall be located approximately
in accordance with the easement or right-of-way descriptions. No property surveying of
I
8
existing easements or right-of-way is planned. CITY shall prepare any SEP A checklists
required and will obtain and pay for required permit.
The budget for this subtask includes a meeting with CITY, prior to major design activities,
to discuss pipeline connections, details, and design criteria. Meetings are also budgeted to
review interim progress at the 30%, 65%, and 95% completion levels of the design.
Technical specifications (described in Subtask 2.5.2), bidding and contract documents
(described in Subtask 2.5.3), and Division 1 specifications (also described in Subtask 2.5.3)
shall be prepared in draft form beginning at the 65% completion level. The budget for this
task includes making revisions to the design drawings based on CONSULTANT's internal
review and CITY review comments at each of the draft-review levels.
Five copies of the 30% design package (drawings only) will be furnished to the CITY.
2.5.2 Technical Specifications
CONSULTANT shall prepare technical specifications (Divisions 2 through 9) for work to be
performed in pipeline construction. The latest version of the APW A/WSDOT Standard
Specifications shall be used, supplemented with special provisions where necessary. The
first draft of the technical specifications shall be prepared and submitted for CITY review as
part of the 65% design package. The budget for this task includes making revisions to the
technical specifications based on CONSULTANT's internal review and CITY review
comments at each of the draft-review levels (65% and 95%).
2.5.3 Project Manual
CONSULTANT shall prepare bidding and contract documents and Division 1 specifications
and special provisions for inclusion as part of the Project Manual. The first draft of the
Project Manual, including said documents and design drawings shall be prepared and
submitted upon completion of the 65% submittal. The budget for this task includes making
revisions to the bidding and contract documents and Division 1 specifications based on
CONSULTANT's internal review and CITY review comments at each of the draft-review
levels.
CONSULTANT shall furnish five copies of the 65%-complete Project Manual and fifteen
copies of the 95%-complete Project Manual to the CITY.
CITY shall furnish copies of the 95% complete Project Manual for all applicable and
required agency review, including Clallam County and Washington State Department of
Health.
2.5.4 Construction Cost Estimate
CONSULTANT shall prepare a detailed draft estimate of the construction cost estimate in
association with completion of the 95% draft Project Manual. The construction cost estimate,
will be developed in alignment with the bid (proposal) form. The draft construction cost
estimate will be finalized in association with finalizing the Project Manual.
9
2.5.5 Finalize Project Manual
CONSULTANT shall finalize the Project Manual based on CITY review comments at the
95%-completion level. CONSULTANT shall furnish the original, final Project Manual to
CITY for it to make copies for contract bidding and five copies for CONSULTANT's use.
The Project Manual documents to be furnished shall include the bidding and contract
documents, Division 1 specifications and special provisions, technical specifications and
special provisions, appendices, and design drawings. Design drawings shall be furnished
with engineer stamps and signatures in 11" x 17" (half-size) and 22" x 34" (full-size) format.
Electronic files, where available, of all Project Manual documentation, including drawings
(AutoCAD format) shall be provided.
2.6 Assistance During Bidding
CITY shall manage and undertake the contract bidding process including distribution of the
Project Manual and advertising. Consultant shall provide bid support to CITY, as
specifically requested, via response to plan holder questions and preparation of technical
content for addenda. The budget for this task is based on an allowance of $5,000 that shall
be expended solely at the direction of CITY staff. The budget allowance is acknowledged to
be inadequate for re-development of design drawings or other substantial re-design during
the bidding period. CITY staff shall evaluate bids, conduct reference checks, develop
recommendation for award, and undertake contract negotiations and signings.
Preliminary Drawing List
Drawing Drawing Name/Description Scale
No.
1 General - Title sheet, Location map, Vicinity map, DrawinQ Index --
2 General - Abbreviations --
3 General- Legends, Symbols, and General notes --
4 P&P - Park Ave Sta 0+00 to 5+00 1"=20'
5 P&P - Park Ave Sta 5+00 to 10+00 1"=20'
6 P&P - Park Ave Sta 10+00 to 15+00 1"=20'
7 P&P - Park Ave Sta 15+00 to 20+00 1"=20'
8 P&P - Park Ave Sta 20+00 to 25+00 1"=20'
9 P&P - Park Ave Sta 25+00 to 30+00 1"=20'
10 P&P - Park Ave Sta 30+00 to 35+00 1"=20'
11 P&P - Park Ave Sta 35+00 to 40+00 1"=20'
12 P&P - Valley Creek Canyon Sta 40+00 to 45+00 1"=20'
13 P&P - Valley Creek Canyon Sta 45+00 to 50+00 1"=20'
14 P&P - Park Ave Sta 50+00 to 55+00 1"=20'
15 P&P - Park Ave Sta 55+00 to 60+00 1"=20'
16 P&P - Park Ave Sta 60+00 to 65+00 1"=20'
17 P&P - Park Ave Sta 65+00 to 70+00 1"=20'
18 P&P - Tumwater Creek Canyon Sta 70+00 to 75+00 1"=20'
10
19 P&P - Tumwater Creek Canyon Sta 75+00 to 80+00 1"=20'
20 P&P - C St Sta 80+00 to 85+00 1"=20'
21 Details - Typical Trench, Pavement and Other Surface Restoration --
22 Details - Valve Vaults, Air Valves, Blowoffs n
23 Details - Pipeline System Connections --
24 Details - Canyon Crossinq - Trench, Cutoff Walls, Slope & Stream Restoration --
25 Details - Canyon Crossinq - Erosion & Sedimentation Control --
26 Details - Canyon Crossinq - Pipeline Restraint, Miscellaneous Details --
27 Details - Conflictinq Utility Protection or Relocation n
28 Details - Cathodic Protection --
29 Traffic Control - Siqn Schedule & Traffic Control Notes --
30 Traffic Control- Park Ave Typical Detour Plans --
31 Traffic Control - Park Ave Typical Detour Plans --
32 Black Diamond Road Crossinq Detour --
Task 3. Develop Vulnerability Assessment-Related CIP
CONSULTANT shall review the CITY's existing Vulnerability Assessment. Two
Vulnerability Assessment-trained CONSULTANT staff persons, one with expertise in water
systems and one with expertise in system security, shall undertake the review. A total of 16
hours is budgeted for each staff person to review the Vulnerability Assessment, coordinate
amongst each other, and prepare a brief memorandum with review comments. In addition,
one of the two reviewers will travel to Port Angeles for the purpose of meeting with CITY
staff and visiting key water system facilities. A single day in Port Angeles and travel time
are budgeted for the site visit. CITY staff will escort CONSULTANT staff person during the
site visit. Eight hours is budgeted for CONSULTANT's Project Manager to coordinate
activities and review work products.
Upon completion of the above-described activities CONSULTANT shall prepare a brief
technical memorandum of up to 2 pages summarizing review comments on the CITY's
Vulnerability Assessment for review by CITY. The memorandum shall be transmitted
electronically to CITY via email. Upon completion of CITY's review of the memorandum
and coordination of any potential changes to the Vulnerability Assessment as a result of
CONSULTANT's memorandum, CONSULTANT shall prepare list of recommended
improvements and associated "concept-level" cost estimates to improve the security of the
City's water system facilities. The list shall be transmitted to electronically to CITY via
email.
Task 4. Emergency Response Plan
The Public Health Security and Bioterrorism Preparedness and Response Act of 2002 (PL 107-188)
requires all water utilities serving more than 3,300 customers to develop or update an
existing Emergency Response Plan (ERP) for terrorist events (or other events identified in
the vulnerability assessment) within 6 months of completing the vulnerability assessment.
11
CONSULTANT shall prepare an updated ERP to comply with federal regulations in
conformance with guidance provided by the U.S. EP A and DOH for water system
emergency response plans. No maps or figures are planned for inclusion into ERP or
budgeted as part of this task. If maps or figures are desired by CITY for inclusion in the
ERP, they shall be developed by CITY.
4.1 Review and Preliminary Draft Development
CONSULTANT shall review CITY's existing ERP, Water Shortage Response Plan, and other
related documentation furnished by CITY as a basis for development of the updated ERP.
Upon completion of CONSULTANT's review, CONSULTANT shall furnish examples of
ERP elements that comply with the latest emergency response guidance from the U.S. EP A
to aid CITY staff in providing input into the development of the ERP. After submittal of this
information, CONSULTANT shall participate in a phone conference with CITY staff and
other appropriate officials to obtain preliminary input prior to development of a draft ERP.
CITY shall schedule the telephone conference and invite applicable attendees. After the
telephone conference, CONSULTANT shall prepare a preliminary draft of the updated ERP.
The preliminary draft shall be submitted by email to CITY for its review.
CONSULTANT's ERP specialist shall make a single site visit to the City of Port Angeles to
meet with CITY officials and other appropriate local officials, as desired by CITY. CITY
shall schedule and organize the meeting in coordination with CONSULTANT's ERP
specialist and shall invite key emergency response staff and applicable agency
representatives. CITY shall consult with CONSULTANT's ERP specialist regarding
potential attendees prior to scheduling the site visit. CONSULTANT shall prepare and
furnish to CITY by email a list of suggested topics to be addressed during the site visit and
meeting. During the site visit, CITY's review comments on the draft ERP and revisions to
the draft ERP related to format and content shall be discussed with, and provided to
CONSULTANT.
4.2 Final Draft and Final ERP
CONSULTANT shall prepare a final draft ERP based on information and review comments
furnished and discussed as part of Subtask 4.1. If additional discussion is necessary as part
of development of the final draft ERP, CONSULTANT shall contact those individuals
directly or direct communication via staff designated by CITY. The final draft ERP shall be
submitted by CONSULTANT to CITY by email for its review and comment. CITY shall
review the final draft ERP and provide comments and revisions electronically with changes
tracked and identifiable or as mark-ups on a hardcopy. CITY shall summarize, coordinate,
and adjudicate the review comments of all reviewers including non-CITY agencies into its
review comments submitted to CONSULTANT.
CONSULTANT shall prepare the final ERP based on CITY's review comments of final draft
ERP and submit the final ERP electronically by email to CITY.
An example ERP, which is provided solely to stimulate initial CITY input, is included as
follows:
12
I. Contents
II. Acronyms
III. General Water System Information
IV. Revisions Log
V. ERP Copy Log
VI. Introduction
a. Requirement
b. Purpose
c. Situation and Assumptions
d. Overview of Facilities
e. Summary of Hazards and Emergency Action Levels
VII. Concept of Operations
a. Introduction
b. Emergency Direction and Control
1. Incident Command
2. Unified Command
3. Initial Operations
4. Sustained Operations
c. The PWD Incident Management Team
1. Incident Commander
2. Public Information Officer
3. Liaison Officer
4. Safety Officer
5. Operations Section Chief
6. Planning Section Chief
7. Logistics Section Chief
8 Financial Section Chief
d. Mutual Aid Agreements
VIII. Emergency Equipment and Facilities
a. Utilities Operations Center (UOC) Locations
b. City and County Emergency Operations Center Locations
c. Emergency Equipment
1. Items stocked at the PWD UOC
2. Field Equipment
d. Communication Resources
e. Log of Events
IX. Crisis Communications Plan
(The City will provide this for inclusion in the ERP)
X. Incident Management
a. Damage Assessment
b. Recovery Organization
c. Recovery Plan
d. Termination and Review
XI. Administration and Logistics
a. Document Management
1. Responsibility for Changes
2. Review Frequency
3. Revisions
4. Document Control
5. Intranet Procedures
b. Records Preservation
c. Medical Needs of Responders
d. Insurance Coverage
e. Site Security
XII. Training
XIII. Water Quality Contamination (Information in this section was developed from the EPA Toolbox)
13
a. Threat Warnings
b. Possible Stage
c. Credible Stage
d. Confirmed Stage
e. Site Characterization
1. Planning for Site Characterization
2. Site Characterization Procedure
3. Site Characterization Report
f. Laboratories
XIV. Authorities and References
Figures and Tables
Appendices (emergency response checklists for up to 20 scenarios and emergency contact information)
Task 5. Fairmount Pump Station Services During
Construction
CONSULTANT shall provide engineering services during construction of the Fairmount
Pump Station and Pipeline Project, which was designed by CONSULTANT. This includes,
but is not limited to, shop drawing review, answering technical questions, as-needed site
visits, and record drawings.
5.1 Shop Drawing Review
CONSULTANT shall review and comment on quality assurance and technical shop
drawing submittals. Administrative, contract close-out, training, and other submittals,
certifications, and permits shall be addressed by CITY staff. CITY staff shall provide a
single copy of shop drawing submittals to CONSULTANT for review and comment.
CONSULTANT shall return reviewed shop drawing submittals to the CITY for transfer of
comments to other copies of shop drawings and subsequent distribution to specified entities
(including CONSULTANT). The budget for this sub task is based on an allowance to be
expended as directed by the CITY for review of the pump station design and other shop
drawings to the extent permitted by the budget.
5.2 Technical Assistance
During the course of the construction project, CONSULTANT and the CITY acknowledge
that technical questions and issues will arise that require input and assistance from
CONSULTANT.) Such input and assistance is expected to include clarification of drawings
and specifications as well as preparation of documentation to support change orders that
may be developed by the CITY. Where written input is requested by the CITY,
CONSULTANT's input and assistance shall be documented by email. The budget for this
subtask is based on an allowance to be expended as directed by the CITY.
14
5.3 As-Directed Site Visits
CONSULTANT and the CITY acknowledge that there will be times during construction
when on-site attendance and assistance of CONSULTANT will be necessary.
CONSULTANT shall conduct such site visits, as requested and directed by CITY staff. CITY
staff shall provide notice to CONSULTANT of the need for such site visits as early as
possible to allow CONSULTANT to make the necessary schedule adjustments.
CONSULTANT shall prepare and submit to designated CITY staff person a brief, one-page
memorandum summarizing CONSULTANT's observations during the site visit as well as
recommendations (if necessary). The budget for this subtask is based on a total of three site
visits.
5.4 Record Drawings
CONSULTANT shall prepare record drawings for the construction project based on a single
set of full-size marked-up design drawings prepared by contractor and further marked-up
and revised by CITY staff. Comments and mark-ups to CONSULTANT shall be prepared in
red ink or pencil ready for revision by CONSULTANT's technician. CONSULTANT shall
revise design drawings to create the record drawing set. Preparation of additional drawings
is not anticipated and is not budgeted. A single 11" x 17" set and a single full-size (22" x
34") set of record drawings (both sets to be paper hard copies ) shall be prepared by
CONSULTANT and submitted to the CITY along with the electronic Autocad drawing files.
Theplan drawings shall be to true scale (Le., measuring a distance between two points using
the AutoCAD command DISTANCE will give the user the actual distance between those
two points in the field), and both electronic and hard copies of these drawings shall be
provided to the CITY..
Task 6. Update Scope and Cost Estimates for WSP
Projects
Two key improvement projects listed in Table 9-1 of the City's 2002 Water System Plan are
scheduled for implementation soon. As a result, the CITY desires to update the estimated
costs and project scopes previously developed. To accomplish updating these two projects,
CONSULTANT shall make use of existing cost information available from Phase 1 of the
Concrete Cylinder Pipeline Replacement Project and the Fairmount Pump Station and
Pipeline Project. The project scopes and initial capital costs of the following two projects
listed in Table 9-1 shall be re-developed:
· Concrete Cylinder Pipeline Replacement (City CFP No. WT02-99)
· McDougal Subzone Fire Pump (WT64-99)
Project scopes will consist of roughly half-page descriptions for each project.
15
Task 7. Directed Services
CONSULTANT shall provide technical assistance and other services to the CITY, related to
the CITY's water system or other utilities, at the specific direction of authorized CITY staff.
No such assistance or services shall be provided unless specifically directed by the CITY.
The purpose of this task is to facilitate timely response by CONSULTANT to needs that are
unforeseen at this time. The budget for this task is essentially a contingency allowance that
includes labor and expenses.
16
" .'
Exhibit B
Budget for Water System Assistance
Task No. and Description Total
1 Elwha Dam Removal Mitigation
1.1 Monthly Mitigation Meetings $2,490
1.2 Design Meeting Participation $10,895
1.3 VST Participation $27,340
1.4 Design Work Product Review $23,284
1.5 Undefined Elwha Assistance $7.751
Subtotal $71,759
2 Phase 2 of CCP Replacement
21 Mapping and Utilities
21.1 Obtain City Mapping $2,863
21.2 Supplemental Field Survey $28,030
2.1.3 Prepare Base Maps $4,857
2.2 Evaluate Canyon Crossings Construction Alternatives
2.2.1 Compare Technical Alternatives $8,242
2.2.2 Compare Cost of Alternatives $3,772
2.2.3 Prepare Summary Memorandum $2,955
2.3 Geotechnical Evaluation
2.3.1 Collect and Review Available Data $2,749
2.3.2 Field Exploration and Laboratory Testing $7,256
2.3.3 Prepare Geotechnical Report $10,458
2.4 Evaluate Corrosion Potential $4,544
2.5 Design
2.5.1 Drawings $99,223
2.5.2 Technical Specifications $17,269
2.5.3 Project Manual $8,950
2.5.4 Construction Cost Estimate $9,393
2.5.5 Finalize Project Manual $8,599
2.6 Assistance During Bidding $5.000
Subtotal $224,160
3 Develop VA-Related CIP
Review City's Existing VA $5,884
Site ViSit $3,371
Scope and Estimate Improvement Projects $6.168
Subtotal $15,423
4 Emergency Response Plan
4.1 Review and Preliminary Draft Development $7,967
4.2 Final Draft and Final ERP $6.469
Subtotal $14,436
5 Fairmount Pump Station SDC
5.1 Shop Drawing Review $13,203
5.2 Technical Assistance $4,442
5.3 As-Directed Site Visits $4,758
5.4 Record Drawings $6.178
Subtotal $28,581
6 Update Scope and Estimates for WSP Projects $3,663
7 Directed Services $59,978
Project Total $418,000
I' , . J..
Exhibit C
Consultant Labor Costs and Non-salary Reimbursable Costs
2004 Weighted Average Labor Rates (these rates represent average raw rates; actual raw rates times a
multiplier of 3.1 will be used for invoicing purposes. These rates are subject to calendar year
adjustment):
Classification Rate
Engineer 7 $58.77
Engineer 6 $51.43
Engineer 5 $44.21
Engineer 4 $36.59
Engineer 3 $30.13
Engineer 2 $25.89
Engineer 1 $22.99
Technician 5 $31.59
Technician 4 $28.19
Technician 3 $24.00
Technician 2 $21.34
Technician 1 $15.02
Office $20.34
Direct Expenses are those necessary costs and charges incurred for the PROJECT including, but not
limited to: (1) the direct costs of transportation, meals and lodging, mail, special OWNER approved
PROJECT specific insurance, letters of credit, bonds, and equipment and supplies; (2)
CONSULTANT's current standard rate charges for direct use of CONSULTANT's vehicles,
laboratory test and analysis, printing and reproduction services, and certain field equipment; and
(3) CONSULTANT's standard project charges for computing systems, special health and safety
requirements of OSHA, and telecommunications services. A service charge of 10% will apply to all
direct expenses except those denoted by a 1:
2004 Non-Salary Costs (this list is only a sample of Direct Expenses and is not meant to be all
inclusive. These rates are subject to calendar year adjustment):
Communications1 $1.15/labor hour
Computers1 $4.75/labor hour
Health & Safety1,2 $1.75/labor hour
Reprographics $.041 copy
Reprographics (color) $.351 copy
Fleet Vehides $.471 mile
Personal Mileage IRS Rate (currently $.375/mile)
Rental Vehide $501 day
Laboratory Services Cost
2 Applies only to staff with comprehensive Health and Safety training.
'.
Exh ibit D. Sched ule
ID Task Name I Duration 14th Quarter 1 1st Quarter I 2nd Quarter 13rd Quarter 14th Quarter
Sep I Oct I Nov I Dec I Jan I Feb I Mar I Apr T May I Jun 1 Jul 1 Aua I Sec I Oct I Nov I Oec
1 Elwha Dam Removal Mitigation : 335 days I~ --- ~~H~~:H~~;~mH:~mmn~~mmm~m~~m~~:~mmmmm~m~H~~mmmm~g~m:mHHHHHE~:~rmmmmmmmmH;~~:mmmmmmmmmm~wmmH~HtHm:HHHHH~HnHHH~~;Hm:W~m~w~~:~;::~::
2 Phase .CCp Replacement ---- 1 .. ~tt/;rHf\f\ttttH?tttttHtmfffffffHffffr~?)~fffWt?tttHtttt
2 260 days
. :
3 VA-Related CIP 200 days ~k}ttHttttttttttmHfffffffffffff~tt?tr/ttHt~
4 Emergency Response P.lan - ... 40 days k(ttttt~l :
: :
5 Fairmount Pump Station SOC.... -. 100 days ~fWmr~~:HtmHfftrtttt{tttl
: :
:
6 Update WSP Cost Estimates - .-. Too days ~krHrffffffrHfffff~tt~~~1
: :
: :
7 Directed Services -. - - days. ~fmtt~Wmwmtt{:rmm~m~mmWmmmm?mWmWm{m~{rmmrm@~t~H???@@H~ff~m~~\mmm@?@mmmmf~(~~fm~m~1
305 .
:
'.
... .." r
EXHIBIT E
Supplemental Terms
Standard of Care
The standard of care applicable to CONSULTANTS's Services will be the degree of skill and diligence
normally employed by professional engineers or consultants performing the same or similar Services
at the time said services are performed.
Furnished Data
The CITY will provide to CONSULTANT all data in CITY's possession relating to CONSULT ANT's
services on the PROJECT. CONSULTANT will reasonably rely upon the accuracy, timeliness, and
completeness of the information provided by CITY.
Subsurface Investigations
In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may
vary significantly between successive test points and sample intervals and at locations other than
where observations, exploration, and investigations have been made. Because of the inherent
uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur
that could affect total PROJECT cost and/ or execution. These conditions and cost! execution effects
are not the responsibility of CONSULTANT.
Opinions of Cost, Financial Considerations, and Schedules
In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for
the PROJECT, CONSULT ANT has no control over cost or price of labor and materials; unknown or
latent conditions of existing equipment or structures that may affect operation or maintenance costs;
competitive bidding procedures and market conditions; time or quality of performance by operating
personnel or third parties; and other economic and operational factors that may materially affect the
ultimate PROJECT cost or schedule. Therefore, CONSULT ANT makes no warranty that CITY1s actual
PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from
CONSULTANT's opinions, analyses, projections, or estimates. H CITY wishes greater assurance as to
any element of PROJECT cost, feasibility, or schedule, CITY will employ an independent cost
estimator, contractor, or other appropriate advisor.
CONSULTANT's DeIiverables
CONSULTANT's deliverables, including record drawings, are limited to the sealed and signed hard
copies. Computer-generated drawing files furnished by CONSULTANT are for CITY or others'
convenience. Any conclusions or information derived or obtained from these files will be at user's sole
risk.
CONSULTANT's Personnel at Construction Site
The presence or duties of CONSULTANT's personnel at a construction site, whether as onsite
representatives or otherwise, do not make CONSULTANT or CONSULTANT's personnel in any way
responsible for those duties that belong to CITY and/ or the construction contractors or other entities,
and do not relieve the construction contractors or any other entity of their obligations, duties, and
PAGE 1 OF 2
~_J~ ."~~."
responsibilities, including, but not limited to, all construction methods, means, techniques, sequences,
and procedures necessary for coordinating and completing all portions of the construction work in
accordance with the construction Contract Documents and any health or safety precautions required
by such construction work.
CONSULT ANT and CONSULT ANTis personnel have no authority to exercise any control over any
construction contractor or other entity or their employees in connection with their work or any health
or safety precautions and have no duty for inspecting, noting, observing, correcting, or reporting on
health or safety deficiencies of the construction contractor(s) or other entity or any other persons at
the site except CONSULTANT's own personnel.
The presence of CONSULTANT's personnel at a construction site is for the purpose of providing to
CITY a greater degree of confidence that the completed construction work will conform generally to
the construction documents and that the integrity of the design concept as reflected in the
construction documents has been implemented and preserved by the construction contractor(s).
CONSULTANT neither guarantees the performance of the construction contractor(s) nor assumes
responsibility for construction contractor's failure to perform work in accordance with the
construction documents.
Contractor Indemnification and Claims
CITY agrees to include in all construction contracts the provisions of "CONSUL T ANT's Personnel at
Construction Site, and provisions providing contractor indemnification of CITY and CONSULTANT
for contractor's negligence.
CITY shall require construction contractor(s) to name CITY and CONSULTANT as additional
insureds on the contractor's general liability insurance policy.
CITY agrees to include the following clause in all contracts with construction contractors, and
equipment or materials suppliers:
"Contractors, subcontractors, and equipment and material suppliers on the PROJECT, or their
sureties, shall maintain no direct action against CONSULTANT, CONSULTANT's officers,
employees, affiliated corporations, and subcontractors for any claim arising out of, in connection
with, or resulting from the engineering services performed. CITY will be the only beneficiary of any
undertaking by CONSULT ANT. II
Record Drawings
Record drawings, if required, will be prepared, in part, on the basis of information compiled and
furnished by others, and may not always represent the exact location, type of various components, or
exact manner in which the PROJECT was finally constructed. CONSULTANT is not responsible for
any errors or omissions in the information from others that is incorporated into the record drawings.
Limitation of Liability
To the maximum extent permitted by law, CONSULTANT's liability for CITY's damages will not, in
the aggregate, exceed $1,000,000. This article takes precedence over any conflicting article of this
AGREEMENT or any document incorporated into it or referenced by it. This limitation of liability
will apply whether CONSULTANT's liability arises under breach of contract or warranty; tort;
including negligence; strict liability; statutory liability; or any other cause of action, and shall include
CONSULTANT's officers, affiliated corporations, employees, and subcontractors.
PAGE20F2
LATE ITEMS TO BE
PLACED ON THIS OR
FUTURE AGENDAS:
(Cont'd)
FINANCE:
CH2M HIll Agreement
Econormc and Engmeering
Services (EES) Contract
Amendment
Tree Tnmming Contract
CITY COUNCIL MEETING
September 21, 2004
newspaperregarding BP A rates, as well as past programs to assist residents, such as the
solar energy program. Should addItIonal programs be forthcormng, he urged the CIty
to provIde mcentIves in order to make the programs effectIve. On another matter, Mr.
Lamoureux questIoned house numbenng, odd versus even, west of"N" on I oth Street
DIrector Collms offered to look mto the matter. Mr. Lamoureux cIted the downspout
dIsconnect project, asking for a starns report from staff. Director Cutler informed hIm
that a report will be presented to the Utility AdVISOry Comrmttee in October, after
which it wIll be presented to the CouncIl Mr. Lamoureux then referenced the portIOn
of the CounCIl agenda where pubhc comment IS mVlted for items not on the agenda.
He mqUIred as to why the public can't speak on all agenda Items The Mayor and
indIVIdual CouncIlmembers prOVIded mput to Mr. Lamoureux Attorney Bloor
indicated that pubhc mput IS sought in the form of a pubhc heanng, and he added that
larger CItIes don't allow pubhc mput at all m the mterest of tIme.
1
CH2M HIll - New Agreement
Pubhc Works & UtIhtIes Drrector Cutler summanzed the contract for profeSSIOnal
servIces relatIve to the water system and water treatment facilities. This IS a renewal
of the City's agreement with CH2M Hill for consultatIOn and servIce for the CIty'S
water system. He reviewed the scope of work under the contract, as well as fundmg
sources, and he advised the Council that the UtIhty AdVISOry Committee had endorsed
approval by the CIty CounCIl. CouncIlmember PlttIS noted that Task #3 and #4 were
Federal mandates for wruch the CIty wIll receIve no fundmg. Councilmember Braun
moved to authorize the Mayor to sign an Agreement for Professional Services
with CH2M Hill, Inc., for an amount not to exceed $418,000. The motion was
seconded by Councilmember Pittis and carried unanimously.
2 Economic and Engineering Services (EES) Contract Amendment
DIrector Cutler advised the CounCil that staffhas been workmg on the development of
an RFP that has been issued for the transfer statIOn, as well as other additIonal services
There are certam sectIOns m the RFP m which the City wIll be subrmttmg a bid m
competitIOn With the private sector and, to that end, he mdicated the City needs
aSSistance from EES to assure the allocatIOns are accurate and to assure fair
competition. An amendment to the eXlstmg contract With EES is reqUIred, as there
would be an additional 60 hours of work at a value of $6,000. Director Cutler
indicated the Utility Advisory Comrmttee had discussed the issue and endorsed the
CouncIl's approval.
In responding to an inquiry from Councilmember Pittis, Director Cutler clanfied the
added work and mdicated the City would be biddmg on design, constructIOn, and
operatIon of the transfer statIon, the moderate nsk waste faclhty, the composting
operations, and post closure operatIons. He added that the City would not be biddmg
on long haul and disposal of solid waste or curbside recycling. The City would plan
to retain the m-house functIOn of the scale shack. Drrector Cutler proVided further
clanfication to CouncIlmember Munro as to the aspect of deSIgn and constructIOn.
Councilmember Pittis moved to amend the contract with Economic and
Engineering Services (EES) to a level not to exceed $30,790, which is an increase
of $6,000. The motion was seconded by Councilmember Rogers and carried
unanimously.
3
Tree Trimmzng Contract for 2004
Drrector Cutler presented mformatIOn relatIve to the annual contract for tree trimrmng,
notmg there has been a significant decrease in power outages because of thiS effort.
Councilmember WIlhams generated diSCUSSIOn as to whether trees that are unfriendly
to power lines should be removed and replaced. Director Cutler mdicated the City has
- 3 -
I-
. ,
5.0Q:L!-
AMENDMENT NO.1 TO THE
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN THE
THE CITY OF PORT ANGELES
AND
CH2M HILL, INC.
PROJECT 04-11
THIS AMENDMENT NO.1 is made and entered into this ~5~day of
2005, by and between THE CITY OF PORT ANGELES, a non-charter code city of the Sta
Washington, (hereinafter called the "CITY") and CH2M Hill, Inc., a Florida Corporation
(hereinafter called the "CONSULTANT").
WHEREAS, the CITY entered in to an AGREEMENT with the CONSULTANT on October 19,
2004, (the AGREEMENT) and
WHEREAS, the CITY desires to amend the AGREEMENT to revise the Scope of Work,
Budget, and Time of Performance
NOW, THEREFORE, in consideration of the representations and the terms, conditions,
covenants and agreements set forth in the original AGREEMENT and this AMENDMENT, the
parties hereto agree as follows:
I .... REVISED SCOPE OF WORK
The revised scope of professional services to be performed and the results to be achieved by
the CONSULTANT shall be as detailed in the attached Exhibit A and shall include all services
and material necessary to accomplish the work.
II TIME OF PERFORMANCE
The work for all Tasks shall be completed by October 31,2006. The schedule for completion
of each task shall be as detailed in Exhibit C.
III MAXIMUM COMPENSATION
The CONSULTANT'S total compensation and reimbursement are stated in the attached
Exhibit B. The budget for any Task may be further adjusted by mutual agreement without an
amendment to the Agreement, as long as the maximum compensation amount of $842,059.00
is not exceeded.
Amendment No I to CH2M Hill Agreement, 04- I I
Page I of2
IV SIGNATURES
Except as modified herein, the original Agreement and its Exhibits shall remain in effect.
In WITNESS THEREOF, the parties hereto have executed this Amendment No.1 to the
Agreement as of the day and year first written above.
CITY OF PORT ANGELES:
~al~
MAYOR
CONSULTANT:
TITLE: rf
APPROVED AS TO FORM:
~~~~
CITY A TIORNEY
ATTEST:
hOfl~ ,1J.p-tw.
CITY CLE -'
, , -
/
-',
, -
,
/
I ;
Amendm~nt 'No'. ] to CH2M HIli Agreement, 04-] ]
Page 2 of2
Exhibit A
Scope of Work
Task 8 - West UGA Utilities
CH2M HILL (CONSULTANT) agrees to furnish the City of Port Angeles (CITY) the
following services, as described herein, per the Agreement for Professional Services, Project
04-11 (Agreement).
The budget for each of the subtasks described in this Scope of Work is presented in Exhibit
B. The budget presented in Exhibit B includes labor costs and expenses related to project
management, accounting, and other associated overhead expenses. These costs are included
as part of the cost of each subtask and are not itemized separately. The subtask budget
subtotals are presented to identify the focus and level-of-effort among the project work
elements and are not intended to be contractually-binding limits. Managing to the overall
project total shall be accomplished in recognition that some task budgets may be exceeded
while others may be more than adequate to cover CONSULTANT's costs.
OVERVIEW
The CITY has a major industrial facility that wants to locate outside of the current water and
sewer service boundary. Service to this new industry will require an extension of utilities to
the west along U.S. highway 101. While the industry is outside of the current service area, it
is located inside the CITY's growth management boundaries. This scope of work addresses
the planning and design needed to extend the utilities to the new industry. The major
elements of the extension include the following:
. Incorporate new water booster pump into the recently designed Fairmount pump
station including a pressure reducing system and other required elements
. Installation of approximately 7,900 lineal feet of water main
. Construction of a new Wastewater pump station sized to serve the industry and
surrounding area
. Installation of approximately 7,000 lineal feet of sewer force main and sufficient
gravity main to serve said facility
In addition to the planning and design services, CONSULTANT shall perform a surge
analysis for the water system. For the purposes of this scope of work, it is assumed that a
surge tank is not required.
SCHEDULE
Schedule is of paramount importance on this project. The industrial facility identified above
requires water and service by 4th quarter 2005. To accomplish this goal, the CONSULTANT
will need to execute a fast track schedule. This fast track schedule is contingent upon a
number of requirements to be successful. These requirements are as follows:
1. Permits, secured by the CITY, will be available for preliminary investigations and
construction. Permits for geotechnical investigation shall be secured by the end of
February 2005. All construction related permits will be needed by July 1, 2005.
2. Ecology approval of the sewer extension will not require a general sewer plan
update.
3. Information required by CONSULTANT will be readily available within 7 days
upon reasonable request.
If these requirements are not met, CONSULT ANT will be unable to meet the fast track
schedule.
Subtask 1. Preliminary Work
1.1 Obtain Background Information
CONSULTANT shall coordinate with CITY staff to obtain background information
necessary for the execution of this scope of work. The CITY will provide CONSULTANT
with copies of the most current information related to both the water and sewer extensions
as defined herein.
1.2 Field Survey & Investigation
Survey information shall be collected for the preparation of a base map for the pipeline(s)
alignment as well as the water and sewer pump station. CONSULTANT shall subcontract
with a local surveyor, Zenovic & Associates Inc., for execution of the survey work. The
CITY's existing GIS-based mapping shall be provided by CONSULTANT to the survey
subcontractor to supplement the mapping developed from the field survey. CONSULTANT
shall review survey requirements with the survey subcontractor and CITY staff during a
single site visit by two CONSULTANT staff persons. Preparation of Field Safety Instructions
is included in the scope and budget for this subtask. The following elements shall be
included as part of the survey subcontractor's scope of services:
. The survey shall include topographic contours at 2 foot intervals along the
pipeline(s) alignment. Along Highway 101, the extent of topographic surveying shall
be roughly between the south and north limits of the right-of-way. Off of Highway
101 (along Eclipse Road), the width of topographic survey shall be to a width of 30
feet centered on Eclipse road. At the water pump station site (assumed for the
purposes of this scope to be the property of the soon-to-be installed Fairmount Pump
Station located just north of Highway 101 at C-Street) the survey shall include
topographic contours at 1 foot intervals over this entire property and 10 feet beyond
(property in question is approximately 70' by 70'). The extent of survey along
Highway 101 will extend from 50 feet west of Eclipse Road to the intersection at C
Street including approximately 200 feet north of Highway 101 along C Street.
Additional topographic contours shall include 100 feet north of Highway 101 right of
way along Fairmount A venue to include forcemain discharge location.
. Identification and location of survey control and benchmarks.
. The location of buried utilities shall be identified by One-Call service (1-800-424-
5555). The survey subcontractor shall request the utility locate. It is understood that
CITY shall locate any and all buried CITY utilities (water, sewer, storm, and
electrical) along the proposed pipeline alignments and pump station sites. The
survey subcontractor shall map utilities marked on the ground by CITY and
N \PROJECTS\04-11 CH2M HILL AGREEMENTlAMENDMENT NO. lIEXHIBIT A FEB22 VERSION TO GET IT TO PRINT DOC
2
representatives of buried franchise utilities, including: telephone, cable television,
gas, fiber optic communications, and electric power. Buried utility information
included in CITY's GIS base mapping not marked on the ground as part of the field
locate, shall be included in the mapping files prepared by survey subcontractor but
clearly identified on a separate layer reserved for non-surveyed, buried, CITY
utilities.
. Horizontal and vertical locations of flow lines of ditches, curbs, edges of pavement,
fog lines, or edges of traveled surfaces paralleling the proposed water and sewer
pipes.
. The horizontal and vertical location of the tops of valve boxes, manholes, and catch
basins within 40 feet of the centerline of the traveled way.
. Invert elevations, size (diameter), and directional orientations of sanitary and storm
sewer connections to manholes and catch basins. Survey subcontractor shall open all
manhole lids and storm sewer grates and coordinate with CITY or Gallam County
staff, as applicable, if assistance with opening such lids and grates is necessary.
Survey subcontractor shall connect storm and sanitary sewer lines using invert and
directional information from manholes and catch basins and GIS base mapping. If
connections are unclear from said information, they shall be indicated as such in the
base mapping files developed by the survey subcontractor.
. Survey subcontractor shall survey the horizontal location of nearby power, light and
telephone poles, signs, telephone boxes, fences and other surface structures within,
and 10 feet beyond, the Highway 101 right of way on the south and north sides of
the Highway 101 and within, and 10 feet beyond, the 30 foot wide topographic
survey limit along Eclipse Road.
. Location of all trees with trunks 6 inches in diameter and larger within pipeline
route, sanitary sewer pump station, and water pump station sites.
. Surveyor shall establish temporary benchmarks along project to help aid in
construction of the new pipelines and pump stations. Benchmarks shall be shown on
the final map.
. Survey subcontractor shall be responsible for providing any required traffic control
measures to perform the scope of surveying services specified herein.
. Produce final certified maps (complete with signed and dated professional land
surveyor stamp) on 24" X 36" trans-bond paper. CONSULTANT to use maps as
base-mapping for pipeline and pump station design.
The base mapping shall be established in conformance with Washington Coordinate
System, NAD 83 (91) and the NA VD 88, consistent with GIS mapping files.
For the sewer pump station an easement is assumed to be required and boundary survey
will be performed at the proposed pump station location.
CONSULTANT will conduct field investigation of the pipeline routing and facility location.
Digital pictures will be taken of the route and facility sites.
N IPROJECTSI04-11 CH2M HILL AGREEMENTlAMENDMENT NO lIEXHIBIT A FEB22 VERSION TO GET IT TO PRINT DOC
3
Products provided: Pictures will be provided to the CITY on a CD for future use.
1.3 Prepare Base Maps
CONSULT ANT shall prepare Plan panels for displaying the alignment of the new water
and sewer pipelines and buried conduits using mapping prepared by the survey
subcontractor. Additional plan sheets shall be established for displaying site plans of the
water and sewer pump station sites. Plan base mapping shall include 2-foot contour
intervals, existing ground-level features, and underground utility pipes and structures.
CONSULT ANT shall prepare plan drawings in electronic AutoCAD format using a scale of
1"=20' horizontal for full size drawings (22"x34" drawing plotted on 22"x34" paper) and a
scale of 1"=40' horizontal for half-size drawings (1l"x17"). It is expected that a single set of
plan sheets will be prepared for both the water pipelines and sewer pipelines. Profiles will
not be drawn for either pipeline. The plan drawings shall be to true scale (i.e., measuring a
distance between two points using the AutoCAD command DISTANCE will give the user
the actual distance between those two points in the field), and both electronic and hard
copies of these drawings shall be provided to the CITY.
1.4 Agency Coordination
CONSULT ANT shall coordinate a meeting with representatives of the Department of
Health and the Department of Ecology to review submittal requirements and regulatory
concerns. CITY may attend meeting at their option. It is the goal of this subtask to reduce
any potential surprises during agency review and streamline the approval process given the
tight schedule on this project. Meeting will be located at the regional office of each
Department. Meeting minutes will be prepared and sent to all meeting attendees. Concerns
and issues with any solutions presented at the meeting will be documented in a letter to
CITY and the respective agency.
CONSULTANT shall coordinate meeting with Department of Transportation (WSDOT) to
review requirements of installing pipelines along and crossing Highway 101. Meeting will
be located at the WSDOT regional office. Meeting minutes will be prepared and sent to all
meeting attendees. Concerns and issues with any solutions presented at the meeting will be
documented in a letter to CITY and WSDOT.
Subtask 2.
Predesign
The scope of services presented for this subtask includes activities necessary for completion
of a pre design report that will meet both the submittal requirements of Washington State
Department of Health (DOH) Project Report and Washington State Department of Ecology
(DOE) Engineering Report. It is anticipated that the Pre design Report submitted to the CITY
shall include the DOH Project Report and DOE Engineering Reports as appendices and shall
reference these reports to avoid duplication of information.
2.1 Surge Analysis
Operation of the proposed water pump station may cause undesirable and possibly
damaging hydraulic transients within the existing and proposed systems if specific
mitigation measures are not implemented in the design. At a minimum, the water pump
N IPROJECTSI04-11 CH2M HILL AGREEMENTlAMENDMENT NO lIEXHIBIT A FEB22 VERSION TO GET IT TO PRINT DOC
4
station pumps will have to be valve-controlled with specified valve-opening and -closing
speeds. A preliminary surge analysis will be performed to identify effects of pump station
operation and recommend surge control facilities and operating procedures to avoid
damaging hydraulic transients. The need for surge control has not been included in the
current scope of work.
2.1.1 Preliminary Surge Analysis
A preliminary surge analysis will be performed during predesign to confirm hydraulic
conditions and allow water system alternative analysis to be completed. System information
required for the surge analysis will be obtained from the Water Master Plan and CITY staff
and includes boundary conditions such as reservoir operating elevations, pressure control
valves, pipe lengths, material, and diameters. Several conditions including the following
may be evaluated:
. New 16-inch main to site, 3,000 gpm fire flow
. New 16-inch main to site, storage tank at site to provide initial fire flow during pump
ramp-up
. New 16-inch main to site with 3,OOO-gpm fire flow and an ASME pressure rated vessel
. New 16-inch main to site with 3,OOO-gpm fire flow and two ASME pressure rated vessels
(one at each end of system)
The results of the surge analysis will serve as the primary design criteria regarding the type
of pump station to be designed, the means of surge protection to be employed, and whether
or not the system can be developed without storage at the far west end of the pipeline. It is
important to note that this scope and associated budget presented in Exhibit B is based on
the assumption that said storage, whether elevated or at-grade with pumping will not be
necessary to mitigate the adverse impacts of surge.
Products provided: technical memo (to be included in appendix of the Predesign Report).
2.2 Geotechnical Evaluation
Geotechnical investigation of pipeline alignments, and the sewer pump station, is required
to allow design of thrust blocks and foundations, and to forecast groundwater conditions
for excavations. CONSULTANT shall undertake a geotechnical evaluation of the pipeline
route to identify and establish design criteria for the new pipelines. Activities of the
geotechnical evaluation are presented in the following subtasks.
2.2.1 Collect and Review Available Data
CONSULTANT shall collect and review applicable and available published literature on
local geology and geotechnical reports for construction in the vicinity of the pipeline route
and sewer pump station. CONSULT ANT's geotechnical engineer and design manager shall
visit the project site to identify the locations and assess access to the borehole and test pit
sites.
2.2.2 Field Exploration and Laboratory Testing
CONSULTANT shall organize and coordinate the subsurface exploration; including
subcontracting with driller, and requesting pre-drilling/ pre-test-pit utility locates from One
Call. CITY shall obtain required permit(s) from Washington State Department of
N \PROJECTS\04-11 CH2M HILL AGREEMENTlAMENDMENT NO lIEXHIBIT A FEB22 VERSION TO GET IT TO PRINT DOC
5
Transportation (WSDOT) to undertake field explorations within WSDOT right-of-way. A
single bore hole will be drilled at the sewer pump station location and another location to be
determined in the field. The hole will be drilled to about 30 feet below the proposed pump
station foundation.
Total boring footage is estimated at less than 160 feet and does not include any borings
required for a storage tank if one is determined to be necessary. CONSULTANT shall log
and field-classify all samples and record standard penetration test results. Gather field data
required to provide geotechnical design information. Backhoe test pits will be dug along the
pipeline alignment at 1000 foot intervals on each side of the Highway 101 or as
recommended in the field by geotechnical staff. CITY crews will provide all labor and
equipment; including backhoe and backhoe operator, to dig test pits and CONSULTANT
will coordinate with CITY regarding scheduling of test pit excavation to coincide with
CONSULT ANT geotechnical staff presence on site.
CONSULT ANT shall log and field-classify all field-collected soil samples. CONSULTANT
shall collect all necessary field data for geotechnical design criteria. CONSULTANT shall
subcontract with a certified laboratory for analysis of soils which may include moisture/
density characteristics, grain-size distribution, Atterberg limits, and strength characteristics
on selected samples. Laboratory tests may vary, depending upon material types excavated
and drilled.
Assumptions:
. No contaminated soils are anticipated at the site requiring special disposal or a
Health and Safety Plan.
. Two days are anticipated to be necessary for CONSULTANT's geotechnical
engineer to complete the excavations associated with the geotechnical
excavations.
. CONSULTANT shall provide traffic control services to support Geotechnical
Exploration using a traffic control subcontractor. Two days of traffic control
services, provided by subconsultant, are included in this scope of work.
2.2.3 Prepare Geotechnical Report
CONSULT ANT shall prepare a geotechnical data report that summarizes results of the field
exploration (including test pits, boring logs and location map) and laboratory testing. The
geotechnical data report shall be prepared in a manner suitable to enable CITY to furnish it
to potential bidders on the construction contract.
The data report will be stapled or plastic comb bound and not more than 40 total pages,
including attachments and appendices. A single copy of the geotechnical data report shall
be prepared for submittal to the CITY for its review and subsequent copying for distribution
to potential construction contract bidders.
CONSULTANT shall prepare a technical memorandum summarizing design criteria
guidance with respect to the geotechnical information collected. CONSULTANT shall
submit the technical memorandum to CITY for its review.
N IPROJECTSI04-11 CH2M HILL AGREEMENTlAMENDMENT NO lIEXHIBIT A FEB22 VERSION TO GET IT TO PRINT DOC
6
Product provided: technical memorandum intended for internal use only (CONSULTANT
and CITY) and not for distribution to potential bidders.
2.3 Design Requirements
Water and sewer system design requirements will be determined in this subtask. Required
water system flow capacity and sewer system conveyance capacity and pump sizes will be
determined and documented.
CONSULTANT shall define design requirement to allow preparation of construction
documents for installation of water and sewer pipelines, one water pump station, and one
sewer pump station. Water pipeline shall extend from water pump station located at the
Fairmount pump station site to the terminus in the industrial site - approximately 7,900
linear feet. The water pump station will be co-located with the Fairmount pump station. The
water pipeline is expected to be 16-inch C900 PVC pipe or ductile iron. Sewer pipeline shall
be aligned to flow by gravity from its terminus at the industrial site along Eclipse Road to
the intersection of Eclipse Road and Highway 101 where a sewer pump station will be
located to convey flow via a force main eastward along the south side of Highway 101 to the
existing manhole at the intersection of Highway 101 and Fairmount Avenue on the north
side of Highway 101.
Buried electrical power is expected to extend from a vault or pole near C Street and
Highway 101 to a vault at the terminus of the water and sewer pipelines at the south end of
the Eclipse Road right-of-way. CITY will provide input to CONSULTANT regarding its
preference for electric vault location.
Fiber-optic installation is expected to extend from a vault near C Street and Highway 101 to
a vault near the terminus of the water and sewer pipelines. It is assumed that the CITY will
enter into an agreement with a fiber optic company regarding provision of conduit along
pipeline alignment and that Contractor will only provide and install conduit. Design of fiber
optic cables and terminations is not part of this scope of work. Design and specification of
fiber optic pull vaults shall be included in the final design package.
Items CITY must provide:
. Design details, including type, size and location of vaults required by Fiber optic
company
. Alignment and vault location preferences from the fiber optic franchise utility
2.3.1 Water system design requirements
The new water main extension (with fire hydrants at selected intervals) and water pump
station will be designed to supply domestic uses in conformance with DOH standards and
for a fire flow rate of 3,000 gpm with a set residual pressure (to be determined} at the
southwest terminus of the pipeline. CONSULTANT shall estimate near-term and long-term-
future domestic demand based on input from CITY and interested stakeholders on potential
system users. Along with this input CONSULTANT shall develop estimated demand
through assumptions of development type for other properties in the industrial site area
using DOH demand guidance for domestic uses. These demand scenarios, including both
domestic and fire flow, will be used in the preliminary surge analysis.
N IPROJECTSI04-11 CH2M HILL AGREEMENTlAMENDMENT NO llEXHIBIT A FEB22 VERSION TO GET IT TO PRINT DOC
7
CONSULTANT shall prepare preliminary design for water pump station. The water pump
station shall incorporate the recently CH2M HILL designed Fairmount pump station. The
station shall be a slab-on-grade structure (CMU block building with metal roof), with three
low flow pumps, a single high flow pump (or two high flow pumps, each with one half of
total required capacity), engine generator sized for peak firm flow capacity. The
incorporation of the design into the Fairmount pump station will be based on one pump
station that will serve two pressure zones. A PRY (pressure reducing valve) station will be
included at the pump station site which will deliver domestic and fire flows to the
Fairmount service area. Based on preliminary research, it appears that a redundant pump to
serve fire flows is not required by NFP A 820 and therefore, design of such a redundant
system and associated structure is not part of this scope. The use of constant speed or
variable speed drives will be evaluated along with bypass valving and piping to allow
continuous service to the water main extension. Results of the surge analysis will likely
require the use of a surge tank (not included in the scope) to mitigate hydraulic transients
which will influence project cost and require additional footprint. The Predesign Report will
define the intended control strategy for the water pump station.
Items CITY must provide:
. Future water system demands
. Required residual pressure for fire flow
2.3.2 Sewer system design requirements
The new sewer extension will be designed for a future build-out condition of the annexed
service area which is assumed to be developed to include a mix of commercial, industrial
and domestic sanitary sewer flows. Sanitary sewer flow projections will be made and
provided to the CITY for review as part of this subtask with the selected flow projections
incorporated into the Predesign Report. The City's General Sewer Plan will be used as basis
of sanitary sewer flow projections along with input from CITY and interested local
stakeholders regarding expected domestic uses. CONSULTANT shall determine the
diameter of the gravity pressure portions of the sewer. Downstream sewer conveyance
capacity at the proposed discharge location on Fairmount A venue is unknown. It is
understood that downstream capacity limitations shall be evaluated by others as part of a
separate project. CONSULT ANT will review sewer pump station capacity and planned
operation with CITY to ensure that sewer pump station design flows will not exceed
downstream conveyance capacity. Sewer vertical grade will be considered near the sewer
pump station to allow gravity service from adjacent properties where possible, without
requiring excessively deep sewer alignment. Sewer pipeline materials are assumed to be
ASTM D3034 PVC or alternate pressure-rated materials conforming to requirements of DOE
Criteria for Sewage Works and Design Section Cl-9.1.2. The sanitary sewer forcemain is
expected to be 4-inch A WW A C900 PVC pipe to avoid internal corrosion and potential
corrosion caused by stray currents from buried electrical power. Pipe material selection will
be reviewed in this subtask. Due to heavy truck loads along Eclipse Road, pipe zone backfill
consisting of controlled density fill may be required. It is assumed that Eclipse Road will be
asphalt patched, and overlaid following trenching.
N IPROJECTSI04-11 CH2M HILL AGREEMENTlAMENDMENT NO 1IEXHIBIT A FEB22 VERSION TO GET IT TO PRINT DOC
8
The sewage pump station is expected to be a duplex submersible pump station designed in
accordance with Department of Ecology Criteria for Sewage Works and Design (Orange
Book).
Items CITY must provide:
. Provide General Sewer Plan data as basis of flow projections for new service area.
. Provide preference for sewer lift station pump and accessory manufacturers.
. Provide documentation that demonstrates the CITY has sufficient treatment capacity to
serve the new service area.
2.4 Implementation
The CITY's preferred alignment of the pipelines, along Highway 101 and Eclipse Road, and
the pump station locations described above will serve as basis of predesign. The predesign
efforts will develop these concepts.
2.4.1 Pipeline Predesign
CONSULTANT shall recommend and layout the preferred pipeline alignments and pump
station locations, including construction feasibility given geotechnical considerations, site
and right-of-way constraints, traffic control requirements, construction methods,
restoration, buried utility conflicts, operations and maintenance, access requirements,
construction impacts to surrounding area and existing facilities, permitting and schedule
impacts.
2.4.2 Pump Station Predesign
The water pump station will be incorporated into the Fairmont Pump Station recently
designed by CH2M HILL for the CITY. It is assumed that this expanded water pump station
will be a slab-on-grade structure with concrete masonry unit walls, wood frame trusses, and
a metal roof.
The sewer pump station capacity and depth and configuration will be developed during
Predesign. The Predesign Report will provide a plan and section figure depicting the
general arrangement of the pump station including, piping, manhole, electrical facilities,
control facilities and maintenance access. Sewer pump station is anticipated to employ
duplex submersible non-clog type pumps built in a flat top manhole with adjacent electrical
control panels and standby power provided by an engine generator. Instrumentation of the
pump station will conform to existing CITY standards for pump stations. For purposes of
this scope, it is assumed that level measurement will be provided by an ultrasonic sensor
and remote telemetry of alarms is provided with radio transmitter. Submersible pump
manufacturer standard high temperature alarms and moisture detection alarms are
expected to be provided to local panel.
The DOE Engineering Report will provide results from service area calculations and
provide final sizing for the pipe prepurchase.
2.4.3 Predesign Opinion of Cost
An Engineer's Opinion of Construction Cost will be prepared for the water and sewer
pipelines, electrical conduit installation, sewer pump station, and water pump station and
associated facilities.
N IPROJECTSI04-11 CH2M HILL AGREEMENT\AMENDMENT NO lIEXHIBIT A FEB22 VERSION TO GET IT TO PRINT DOC
9
The cost estimate shall be a preliminary-level estimate with an accuracy of plus or minus 30-
percent, including a 30 percent contingency for conservatism to cover the cost of unknown
and unforeseen factors.
Product provided: Opinion of Cost (submitted with the draft Pre design Report).
2.4.4 Prepare Predesign Report
CONSULTANT shall prepare a brief Predesign Report summarizing results of the
Surveying and Mapping and Predesign subtasks. The report will present recommended
pipeline alignment and configuration and design features of sewage pump station and
water pump station. Memorandum shall include recommendations for prepurchase of
pipe/ conduit and provide budget level price from two vendors for each type of material.
DOH Project Report and DOE Engineering Report will be attached as appendices.
CONSULTANT shall prepare a Predesign Report, approximately 10 to 12-pages in length,
including preliminary Plan drawings of pipeline alignment (1" =20' horizontal scale full-size
drawings reduced to half size for Predesign Report), plan and section drawings of the sewer
and water pump stations, and a draft specifications list for the project..
Assumptions: Due to project schedule constraints, a final Predesign Report will not be
prepared. CITY comments will be addressed in the development of Final Design.
Product provided: Draft Predesign Report (5 copies), separate copies of DOH and DOE
reports (to allow CITY to submit to agencies).
2.4.5 City & Agency Review
CITY shall review Predesign Report and provide written comments in Microsoft Word and
a single copy of hand annotated drawings from the Predesign Report. CONSULT ANT shall
meet with CITY staff to receive comments and review report. The budget for this subtask
includes attendance by two CONSULTANT staff persons for one day meeting (plus 2 hours
of preparation time for each staff person). The DOH and DOE reports will also be revised
and finalized under this subtask to address agency comments.
Assumption: Meeting with CITY to be held in Port Angeles.
Product provided: Final DOH and DOE reports.
2.4.6 Permits and Documentation
CITY shall obtain and pay for all permits required for this project. CITY shall also prepare
and process environmental documentation required including addressing SEP A.
Subtask 3.
Prepurchase Services
CITY's proposed project schedule is expected to require pre-purchase of long lead items to
prevent material delivery from slowing the critical path of construction schedule. This scope
assumes that approximately 7,900 linear feet of water and 7,000 feet of sanitary sewer pipe,
and 7,900 feet of electrical conduit will be prepurchased. Pipe and conduit size and
specifications will be determined in the pre-design phase. Prepurchase of water and sewer
pump station pumps is not expected.
N \PROJECTS\04-11 CH2M HILL AGREEMENTlAMENDMENT NO 1\EXHIBIT A FEB22 VERSION TO GET IT TO PRINT DOC
10
3.1 Prepurchase Contract Preparation
CONSULT ANT will prepare a technical specification for pipe and conduit. A bid period of 2
weeks is assumed. CITY will administer bid opening, award contracts and will monitor
progress of delivery. CONSULTANT will review submittals for all materials and equipment
within 7 days of receipt and will return submittals with any comments to vendors.
Construction contract for pipeline and pump stations will include these materials as Owner-
Furnished Materials and contractor will assume responsibility for contract and delivery of
materials and equipment. Upon delivery, CITY staff and Contractor, if available, will jointly
inspect delivered materials and equipment.
Product provided: technical specifications for pipe and conduit.
Subtask 4.
Final Design
Construction documents (Project Manual) for the water and sewer pipelines and sewer and
water pump stations shall consist of a single contract with one or two schedules, bound as a
single document for bidding and construction. H two schedules are developed, they shall be
developed to include or exclude the water pump station and shall enable CITY to award
either or both schedules of the work depending on actual bid prices and other factors.
CONSULT ANT shall prepare draft design deliverables for CITY review at the 65 %, and 95%
completion levels. The design elements that comprise these deliverables are presented in the
following subsections.
4.1 Final Surge Analysis
A final surge analysis will be performed during final design to confirm hydraulic conditions
based on the 95 % design. A brief internal report will be developed and recommendations
for pump startup and shutdown procedures will be developed for inclusion in the Project
Manual.
Product provided: updated surge analysis memo (internal only).
4.2 Drawings
Following completion of Predesign Report and receipt of CITY's comments, CONSULTANT
shall prepare detailed design drawings suitable for competitive bidding of the pipeline and
pump station construction. Drawings shall include Plan panels along the pipeline
alignment, piping details, system connections, blowoffs and air valves, cathodic protection
(if required), surface restoration, erosion and sedimentation control, traffic control. Pump
station drawings will include architectural, structural, and mechanical, HV AC, electrical,
and instrumentation drawings as required. Plan panels shall include surface topography
with two-foot contour intervals, location of existing utilities, and pipeline layout with valves
and connections identified. Plans shall include notes defining the location of existing
utilities in the vicinity of the pipeline alignment and instructions to the contractor for
conflict minimization. CITY standard design details shall be used where applicable.
Drawings shall be prepared in electronic (AutoCAD or Microstation) format. The
construction drawings are anticipated to include the sheets identified in the preliminary
N \PROJECTS\04-11 CH2M HILL AGREEMENTlAMENDMENT NO l\EXHIBIT A FEB22 VERSION TO GET IT TO PRINT DOC
11
drawing list presented at the end of this scope. Drawings shall reference City Standard
Details where applicable, bound as part of the Project Manual.
Selected pipeline materials shall be as recommended in the Predesign Report. No additional
evaluation of pipe material shall be conducted. No alternative pipeline alignments and pipe
sizes will be investigated.
The budget for this subtask includes a meeting with CITY, following the Predesign Report
review meeting and prior to major design activities, to discuss pipeline connections, pump
station operations, details, design criteria and other topics requiring resolution. Technical
specifications (described in Subtask 4.3), bidding and contract documents (described in
Subtask 4.4), and Division 1 specifications (also described in Subtask 4.1) shall be prepared
in draft form beginning at the 65% completion level. The budget for this subtask includes
making revisions to the design drawings based on CONSULTANT's internal review and
CITY review comments at each of the draft-review levels.
Items to be provided by the CITY:
. Descriptions of any easements along the pipeline route and pump station sites
and will handle all easement and/ or right-of-way acquisitions necessary.
. Existing easements or pipeline right-of-way that are additional to Highway 101 or
CITY-street right-of-way shall be located approximately in accordance with the
easement or right-of-way descriptions.
. SEP A checklists required and will obtain and pay for required permit.
Assumption: Budget developed is based on preliminary drawing list contained at the end
of this scope of work
4.3 Technical Specifications
CONSULTANT shall prepare technical specifications (Divisions 2 through 17) for pipeline
and pump station construction. The CONSULTANT's Standard Specifications (CSI format)
shall be used, supplemented with special provisions where necessary to address specific
requirements of this project. CITY shall provide Division 0 to the CONSULTANT for
inclusion into the project manual. The first draft of the technical specifications shall be
prepared and submitted for CITY review as part of the 65 % design package. The budget for
this subtask includes making revisions to the technical specifications based on
CONSULTANT's internal review and CITY review comments at each of the draft-review
levels (65% and 95%).
4.4 Project Manual
CONSULTANT shall prepare bidding and contract documents and Division 1 specifications
and special provisions for inclusion as part of the Project Manual. The first draft of the
Project Manual, including said documents and design drawings shall be prepared and
submitted upon completion of the 65% submittal. The budget for this subtask includes
making revisions to the bidding and contract documents and Division 1 specifications based
on CONSULTANT's internal review and CITY review comments at each of the draft-review
levels.
N IPROJECTSI04-11 CH2M Hill AGREEMENT\AMENDMENT NO 11EXHIBIT A FEB22 VERSION TO GET IT TO PRINT DOC
12
Products provided: Five copies of the 65%-complete Project Manual and fifteen copies of the
95%-complete Project Manual.
Assumption: CITY shall furnish copies of the 95% complete Project Manual for all
applicable and required agency review, including Clallam County, Washington State
Department of Transportation, and Washington State Department of Health.
4.5 Construction Cost Estimate
CONSULTANT shall prepare a detailed draft estimate of the construction cost estimate in
association with completion of the 65% and 95% draft Project Manual. The construction cost
estimate will be developed in alignment with the bid (proposal) form. The final construction
cost estimate will be finalized in association with finalizing the Project Manual.
4.6 Workshop
CONSULTANT shall conduct a workshop with the CITY to review the 95% documents.
Workshop will start at approximately 10 AM and conclude at 3 PM. Key staff will be
involved to interact with CITY and answer questions about the design.
Assumption: Workshop will be held at the CONSULTANT IS office in Bellevue, WA.
4.7 Finalize Project Manual
CONSULTANT shall finalize the Project Manual based on CITY and agency review
comments at the 95 %-completion level. The Project Manual documents to be furnished shall
include the bidding and contract documents, Division 1 specifications and special
provisions, technical specifications and special provisions, appendices, and design
drawings. Reproducible design drawings shall be furnished with engineer stamps and
signatures in 11" x 17" (half-size) and 22" x 34" (full-size) format. Electronic files, where
available, of all Project Manual documentation, including drawings (AutoCAD format or
Microstation) shall be provided. CITY will print bid documents for distribution to bidders.
If agencies have not finished their review prior to CONSULT ANT obtaining CITY
comments, any comments will be addressed during bidding process as an addendum.
Products provided: CONSULTANT shall furnish the original, final Project Manual,
reproducible design drawings, and electronic files.
Assumption: CITY to develop five copies of Project Manual for CONSULTANT's use.
4.8 Assistance During Bidding
CITY shall manage and undertake the contract bidding process including distribution of the
Project Manual and advertising. Consultant shall provide bid support to CITY, as
specifically requested, via response to plan holder questions and preparation of technical
content for two addenda. The budget for this subtask is based on an allowance of
approximately $5,000 that shall be expended solely at the direction of CITY staff. The budget
allowance is acknowledged to be inadequate for re-development of design drawings or
other substantial re-design during the bidding period. CITY staff shall evaluate bids,
conduct reference checks, develop recommendation for award, and undertake contract
negotiations and signings.
N IPROJECTSI04-11 CH2M Hill AGREEMENTlAMENDMENT NO 1IEXHIBIT A FEB22 VERSION TO GET IT TO PRINT DOC
13
Preliminary Drawing List
Drawing No. Drawing Name/Description Scale
General
1 Title sheet, Location map, Vicinity map, Drawing Index --
2 Abbreviations --
3 Legends, Symbols, and General notes --
4 Structural and Architectural Notes --
5 Mechanical LeQend and Notes --
6 Electrical LeQend and Notes --
7 Instrumentation Legend and Notes --
Pian
8 Water & Sewer - 0+00 to 5+00 1"=20'
9 Water & Sewer - 5+00 to 10+00 1"=20'
10 Water & Sewer - 10+00 to 15+00 1"=20'
11 Water & Sewer - 15+00 to 20+00 1"=20'
12 Water & Sewer - 20+00 to 25+00 1"=20'
13 Water & Sewer - 25+00 to 30+00 1"=20'
14 Water & Sewer - 30+00 to 35+00 1"=20'
15 Water & Sewer - 35+00 to 40+00 1"=20'
16 Water & Sewer - 40+00 to 45+00 1"=20'
17 Water & Sewer - 45+00 to 50+00 1"=20'
18 Water & Sewer - 50+00 to 55+00 1"=20'
19 Water & Sewer - 55+00 to 60+00 1"=20'
20 Water & Sewer - 60+00 to 65+00 1"=20'
21 Water & Sewer - 65+00 to 70+00 1"=20'
22 Water & Sewer - 70+00 to 75+00 1"=20'
23 Water & Sewer - 75+00 to 80+00 1"=20'
Site/Civil
24 Water Pump Station Site, GradinQ, and Electrical Plan TBD
25 Details - Typical Trench, Pavement and Other Surface --
Restoration
26 Details - Manholes and Pull Boxes, Air Valves, Blowoffs --
27 Details - Pipeline System Connections --
28 Details - ConflictinQ Utility Protection or Relocation --
29 Details - Cathodic Protection (if required) --
Structu ral/ Arch itectu ral
30 Water Pump Station Architectural Ground and Roof Plan TBD
31 Water Pump Station Architectural Elevations
32 Water Pump Station Architectural Details
33 Water Pump Station Structural Ground and Roof Plan
34 Water Pump Station Structural Elevations
35 Water Pump Station Structural Details
36 Structural Standard Details TBD
Mechanical
37 Water Pump Station Mechanical Plan and Sections TBD
38 Water Pump Station Mechanical Sections
39 Sewer Pump Station Mechanical Plan and Sections
N \PROJECTS\04-11 CH2M HILL AGREEMENTlAMENDMENT NO 1IEXHIBIT A FEB22 VERSION TO GET IT TO PRINT DOC
14
40 Mechanical Details
41 Details - Hydropneumatic Tank TBD
Electrical
42 Water Pump Station Electrical Power and Control Plan
43 Water Pump Station Electrical Control Diagrams and Panel --
Schedule
44 Water Pump Station One-Line Diagram, Elevations and Details TBD
45 Sewer Pump Station Electrical Power and Control Plan and
Details
46 Sewer Pump Station Electrical One-Line Diagram, Control
Diagrams and Panel Schedule
Instrumentation and Control
47 Process and Instrumentation Diagram - Water Pump Station --
48 Process and Instrumentation Diagram - Sewer Pump Station --
Traffic Control
49 Sign Schedule & Traffic Control Notes TBD
50 Typical Plans TBD
51 Typical Plans TBD
52 Typical Plans TBD
53 Typical Plans TBD
Task 4. Emergency Response Plan · Additional Services
On December 14, 2004, CITY personnel met with CONSULTANT and developed a revised
approach for the emergency response plan (ERP) to best integrate the water system
emergency plan into the City Emergency Plan (CEMP). CONSULTANT will:
1. Develop the "Miscellaneous Water System Emergencies" Annex section for Volume
2. This will include restructuring the Water Shortage Plan to fit into the CEMP
Annex format within this " Miscellaneous" section. Other annex additions will
include "Water Contamination" and "Destruction Failure of the water system ". This
task will include a few phone calls with Steve and Dan to make sure what we're
developing is exactly what the CITY needs.
2. Develop the "Miscellaneous Water System Emergencies" checklist for Volume 3.
3. Provide emergency forms to include in Volume 5.
4. Add points related to water emergencies to existing Annexes in Volume 2.
5. Add checklist for the water system into existing checklist section in Volume 3.
All items will follow the existing CEMP format as closely as possible. Deliverables will be
provided electronically and will be discussed at a workshop at the City to be held on April
1, 2005. If changes need to be made following the workshop, these will be provided
electronically by CONSULTANT on April 15, 2005.
N IPROJECTSI04-11 CH2M HILL AGREEMENTlAMENDMENT NO 1IEXHIBIT A FEB22 VERSION TO GET IT TO PRINT DOC
15
Exhibit B
Amendment NO.1 to Agreement 04-11
Table 1 - Budget for all Tasks
TASK Original Amendment Funding Source
Amount No.1
1. Elwha Dam Removal $71,759.00 $71,759.00 Federal Government,
Mitigation Water Utiliti
2. Phase 2 of Concrete 2002
Cylinder Pipe Replacement $224,160.00 $224,160.00 Water/Wastewater
Bond
3. Develop Vulnerability 2005 Water Utility
Assessment-Related Capital $15,423.00 $15,423.00 Budget
Improvement Program
4. Emergency Response $14,436.00 $19,436.00 2004 & 2005 Water
Plan Utility Budget
5. Fairmount Pump Station $28,581.00 $28,581.00 2004 Water Utility
Construction Support Budget
6. Update Scope and $3,663.00 $3,663.00 2005 Water Utility
Budget for Water Projects Budget
7. Other Services as $59,978.00 $59,978.00 Varies
Directed
8. West UGA Utilities NA $419,059.002 Utilities3
Total $418,000.00 $842,059.00
-I
- Reimbursement of some, but not all, of the costs to be provided by the federal
government
2 _ Total CONSULTANT budget for Task 8 is $470,504. Costs beyond the Task 8
budget of $419,059 up to the total CONSULTANT budget for Task 8 will
be paid for from Task 7 Other Services as Directed.
3 _ Funding sources will be the Water, Wastewater and Light Operations funds.
EXHIBIT B
Table 2 - Breakdown of Cost for Task 8
Task Number
Task Name
Price
Task 1 Prelimnary Work
1 1 Obtain Background Information $2,188
1 2 Field Survey & Investigation $41,235
1 3 Prepare Base Maps $4,548
1 4 Agency Coordination $7,916
Task 2 Predesign
2.1.1 Prelimmary Surge AnalysIs $14,957
2.2 1 Collect and Review Available Data $2,970
2.2.2. Field Exploration and Laboratory Testmg $9,044
2.2.3 Prepare Geotechnical Report $5,113
23.1 Water system design requirements $19,718
2.3.2 Sewer system design requirements $13,982
2.4.1 Pipeline Predesign $13,886
2.4 2 Pump Station Predesign $19,767
2.4 3 Predesign Opinion of Cost $4,543
2.4 4 Prepare Predeslgn Report $14,381
2.4.5 City & Agency Review $8,494
2.4 6 Permits & Documentation $0
Task 3 Prepurchase Services
31 Prepurchase Contract Preparation $9,707
Task 4 Final Design
41 Final Surge Analysis $4,569
4.2 Drawings $153,570
4.3 Technical Specifications $46,357
44 Project Manual $31,554
4.5 Construction Cost Estimate $14,435
4.6 Workshop $4,467
4.7 Fmallze Project Manual $18,228
4.8 Assistance Durring Bidding $4,875
TOTAL
$470,504
. '
Exhibit C
Amendment No 10 CH2M HIli Agreement, 04-11
Task 8
Estimated Project Schedule
Feb-05
Mar-05
Apr-05
May-OS
Jun-05
Jul-05
Aug-05
Sep-05
Oct-05
Nov-05
Subtask 1 Prehmnary Work
1 1 Obtain Background Information -
12 Field Survey & Investigation
13 Prepare Base Maps . -
14 Agency Coordination
Subtask 2 Predesign
211 Preliminary Surge AnalysIs
22 Geotechnical
221 Collect and Review Available Data -
222 Field Exploration and Laboratory Testing
223 Prepare Geotechnical Report
231 Water system design requirements
232 Sewer system design reqUirements
241 Pipeline Predeslgn
242 Pump Station Predeslgn
243 Predeslgn OpInion of Cost -
244 Prepare Predeslgn Report
245 City & Agency Review -
246 Permits & Documentation
Subtask 3 Prepurchase Services
31 Prepurchase Contract Preparation
Advertise for Prepurchased Matenal --
Prepurchased Matenal Delivery 41 t
Subtask 4 Final Design
41 Final Surge AnalysIs -
42 Drawings
43 Technical Specifications
44 Project Manual
45 Construction Cost Estimate -
46 Workshop .
47 Finalize Project Manual -
Agency Review
48 Assistance Durnng Bidding
Award .
Construction
Start-up ..
6.ltJq~-3
AMENDMENT NO.2 TO THE
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN THE
THE CITY OF PORT ANGELES
AND
CH2M Hill, INC.
PROJECT 04-11
THIS AMENDMENT NO.2 is made and entered into this J'fI;A. day of ,
2005, by and between THE CITY OF PORT ANGELES, a non-charter code city 0 State of
Washington, (hereinafter called the "CITY") and CH2M Hill, Inc., a Florida Corporation
(hereinafter called the "CONSULTANT").
WHEREAS, the CITY entered in to an AGREEMENT with the CONSULTANT on October 19,
2004, (the AGREEMENT) which was amended on February 25, 2005 and
WHEREAS, the CITY desires to amend the AGREEMENT to revise the Scope of Work,
Budget, and Time of Performance
NOW, THEREFORE, in consideration of the representations and the terms, conditions,
covenants and agreements set forth in the original AGREEMENT and this AMENDMENT, the
parties hereto agree as follows:
I.... REVISED SCOPE OF WORK
The revised scope of professional services to be performed and the results to be achieved by
the CONSULTANT shall be as detailed in the attached Exhibit A and shall include all services
and material necessary to accomplish the work.
" TIME OF PERFORMANCE
The work for all Tasks shall be completed by October 31,2006. The schedule for completion
of each task shall be as detailed in Exhibit D.
III MAXIMUM COMPENSATION
The CONSULTANT'S total compensation and reimbursement are stated in the attached
Exhibit C. The budget for any Task may be further adjusted by mutual agreement without an
amendment to the Agreement, as long as the maximum compensation amount of $904,531.00
is not exceeded.
Amendment No. I to CH2M HilI Agreement, 04-11
Page I of2
IV SIGNATURES
Except as modified herein, the original Agreement and its Exhibits shall remain in effect.
In WITNESS THEREOF, the parties hereto have executed this Amendment No.2 to the
Agreement as of the day and year first written above.
CI
CONSULTANT:tl ~---
Nil \~ 5\-,-\0\
Vlvz... ~~~~
TITLE:
;ZPR VED AS TO FORM: /
- ( ~
~/ \- ?/
CITY A TIORNEY
ATTEST:
l ;' (
/
"
~ :) ,\ \.. ....
Amendment No 1 to CH2M HIll Agreement, 04-11
Page 2 of2
Exhibit A
Scope of Work
Task 9 - General Sewer Plan Amendment
CH2M HILL (CONSULTANT) agrees to furnish the City of Port Angeles (CITY) the
following services, as described herein, per the Agreement for Professional Services, Project
04-11 (Agreement).
The budget for each of the subtasks described in this Scope of Work is presented in Exhibit
C. The budget presented in Exhibit C includes labor costs and expenses related to project
management, accounting, and other associated overhead expenses. These costs are included
as part of the cost of each subtask and are not itemized separately. The subtask budget
subtotals are presented to identify the focus and level-of-effort among the project work
elements and are not intended to be contractually-binding limits. Managing to the overall
project total shall be accomplished in recognition that some task budgets may be exceeded
while others may be more than adequate to cover CONSULTANT's costs.
OVERVIEW
A major industrial facility (lumber mill) is being constructed outside of the current water
and sewer service boundary. To serve this new industry with urban services, an extension
of utilities beyond the current City limits to the west along U.S. highway 101 is required.
While the industry is outside of the current sewer service area, it is located inside the CITY's
western Urban Growth Area (UGA). This scope of work addresses the need to amend the
CITY's General Sewer Plan, or the sewer portion of the existing Facility Plan, to include the
western Urban Growth Area (UGA) that was not considered in the existing Plan's sewer
service area. The western UGA is shown in Exhibit B, attached herein. The major elements
of the work include the following:
. Develop sewer service alternatives for the western UGA
. In coordination with the CITY, develop projected sewer flow and loads
. Determine the preferred alternative and any potential phasing
. Determine downstream upgrades, if required, in the existing sewer system
. Include the current West UGA utility extension as part of the overall sewer service
scheme for the new service area
Treatment adequacy will not be addressed in the amendment. The current Facility Plan will
be referenced concerning treatment capacity.
SCHEDULE
Schedule is of paramount importance on this project. The CONSULTANT will need to have
the amendment completed and submitted to Ecology approval prior to construction starting
on the West UGA utility extension. This fast track schedule requires a number of items to be
successful. These items are as follows:
1. CITY will provide information concerning existing sewer system capacity
2. Ecology approval will be completed prior to construction completion
3. Other information required by CONSULTANT will be readily available upon
reasonable request
Subtask 1. Planning Work
1.1 Obtain Background Information
CONSULTANT shall coordinate with CITY staff to obtain background information
necessary for the execution of this scope of work. The CITY will provide CONSULTANT
with copies of the most current information related to sewer as defined herein. CITY shall
provide CONSULTANT with any future industrial flow and loads that are anticipated in
the service area.
1.2 Develop projected sewer flow & loads
CONSULTANT shall develop projected sewer flow and loads for the new service area.
Sewer flows will be based on Department of Ecology criteria and planning information
provided by the City. Sewer flow and loads will be broken down by sub-basins in the new
sewer service area. CONSULTANT shall develop sub-basins for the new service area based
on GIS mapping from the CITY.
CITY shall provide up to date planning information including land use and density
information. CITY shall also provide existing population and projection information.
Product Technical memorandum, with service area map, identifying projected flows and
loads.
1.3 Develop sewer service alternatives
CONSULTANT shall develop potential service alternative for the new service area. Each
sewer service alternative shall include facility location map and preliminary cost estimate.
Sewer facilities shall be placed in the right-of-way unless the CITY directs the
CONSULTANT to place potential facilities on potential future easements or rights-of-way.
Sewers will not be deeper than 20 feet. Alternative collection systems (i.e. STEP, Vacuum,
Variable Grade, etc.) will not be considered in the development of alternatives.
CITY shall identify preferred connection points for the new service area. CITY shall provide
guidance for potential easement and future right-of-way routes for sewer alternatives.
Product Map showing sewer service alternatives. Preliminary cost estimates for each
alternative.
1.4 Determine downstream impacts
CONSULTANT shall determine if there are potential downstream impacts based on the
alternatives developed in Subtask 1.3. Costs will be developed for upgrades, if necessary,
for each sewer service alternative. It is assumed that no modeling will be required for this
task. The CITY should be able to identify available sewer capacity with existing sewer
model information. Model will not be used to identify upgrades.
C \DOCUMENTS AND SETIINGS\CHALVERS\LOCAL SETIINGS\TEMPORARY INTERNET FILES\TASK 9 EXHIBIT A - SCOPE OF WORK FINAL VERSION DOC 2
CONSULTANT shall identify flows that will be delivered to the existing sewer system. The
information shall be provided to Brown & Caldwell. CITY shall work with Brown &
Caldwell to determine the downstream impacts and return the information to the
CONSULTANT.
Product Map showing impacted sewer segments (and pump stations) for each of the sewer
alternatives. Costs estimates for existing sewer system impacts.
1.5 Identify preferred alternative
CONSULTANT shall conduct a workshop with the CITY to review the various sewer
service alternatives and the associated costs. CITY shall identify a preferred alternative for
inclusion into the plan. CONSULTANT shall expand on the preferred alternative to meet
the plan requirements. A final planning level cost estimate will be prepared. CITY will
have input on projected installation of the sewer improvements. A financial analysis will
not be completed for this amendment. It is assumed that the capital improvement plan for
this area will be driven by growth and development.
Product Workshop with CITY
Subtask 2.
Document Preparation
2.1 General Sewer Plan Amendment Requirements
CONSULTANT shall include the following required items in the amendment:
. The purpose and need for the proposed amendment.
. Statement that the CITY shall own, operate, and maintain the new sewer system.
. The existing and amended service boundaries.
. A layout map, including the following:
- Boundary lines of CITY limits.
- Applicable existing sewers and areas served by each.
- Proposed sewers and areas proposed to be served by each.
- Applicable existing and proposed pump stations and force mains.
- Topography and elevations of the new service area.
. Information on streams, other bodies of water, wetland and sensitive areas.
. Information on water systems.
. Population trends and methods used to determine those trends.
. Information on existing wastewater facilities in the area.
. Reference the existing facility plan for the required discussion on the provisions for
treatment, discharge, and reuse.
. Information on facilities producing industrial wastewater in the new service area
. Information on existing wells or other water supply sources in the new service area.
. Discussion of alternatives evaluated and alternative chosen.
. Information on proposed cost and potential impact to rates/fees.
. Statement regarding compliance with SEP A
C'IDOCUMENTS AND SETTINGSICHALVERS\LOCAL SETTINGSITEMPORARY INTERNET FILESITASK 9 EXHIBIT A - SCOPE OF WORK FINAL VERSION DOC 3
CITY shall prepare SEP A checklist and complete SEP A process. CITY shall provide
CONSULTANT with copy of SEP A checklist and associated DNS or mitigated DNS
2.2 Publish Plan
CONSULTANT shall prepare a draft for CITY review, a final draft for submission to
Ecology, and final document.
Products. 3 copies of draft document, 6 copies of final draft (3 for Ecology, 3 for City), and 8
copies of final along with one camera ready copy for future copies to be printed by City.
Subtask 3. Review and Approval
3.1 Coordination with Ecology
CONSULTANT shall meet with Ecology to confirm the approach in this scope of work and
upon submission of the document. After Ecology review, CONSULTANT shall address
reasonable comments and revise the document as necessary.
Products. meeting minutes
3.2 Review and Adoption by CITY
CONSULTANT shall present draft and final documents to CITY. A meeting will be
established with CITY staff to review draft document. Meeting shall be located at the CITY.
CITY shall review document and return written comments to the CONSULTANT.
CONSULTANT shall address comments to the satisfaction of the CITY prior to preparation
of the final draft. CONSULTANT shall be present at CITY council during plan adoption
process.
Products. meeting minutes
C IDOCUMENTS AND SETTINGSICHALVERSILOCAL SETTINGSITEMPORARY INTERNET FILESITASK 9 EXHIBIT A - SCOPE OF WORK FINAL VERSION DOC 4
EXHIBIT B
D
N
5,700
Feet
Sewer
Planning
Area
~~").lt.>D~
~~"NA-{);iJ,i9j
Port Angeles Urban Growth Area Map,,:
(
l~ /,
s,;,-;.., Rd ,,':IS,
,/ ,:!J'S'
, (!."~
Tr E; {lfnette Rd J
I ~ L ,_~!,,~th Rd. Ga~l l'
18 Mariah Winds Wy. '-' 7" g'
~~_ I 0:
II .~ ';'H~:~I
, -,_._;sl \
OraperRd ' ::;1 (
-1 IL ')}_
~j
Legend
City & UGA Limits
~oIPA
!!~::;;Urtlan Growlh
C \DOCUMENTS AND SETTINGSICHALVERSILOCAL SETTINGSITEMPORARY INTERNET FILESITASK 9 EXHIBIT A - SCOPE OF WORK FINAL VERSION DOC 5
EXHIBIT C
Budget for Task 9
Task Number
Task Name
Price
Task 1 Planning Work
1.1 Obtain background information $1,969
1.2 Develop projected sewer flow & loads $2,945
1.3 Develop sewer service alternatives $15,592
1.4 Determine downstream impacts $6,595
Task 2 Document Dreparation
2.1 General Sewer Plan requirements $9,009
2.2 Publish Plan $10,876
Task 3 Review and ApDroval
3.1 Coordination with Ecology $2,322
3.2 Review and Adoption by City $3,817
TOTAL
$62,472
File Name: Exhibit D
Page 1 of 2
Date Printed' 5/3/2005
Task 1
1.1
1.2
1.3
1.4
1.5
Task 2
2.1
2.2
Task 3
3.1
3.2
EXHIBIT 0
May-05
Jun-05
Jul-05
Aug-05
Sep-05
5. ~q~-'f
AMENDMENT NO.3 TO THE
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN THE
THE CITY OF PORT ANGELES
AND
CH2M Hill, INC.
PROJECT 04-11
THIS AMENDMENT NO.3 is made and entered into this ~ day of ~I...~'
2005, by and between THE CITY OF PORT ANGELES, a non-charter code city of'tlle State of
Washington, (hereinafter called the "CITY") and CH2M Hill, Inc., a Florida Corporation
(hereinafter called the "CONSULTANT").
WHEREAS, the CITY entered in to an AGREEMENT with the CONSULTANT on October 19,
2004, (the AGREEMENT) which was amended on February 25,2005 and May 17, 2005,
(collectively referred to as "the AGREEMENT") and
WHEREAS, the CITY desires to amend the AGREEMENT to amend the Scope of Work,
Budget, and Time of Performance
NOW, THEREFORE, in consideration of the representations and the terms, conditions,
covenants and agreements set forth in the original AGREEMENT and this AMENDMENT, the
parties hereto agree as follows:
AMENDED SCOPE OF WORK
The amended scope of professional services to be performed and the results to be achieved
by the CONSULTANT shall be as amended by adding to the Scope of Work in the attached
Exhibit A. The work described in Exhibit A shall include all services and material necessary to
accomplish the work.
II TIME OF PERFORMANCE
The work for all Tasks shall be completed by October 31,2006. The schedule for completion
of tasks 1-9 remain unchanged, and for task 10 corresponds to the construction schedule for
the West UGA Utilities Extension project, scheduled for completion by November 18, 2005.
III MAXIMUM COMPENSATION
The CONSULTANT'S total compensation and reimbursement are stated in the attached
Exhibit B. The budget for any Task may be further adjusted by mutual agreement without an
amendment to the Agreement, as long as the maximum compensation amount of $993,087 is
not exceeded.
Amendment No 3 to CH2M HIli Agreement, 04-11
Page 1 of2
IV SIGNATURES
Except as modified herein, the original Agreement and its Exhibits shall remain in effect.
In WITNESS THEREOF, the parties hereto have executed this Amendment NO.3 to the
Agreement as of the day and year first written above.
CITY OF PORT ANGELES:
CONSULTANT:
~JJ) ~y- \ill> f,....,.wt
TITLE: Mic.l1o.t1 1>~v\~1 V iu. r("~~\dW
;Z:S;FO;G
CITY ATTORNEY
ATTEST:
61"'_~ . J ~^
CITY CLE' -
Amendment No.3 to CH2M HIli Agreement, 04-11
Page 2 of2
Exhibit A
Scope of Work
Task 10 - West UGA Utility Extension
Services during Construction
CH2M HILL (CONSULTANT) agrees to furnish the City of Port Angeles (CITY) the
following services, as described herein, per the Agreement for Professional Services, Project
04-11 (Agreement). Except as modified herein, the original Agreement and Scope of Work
shall remain in effect.
The budget for each of the subtasks described in this Scope of Work is presented in Exhibit
B. The budget presented in Exhibit B includes labor costs and expenses related to project
management, accounting, and other associated overhead expenses. These costs are included
as part of the cost of each subtask and are not itemized separately. The subtask budget
subtotals are presented to identify the focus and level-of-effort among the project work
elements and are not intended to be contractually-binding limits. Managing to the overall
project total shall be accomplished in recognition that some task budgets may be exceeded
while others may be more than adequate to cover CONSULT ANT's costs.
In some cases the scope of the subtask is easily definable, as is the case with Subtasks 10.1,
10.4, 10.5, and 10.6, and is budgeted in recognition of that clarity. In other cases, the scope
of the subtask is difficult to determine, as is the case with Subtasks 10.2, and 10.3, and the
budget for these subtasks are allowances based on best-guess estimates. Thus, the scope of
Subtasks 10.2, and 10.3 is directly related to budget availability.
Task 10. Services during Construction
CONSULTANT and the CITY acknowledge that CITY staff shall provide construction
management and observation services for the construction phase of the project.
CONSULT ANT's role during construction shall be limited to providing assistance to the
CITY as described in the following subtasks. CONSULTANT shall provide assistance and
input, as requested by CITY staff, to CITY staff.
10.1 Preconstruction Meeting
CONSULT ANT's senior engineer or construction manager shall attend and participate in
the preconstruction meeting. CITY staff shall schedule and facilitate the meeting as well as
prepare meeting minutes.
10.2 Shop Drawing Review
CONSULTANT shall review and comment on quality assurance and technical shop
drawing submittals. Administrative, contract close-out, training, and other submittals,
certifications, and permits shall be addressed by CITY staff. CITY staff shall provide two
copies of shop drawing submittals to CONSULTANT for review and comment.
CONSULTANT shall return one of the copies of the reviewed shop drawing submittals to
the CITY for its transfer of comments to other copies of shop drawings and subsequent
distribution to specified entities. CONSULTANT shall retain the other copy of the shop
drawing for its records and subsequent use in review of re-submittals. The budget for this
subtask is based on an allowance to be expended as directed by the CITY for review of pre-
purchased equipment submittals, time critical submittals as defined in the project manual,
and other shop drawings to the extent permitted by the budget.
10.3 Technical Assistance
During the course of the construction project, CONSULTANT and the CITY acknowledge
that technical questions and issues will arise that require input and assistance from
CONSULTANT. Such input and assistance is expected to include clarification of drawings
and specifications as well as preparation of documentation to support change orders that
may be developed by the CITY. Where written input is requested by the CITY,
CONSULTANT's input and assistance shall be documented by email. The budget for this
subtask is based on an allowance to be expended as directed by the CITY.
10.4 Weekly Construction Meetings
CONSULTANT and the CITY acknowledge that there is value in having a senior engineer
from the CONSULTANT's design team attend the weekly construction meetings. The
CONSULTANT's senior engineer shall attend every other weekly construction meeting for
the project in person, and shall make a site visit during the same day. The
CONSULT ANT's senior engineer shall attend the other weekly construction meetings via
teleconference. CONSULTANT shall prepare and submit to designated CITY staff person a
brief, one-page memorandum summarizing CONSULTANT's observations during the site
visit as well as recommendations (if necessary). The budget for this subtask is based on a
total of 14 construction meetings, seven in person and seven by phone.
10.5 As-Directed Site Visits
CONSULTANT and the CITY acknowledge that there will be times during construction
when on-site attendance and assistance of CONSULTANT will be necessary beyond the
weekly construction meetings. CONSULTANT shall conduct such site visits, as requested
and directed by CITY staff. CITY staff shall provide notice to CONSULTANT of the need
for such site visits as early as possible to allow CONSULTANT to make the necessary
schedule adjustments. CONSULTANT shall prepare and submit to designated CITY staff
person a brief, one-page memorandum summarizing CONSULTANT's observations during
the site visit as well as recommendations (if necessary). The budget for this subtask is based
on a total of four site visits.
10.6 Record Drawings
CONSULT ANT shall prepare record drawings for the construction project based on a single
set of full-size marked-up design drawings prepared by contractor and further marked-up
and revised by CITY staff. Comments and mark-ups to CONSULTANT shall be prepared in
red ink or pencil ready for revision by CONSULTANT's technician. CONSULTANT shall
revise design drawings to create the record drawing set. Preparation of additional drawings
is not anticipated and is not budgeted. A single 11" x 17" set and a single full-size (22" x
34") set of record drawings (both sets to be paper hardcopies) shall be prepared by
CONSULTANT and submitted to the CITY along with the electronic Autocad drawing files.
2
Exhibit B
Budgets for Each Task in Agreement 04-11
Amendment No.3
TASK (Amendment No.) Amount Thru Amendment
Amend. No.2 No.3
1. Elwha Dam Removal Mitigation $71,759 $71,759
2. Phase 2 of Concrete Cylinder Pipe $224,160 $224,160
Replacement
3. Develop Vulnerability Assessment-Related $15,423 $9,430
Capital Improvement Program
4. Emergency Response Plan $19,436 $20,928
(Amendment 1)
5. Fairmount Pump Station Construction $28,581 $6,163
Support
6. Update Scope and Budget for Water $3,663 $3,663
Projects
7. Other Services as Directed $59,978 $19,165
8. West UGA Utilities (Amendment 1) $419,059 $495,220
9. General Sewer Plan Amendment for West $62,4 72 $62,472
UGA (Amendment 2)
10. WUGA Construction Support Services NA $80,127
Total $904,533 $993,087