Loading...
HomeMy WebLinkAbout5.5452 Original Contract J r t, 5. 5<152 AMENDMENTNO.2TOTHE AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE THE CITY OF PORT ANGELES AND CH2M Hill, INC. RELATING TO THE CITY'S WATER SYSTEM #00-28 THIS AMENDMENT NO.2 TO THE AGREEMENT between THE cry:y OF PORT ANGELES, a non-charter code city of the State of Washington, (hereinafter called the "CITY") and CH2M Hill, Inc., ~a Corporatio e ei after ailed the "CONSULTANT") is made and entered into this day of , 2003. WHEREAS, the CITY entered into an AG EEMENT with the CONSULTANT on August 30, 2000,and WHEREAS, on April 3, 2002 the parties amended the AGREEMENT to revise the Scope of Work, Budget, and Time of Performance, WHEREAS, the CITY desires to further amend the AGREEMENT to revise the Scope of Work, Budget, and Time of Performance, NOW, THEREFORE, in consideration of the above representations and the terms, conditions, covenants and agreements set forth in the original AGREEMENT, AMENDMENT NO.1 TO THE AGREEMENT, and this AMENDMENT NO.2, the parties agree to amend the original AGREEMENT by making the following changes: 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 A2 and shall include all services and material necessary to accomplish the work. II TIME OF PERFORMANCE The work shall be completed by August 31,2004. III MAXIMUM COMPENSATION The CONSULTANT'S total compensation and reimbursement under the original Agreement and Amendment Nos. 1 and 2 to the Agreement, including labor, direct non-salary reimbursable costs and outside services, shall not exceed the total and subtotals for the tasks .' . as set forth in the attached Exhibits B3 and B4. Amounts budgeted for each task may be adjusted by mutual agreement without an amendment to the Agreement, as long as the maximum compensation amount of $921,726.00 is not exceeded. IV SIGNATURES Except as modified in this Amendment No.2 to the Agreement, the original Agreement, Amendment No. 1 to the Agreement and their 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. CITY OF PORT ANGELES: ~;,~ ~AYOR CONSULTANT: APPROVED AS TO FORM: ~ ~SON, CITY ATTORNEY ATTEST: b~.J~1l BECKY U ITY ERK N:\PROJEC'fS\20-28\CONTRACT\Amendment No 2.doc '. Exhibit A2 Scope of Work ;' CH2M HILL (CONSULTANT) agrees to furnish the City of Port Angeles (CITY) the following services, as described herein, which are hereby amended to the existing Agreement for Professional Services, dated August 30, 2000 (Agreement). Except as modified herein, the original Agreement and Scope of Work (Exhibit A) shall remain in effect. Summary The revised scopes for Tasks 1 through 8 are described below. In general, the only revision to the previously amended scope of work are: 1) the addition of the Spruce Street Pump and Pipeline project (Task 8), 2) additional scope for the Elwha Dam Removal Mitigation task (Task 1), and 3) additional funding provided for the Directed Services task (Task 6). Note that Tasks 2, 3, and 5 are now complete, Task 4 is left unchanged from previous scoping, and Task 7 is currently on hold. The amended budgets for Tasks 1 through 8 of the Agreement, are presented in the attached Exhibit B3. A summary of task budgets and their modification are presented in Exhibit B4. Task 1. Elwha Dam Removal Mitigation The scope of services presented for this task is anticipated to cover the remainder of the planning/preliminary design phase of the Elwha Dam Removal Mitigation project and extend into the design phase to the extent funded by the budget presented. Per the current project schedule, the planning/preliminary design phases will be completed by the end of 2003. Design is anticipated to extend throughout much of 2004. 1.1 Monthly Mitigation Meetings Participation in the "monthly" meetings 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 12 in recognition of the fact that the actual frequency of meetings may only once very other month. 1.2 Planning Meeting Participation CONSULTANT shall prepare for, attend, and participate in periodic planning meetings that include the federal government, its consultants, CITY staff, and others. Budget for this task is based on preparation and attendance by two CONSULTANT staff persons. The number of such planning meetings, their location, and their duration is undetermined at this time, but is estimated to be 3 such meetings of one-day duration each (2 hours each for preparation), with each meeting assumed to be held in Seattle. 1.3 VST Participation CONSULTANT shall participate in Value Study Team (VST) activities for the municipal and industrial treatment systems. A total of 6 VST sessions are budgeted as part of this amendment. 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 review activities in Denver, Colorado (48 hours per VST session), and associated expenses for VST participation. 1.4 Project Report Review At the direction of the CITY, CONSULTANT shall review work products, including but not limited to the Project Report for the municipal water treatment plant, prepared by the federal government and its consultants. The budget for this task is an allowance based on reviews by CONSULTANT's project manager with selective input and partial review by other appropriate CONSULTANT staff. 1.5 Undefined Elwha Assistance During the course of the planrring phase of the Elwha Dam Removal Mitigation project, assistance in addition to that described herein for Task 1 is expected but cannot be specifically 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 and opinions to the CITY or other groups. The budget for this task is based on an allowance. Task 2. GWI Compliance Assistance Task 2 is complete. Task 3. Black Diamond Improvements Task 3 is complete. Task 4. Peabody Heights Floating Cover The scope and budget for Task 4 remain as previously defined. 2 Task 5. Water System Plan Update Task 5 is complete. Task 6. Directed Services Similar to the scope and budget for this task, as described in the original Agreement, 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. No change is made to the scope for Task 6. Task 7. New High Zone Reservoir Task 7 is currently on hold. Task 8. Spruce St. Pump Station and Pipeline Improvements This task includes the design of a pump station to replace the existing Spruce Street pumps that supply water to the existing Fairmount subzone. Design work will begin as soon as CITY-provided information related to base-mapping and flow-metering is available, which is expected to be in July 2003. Design work is expected to extend into fall of 2003 with bidding of the construction contract to follow soon thereafter. The new pump station will supply water to the existing subzone as well as its expanded boundaries to the south. In addition to the pump station, new connecting pipe across US Highway 101 to the south will be designed to connect services south of the highway to the Fairmount subzone. Because the existing 2D-inch transmission pipeline that will supply the new pump station parallels the new 8-inch distribution main and because it is in need of replacement, a new replacement 2D-inch, ductile iron pipeline will be designed. The following are assumptions for the pump station and pipeline design upon which the design is based: · Technical specifications shall be prepared using Washington State Department of Transportation (WSDOT)j American Public Works Association (APW A) Standard Specifications (latest version adopted by the CITY). · The CITY will prepare the bidding, contract, and Division 1 portions of the Project Manual, make whatever copies are necessary, and distribute them as appropriate. The CITY's will prepare the bid form, identify bid items, and estimate the bid item 3 quantities. CONSULTANT will use the bid form prepared by the CITY to develop the construction cost estimate. · Upon completion of final design, prior to contract bidding, CONSULTANT shall provide to the CITY a single paper copy of both full-size and half-size (11 x 17) design drawings as well as the teChnical specifications. Electronic copies shall also be submitted to the CITY (drawings in Autocad format). · The new pump station will be an above-grade, pre-engineered station designed in conformance with performance criteria established in the Spruce Street Pump Station Project Report. Additional more-detailed design criteria will be specified to match, to the greatest extent appropriate, standards employed by one or more experienced pump station fabricators. The pump station specifications shall require that the Contractor provide all start-up and testing services, including switching over from the existing pump with close-coordination with CITY staff. · Because the permanent site improvements, those primarily associated with the pump station portion of the project, fall below the 5,000 square-feet-Ievel from the Ecology Manual above which a Stormwater Report and Erosion Control and Sedimentation Plan are required, no such report and plan shall be prepared. Also, there are understood to be no requirements for on-site stormwater detention, infiltration, or treatment. · Process piping interior to the pump station shall be coated/lined, welded steel. · The pipe material for the new 20-inch transmission main will be Class 52 ductile iron in conformance with WSOOT specifications. · The pipe material for the new distribution main will be mostly 8-inch Class 52 ductile iron with a short section of 12-inch Class 52 ductile iron. · The CITY will prepare a surveyed base map for the project (including survey control and bench-mark(s), locate existing utilities (including, but not limited to the existing . 2D-inch transmission and smaller distribution water mains), and provide soil resistivity data (for corrosion design purposes). The CITY will submit the surveyed base map in Autocad format. · The CITY will provide standard details for surface restoration, pavement restoration, air/vacuum valves, blow-off valves, and trench details in Autocad format. · The CITY will provide landscaping requirements, if any, including plant species and seed types. · The CITY will obtain whatever right-of-way (permanent or temporary) rights needed for the project, and will purchase property of the pump station if such property is deemed necessary. · The CITY will coordinate with Washington State Department of Transportation and obtain all rights and permits required to construct the two new pipelines across US Highway 101. CONSULTANT's involvement in said coordination will be limited to the provision of preliminary and final design drawings for the CITY's use. 4 · The CITY will obtain and pay for all other permits required for the project, including the building permit for the pump station, unless the CITY desires that this be required of the Contractor per the Project Manual. · The CITY will identify traffic control requirements for crossing US Highway lOI. · Necessary valve closures, connection to the existing system, flushing, pressure testing, and disinfection will be required of the Contractor in coordination with CITY staff. · No wetland or sensitive areas exist in the project area. · Undertake the design in Autocad and provide final design files to the CITY. 8.1 Complete Project Report The scope of this sub task will be finalized once metering work is completed by the CITY and the information given to CONSULTANT for pump sizing, etc. The budget for this subtask will be drawn from the Task 6, Directed Services, budget. 8.2 Receive CITY-Supplied Surveying, Utility-Locate, and Corrosion Information As stated in the assumptions above, the CITY will provide a surveyed base map in Autocad format. This task is limited to receiving the electronic file(s), translating them if necessary to CONSULTANT's Autocad software standard, and preparing them for use as base mapping. 8.3 Geotechnical Geotechnical data related to the ground under the pump station is required to ensure a suitable foundation design. The same information is required of the pipeline portion of the project. CONSULTANT will review readily available existing geological and soils information for the project area. CONSULTANT will conduct a I-day site visit to excavate up to 4 test pits along the pipeline route to assess conditions (the CITY will obtain and pay for any permits that may be necessary for this task). The CITY and CONSULTANT agree that the CITY will provide the backhoe and backhoe operator for digging the test pits. CONSULTANT will undertake grain-size distribution analysis of samples collected from the test pits. CONSULTANT shall prepare a brief geotechnical data report, which will include a site plan showing the location of test pits, that will enable the project to be bid equitably and designed suitably. The geotechnical data report, which will be made available by the CITY to bidders during the bid period, will not include design recommendations. Recommendations for design resulting from the geotechnical investigation will be provided internally for CONSULTANT's use in the design and submitted to the CITY by email. 5 8.4 Site/Civil Prepare a site plan for the pump station. The site plan shall display requirements for access improvements, surface restoration, and yard piping. Associated site/ civil details will be prepared. Associated site/civil specification(s) will be prepared for improvement requirements that cannot be effectively presented on the drawings. Requirements for erosion and sediment control, as well as site drainage, for the pump station shall be shown on the site plan. 8.5 Structural/Architectural The pre-engineered pump station structure will be specified to meet certain performance requirements and design criteria developed by CONSULTANT and provided as standard options by one or more design/fabricators of the pump station. The structure will be required to be designed and PE-stamped by a registered engineer in Washington State. The PE-stamped shop drawing design submittal will be used by the CITY to obtain a building permit. The contractor shall be required to make whatever modifications are necessary and address whatever design requirements are necessary to obtain the building permit; however, CITY staff will coordinate submittal of those documents to the permit department and will pay the cost of the building permit. No structural design drawings or details will be prepared; however, architectural elevations and will be prepared on a single drawing to demonstrate the required, general pump station configuration. Some design latitude will be allowed for the pump station structure to: 1) ensure competition among potential pump station fabricators, 2) maximize the benefits associated with employing the use of standard design criteria of potential pump station fabricators, and 3) avoid the cost of designing the pump station twice (by CONSULTANT and the pump station fabricator). 8.6 Process Mechanical The system of piping, valving, and pumps required for the pump station shall be designed and presented in a pump station plan and details. Two design drawings are anticipated for this purpose. Associated pipe, valve, pump, and appurtenant specifications will be prepared. Some latitude will be allowed for the layout/configuration of the process mechanical system as long as it meets the spirit and intended functionality of the layout/ configuration provided. The specification shall be prepared so that approval of any deviations from the layout/configuration provided will be granted at the CITY's discretion. 8.7 HV AC Heating, ventilation, and cooling (HV AC) requirements for the pump station will be specified. Some key equipment items shall be located and shown schematically on the process mechanical plan drawing but detailing of HV AC features and equipment will be minimized - requiring detailed system design by the pump station fabricator. 6 8.8 Electrical Electrical requirements fQr the pump station, including connection to the CITY grid, requirements for the engine generator, and other electrically-powered systems will be presented on a pump station electrical plan of the pump station. Conduit and wiring runs within the pump station, as well as lighting plan, will be left to the pump station fabricator to design; however, wiring and conduit runs exterior to the pump station will be shown on an electrical site plan. Electrical details will also be presented on the drawings. Electrical requirements that cannot be adequately presented on the drawings will be specified. The engine generator will be specified and located on the electrical plan but will not be detailed on the drawings. 8.9 Instrumentation and Control Instrumentation and control requirements for the pump station shall be specified and their location shown on the electrical plan drawing. Functional control requirements of the pump station will be defined to enable programming of the programmable logic controller (PLC) by the pump station fabricator's system integrator (51). 5 & B, Inc. will be identified as the recommended 51 (similar to the Black Diamond Reservoir Improvements Project) because of their knowledge of the CITY's SCADA system and standardized PLC-based remote telemetry units (RTUs). A PLC-based RTU similar to those previously provided by 5 & B will be specified. CON5ULTANT will contact 5 & B to obtain specification language and drawings. Based on prior communication with S & B, no payment for this service is anticipated to be necessary. A process instrumentation and control diagram (P&ID) will be prepared to describe system requirements. 8.10 Pipeline Plan and Profile Drawings and Details Plan and profile drawings will be prepared for the approximately 1,100 linear feet of 2D-inch transmission pipeline to be designed. These drawings will be prepared at 1"=20' scale based on full-size drawings and 1"=40' scale based on half-size drawings (11" x 17"). The approximate location and depth of existing utilities located by the CITY will be shown in plan and profile, respectively, based on data provided by the CITY. The existing 2D-inch concrete cylinder transmission line will be shown in its approximate location based on CITY pot hole information and RW Beck record drawings. The smaller-diameter distribution mains designed as part of this project will also be shown on the plan and profile drawings. The location of appurtenant line valves, air/vacuum valves, and blow-off valves, as well as connection to the existing pipelines, will also be shown. Details of these appurtenances will be presented as separate details, using the electronic drawing information provided by the CITY. 7 8.11 Pipeline and Appurtenant Specifications The 20-inch, 12-inch, and 8-inch pipelines exterior to the pump station shall be specified by reference to CITY standards. Specifications for valving, fitting, and connection appurtenances for the 20-inch transmission pipeline shall be provided by the CITY from its on-going concrete-cylinder-pipeline-replacement project. CONSULTANT shall prepare other required specifications not provided by the CITY. 8.12 Traffic Control CONSULTANT shall develop a traffic control plan for the project site, in particular, the US Highway 101 crossing. The traffic control plan shall consist of 3 to 5 schematic drawings identifying any detour routes necessary as well as other aspects of how traffic is to be controlled. Modification of the WSOOT specifications is not anticipated. Narrative requirements will be presented as notes on the drawings. The traffic control plan drawings will be able to be used by CITY staff for obtaining the necessary project permits. 8.13 Project Cost Estimate An estimate of the construction contract will be prepared upon completion of the final draft set of drawings and submitted to the CITY. This cost estimate is intended for use by the CITY for budgeting and contract-bidding purposes. As stated in the assumptions, the project cost estimate will be prepared based on the CITY's preparation of the bid form. 8.14 Design Meetings During the course of design, two on-site meetings will be held to discuss the progress of design, present the design at stages of intermediate completion, and obtain input from CITY staff. The timing of such meetings shall be based on mutual consent of CITY and CONSULTANT staff at key stages in design. The meetings will be attended by CONSULTANT's project manager. The two design meetings essentially represent an opportunity for a 50- to 75-percent design review (drawings only) and a 95-percent (final draft of drawings and special provisions to the Standard Specifications). 8.15 Bidding Assistance The CITY will be directing, managing, and undertaking the contract-bidding process; however, consultant shall assist the CITY by addressing questions during bidding, assisting in preparation of addenda, and evaluating the conformance of bids with bidding and specification requirements. Assistance related to this activity will be at the sole discretion and direction of CITY staff and is expected to be minimal. The budget for this task is based on an allowance. 8 8.16 Construction Services CONSULTANT and the CITY acknowledge that CITY staff shall provide construction management services for the construction phase of the project. CONSULTANT'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. 8.16.1 Preconstruction Meeting CONSULTANT's project manager shall attend and participate in the preconstruction meeting. CITY staff shall schedule and facilitate the meeting as well as prepare meeting minutes. 8.16.2 Shop Drawing Review CONSULT ANT 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 subtask 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. 8.16.3 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. 8.16.4 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. 8.16.5 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 9 ...~- 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. 10 Exhibit 83 Revised Task Amounts for Amendment No.2 TASK AMOUNT REVISED TASK THROUGH AMOUNT TASK AMEND. NO.1 (AMEND. NO.2) 1. Elwha Dam Removal Mitigation $59,889 $156,131 Ongoing 2. GWI Compliance Assistance $139,398 $94,668 Completed 3. Black Diamond Improvements $126,934 $126,934 Completed 4. Peabody Heights Reservoir Cover $109,815 $109,815 To be completed by 10/31/03 5. Water System Plan Update $115,648 $115,648 Completed 6. Other Services as Directed $105,455 $155,455 ($75,600 Expended to date, $29,855 remaining before Amend. No.2) 7. New 2.5 MG High Zone Reservoir $52,933 $52,933 On hold 8. Spruce Street Pump Station and nla $110,142 Waterline New Total $710,072 $921,726 11 Exhibit B4 Amended Budgets for Water System Assistance Task Number and Description EXDense Total 1 Elwha Dam Removal 1.1 Monthly Mitigation Meetings $260 $5,028 1.2 Planning Meeting Participation $416 $8,730 1.3 VST Participation $19,989 $68,130 1.4 Project Report Review $455 $9,288 1.5 Undefined Elwha Assistance $254 ~ Elwha Dam...Subtota $21,374 $96,242 . 6 Directed $5,000 $50,001l 8 Spruce Street Pump Station and Pipeline 8.1 Complete Project Report ' $0 $0 8.2 Receive City-Supplied Surveying, Utility-Locate, ... $85 $1,342 83 Geotechnical $819 $5,849 84 Site/CIvil $488 $7,753 8.5 Structural/Arch itectural $611 $10,355 8.6 Process Mechanical $624 $9,670 8.7 HVAC $358 $6,081 8.8 Electrical $787 $12,454 89 Instrumentation and Control $533 $8,373 8.10 Pipeline Plan and Profile Drawings and Details $592 $9,324 811 Pipeline and Appurtenant Specifications $293 $4,376 812 TraffiC Control $384 $6,552 813 Project Cost Estimate $117 $2,110 8.14 Design Meetings $377 ~ Design Subtota $6,064 $87,190 8.15 Bidding Assistance $104 $1,624 8.16 Construction Services , 8.16.1 Preconstruction Meeting $192 $1,509 8.16.2 Shop Drawing Review $675 $7,835 8.16.3 Technical Assistance $234 $4,106 8.16.4 As-Directed Site VISitS $808 $4,291 8.165 Record Drawings ~ ~ Spruce Street Subtota $8,335 $110,142 Total of New, Amended Service $34,708 $256,384 11 BId Award - Waterfront TraIl Fencmg (Cont'd) A ward Contract for Morse Creek TaIlrace Barner Amendment No 2 to the Consultant Agreement WIth CH2M HIll, Contract #00- 28 CONSENT AGENDA: CITY COUNCIL COMMITTEE REPORTS & CALENDAR: CITY COUNCIL MEETING July 15, 2003 was seconded by Councilman Headrick. Mayor Wlggms noted that all of the property lmes are mSlde thIS as an encroachment to the City property Dlfector Connelly responded thIS was a matter of dlscusslOn before the Real Estate Commlttee and, when the deCISIon was reached, a letter was sent to the affected property owners notlfymg them that the placement of the boundary fence, m the City's opmlOn, does not effect the City's use of that property If necessary. Mayor Wlggms mqUlred as to the legal baSIS of that letter and whether It was recorded. Attorney Knutson mdlcated thIS Issue was dIscussed WIth the CouncIl m Executive SesslOn; It can be reVISIted pertment to the strength of the CIty'S legal posltlon on that issue. He contmued thIS IS somethmg that would ultlmately be decIded by a court, the City could have taken a strong stand on the matter dunng negotlatlOn, but the CIty CounCIl determmed It was not that much of a concern as the mtegnty of the traIl would not be Impacted. CounCIlman W llhams asked If the letters would be recorded as a notlce to tltle on the property owners, and Attorney Knutson mdlcated thIS could be dIscussed A vote was taken on the motion, which carried unanimously. 4 Award Contract for Morse Creek Tazlrace Barner DIrector Cutler bnefly revIewed the reqmrement for a taIlrace barner to prevent fIsh from bemg attracted to or delayed m the area where water re-enters Morse Creek ThIS IS bemg done as part of the reactlVatlOn of the Morse Creek HydroelectrIC project Councilman Campbell moved to award and authorize the Mayor to sign a contract with Aldergrove Construction in the amount of $20,648.89 for construction of a tailrace barrier fro the Morse Creek Hydroelectric project. The motion was seconded by Councilman Williams and carried unanimously. Bnef dlscusslOn ensued, and DIrector Cutler mdlcated the constructlOn should be complete by rmd-August Efforts are stlll movmg forward WIth the State and Federal agenCIes on Issues pertammg to the reactlvatlon, WIth a target date of October 1. 5 Amendment No 2 to the Consultant Agreement with CH2M Hzll, Contract #00-28 Dlfector Cutler provIded mformatlon on the proposed amendment to the agreement WIth CH2M HIll for vanous water-related projects. He outlmed the scope of work and answered CounCIl questlOns relatlve to how the budget IS set for negotlated contracts. FIre ChIef McKeen responded to a questlOn pertment to added fIre flow, explammg that It may help the CIty achIeve a lower level on the fire msurance rating Followmg further dlscusslOn, Councilman Braun moved to authorize the Mayor to sign Amendment No.2 to the Consultant Agreement with CH2M Hill in the amount of $211,654.00, for a total contract amount not to exceed $921,726.00. Councilman Williams seconded the motion, which carried unanimously. Councilman Williams moved to accept the Consent Agenda, to mc1ude: I.) City CounClI Mmutes - SpeCial Meetmg of June 25, 2003; 2) CIty CounCIl Mmutes of July 1,2003,3.) ExpendIture Approval LISt - July 4,2003 - $736,490.11,4.) Electromc Payments - July 4, 2003 - $696,62421, 5.) Out-of-State Travel Request for Engmeenng Manager; 6.) Out-of-State Travel Request for City Manager, and 7) Set Pubhc Heanng for ElectrICIty Rate Adjustment for August 5, 2003 City CounCIl meetmg The motion was seconded by Councilman Braun. CounCIlman Braun mqmred as to an expendIture of$5,595 for steel plates for the Elwha Bridge. DIrector Cutler mdlcated the mformatlOn would be forthcommg Also, on Page 43, Paragraph 7, of the July 1 mmutes, Mayor Wlggms noted that publzc sector should be changed to read pnvate sector A vote was taken on the motion, which carried unanimously. Councllmember Rogers mdlcated that Robert Thoms, a new leglslatlve aIde to Senator Cantwell, has been mVlted to a future CouncIl meetmg Councllmember Rogers asked that a letter of follow-up concernmg the HIghway 101 shde be sent to the Department of TransportatlOn, Mayor Wlggms mdlcated that such a letter has been maIled - 11 - ; 6.5</5-1 "" ,. AMENDMENT NO.1 TO THE AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE THE CITY OF PORT ANGELES AND CH2M HILL, INC. RELATING TO THE CITY'S WATER SYSTEM THIS A~N~~ENT NO.1 TO THE AGREEMENT is made and entered into this ~ day- of >Ju ,2002, by and between THE CITY OF PORT ANGELES, a non- charter c de city of the 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 August 30, 2000, 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 above representations and the terms, conditions, covenants and agreements set forth in the original AGREEMENT and this AMENDMENT, the parties hereto agree as follows: 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 1 and shall include all services and material necessary to accomplish the work. II TIME OF PERFORMANCE The work shall be completed by August 31,2003. III MAXIMUM COMPENSATION The CONSULTANT'S total compensation and reimbursement under the original Agreement and Amendment NO.1 to the Agreement, including labor, direct non-salary reimbursable costs and outside services, shall not exceed the total and subtotals for the tasks as set forth in the attached Exhibits B 1 and B2. Amounts budgeted for each task may be adjusted by mutual agreement without an amendment to the Agreement, as long as the maximum compensation amount is not exceeded. IV SIGNATURES Except as modified in this Amendment No. 1 to the Agreement, 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: .. CONSULTANT: ~ J . ~ TITLE: V'-CL-- pre;r ~ APPROVED AS TO FORM: CRA~1~ ATTEST: ~ J4fu^-- BECKY UPTON, CITY CLERK { , , 'N:\PROJECTS\20-28\CONTRACT\Amendment No 1.doc .. , , \ Exhibit A1 Scope of Work CH2M HILL (Consultant) agrees to furnish the City of Port Angeles (City) the following services, as described herein, which are hereby amended to the existing Agreement for Professional Services, dated August 30, 2000 (Agreement). Except as modified herein, the original Agreement and Scope of Work (Exhibit A) shall remain in effect. Summary The revised scopes for Tasks 1 through 6 are described below and reflect any ongoing and/ or anticipated changes in the scope of each Task. Task 7, New High Zone Reservoir, has been added to the Scope of Work and is also described below. The amended budgets for Tasks 1 through 6 of the Agreement, as well as the budget for Task 7, is presented in the attached Exhibit Bl. These amended budgets reflect either the expansion of services to be provided by Consultant for some tasks or the reduction of services for other tasks. In the case of Task I, no change to the scope or budget was made. The increase in the total budget of the Agreement is due almost exclusively to the addition of Task 7. Task 1. Elwha Dam Removal Mitigation No change in the original scope and budget for this task is proposed. Task 2. GWI Compliance Assistance All of the originally-scoped subtasks for this task have been completed. The scope of services presented herein for this task are additional to the original scope of services. 2.6 PALL Septra CB Pilot Assistance The scope of services presented in this subsection pertain to the ongoing pilot testing assistance for the PALL Septra CB membrane cartridge filter. In general, this assistance extends from the services that have recently been provided and that are currently being provided, but not yet invoiced, through completion of the pilot testing and the subsequent pilot test report. For the purpose of scoping and budgeting this subtask, the duration of pilot testing is estimated to be 9 months (through November 2002) to ensure that the impact of autumn water quality conditions are assessed. This subtask is numbered as 2.6 (sub tasks 2.1 through 2.5 of the original scope were completed). 2.6.1 Routine Operating Assistance Consultant will visit the Ranney collector testing site on approximately a once-per-month basis. The overall budget for this task is based on 9 routine site visits by Consultant's staff person from its Bellevue, W A office and a single site visit from Consultant's Corvallis, OR pilot testing expert. The first visit will be scheduled to coincide with installation and start- up of the anticipated cartridge from PALL. The duration of the first visit is expected to be 2 lO-hour days for Consultant's Bellevue staff (which includes travel time) and 31O-hour days for Consultant's Corvallis pilot testing expert (which includes travel time). Subsequent routine operation assistance visits by Bellevue staff shall be of a single day duration. During these routine visits, Consultant will trouble-shoot existing problems, ensure plant operation is proceeding in accordance with the testing protocol, calibrate particle counters, turbidity meters and other on-line instrumentation, download data, assist City operations staff as time permits, identify and report problems to City staff and senior Consultant staff. 2.6.2 As-Directed Operating Assistance During the course of the pilot testing Consultant's Corvallis treatment expert shall provide on-site assistance, as directed, and only if directed, by City staff. The budget for this assistance is based on two separate trips, four totalS-hour days (which includes travel time), and associated expenses. City and Consultant acknowledge that these as-directed services are additional to those described in Subtask 2.6.1 and may, or may not, be necessary. 2.6.3 Laboratory Services The scope and budget for laboratory services are for those laboratory services provided by Consultant. Other laboratory service expenses no provided by Consultant and those analyses to be performed on-site by City staff shall be borne by the City. The budget for this subtask is based on an estimated cost $50/week for shipping and analysis of weekly samples and $200/month for monthly samples. 2.6.4 Data Reduction and OAlOC Data collected during regularly-scheduled site visits associated with Subtask 2.6.1 as well as other data transmitted by City staff to Consultant shall be reduced (summarized, tabularized, and graphed, as appropriate) by Consultant. The budget for this task is based on 10 hours of Consultant staff time per month. 2.6.5 Test Coordination In addition the services described in the above-described sub tasks, Consultant shall coordinate with City staff and PALL Corporation, as necessary, to facilitate the execution of the pilot testing. The budget for this task is based on a total of 10 hours per month of Consultant staff time per month. 2 2.6.6 Test Report Upon completion of the pilot testing, a report summarizing the testing shall be prepared and submitted to the City for its review and subsequent submittal to DOH for its review and approval. The test report shall summarize the results of the pilot testing, assess the success (or lack thereof) of the testing with respect to the objectives of the December 13, 2001 Alternative Filtration Testing Protocol Report, and provide recommendations for follow-up actions to be taken toward compliance with the City's Bilateral Compliance Agreement with DOH related to GWI compliance. The budget for this subtask is based on 80 hours of Consultant's Corvallis treatment expert time for preparation of a report for review City staff and subsequent review by DOH and 20 hours of to address DOH review comments. Task 3. Black Diamond Improvements All of the originally-scoped sub tasks for this task have been completed except for the preparation of record drawings, Subtask 3.7.5, from marked-up design drawings. City staff completed the vast majority of the engineering services pertaining to construction. Thus, substantial budget remains. Most of this remaining budget for this task has been transferred to other tasks that have newly scoped subtasks. The budget remaining for this task is only to cover the original Sub task 3.7.5, Record Drawings. Task 4. Peabody Heights Floating Cover In general, the services described herein for this task are additional to the services scoped in the original Agreement. The scope and budget for the Task 4 services described in the original Agreement remain in effect. 4.8 Bidding and Contract Documents Consultant shall prepare Bidding and Contract Documents using City's standard formats. The applicable sections of the Contract Document prepared for the Black Diamond Reservoir Improvements project, which include all of Parts I and II and Part III through the end of Division 1 of the CSI-formatted section), shall be used to prepare the Contract Document for this task. Any updates in the City's standard bidding and contract document forms shall be identified by City staff and provided to Consultant so that Consultant may update the contract files prepared for the Black Diamond project. City's standard construction contract format is acknowledged to be based on the latest City- adopted version of the Washington State Department of Transportation (WSDOT) / American Public Works Association (APW A) Standard Specifications (English unit version), hereinafter referred to as the Standard Specifications. Consultant shall coordinate City's standard Bidding and Contract Document formats with the technical specifications and drawings of the work as part of Division 8 of the Standard Specifications in Construction Standards Institute (CSI) format. 3 4.9 Review Sets and Meetings Consultant shall prepare draft review sets and attend meetings as described below. 4.9.1 50% Draft Review Consultant shall prepare a 50%-complete draft set of technical drawings and specifications as well as "front-end" bidding and contract documents for review and comment by City staff. A total of draft 10 sets shall be copied with 6 sets submitted to the City. Consultant shall make revisions to the 50% draft set, as appropriate, based on a single marked-up set of drawings, specifications, and front-end sheets provided by the City. 4.9.2 100% Draft Review Consultant shall prepare a 100%-complete draft set of technical drawings and specifications as well as "front-end" bidding and contract documents for review and comment by City staff. A total of 20 sets shall be copied with 16 sets submitted to the City. The City shall submit copies of the 100% draft set to DOH for its review. Consultant shall make revisions to the 100% draft set, as appropriate, based on a single marked-up set of drawings, specifications, and front-end sheets that include all of the City's comments. DOH comments may be addressed directly without intermediate incorporation by the City. 4.9.3 Final Set Consultant shall prepare a total of 50 final, revised sets of contract documents to be used for final submittal to DOH and Clallam County as well as for project bidding. Task 5. Water System Plan Update The final draft of the Water System Plan Update has been reviewed by City staff and DOH. All sub tasks preliminary to this stage of the task have been completed except those that were eliminated or reduced by agreement between City staff and Consultant. In general, the subtasks remaining to be completed are Subtasks 5.14.4 and 5.15.5 of the original Agreement. Addressing DOH comments, as they have been preliminarily transmitted, is expected to require a strategy meeting with City staff to address low-system-pressure and development of a strategy for complying with DOH pressure requirements. That strategy, expected to be summarized in a brief technical memorandum, will need to identify alternative solutions for further study and consideration. The budget for Consultants assistance in strategy development and documentation is based on 24 hours of Project Manger time and 16 hours of Hydraulic Modeler time. 4 Task 6. Directed Services Similar to the scope and budget for this task, as described in the original Agreement, 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. In addition to the unforeseen needs that may arise, the following subtasks have already been specifically defined under this task: 6.1 Ongoing I Completed Directed Services Ongoing assistance with the Elwha Surge Tank and the Morse Creek Instream Flow Sub task will be undertaken and completed as directed by City staff in conformance with available budget. 6.1.1 Eastern UGA Annexation Assistance (Completed) This sub task is completed. The budget for this subtask included in Exhibit Bl reflects already-invoiced charges. 6.1.2 Pilot Testing Assistance (Completed) This sub task is completed. The budget for this subtask included in Exhibit Bl reflects already-invoiced charges. 6.1.3 Large Water Users Task (Completed) This sub task is completed. The budget for this subtask included in Exhibit Bl reflects already-invoiced charges. 6.1.4 Morse Creek Assistance This sub task is completed. The budget for this subtask included in Exhibit Bl reflects already-invoiced charges. Both the City and Consultant acknowledge that additional related work may be directed by City, which will be covered as part of the budget for Sub task 6.2. 6.1.5 Surge Tank Specification and Shop Drawing Review This subtask is ongoing. The budget for this subtask included in Exhibit Bl reflects already- invoiced charges as well as additional budget to cover anticipated charges. 5 6.2 Future Directed Services The budget presented in Exhibit Bl is an allowance to enable the City to direct Consultant on future, unforeseen subtasks. Task 7. New High Zone Reservoir Consultant shall undertake preliminary design activities related to the City's proposed New High Zone Reservoir (Reservoir). The Reservoir project was identified in the City's Water System Plan and will provide storage primarily for the City's high zone and the PUD No.1 of Clallam County's (PUD' s) "P A Composite" service area. City staff will identify and describe permitting requirements for this project and funding mechanisms to be employed. The narrative prepared by City staff shall be incorporated by Consultant into the final Predesign Report. 7.1 Preliminary Workshop Consultant shall attend and facilitate a 4-hour workshop at the beginning of the project to identify and discuss project objectives, constraints, and related issues. The objective is to identify issues, challenges, obstacles, constraints, that relate to site selection and design of the Reservoir. It is acknowledged that if currently-unscoped and unbudgeted sub tasks are deemed necessary to undertake as a result of the preliminary workshop or related Reservoir site visit, these additional subtasks will be added, as directed by the City, by addendum. Two Consultant staff persons, the project manager and the project engineer, shall attend the workshop. This preliminary workshop will be critical to the success of the project and should be attended by the appropriate PUD staff, its water system consultant (if desired by the PUD), the appropriate City staff, and Consultant. The workshop will be scheduled by City staff and will be located in Port Angeles. . After the workshop (or before, depending on the City's preference) Consultant and City staff will visit the reservoir sites currently under consideration by the City. During this visit, site-specific considerations relating to the Reservoir and potential connecting pipeline routes will be identified. Topics to be discussed during the workshop include, but are not limited to: · Materials of construction · Whether the Reservoir is buried, partially buried, or at grade · Issues and solutions related to potential Reservoir stagnancy · The need for a re-chlorination station · Potential reconfiguration of existing, nearby PUD piping to reduce PUD pumping costs 6 . Operational strategies for use of the Reservoir to meet the PUD's needs as well as the City's . The Reservoir's hydraulic elevation above most of the PUD's system gradient, which will require pressure reduction . The Reservoir's assumed siting at the same elevation as the existing I-million gallon high zone reservoir. It is assumed at this time that major reconfiguration of the PUD and City systems to minimize current and future pumping costs (both operational and capital) to both the City and PUD, which could result in locating the Reservoir at a higher hydraulic gradient, will not be cost-effective. This issue needs to be addressed to obtain concurrence from the City and PUD. If additional analysis of this issue appears necessary, it will need to be scoped and budgeted as a separate task. . Reservoir site issues such as wetland mitigation, neighborhood concerns, visibility issues, seasonal restrictions on construction, and other similar issues. .' Potential future development in the City within the high zone, in unincorporated UGA within the high zone, and outside the unincorporated UGA that might possibly connect to the high zone, thus, requiring service from the combined high zone reservoirs . Potential" oversizing" of the Reservoir to meet City and PUD operational strategies and optimize capital expenditure related to future storage needs . Identification of project aspects that warrant combined funding participation by the City and PUD as well as those project aspects that are applicable to either the City or PUD (but not both). It is acknowledged that negotiation of these issues between the City and PUD will likely be conducted without further input from Consultant. . Preliminary identification and discussion of cost-sharing criteria. Again, it is acknowledged that negotiation of these issues between the City and PUD will likely be conducted without further input from Consultant. . Impacts to Reservoir sizing, siting, or other related issues that may be related to the potential acquisition of PUD's P A Composite system by the City that the City is aware of. · Whether or not an altitude valve is necessary or desired . Other relevant topics to raised by workshop attendees Consultant shall summarize the topics discussed and decisions made during the workshop in a to 3 to 5 page memorandum, which will be submitted to the City for its review and subsequent distribution to other attendees and stakeholders. 7 7.2 Geotechnical Exploration and Survey Coordination It is acknowledged that the City has initiated land acquisition activities related to the Reservoir and will continue to take the lead with respect to Reservoir site selection, property acquisition, and related issues pertaining to permit acquisition and environmental impacts. It is also acknowledged that Reservoir siting input will be provided by Consultant and others during the preliminary workshop. Additional geotechnical examination of the site shall be provided by Consultant to assist the City in confirming the geotechnical suitability of property considered for acquisition. Geotechnical exploration shall be undertaken prior to property acquisition by the City. The results of the geotechnical exploration sub task, as well as the surveying task to be completed by the City, shall provide information that will enable the City to select a suitable Reservoir site. The budget for geotechnical exploration is based on evaluating a single site preliminarily selected by the City. The City will obtain all necessary permissions and permits from property owners, Clallam County, and other applicable agencies to allow drilling of the boreholes, test pit excavation, related site clearing and grading, and surveying. The City shall be responsible for the limited clearing of the site, as necessary, to enable drilling and test pit activities. Consultant shall subcontract with a drilling company to drill up to three boreholes of up to 50 feet each at the Reservoir site. Prior to drilling, the Reservoir site property considered for acquisition by the City shall be surveyed by the City. The results of the survey shall be provided to Consultant in either Autocad or Microstation format (hardcopy and electronic files). The survey shall guide the location of the boreholes, which will be located to collect subsurface samples below where the Reservoir is to be constructed. In addition, the City shall provide a backhoe (operated by City staff) capable of digging test pits up to 10 feet deep to enable subsurface sample collection by Consultant. One or more benchmark locations shall be established by City's surveyor to enable precise location of the boreholes and test pits on the surveyed base map. Consultant shall analyze samples collected during the geotechnical examination using a certified laboratory and prepare a brief report summarizing the results, assessing the suitability of the site for Reservoir construction, estimating the allowable soil bearing pressure, and making recommendations regarding excavation limits, subgrade preparation, and backfilling. 7.3 Materials of Construction Evaluation Consultant shall prepare a brief technical memorandum of up to 4 pages summarizing the alternative construction methods for submittal to the City for its review. This evaluation will include a comparison of the relative merits, limitations, and estimated cost (based on manufacturer quotes and historical experience) of: . Cast-in-place rectangular, reinforced concrete . Cast-in-place, circular, pre-stressed, wire-wound concrete conforming to A WW A DllO-95 (similar to the City's existing Black Diamond and Jones Street reservoirs) 8 . Precast, cable-tensioned concrete conforming to A WW A Dl15-95 . Welded steel conforming to A WW A D100-96 . Factory-coated, bolted steel conforming to A WW A D103 The City select the method and materials of construction soon after completion of this evaluation to facilitate completion of Pre design activities. Furthermore, this sub task will be coordinated with the City's site-selection efforts and geotechnical exploration efforts to ensure that the type of reservoir to be constructed is compatible with the Reservoir site selected. 7.4 Reservoir Sizing Gross sizing of the Reservoir was developed based on DOH criteria and available flow data. Consultant shall further refine the needed capacity of the Reservoir based on criteria developed during the preliminary workshop, the latest (2001 and 2002) flow data provided by the City, and the results of the PUD's ongoing water system planning effort. Consultant shall coordinate directly with PUD regarding obtaining information related to its storage capacity needs. 7.5 Rechlorination Station and Potential Stagnancy It is assumed at this time that rechlorination of flow out of the high zone reservoir will be necessary to maintain a detectable residual in the flow delivered to the PUD's intertie and within the City's high zone distribution system. Consultant will qualitatively address this assumption with respect to the potential for chlorine decay to undetectable levels as well as the potential for "water aging" that could lead to taste and odor problems. Estimated residence times in the Reservoir at various flow conditions will be developed. Consultant will identify the issues related to the potential for stagnancy in the new Reservoir. The importance of this stagnancy issue is somewhat dependent on the final sizing of the reservoir and how it is connected to the high zone system. Several configuration strategies are possible to address potential stagnancy. These strategies will be identified, qualitatively assessed based on their cost and estimated effectiveness, and reduced to a recommended approach. For the purpose of this Pre design Report, it will be assumed that the dimensions of the rechlorination station will be the same as those for the Black Diamond facility. No details of the facility will be developed. 7.6 Predesign Report Preparation Upon completion of sub tasks presented above for the Reservoir, a Predesign Report, conforming to the requirements of WAC 246-290-110 shall be prepared by Consultant. The 9 Pre design Report will range in length, including tables and figures, from 10 to 20 pages. The report will include the following: . A discussion of the need for the Reservoir, as identified in the City and PUD Water System Plans, as well as other more-detailed relevant needs and criteria established as part of this pre design effort that are not documented in the Water System Plans. . A plan drawing of the Reservoir site using the surveyed base mapping provided by the City. The site plan will show key Reservoir appurtenances, such as the drain routing, stormwater detention and drainage, rechlorination station (assumed to be based on sodium hypochlorite like the Black Diamond Reservoir facility), altitude and check valves (if incorporated), yard piping, and electrical and telemetry connections. . A map showing the connecting pipeline(s) from the high zone to the Reservoir and the location of the existing intertie and potentially-new intertie to the PUD system . A summary of computations related to the need for rechlorination; issues, impacts, and resulting infrastructure related to potential stagnancy; sizing of the Reservoir . A summary of Reservoir siting alternatives and the rationale for the Reservoir site selected . An order-of-magnitude estimate of total project costs, with appropriate contingencies for a project at this stage of development, to enable budgeting by both the City and PUD . An implementation schedule that identifies the duration of final design, permitting, and construction activities . The Materials of Construction Evaluation shall be included as an appendix to the Predesign Report . The Geotechnical Report, prepared earlier and submitted to the City as a stand- alone document, shall be included as an appendix to the Predesign Report A preliminary daft Predesign Report will be prepared and submitted to the City for its review. A total of 5 spiral-bound copies will be prepared. Upon completion of the City's review, Consultant shall make revisions, as appropriate, and prepare a second draft for submittal to the City for its distribution to the PUD and Clallam County for their review. A total of 10 spiral-bound copies will be prepared. Upon completion of this subsequent review and adjudication of comments by the City, Consultant shall make revisions, as appropriate, and prepare a third and final draft for submittal to the City for its distribution to DOH, the PUD, and Clallam County for review and approval. A total of 15 spiral-bound copies will be prepared. Upon completion of DOH review and receipt of DOH review comments, as well as additional review comments from the City, PUD, and Clallam County, Consultant will make revisions to the final draft Predesign Report, as appropriate, and 10 prepare 20 copies of the final Pre design Report for submittal to the City and its distribution to the entities identified above. A single meeting to be held in Port Angeles is budgeted to present and discuss the results of this Predesign subtask. The timing of this meeting, to be attended by Consultant, will be as- directed by City staff to support presentation of either the first or second drafts. The budget for this effort is based on the attendance of two Consultant staff persons. 11 , .. Exhibit B1 Details of Budget Amendments Budget for Water System Assistance Task Number and Description Expense Total 2 GWI Compliance Assistance 2.6 PALL Septra CB Pilot Assistance 26.1 Routine Operating Assistance $2,280 $13,980 26.2 As-Directed Operating Assistance $1,190 $8,390 2.63 Laboratory Services $500 $500 26.4 Data Reduction and OAlOC $585 $11,385 2.6.5 Test Coordination $585 $11,385 2.66 Test Report $1.350 $13.350 GWI Subtotal $6,490 $58,990 3 Black Diamond Improvements 37.5 Record Drawings $260 $4.700 Black Diamond Subtotal $260 $4,700 4 Peabody Heights Floating Cover 48 Bidding and Contract Documents $345 $5,475 49 Reviews Sets and Meetings 49.1 50% Draft Review $671 $6,593 4.9.2 100% Draft Review $1,384 $7,792 49.3 Final Set $2.202 $5.376 Peabody Heights Subtotal $4,600 $25,234 5 Water System Plan Update 5.14 Document Preparation and Reviews 5.144 RevIsions of DOH-Review Draft $572 $10,052 5145 Final Plan $4,429 $10,549 516 Low-System Pressure Strategy Development $460 $4.780 Water System Plan Subtotal $5,461 $25,381 6 Directed Services 61 Completed Directed Services 61 1 Eastern UGA Annexation Assistance (Completed) $14,811 6.12 Pilot Testing Assistance (Completed) This Task 6 1 budget reflects $17,246 6.1.3 Large Water Users Task (Completed) alreadY-invoiced charges, and $2,110 6.14 Morse Creek Assistance they are not Included In the $11,134 6.1.5 Surge Tank Specification and Shop Drawing Review total for this exhibit $6.751 Completed Directed Services Subtotal $52,052 62 Future Directed Services $51.889 Directed Services Subtotal $51,889 7 New High Zone Reservoir 71 Preliminary Workshohp $386 $4,886 72 Geotechnical Exploration and Survey Coordination $5,433 $14,211 73 Matenals of Construction Evaluallon $182 $3,542 7.4 Reservoir SIzing $156 $2,556 7.5 Rechlonnatlon and Potential Stagnancy $182 $2,942 7.6 Predeslgn Report Preparation $2.404 $24.796 New High Zone Reservoir Subtotal $8,743 $52,933 Total of New, Amended Services $219,127 Total of Task 1 Services Remaining $28,215 Total of Task 4 Initially-Budgeted Services Remaining $59,039 Total of New, Amended Services and Initially-Budgeted Remaining Services $306,381 12 . . Exhibit B2 Summary of Amended Budget for Water System Assistance Original New or Revised Task Original Amount Budget Transferred Revised Budget No. Task Description Budget Expended Remaining Budget Budget Remaining 1 Elwha Dam Removal Mltlgallon $59,889 $31,674 $28,215 $0 $59,889 $28,215 2 GWI Compliance Assistance $80,408 $81,922 -$1,514 $58,990 $139,398 $58,990 3 Black Diamond Improvements $160,101 $122,234 $37,867 -$33,167 $126,934 $4,700 4 Peabody Heights Floallng Cover $84,581 $25,542 $59,039 $25,234 $109,815 $84,273 5 Water System Plan Update $230,763 $90,267 $140,496 -$115,115 $115,648 $25,381 6 Directed Services $44,330 $52,052 -$7,722 $61,125 $105,455 $51,889 7 New High Zone Reservoir iQ iQ iQ $52.933 $52.933 $52.933 Total $660,072 $403,691 $256,381 $50,000 $710,072 $306,381 Notes: The exceedance associated With Task 2 was transferred to the "Revised Budget Remaining" column for Task 6, which Includes an infusion of $50,000 additional to the onglnal Agreement. 13 5.5<15 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE THE CITY OF PORT ANGELES AND CH2M HILL, INC. RELATING TO THE CITY'S WATER SYSTEM THIS AGREEMENT is made and entered into this 30th day of A\I~ u.s+ ,2000, 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 "CONSUL TANT"). 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 assist the CITY in meeting the requirements of the Surface Water Treatment Rule for Ground Water under the Influence of surface water (GWI), and WHEREAS the CITY desires to have the CONSULTANT continue to assist the CITY in meeting the terms of the Bilateral Compliance Agreement (BCA) for copper with the Washington State Department of Health (DOH), and WHEREAS the CITY desires to have the CONSULTANT continue to assist the CITY in completing a DOH-required Water System Plan Update, and WHEREAS, the CITY desires to engage the professional seNices and assistance of a qualified consulting firm to perform the scope of work as detailed in Exhibit A, and WHEREAS, the CONSULTANT represents that it is in full compliance with the statutes of the State of Washington for professional registration and/or other applicable requirements, and WHEREAS, the CONSULTANT represents that it has the background, experience, and ability to perform the required work in accordance with the standards of the profession, and 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: CITY OF PORT ANGELES - AUGUST 2000 PAGE 1 OF? 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 XI 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. 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. 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, ov~rhead 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 3.05. The multiplier shall include overhead and profit. CITY OF PORT ANGELES - AUGUST 2000 PAGE 2 OF 7 . 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. 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 XI 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 total and subtotals for the tasks as set forth in the attached Exhibit B. VII EMPLOYMENT Employees of the CONSULTANT, while engaged in the performance of any work or services under this Agreement, shall be considered employees of the CONSULTANT only and not of the CITY, and claims that may arise under the Workman's Compensation Act on behalf of said employees while so engaged, and any and all claims made by a third party as a consequence of any negligent act or omission on the part of the CONSULTANT'S employees while so engaged, on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT. In performing this Agreement, the CONSULTANT shall not employ or contract with any CITY employee without the City's written consent. CITY OF PORT ANGELES. AUGUST 2000 PAGE 3 OF 7 VIII EQUAL OPPORTUNITY/FACILITIES NONDISCRIMINATION The CONSULTANT shall comply with all applicable federal, state and CITY nondiscrimination regulations and with the CITY's Equal Opportunity/Facilities Nondiscrimination clause, which is set forth in the attached Exhibit E. IX 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 subcontracting laboratory analysis services for geotechnical examinations to GeoEngineers. 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. X 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. XI 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. XII 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'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 amount of 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 CITY OF PORT ANGELES - AUGUST 2000 PAGE 4 OF 7 delivered to and received by the CITY prior to transmittal of final payment to the CONSUL TANTJ- , , XIIIINDEMNIFICATION/HOLD HARMLESS The CONSULTANT agrees to indemnify the CITY from any claims, damages, losses, and costs, including, but not limited to, attorney's fees and litigation costs, arising out of claims by third parties for property damage and bodily injury, including death, caused solely by the negligence or willful misconduct of the CONSULTANT, CONSULTANT's employees, affiliated corporations, officers, and subcontractors in connection with the work performed under this Agreement. The CITY agrees to indemnify the CONSULTANT from any claims, damages, losses, and costs, including, but not limited to, attorney's fees and litigation costs, arising out of claims by third parties for property damage and bodily injury, including death, caused solely by the negligence or willful misconduct of the CITY, CITY's employees, or agents in connection with the work performed under this Agreement. If the negligence or willful misconduct of both CONSULTANT and CITY (or a person identified above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense shall be shared between the CONSULTANT and the CITY in proportion to their relative degrees of negligence or willful misconduct, and the right of indemnity shall apply for such proportion. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the CONSULTANT 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. XIV INSURANCE The CONSULTANT shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property, which may arise from or in connection with the performance of the work hereunder by the CONSULTANT, its agents, representatives, employees, or subcontractors. The CONSULTANT 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 CITY OF PORT ANGELES - AUGUST 2000 PAGE 5 OF 7 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, with respect to 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. 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 respect to the limits of the insurer's liability. The CONSULTANT'S insurance shall be primary insurance with respect to the CITY, and the CITY shall be given thirty (30) days prior written notice of any cancellation, suspension, or material change in coverage. XV 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. XVI SUPPLEMENTAL TERMS The supplemental terms set forth in the attached Exhibit F shall also apply to this Agreement. . XVII EXHIBITS AND SIGNATURES This Agreement, including its exhibits, constitutes the entire Agreement, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following exhibits are hereby made a part of this Agreement: Exhibit A - Scope of Work Exhibit B - Budget Water System Assistance Exhibit C - Consultant Labor Costs and Non-salary Reimbursable Costs CITY OF PORT ANGELES - AUGUST 2000 PAGE 6 OF 7 Exhibit D - Schedule for the Work " Exhibit E - Equal Opportunity/Facilities Nondiscrimination Clause Exhibit F - Supplemental Terms In WITNESS THEREOF, the parties hereto have executed this Agreement as of the day and year first written above. CONSUL TA""~:) -~U TITLE: Vice, 1're.-$1~ AS TO FORM: CRAIG KNUT~ ~T~ ATTEST: ~&vxO. ))pt:aC BECKY~UP~N,tITY CLERK ~ . ~ // , ,1 "- \. ' CITY OF PORT ANGELES - AUGUST 2000 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, related to the City's water system. These services are categorized in the following project tasks: 1. Elwha Dam Removal Mitigation 2. GWI Compliance 3. Black Diamond Improvements 4. Peabody Heights Floabng Cover 5. Water System Plan Update 6. Directed Services The budget for these services is presented in Exhibit B on a per-task basis. These per-task budgets presented in Exhibit B were developed to establish the focus and level of effort for each task as well as to establish the overall project budget. These task budgets are not intended to be contractually binding, but instead were developed to establish the overall budget, which provides the binding not-to-exceed contract limit. Consultant and the City acknowledge that some tasks described herein will be undertaken over the course of 2001 and 2002 and that the task budgets presented in Exhibit B account for estimated annual rate adjustments for Consultant staff perfoIming work on the project. Project invoices will be submitted to the City allocating incurred labor and expense costs at the task level. Task 1. Elwha Dam Removal Mitigation r The scope of services presented for this task is through the planning/preliminary design phase of the Elwha Dam Removal Mitigation project, essentially until submission to the Washington State Department of Health (DOH) of the Project Report that defines the water system mitigation facilities to be constructed. The duration of this phase, until submission of the Project Report, is expected to be one calendar year from the time this Agreement is executed. The scope of services and compensation to be provided by Consultant to the City subsequent to completion and submission of the Project Report shall be prepared later when directed by City to do so and made part of this Agreement by addendum. 1.1 Monthly Mitigation Meetings Participation in the monthly meetings is based on two Consultant staff persons in attendance by phone (conference call) for a period of two hours per meeting. ,Meeting prep and meeting follow-up with City staff is budgeted at one hour per Consultant staff person per meeting. The total number of meetings budgeted is 12. 1.2 Planning Meeting Participation Consultant shall prepare for, attend, and participate in periodic planning meetings that include the federal government, its consultants, City staff, and others. Budget for this task is based on preparation and attendance by two Consultant staff persons. The number of such planning meetings, their location, and their duration is undetermined at this time, but is estimated to be five such meetings of one day duration each, with each meeting assumed to be held in Seattle. 1.3 VST Participation Consultant shall participate in Value Study Team (VST) activities. Such activities are expected to include review of the Project Report at the 10-, 50-, and 75-percent complete stages (three separate review activities). Budget for this activity is based on a single ConsUltant staff person preparing for group VST activities (8 hours per VST session) (preparation assistance from other Consultant staff person is also budgeted at 8 hours per VST session), participating in review activities in Port Angeles or Seattle (20 hours per VST session), preparing written comments for submission to the City (for its own internal use) regarding review activities (6 hours per VST session for VST participant and 4 hours per VST session for Consultant's project manager), and associated expenses for VST participa tion. 1.4 Project Report Review At the direction of the City, Consultant shall review the final Project Report, after the final VST review, and prepare written comments for submittal to the City. In addition, Consultant shall review comments on the Project Report from DOH and Project Report revisions prepared in response to DOH comments. The budget for this task is based on complete reviews by Consultant's project manager with specific input and partial review by Consultant's senior engineer. 1.5 Undefined Elwha Assistance During the course of the planning phase of the Elwha Dam Re~oval Mitigation project, assistance in addition to that described herein for Task 1 is expected but cannot be specifically 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 (including review of intermediate draft versions of the Project Report), unspecified meeting attendance, conference call participation, and presentation of findings and opinions to the City or other groups. A budget allowance for this activity is included in Exhibit B that includes labor and expenses. This allowance may need to be amended depending on the scope of services required. 2 Task 2. GWI Compliance Assistance The scope of services for this task is through completion of the specific activities described herein. Additional GWI Compliance Assistance will be necessary depending on the results of the activities presented herein; however, the scope of such assistance cannot be effectively predicted and quantified at this time. Thus, additional assistance related to this GWI Compliance Assistance task shall be made part of this Agreement by addendum at some future date upon direction from the City. 2.1 Action Plan Consultant shall prepare an "Action Plan," as described by DOH in its April 14, 2000 "GWI Classification Letter." The Action Plan is required per WAC 246-290-640 (5) (a). 2.1.1 Meeting With City Staff Consultant shall schedule, prepare for, and attend a meeting with City staff to discuss GWI compliance strategy. The purpose of the meeting is to present alternative compliance approaches to City staff and finalize the strategy approach that will be presented to DOH. Budget for this activity includes two Consultant staff persons attending the meeting in Consultant's Bellevue office. 2.1.2 Meeting With DOH Consultant shall prepare for, attend, and present a preliminary draft of the Action Plan to obtain input and concurrence from DOH. This meeting will be held after the strategy meeting with City staff only. Budget for this activity is based on a single Consultant staff person attending the meeting in Consultant' Bellevue office. 2.1.3 Prepare Action Plan Consultant shall prepare an Action Plan describing the City's proposed implementation and schedule for compliance with the DOH's GWI classification of the City's Elwha Ranney collector. In addition, a "CT Compliance Plan" shall be prepared and included as part of the Action Plan. The CT Compliance Plan shall be prepared in conformance with the requirements of WAC 246-290-672 and -674 and shall describe how the City proposes to comply with the DOH-imposed interim treatment requirements as well as the proposed GWI-compliance monitoring and report procedures. Consultant shall prepare a draft of the Action Plan for submittal to the City for its review. Consultant shall revise the draft Action Plan, as appropriate, per City comments. Twenty spiral-bound copies of the Action Plan shall be prepared for submittal to the City. Upon completion of review by DOH of the Action Plan, Consultant shall revise the Action Plan, as required by DOH and in accordance with input from City staff. Twenty spiral-bound copies of the revised Action Plan shall be prepared for submittal to the City. 3 2.1.4 Bilateral Compliance Agreement Consultant will prepare a draft Bilateral Compliance Agreement (BCA) governing the scope and schedule of the City's GWI compliance activities. The draft BCA will be based in large part on the schedule prepared as part of the Action Plan. The draft BCA will be prepared so that it may be submitted by the City along with the Action Plan. The format of the draft BCA will be similar to the City's Bilateral Compliance Agreement regarding corrosion control or a DOH-preferred format if provided by DOH staff upon request from Consultant. A draft of the BCA will be prepared and submitted to the City for its review. The draft BCA will be revised, as appropriate, based on City comments. The City will submit the draft BCA to DOH for its use in developing the final, binding BCA. Consultant will assist the City in reviewing the final, binding BCA proposed by DOH and make recommendations, if necessary, for further revisions by DOH. 2.2 Preliminary Filtration Evaluation Consultant will identify and evaluate filtration alternatives that are appropriate for filtering water pumped from the City's existing Elwha Ranney collector. The purpose of the preliminary evaluation is to select a technology or multiple technologies based on technical (performance), economic, and site-specific criteria for inclusion in subsequent bench-scale and/ or on-site pilot testing. The filtration alternatives to be considered include: · Conventional treatment (rapid media filtration with chemical addition, flocculation and clarification as major pre-filtration processes) · Direct filtration (rapid media filtration with chemical addition and flocculation as major pre-filtration process) · In-line filtration (rapid media filtration with chemical addition as the lone major pre- filtration process) · Diatomaceous earth filtration · Slow sand filtration · Membrane filtration Each of the filtration alternatives listed will be screened based on qualitative criteria and their historical application to similar raw water quality for the'purpose of eliminating one.)1" more from further evaluation. 'Those alternative technologies determined through the prescreening process to be potential candidates will be evaluated further based on the following criteria: · Economic (initial capital and long-term operation and maintenance costs) · Performance · Facility siting (where- would facility be located and is there enough land) The results of the preliminary evaluation will be summarized in a technical memorandum and will include a proposal for bench-scale and/ or pilot testing of one or more of the alternahves. A draft technical memorandum will be prepared and submitted to the City for its reVIew. The draft technical memorandum will be revised, as appropriate, per City 4 comments. Twenty spiral-bormd copies of the final teclmical memorandum shall be submitted to the City. The City shall submit copies to DOH for its review and approval. Consultant shall respond to DOH review comments by preparing a draft letter that the City can use to prepare its official response to DOH. 2.3 Testing Protocol Report Consultant will prepare a report proposing the protocol for testing of the filtration alternative(s) selected for consideration as part of Subtask 2.3. The Testing Protocol Report shall be prepared in compliance with the requirements of WAC 246-290-676 (3) (b). The testing protocol will describe testing methods, schedule (ti.rrllng and duration of testing), test staffing, testing equipment, and test-evaluation criteria. Consultant shall prepare a draft report for submittal to the City for its review. Consultant shall revise the draft report, as appropriate, and prepare twenty spiral-bormd copies for submittal to the City. City staff shall submit the Testing Protocol Report to the DOH for its review and approval. Consultant shall respond to DOH review comments by preparing a draft letter that the City can use to prepare its official response to DOH. 2.4 Natural Filtration Natural filtration refers to the removal of suspended particulate material by the 60-plus vertical feet of granular material (gravel pack) separating the Elwha river at the surface from the Elwha Ranney collector laterals. City staff will collect additional microscopic particulate analysis (MP A) samples from the Elwha river and the Elwha Ranney collector caisson to continue demonstrating the filtration effectiveness of the gravel pack (the City will collect samples and pay for analysis). The results of this MP A testing will be used for two primary purposes: (1) to evaluate the potential to obtain a "natural filtration credit" from DOH that might allow the City to substitute the existing Elwha Ranney collector and its associated gravel pack for one of the filtration alternatives identified as part of Sub task 2.3 and (2) to evaluate the applicability of the filtration performance of the gravel pack as part of a "fIltration avoidance" compliance alternative (described as part of Sub task 2.6). 2.4.1 Preliminary Particle Counting Consultant shall provide a single portable particle cormting device and supporting services for on -site testing of Elwha river water and water from the caisson of the Elwha Ranney collector. The particle cormter shall be provided for a period of 5 days of on-site testing during August or September. Consultant shall deliver the particle cormter to the Elwha site, inihate start-up of the rmit, and operate it for the first day. City staff shall operate the particle cormter for an additional 3 days, if appropriate based on the results of data collected the first day. Consultant shall return on the fifth day to continue testing, review test results and procedures during the previous days of testing, and retrieve the particle cormting unit. Consultant shall prepare a summary memorandum of the test results that includes a brief narrative as well as tabulated and graphed data. 5 The purpose of this preliminary phase of particle counting is to evaluate the performance capabilities of the Ranney collector and whether or not additional particle-counting is appropriate. If the results are favorable, much more particle counting data will need to be collected over the course of the next year. Additionally, DOH may desire to see an additional5-day period of particle count test data during wet weather conditions before it considers reviewing a testing protocol for a larger-scope testing phase demonstrating natural filtration. The scope and budget for these potential future activities will need to be developed and amended to this Agreement. Upon completion of this particle-counting subtask, Consultant shall discuss the results with the City and DOH by conference call to get preliminary input on the need for additional particle counting and whether a full-scale testing protocol for natural filtration is applicable. 2.4.2 - Testing Protocol for Natural Filtration Undertaking this sub task is dependent on the results of the particle counting sub task. The level of effort described for this subtask is based on obtaining favorable results during the preliminary phase of particle counting. Favorable results will be considered if loglO-removal rates between the river and collector water of 2 or greater in the size category of Giardia and Cryptosporidium are achieved. If favorable results are not achieved, the scope of this sub task will need to be revised and the associated budget amended. It is also possible that unfavorable results may lead to discontinuation of further pursuit activities described in this sub task. Consultant will prepare a testing protocol report for demonstrating the natural filtration capabilities of the Elwha Ranney collector and the associated aquifer. The testing protocol report will include a schematic diagram of the Ranney collector system and locations of sample collection, a schedule for the testing (test duration, seasonal time-frames, and pumping conditions), a discussion of the parameters to be tested, identification of the test methods to be used, and analysis criteria. The testing protocol will include collection dnd analysis of several parameters in addition to particle counting. The testing protocol report will be submitted to the City for its review and will be revised by Consultant, as appropriate, based on City comments. The City shall submit the testing protocol to DOH for its review. Consultant and the City recognize that approval of the testing protocol report is unlikely without extensive review and proposed revisions by DOH. As a result, a follow-up review meeting attended by Consultant, DOH staff, and City staff is anticipated and is budgeted as part of this sub task. Consultant will prepare a revised testing protocol report, as appropriate, based on the results of this meeting for submittal to the City and its subsequent subnuttal to DOH. A total of 20 spiral-bound copies of the final testing protocol report shall be prepared by Consultant and submitted to the City. Consultant and the City agree to defer definition of the scope of work and budget for services related to implementation of natural filtration testing until a later date at which time, if such testing is pursued, this Agreement will be amended. 6 2.5 Filtration Avoidance Consultant will prepare a report proposing a GWI Compliance approach based on avoiding the installation of filtration. The report (referred to hereinafter as the filtration avoidance proposal) will include an assessment of the City's capabilities to meet the requirements to avoid filtration, as stated in WAC 246-290-690 as part of the Washington State Surface Water Treatment Rule (W ASWTR). The City's capability to meet each of the criteria requirements of the W ASWTR to avoid filtration will not be known until further water quality testing is conducted. However, at this point in time, the City and Consultant acknowledge that the greatest difficulty in meeting the filtration-avoidance criteria of the W ASWTR is the fact that the watershed feeding the Elwha Ranney collector is not completely controlled. Thus, in addition to evaluating the City's capabilities to comply with all other criteria, the primary focus of developing a filtration avoidance proposal will be on meeting the watershed control criteria of the W ASWTR or developing a substitute criteria acceptable to DOH. Consultant will develop, as part of the filtration avoidance proposal, a strategy that includes substituting the implementation of wellhead protection program, in conformance with the requirements of WAC 246-290-135 (3), along with the natural filtration capabilities of the Elwha Ranney collector gravel pack, for the required watershed protection program. This proposal will be developed in recognition of the permission granted by the federal Environmental Protection Agency (EP A) to state agencies with jurisdiction of drinking water systems, as part of the federal Surface Water Treatment Rule to allow, at the discretion of the state agencies, such substitutions in GWI cases. The City and Consultant acknowledge that such substitutions are not currently included in the W ASWTR and therefore are not currently specifically identified as being permitted by DOH. The City and Consultant acknowledge that obtaining approval from the DOH of such a substitution, as well as the overall filtration avoidance proposal, will likely necessitate addressing and negotiating this issue by senior City and DOH management staff. 2.5.1 Water Quality Testing Memo Consultant will prepare a technical memorandum summarizing DOH's W ASWTR criteria requirements for avoiding filtration and describing water quality data needed to assess the City's capabilities to meet the requirements. City staff will collect water samples and contract directly with laboratory resources, as necessary, to have samples analyzed. After obtaining and reviewing all needed water quality data, Consultant and City staff will assess the viability of a filtration avoidance proposal and decide whether or not to continue pursuit of a filtration avoidance proposal strategy. 2.5.2 Filtration Avoidance Proposal Assuming the City decides to continue pursuit of a hltration avoidance proposal, Consultant will prepare a proposal for submission to DOH. The proposal will summarize the results of the water quality data collected by City staff, state the rationale for the criteria substitution described herein related to watershed control, identify surface water systems within Washington State that do not provide filtration, and compare on a qualitative basis 7 the level of health protection provided by the City's filtration avoidance proposal with the other unfiltered surface water systems identIfied. A draft report will be prepared and submitted to the City for its review. The draft report will be revised, as appropriate, per City comments. Twenty spiral-bound final copies will be prepared and submitted to the City for its use and submittal to DOH. Consultant shall respond to DOH review comments by preparing a draft letter that the City can use to prepare its official response to DOH. 2.5.3 Filtration Avoidance Negotiations Assistance Subsequent to submitting the filtration avoidance proposal, negotiations with DOH are expected to be necessary and could be extensive. Consultant shall provide technical assistance to support the City's negotiation efforts with DOH regarding this proposal. A budget allowance for this activity is included in Exhibit B that includes labor and expenses. This allowance may need to be amended depending on the scope of services required. Task 3. Black Diamond Improvements Consultant will prepare a single Contract Document for the purposes of contract bidding and construction of improvements (described herein) at the City's Black Diamond reservoir site. Consultant shall also provide services during contract bidding and construction. The improvements at the Black Diamond site are grouped into two main categories in the subsections below: the reservoir cover (and the associated improvements needed because of the reservoir cover, including those for overflow and dechlorination) and the new chlorine station. The City shall provide its latest GIS base mapping files for use by Consultant in preparation of design drawings. The City will provide all property boundary information necessary for the design drawings and obtain any easements or acquire any property that may be necessary. The 1960 "As-Built" drawings for the Black Diamond reservoir and related piping will be used by Consultant to show relative locations of reservoir piping. City staff shall identify the depth and location of any subsequently-installed or re-routed pipelines on the Black Diamond project site. Drawings shall be prepared in Microstation format. 3.1 Pre-Design Site Visit Consultant shall attend a meeting and site visit in Port Angeles and to the Black Diamond reservoir to discuss the project prior to undertaking design. The purpose of the site visit will be to obtain input from City staff regarding specific design features related to the reservoir cover, the new chlorine station, overflow improvements, and dechlorination improvements, as well as collect needed geotechnical and drainage data required for the overflow pipe and discharge design. Four Consultant staff persons shall attend the meeting, 8 the project structural engineer, the process mechanical engineer/project manager, the geotechnical engineer, and the drainage engineer. Other issues to be discussed at the meeting will be project sequencing, seasonal timing of construction, contractor staging, and other project administrative issues related to design and construction. Consultant shall prepare a brief memorandum summarizing key issues discussed and design decisions made during the site visit and meeting. Consultant shall also be prepared to present and discuss design issues and alternatives related to the Peabody Heights reservoir floating cover project during the same site visit. The scope of the pre-design activities related to the Peabody Heights reservoir project are discussed as part of Sub task 4.1, Pre-Design Activities. 3.2 Reservoir Cover Consultant shall prepare technical specifications and drawings for a cover for the Black Diamond reservoir. In addition, Consultant shall prepare technical specifications and drawings for an emergency overflow conveyance and dechlorination system. The design for these improvements is required per the City's Bilateral Compliance Agreement with DOH to be submitted by February 28, 2001 (this date already includes the I-year delay related the City's unsuccessful initial application for a Public Works Trust Fund loan). Similarly, construction of these improvements is required by December 31, 2001. 3.2.1 Drainage Data Consultant shall conduct a cursory examination of the Tumwater creek drainage downstream of the Black Diamond site during the pre-design site visit (the scope of the field portion of this activity is budgeted as part of the Pre-Design Site Visit subtask). Consultant will obtain infoffilation related to impacts from a potential overflow of Black Diamond reservoir for a portion of the drainage for input into a model that predicts impacts associated with high-flow. Consultant shall conduct modeling of the potential overflow, prepare a brief sununary memorandum describing the modelmg results for submittal to the City. 3.2.2 Geotechnical Data Consultant shall collect geotechnical data required for design of the overflow pipe, particularly for the steep slope east of Tumwater creek. Consultant shall collect this data during the pre-design visit (the scope of the field portion of this activity is budgeted as part of the Pre-Design Site Visit sub task) and submit data for laboratory analysis. The City shall provide a backhoe and operator for collection of geotechnical data at the top of the Tumwater creek bluff as well as assistance digging two other test pits by hand midway along the bluff slope and at the bottom of the slope (assuming these areas are not accessible by the backhoe). Consultant shall prepare a brief memorandum summarizing the results of the laboratory analysis and include copies of laboratory analysis reports for submittal to the City. 9 3.2.3 Cover Design Consultant shall specify a standard-height or low-profile, clear-span aluminum dome roof in accordance with the recommendations of the Reservoir Covering Report, dated March 1998. In addition, Consultant shall design improved ladder access, in conformance with OSHA requirements, on the interior of the reservoir adjacent to the existing interior and exterior ladder. The new interior ladder and landing platform will be located inside the reservoir under a hatch in the dome roof. The interior ladder will be equipped with a safety climb device. The existing exterior ladder will be modified to facilitate access through the roof hatch. 3.2.4 Inspection and Repair of Existing Structure A report was by prepared and submitted to the City by DYK, Ine. on January 23,1999. The report included recommendations for inspection, leak testing, repair of cracks, and exterior painting of the Black Diamond reservoir. Consultant shall specify inspection and crack repair services be subcontracted as part of the construction project. It is important that these inspection and crack repair services be provided as part of this project because the reservoir needs to be drained for them to take place. Consultant shall also specify that exterior cracks be patched as well. Consultant shall not specify that leak testing be conducted or that exterior paint be applied. The budget for this subtask is the development of a specification for crack repair as well as a separate site visit for inspection of the empty tank by Consultant to determine the extent and location of crack repair necessary. 3.2.5 Overflow and Dechlorination Improvements Consultant shall design an overflow weir as a rectangular notch at the top of the side-wall of the reservoir. Flow over the weir will be directed into a funneled channel or launder constructed of galvanized steel that will collect flow and guide it into a vertical pipe (coated steel or ductile iron) that will be routed below-grade to Tumwater creek. The buried overflow pipe shall be constructed of ductile iron with restrained-joint retainer glands (megalugs) on the steep-slope section. The overflow notch and piping shall be constructed to pass a flow of up to 11 mgd (the capacity of the Elwha Ranney collector pumps when both pwnps are operating). The funneled channel that collects overflow water and directs it into the vertical section of overflow pipe will be designed with galvanized grating through which the flow must pass. The grating will be designed to permit attachment of burlap bags containing dechlorination chemical (sodium thiosulfate) such that overflow water will contact the sodium thiosulfate, thus, dechlorinating the flow. A rain cover will be provided over the sodium thiosulfate. The design will require that City staff periodically check the sodium thiosulfate bags to make sure they're full and to replace bags as necessary. 10 3.2.6 Energy Dissipation Consultant shall design an energy dissipation system at the discharge location at Tumwater creek. The energy dissipation system shall consist of a large-diameter precast manhole structure covered with grating. The overflow pipe shall be connected to the precast manhole. The manhole will allow overflows to pass out of the top of the manhole through the grating over the sides of the manhole and onto an area reinforced with medium-sized boulders or rip-rap material. 3.3 New Chlorine Station Consultant shall design a new sodium hypochlorite chlorine station to replace the City's existing Black Diamond gas chlorine station. 3.3.1 Sase Mapping Consultant shall use City's latest GIS base-mapping file plan drawings as well as original as- built drawings for existing chlorine building for the new building plans. Consultant shall receive files and make necessary file conversions. City staff shall provide property boundary information and delineate approximate location of such boundaries on Consultant's base map. In the absence of a detailed property survey, Consultant shall rely on the City's delineation of these bOlmdaries. 3.3.2 Geotechnical Consultant's geotechnical engineer shall examine the site as part of the Pre-Design Site Visit subtask and associated geotechnical sub task for the overflow pipeline. The budget for this ::lubtask is provided as part of these previously-described subtasks and no additional budget 1.e:; provided as part of this sub task. 3.3.3 Site Work/Drainage Consultant shall design the immediate surroundings of the new building to consist of a layer of base course or top course material to allow for truck a~":ess close to the building for sodium hypochlorite, consistent with current gas deliveries at the site. No site drainage- impact analysis shall be conducted because of the small size of the new building. Roof drainage from new building shall be routed to existing site drainage system. 3.3.4 Structural/Architectural Consultant shall design a single-level buildmg structure with approximately 300 square feet of floor space. Building shall consist of masonry block wall and metal roof construction with single double-door access and no windows. 11 3.3.5 Heating and Ventilation Consultant shall conduct an analysis to determine ventilation requirements and heating capacity. Building interior shall be heated by electrical unit heater to maintain a minimum of 50 degrees Fahrenheit and ventilated by wall fan/louver and motorized damper system to maintain a maximum of 80 degrees Fahrenheit. 3.3.6 Process Mechanical Consultant shall design a storage and feed system designed for liquid sodium hypochlorite. The system shall be comprised of two metering pumps to meet the entire range of flows from the Black Diamond reservoir and two equal-sized, cross-linked polyethylene storage tanks with an approximate capacity of 200 gallons each. 3.3.7 Electrical Consultant shall design lighting and other electrical requirements for new building. Lighting switches for the two below-grade valve and meter access hatches shall be relocated to the new chlorine building. 3.3.8 Instrumentation and Control Consultant shall design the new chlorine system to be controlled by flow pacing and/ or chlorine residual using a small logic controller. Chlorine residual shall be measured by an analyzer that does not use chemical reagents (thus, the City's preferred analyzer, Hach CL17 will not be able to be used at this location). Doing so will allow direct discharge of the residual monitor flow stream to the site drainage system and Tumwater creek. The City shall contract directly with its remote telemetry unit (RTU) supplier to relocate, install, and program the existing Black Diamond RTU in the new chlorine building. 3.3.9 Demolition of Existing Chlorine Building Consultant shall specify and layout the demolition of the existing gas chlorine building after completion of the new sodium hypochlorite system. The existing building structure as well as the existing slab shall be removed. A new, smaller slab, sloped away from the two existing manhole covers, shall be designed to fit with and provide sturdy support for the safety tripod to be specified. 3.3.10 Safety Systems for Existing Access Consultant shall specify a portable, OSHA-approved, manual tripod-style, retrieval (safety tethering and restraint) device for use by City staff when accessing either of the two deep access shafts to the Black Diamond reservoir outlet pipeline below the existing chlorine buildmg. The new chlorine building shall be design with a space for storing the manual tripod retrieval system. 12 3.3.11 Wastewater Collection System Consultant shall specify a below-grade holding tank for collecting water that drains the sink. The holding tank would need to be periodically emptied and its contents discharged at the City's municipal wastewater treatment plant. City staff will need to periodically visually check tank level. 3.3.12 Construction Cost Estimate Consultant shall prepare a detailed, definitive-level estimate of the cost of the construction contract for use during contract bidding. 3.4 Bidding and Contract Documents Consultant shall prepare Bidding and Contract Documents using City's standard formats. City's standard construction contract format is acknowledged to be based on the latest City- adopted version of the Washington State Department of Transportation (WSDOT) / American Public Works Association (APW A) Standard Specifications (English unit version), hereinafter referred to as the Standard Specifications. Consultant shall coordinate City's standard Bidding and Contract Document formats with the technical specifications and drawings of the work as part of Division 8 of the Standard Specifications in Construction Standards Institute (CSI) format. 3.5 Review Sets and Meetings Consultant shall prepare draft review sets and attend meetings as described below. 3.5.1 50% Draft Review Consultant shall prepare a 50%-complete draft set of technical drawings and specifications as well as "front-end" bidding and contract documents for review and comment by City staff. A total of draft 10 sets shall be copied with 6 sets submitted to the City. Consultant shall make revisions to the 50% draft set, as appropriate, based on a single marked-up set of drawings, specifications, and front-end sheets provided by fue.City. 3.5.2 100% Draft Review Consultant shall prepare a 100%-complete draft set of technical drawings and specifications as well as "front-end" bidding and contract documents for review and comment by City staff. A total of 20 sets shall be copied with 16 sets submitted to the City. The City shall submit copies of the 100% draft set to DOH for its review as well as Clallam County for obtaining permits (building, SEP A, etc) for the work. Consultant shall make revisions to the 100% draft set, as appropriate, based on a single marked-up set of drawings, specifications, and front-end sheets that include all of the City's comments. DOH comments may be addressed directly without intermediate incorporation by the City. 13 3.5.3 Final Set Consultant shall prepare a total of 50 final, revised sets of contract documents to be used for final submittal to DOH and Clallam County as well as for project bidding. 3.5.4 Meetings Two design meetings are budgeted, one in conjunction with the 50% draft review and one in conjunction with the 100% draft review. However, the meetings may more-appropriately be held at other times during the design, if directed by City staff. The design meetings will be held in Port Angeles and attended by two Consultant staff persons. 3.6 Bidding Services Consult and the City acknowledge that City staff will advertise, manage and conduct bidding related activities (including pre-bid meeting if such is conducted), prepare and distribute contract addenda (if necessary) and provide all services related to contract award, execution, and notice to proceed. Consultant's role during contract bidding shall be limited to assistance in responding to technical questions and preparation of technical aspects of text-based-only contract addenda (drawings shall not be revised). No trips to Port Angeles are budgeted as part of this subtask. Conformed copies of the contract documents, if desired by the City, shall be prepared by City staff. 3.7 Construction Services Consultant and the City acknowledge that City staff shall provide construction management services for the construction phase of the project. Consultant'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, and shall commtmicate such assistance and input directly to designated City staff person (not directly to contractor). 3.7.1 Preconstruction Meeting Consultant's project manager shall attend and participate in the preconstruction meeting. City staff shall schedule and facilitate the meeting as well as prepare meeting minutes. 3.7.2 Shop Drawing Review Consultant shall review and provide disposition of quality assurance and technical shop drawing submittals. Administrative, contract close-out, training, and other submittals, certificahons, and permits shall be addressed by City staff. City staff shall provide a single copy of shop drawing submittals to Consultant for review and disposition. Consultant shall return reviewed and disposed shop drawing submittal to the City for transfer of comments 14 to other copies of shop drawing and subsequent dispersal to specified entities (including Consultant). The budget for this sub task is based on a single review of each shop drawing and a single subsequent review of shop drawings requiring revision and re-submittal. 3.7.3 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 change order information. Consultant's input and assistance shall be documented in memorandum format to designated City staff person. City staff shall forward such input to contractor or other appropriate entities in a format it determines appropriate. Such formats are to be determined and prepared by the City and may include documented verbal communication, contract clarification forms, and change order documents. 3.7.4 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 sub task is based on a total of eight site visits. 3.7.5 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 hardcopies) shall be prepared by Consultant and submitted to the City along with a compact disk of the electronic Microstation drawing flIes. Task 4. Peabody Heights Floating Cover Consultant shall prepare technical drawings and specifications for Peabody Heights reservoir improvements related to the floating cover project. Consultant shall also provide technical assistance during contract bIdding and construction. Consultant shall undertake preliminary design and design activities at approximately the same time as design of the Black Diamond improvements. The purpose of this timing is to make effective use of the 15 pre-design site visit to the Black Diamond site by Consultant's design team. Consultant and the City acknowledge that completion of the Peabody Heights improvements design shall be completed within the time-frame allowed by the City's Bilateral Comphance Agreement with DOH (deadline to DOH is February 28, 2002). However, final completion of the Peabody Heights design shall not occur prior to February 28, 2001. 4.1 Pre-Design Activities Consultant shall examine the Peabody Heights reservoir site during the Black Diamond site visit. The site visit shall consist of examining and discussing locations for a detention basin, electrical connection location options, drainage water discharge pipe routing, and floating cover tie-down points. In addition, Consultant shall collect information from floating cover manufacturers regarding floating cover design options and features for discussion with City staff. City staff shall make a selection of the specific type of floating cover system desired at the meeting or shortly thereafter. Consultant shall include decisions made during the site visit and meeting in the summary memorandum to be prepared for Black Didmond reservoir project. Consultant's geotechnical engineer shall examine the site on the same day as the Pre-Design Site Visit sub task and associated geotechnical subtask for the overflow pipeline for the Black Diamond project. The City shall provide a backhoe and operator for digging test pits east of the Peabody Heights reservoir where the proposed new detention basin will bl?". Consultant shall include results of site visit examination and laboratory analyses in a brief memorandum to the City. 4.2 Surveying by City City staff shall provide copies to Consultant of all available mapping of Pea bod y Heights reservoir site, including: original Peabody Heights reservoir design or record drawings, site- piping drawings, and record drawings related to recent pipe relocations. City staff shall also determine the location and routing of all piping and buried utilities around the perimeter and east of the Peabody Heights reservoir, including electricallmes, reservoir drain, and overflow piping. City staff shall contract directly with a survey firm to prepare IJase mapping of the entire sIte (from the reservoir east to the proposed detention basin), displaying the reservoir structure, the adjacent Mill Creek pump station and chlorination buildmgs, the existing weir house, all buried electrical, water and sewer piping, and other utilIties, property boundaries, and topography (2-foot contours). Hardcopy and electronic files of the base mapping shall be submitted to Consultant in Autocad or Microstation format for use in design. Consultant shall receive electronic base mapping flies and convert them for use in Microstation format. 4.3 Design Consultant shall prepare technical specifications and drawings in CSI format for the floating cover and related Peabody Heights reservoir improvements. Unlike the Black Diamond 16 improvement project, bidding documents, contract documents, contract administrative, and other non-technical documents and specifications (including Division 1 specifications of the CSI format) shall not be prepared by Consultant, but instead shall be prepared by City staff. 4.3.1 Floating Cover Consultant shall prepare drawings ~d specifications for a floating cover for the Peabody Heights reservoir. The floating cover system shall be specified to be constructed of durable hypolon or polypropylene material, battened to the existing upper, sloped side-wall of the reservoir just below the existing reservoir liner batten bar, to provide a water-tight seal between the stored drinking water below and rainwater above. Alternative battening and restraint alternatives will be discussed at Pre-Design meeting and may be specified instead, depending on City preference. The floating cover shall be specified to allow for the maximum anticipated variations in reservoir level (including emptying of the reservoir) without damage. The floating cover system shall be specified to include an automated sump-pump system for removal of rainwater on top of the cover to a discharge pipe header. An alternative design of locating drainage pumps off of the floating cover may be employed depending on the specific design selected by the City as part of the Pre-Design Activities task. The floating cover system shall be specified to include "trenches" or folds, depending on the specific design preferred by City staff, to collect and route rainwater to the sump pumps. The floating cover system shall be specified to withstand normally anticipated environmental conditions that will strain the cover material, its appurtenances, and its connection to the existing sloped, concrete side-walls. The floating cover system shall be specified to support the weight of a one or more persons on top of the cover during normal operating conditions to allow for maintenance activities. A single or multiple access "hatches" through the floating cover shall be specified, in accordance with City preference and manufacturer recommendations. 4.3.2 Examination and Repair of Existing Liner The City will contract directly with a liner manufacturer or other qualified entity for an on- site inspection of the existing Peabody Heights reservoir liner. .Depending on the results of the inspection, the existing liner may need to be replaced, repaired, or left "as is." It is assumed for the purpose of this task that the existing reservoir liner is in good condition and does not require replacement or repair. If the City determines the liner should be repaired or replaced, it will do separate from, and prior to the Peabody Heights floating cover project. The design budget for the floating cover subtask, or any other sub task, does not include developing a specification for the replacement of the existing liner. 4.3.3 Discharge Piping Rainwater drainage from the top of the floating cover must be discharged out of the Peabody Heights reservoir containment structure. Consultant shall design a piping system, for discharge of rainwater from the floating cover to a detention basin for subsequent 17 drainage to Peabody creek. Piping shall be routed, exposed over the reservoir berm to the east to the detention basin. The discharge pipe shall be buried once off the berm. Discharge from the detention basin shall be connected by buried pipe to the existing Peabody Heights reservoir overflow or drain piping for conveyance to Peabody creek. 4.3.4 Detention Basin Consultant and the City acknowledge that the floating cover project will result in the creation of approximately 6,250 square feet of impermeable surface requiring drainage where no such requirement previously existed. In accordance with the requirements of the Puget Sound Stormwater Manual, detention of stormwater from such an improvement is necessary. Consultant shall design a detention basin sized to handle the maximum required rainfall event (expected to be approximately 3 inches in a 24-hour period). City staff shall provide historic~l Port Angeles rainfall records in electronic format to Consultant for Consultant's use in a continuous simulation model to compute the size requirements of the detention basin.. The detention basin shall be design for construction on City property east of Peabody Heights reservoir. 4.3.5 Electrical Consultant shall design an electrical feed connection from one of the existing on-site power- pole-mounted transformers. Conduit shall be routed underground around the perimeter of the reservoir to the location of the pumps, whether located on the floating cover or off the floating cover on the east side of the reservoir. 4.3.6 Design Review and Meetings Consultant shall prepare draft review sets of the technical specifications and drawings and attend design review meetings as part of this task. Consultant shall prepare a 50%-complete draft set of technical drawings and specifications for review and comment by City staff. A total of draft 10 sets shall be copied with 6 sets submitted to the City. Consultant shall make revisions to the 50% draft set, as appropriate, based on a single marked-up set of drawings, specifications, and front-end sheets provided by the City. . Consultant shall prepare a 100%-complete draft set of technical drawings and specifications for review and comment by City staff. A total of 20 sets shall be copied with 16 sets submitted to the City. The City shall submit copies of the 100% draft set to DOH for its review as well as Clallam County for obtaining permits (building, SEP A, etc) for the work. Consultant shall make revisions to the 100% draft set, as appropriate, based on a single marked-up set of drawings and specifications that include all of the City's comments. DOH comments may be addressed directly without intermediate incorporation by the City. Consultant shall prepare a final (ready for contract bidding) set of technical drawings and specifications. Consultant shall prepare a single print-ready set of the final specifications 18 and drawings to be used by City staff for inclusion in final contract document set, prepared by City staff, for final submittal to DOH as well as for project bidding. Two design meetings are budgeted, one in conjunction with the 50% draft review and one in conjunction with the 100% draft review. However, the meetings may more-appropriately be held at other times during the design, if directed by City staff. Design meetings will be held in Port Angeles and attended by Consultant's project manager. 4.3.7 Construction Cost Estimate Consultant shall prepare a detailed, definitive-level estimate of the cost of the construction contract for use during contract bidding. 4.4 Bidding Services Consult and the City acknowledge that City staff will advertise, manage and conduct bidding related activities (including pre-bid meeting if such is conducted), prepare and distribute contract addenda (if necessary) and provide all services related to contract award, execution, and potice to proceed. Consultant's role during contract bidding shall be limited to assistance in responding to technical questions and preparation of technical aspects of text-based-only contract addenda (drawings shall not be revised). No trips to Port Angeles are budgeted as part of this sub task. 4.5 Construction Services Consultant and the City acknowledge that City staff shall provide construction management services for the construction phase of the project. Consultant'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, and shall communicate such assistance and input directly to designated City staff person (not directly to contractor). 4.5.1 Preconstruction Meeting Consultant's project manager shall attend and participate in the preconstruction meeting. City staff shall schedule and facilitate the meeting as well as prepare meeting minutes. 4.5.2 Shop Drawing Review Consultant shall review and provide disposition of 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 disposition. Consultant shall return reviewed and disposed shop drawing submittal to the City for transfer of comments to other copies of shop drawing and subsequent dispersal to specified entities (including 19 Consultant). The budget for this subtask is based on a single review of each shop drawing and a single subsequent review of shop drawings requiring revision and resubmittal. 4.5.3 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 change order information. Consultant's input and assistance shall be documented in memorandum format to designated City staff person. City staff shall forward such input to contractor or other appropriate entities in a format it determines appropriatE'. Such formats are to be determined and prepared by the City and may include documented verbal communication, contract clarification forms, and change order documents. 4.5.4 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 six site visits. 4.5.5 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 drafter. Consultant shall revise design drawings to create the record drawing set. Preparation of additional drawings is not anticipated and is not budgeted. A single 11/1 x 17/1 set and a single full-size (22./1 x 34/1) set of record drawings (both sets to be paper hardcopies) set shall be prepared by Consultant and submitted to the City along with a compact disk of the electronic Microstation drawing files. Task 5. Water System Plan Update Consultant shall update the City's existing Comprehensive Water System Plan, dated 1995, per the requirements of WAC 246-290-100 and the specific direction provided by DOH at the July 12, 2000 pre-planning meeting held in Port Angeles and attended by Consultant, City staff, and DOH. The update shall replace the existing Comprehensive Water System Plan, serve as the City's Water System Plan until the next such update is completed and approved, and is referred to hereinafter as the /lPlan./I The Plan shall be prepared in 20 conformance with the format provided in DOH's Water System Planning Handbook (Planning Handbook). As such, the Plan will have a somewhat different format than the 1995 Plan. The scope of Plan activities presented below generally follow the Planning Handbook outline for the Plan. The budget for Task 5 is based in part on the scheduled completion of the draft Plan (for DOH review) by July I, 2001. The City's Plan is required to be approved by DOH by the end of November of 2001 to avoid receiving a "yellow flag" compliance status. This schedule provides for DOH review and subsequent revisions by Consultant by the end of November 2001. 5.1 Data Collection In preparation of the Plan, City staff will need to provide information and data to Consultant. Much of the needed jnformation can be collected and provided prior to execution i)f specific tasks. Other information, input, and decision-making will be provided by City staff throughout the course of Plan development and is not specifically identified as part of this sub task. The data and information listed below shall be provided to Consultant by the Clty in hardcopy format and electronic format as stated below: " Current GMA Comprehensive Plan II Water demand over the previous for the years 1993 through 2000 irom all supply and master meters with dally, monthly, and annual subtotals (electronic information in excel spreadsheet format) II Consumption infolmation (billing records) for the years 1993 through 2000 broken down per the City's user dassification with daily, monthly, and annual subtotals (electronic information in excel spreadsheet format) · Historical population (all available data since 1990) · Population projections from the current Comprehensive Plan or other City- recognized analysis for the City, the existing Urban Growth Area (UGA), and proposed future UGA (if available) · Current Land use or zoning map for City current UCA and proposed future UGA · Water quality data since 1993 and all documentation of.the City's water quality monitoring program (coliform monitoring plan, organics monitoring plan, inorganics monitoring plan, etc.) ~ Water utility operating expenses and revenue over the past 6 years, including grants, loans, system development charges, etc. · The City's current water rate structure and previous rate structures since 1993 · PRY settings and pump curves · Copies of all City water rights, including those which have been recently revised as well as proposed revisions II Graphical Information System (GIS) water utility, parcel, and topographic databases and maps (latest updated versions) 21 In addition, Consultant's participation in the pre-planning meeting with City and DOH staff IS also budgeted as part of this task. Consultant shall prepare for and attend meeting. 5.2 Description of Water System Consultant shall prepare a description of the City's water system in conformance with the requirements of the Planning Handbook, Chapter 1. The specific subsections to be included as part of the Description of Water System section shall include: . Ownership and Management · System Background · Inventory of Existing Facilities · Related Plans · Existing Service Area Characteristics · Future Service Area · Service Area Agreement · Service Area Policies · Conditions of Service · Complaints 5.2.1 Ownership and Management Consultant will prepare a brief discussion of the ownership and management of the City's water system, including the name and DOH-identification number, the type of ownership (e.g. municipal), management and decision-making process, and include a COpy of the City's latest updated Water Facilities Inventory sheet (prepared by City staff) as an appendix. 5.2.2 System Background Consultant will prepare a discussion regarding the history of the water system as well as current and projected growth trends. The discussion of the history of the water system will be mostly reproduced from the 1995 Plan with additional infor.mation included since 1995. City staff shall provide input on the location and type of current and projected growth trends for the water system. Consultant shall reproduce the discussion regarding the geography of the water system from the 1995 Plan. Consultant shall prepare a map showing neighboring purveyors in relation to the boundaries of the City's water system. Consultant shall briefly describe the basic information that affects design standards and fire flow requirements. Design standards and fire flow requirements will be discussed elsewhere in the Plan and referenced from this section. 22 5.2.3 Inventory of Existing Facilities Consultant shall prepare a brief summary inventory in bullet format of existing facilities, the current number of service connections, and existing interties. References to other sections of the Plan where more detailed discussion of these system attributes shall also be provided. 5.2.4 Related Plans Consultant shall prepare brief discussions of related plans and planning efforts that have relevance to the Plan. The relevance of these plans and planning efforts to the Plan shall be summarized. Some of this information may be reproduced from the 1995 Plan; however, most of the discussions to be prepared by the Consultant will be based on current planning efforts and Plans completed since the 1995 Plan. City staff shall assist Consultant in this effort by obtaining related plan documents and providing them to Consultant as well as providing input on ongoing planning efforts that have relevance to the Plan. Such plans and planning efforts are expected to be discussed by Consultant include the City's Comprehensive Plan, Wastewater Plan, Stormwater Plan, any regional or county plans, plans of adjacent water purveyors, and the ongoing GWI and Elwha dam removal planning efforts. 5.2.5 Existing Service Area Characteristics Consultant shall briefly describe the extent of the existing service area and prepare a map displaying the service area boundary. Individual pressure zones shall also be displayed. Consultant shall also prepare a discussion of the zoning within the service area and display them on the same map or a separate map. 5.2.6 Future Service Area Consultant shall prepare a discussion of the City's future service area and a map showing the future service area. This discussion shall describe: · How these areas to be served by the City in the future are currently served · What agreements (if any) are in place or under consjderation with adjacent purveyors for transfer of service · Geographic and topographic considerations related to. the City's ability to extend to the future service area · The City's supply capacity, including water rights, to serve the future service area. · The schedule for City's expansion of service to the future service area · Other relevant issues related to the City's intentions to plan for service to the larger area. 23 The City shall provide input to Consultant regarding its future service area intentions, anticipated time frames for expansion, rationale for expansion, and future service area boundanes. 5.2.7 Service Area Agreements Consultant shall describe any service agreements currently in place or required by DOH that address the provision of service by the City and adjacent purveyors. If such agreements are not in place and required by DOH, the City shall negotiate these agreements. At this time, Consultant understands that no agreements are currently in place and that there are no plans for developing any such agreements unless they become required by DOH during the planning process. Thus, only a minimal allowance for labor and expenses is provided for this subtask as a contingency. 5.2.8 Service Area Policies Consultant shall summarize the City's policies related to its service area. These service area policies shall include, but not be limited to, those relating to: wholesaling water, annexation, design and performance standards, surcharges for outside customers, formation of local irnprovement districts, the urban growth area,late-comer agreements, over-sizing of facilIties, cross-connection control, and extensions. City staff shall provide input to Consultant regarding the stated policies in the 1995 Plan by editing them, expanding them, and making all necessary revisions that accurately reflect the policy statements to be included in the Plan. Policy statements, where applicable, shall reference City ordinances, resolutions, and municipal codes. 5.2.9 Conditions of Service Consultant shall summarize the City's conditions of service related to the implementatio~ of the City's service area policies. Such conditions are expected to address, at a minimum, annexation requests and agreements. Where applicable these conditions of service shall be described with the service area policies. 5.2.10 Complaints Consultant shall summarize the number and nature of complaints received by the City related to the water system and how they were addressed. Consultant shall also summarize the CIty'S record keeping procedures for complaints and the policy and process for addressing complaints. 5.3 Basic Planning Data and Water Demand Forecasting The purpose of this section of the Plan is to estimate future water demands so that facility improvements can be effectively planned. Consultant shall prepare descriptions and 24 projections for this section of the Plan in conformance with Chapter 2 of the Planning Handbook based on data and information provided by the City. 5.3.1 Current Population, Service Connections, Water Use, and Equivalent Residential Units The current population will be presented in the Plan along with the current number of service connections, current water usage, and current water usage converted to Equivalent Residential Units (ERUs). Recent historical data for these same parameters will be developed for the recent years for which data is available for the purpose of identifying water usage trends. This information will be presented primarily in tabular and graphical form with some text description. The purpose of this activity is to establish current water demand, recent historical demand trends, and per-capita demand and consumption trends. 5.3.2 Projected Land Use, Future Population, and Water Demand Current land use and zoning will be used to characterize the nature of future growth, estimate the amount of future population growth, and in particular estimate the future growth of water demand. Estimates of future land uses shall be presented based on the City's latest GMA Comprehensive Plan or proposed revisions to the same. Current land use policies and requirements will be assessed to identify growth patterns that may be different from current land use patterns. Projected population and water demand will be estimated for the required 6- and 20-year planning horizons. Current and recent historical demand and consumption trends will be considered in the projection of future demand. Future water demand will be grouped into residential and non-residential use categories. 5.4 System Analysis Consultant shall analyze the City's system with respect to water quality, source of supply, treatment, storage, and distribution in conformance with the requirements of Chapter 3 of the Planning Handbook. 5.4.1 System Design Standards The design and performance standards applicable to the CIty'S system will be identified discussed for each of the design and performance standards, as presented on pages 13 and 14 of the Planning Handbook. References to other sections of the Plan where these standards are discussed in greater detail will also be provided. 5.4.2 Water Quality Analysis The City's compliance status with respect to current and anticipated future drinking water regulations will be summarized. Descriptions of current and anticipated future requirements will be brief. Water quality issues relating to the CIty'S source, distribution system, and customer taps will be discussed. Recent water quality monitoring 25 documentation provided by the City will be used to assist in addressing this task; however, in light of the City's groundwater under the influence (GWI) classification, including the interim disinfection and monitoring requirements imposed by DOH, much of the City's existing data will not be applicable. Consultant and the City acknowledge that a portion of the data needed to complete this task will be collected as part of the GWI compliance task. 5.4.3 System Description and Analysis Consultant shall describe the condition of each of the City's water system facilities and assess their physical capacity with respect to meeting current and projected demand. In addition, Consultant shall estimate the remaining useful life of these facilities. The facilities to be addressed include such system components as PRY stations, storage tanks, chlorination stations, pumping stations, overall system controL supply source system, treatment systems! meters, and distribution system. Source. A discussion of the City's existing source of supply shall be prepared. The discussion shall include the City's industrial system intake, the Elwha Ranney collector, and the City's backup, emergency Morse creek supply. In addition, a description of proposed future source facilities resulting from the Elwha dam removal process shall alsc be prepared. The Project Report prepared as part of the Elwha dam removal process shall be referenced from this section of the Plan and briefly described. Treatment. A discussion of the City's existing treatment system (natural filtration and chlormation) shall be prepared. In addition, a discussion of proposed future treatment facilities resulting from the Elwha dam removal process shall also be prepared. The Project Report prepared as part of the Elwha dam removal process shall be referenced from this section of the Plan. Consultant shall also prepare a brief discussion of the City's GWI compliance activities and reference the reports prepared in compliance with the City's Bilateral Compliance Agreement. Storage. A discussion of the City's storage facilihes will be described and assessed. A table showing existing storage capacity, DOH storage requirements, and projected futule storage needs will be presented. The City's storage system shall be assessed from an overall system standpoint as well as a per-pressure zone standpoint. Distribution System. A description of the City's distribution system will be presented, including an 11 x 17 map (or multiple maps, if necessary) showing all City pipelines (with pipe sizes shown), and a table summarizing the total length of all pipelines in each pipe size category. In addition, a table summarizing all of the City's pipelines by pipe material will be presented. These tables will be developed from the City's updated GIS database. 26 Master meters and PRVs will be identified and described in a tabular format; however, City staff will provide assessment information on these facilities related to their condition and accuracy. A single graphical hydraulic profile displaying the City's PRVs, meters, other major facilities, pressure zones, and operating gradients will be presented. This profile will be developed using the 1995 Comprehensive Water System Plan as a guide and will be used as the basis for brief text description. The map displaying the City's existing service area and pressure zones, prepared as part of the "Descripnon of Water System" section shall be referenced or moved to this section of the Plan, based on the City's input. The major part of the assessment of the distribution system shall be the development, calibration, and use of a hydraulIC model of the City's system to evaluate its capacity to meet fire flow and system pressure criteria. The scope of this activity is presented later in this Exhi~it as Sub task 5.13, Hydraulic Modeling. 5.4.4 Summary of System Deficiencies A summary of system deficiencies identified as part of the herein-described system analysis tasks shall be prepared. This summary will be presented primarily in tabular format with additional text description provided for more complex improvements, as necessary. ~ 5.4.5 Selection and Justification of Proposed Improvement Projects A table summarizing the selection of proposed improvement projects shall be developed for the 6-year planning horizon and 20-year planning horizons. Alternative remedies for each of the deficiencies shall be identified, and compared, as required by the Planning Handbook. Text description shall be provided to justify and support the selection of the proposed improvement projects. 5.5 Conservation, Water Rights, System Reliability, and Interties Consultant shall prepare a section of the Plan that addresses the following issues, as required in Chapter 4 of the Planning Handbook. 5.5.1 Conservation Program A conservation program will be developed in conformance with the DOH's Conservation Planning Requirements handbook. The conservation program will be developed with the followmg main sections, as required by the Conservation Planning Requirements: · Conservation Objectives · Evaluation of Conservation Measures · Identification of Selected Conservation Activities · Target Water Savings Projechons A meeting with City staff will be held to assist in development of the conservation program, in particular to identify the City's conservation objectives, desired conservation measures, 27 and target water savings. A detailed cost-benefit analysis will not be undertaken as part of thIS task. Target savings per conservation measure selected for implementation by the City will be presented based on readily available industry standard and/ or information developed for other water systems. The scope of the conservation program is expected to reflect compliance with the minimum required evaluation and implementation of the Conservation Planning Requirements and will be heavily based on, and similar to, the conservation section from the 1995 Plan. 5.5.2 Water Rights Consultant shall prepare tabular and text descriptions of the City's water rights. Consultant shall complete the tables included in Chapter 4 of the Planning Handbook. An assessment of the need for additional water rights shall be prepared and presented in the Plan. The City shall provide clean, reproducible copies of its water rights to Consultant for assistance with this sub task. 5.5.3 System Reliability Analysis Per the requirements of Chapter 4 of the Planning Handbook, the reliability of the City's existing SOLlrce, water rights, and major system facilities shall be analyzed. Actions being taken or planned to aUeviate any system reliability deficiencIes will be described. As part of this task and in conformance with Chapter 4 of the Planning Handbook, a Water Shortage Response Plan must be developed and included as part of the Plan in an appendix. Water shortage response activities are a subset of emergency response program activities, which are required to be documented as part of the Operation and Maintenance Program. Thus, the Water Shortage Response Plan will be developed by City staff in conformance with DOH's Guidelines for the Preparation of Water Shortage Response Plans handbook. 5.5.4 Interties Consultant shall prepare a discussion regarding the City's existing inter ties with the PUD's water system. The City's agreement governing the use of these interties shall be provided by the City and included in the Plan as an appendix. 5.6 Source Water Protection Consultant shall prepare a discussion of the City's source water protection activities, as required in Chapter 5 of the Planning Handbook. In light of the City's recent GWI classification and its ongoing GWI compliance activities and proposals, this section of the Plan shall describe the source water protection activities of the City that will eventually be required by DOH. The specific requirements to be imposed by DOH as part of the GWI compliance process are expected to include one of the following (in the absence of considering the removal of the Elwha dams): a Wellhead Protection Program, a Watershed Control Program, or a combination of both elements. However, the ongoing Elwha dam removal process, which is expected to result in a treatment facility that would make a 28 Watershed Control Program a required element of the Plan, is anticipated to be the eventual controlling factor in DOH's source water protection directive. Thus, the scope of work presented herein is based on preparing a Watershed Control Program. If a different source protection program is imposed by DOH, the scope and budget for this activity shall be . i revised by addendum to this Agreement. Consultant and the City agree that this section of the Plan shall be one of the last to be prepared. The purpose for this scheduling approach is to ensure that a Watershed Control Program for a surface water source provided with treatment is the compliance directive to be imposed by the DOH. Consultant and City also agree that based on preliminary input from DOH that this section of the Plan shall be cursory in its scope and does not need to address all of the aspects described in the Planning Handbook. Only those aspects described herein shall be addressed. The Watershed Control Program shall include the following major sections: watershed description! characteristics, identification of land USE'S and activities detrimental to water quality, watershed management and control measures, monitoring activities, and system operations. 5.6.1 Watershed Description/Characteristics Consultant shall prepare the following information as part of this activity. · Geographical boundaries of the watershed supplying the Elwha Ranney collector shall be displayed. In conformance with Chapter 5 of the Planning Handbook, a USGS topographic map shall be used as the base map. A brief text description shall be provided. · Consultant shall briefly and qualitatively summarize, in one page vr less, precipitation patterns, streamflow characteristics (maximum, average and minimum flow) of the Elwha river, sediment loading related to rainfall intensity, terrain, vegetation, and any other watershed characteristics detrimental to water quality (such as the sediment behind the Elwha dams after dam removal). · Identify critical areas where human or animal activity could degrade water quality at the water system intake. · Describe the location within the watershed of major water system components such as intakes and storage reservoirs. DescribE' the physical condition of the intake and the protection it is provided. · Summarize land ownership within the watershed by means of a map, table, and text description. · Identify key access points to the watershed on a map, describe them, and relate them to critical areas susceptible to human and animal achvity. 29 5.6.2 Identification of Activities/Land Uses Detrimental to Water Quality Consultant shall identify and describe any activities and land uses within the watershed that are currently impacting or which have the potential to impact source water quality. Such activities (both naturally-occurring and man-made) shall be displayed on the map noted above and briefly described in text. 5.6.3 Watershed Management and Control Measures Consultant shall describe the City's relationship to land ownership in the watershed and describe any management and control measures the City undertakes on an ongoing basis. Consultant and City acknowledge that such management and control measures do not exist now and in most cases are likely to not be applicable in the future. Thus, the scope of this activity shall be limited to a discussion of activities the City proposes to employ un a long- term basis. 5.6.4 Monitoring Program DOH acknowledges that in the long-term future the only monitoring to be conducted by the City will be of the raw water at the treatment plant. Thus, the only discussion to be provided here is of the monitoring activities to be provided by the federal government during and in the short-term after darn removal. 5.6.5 System Operation hl conformance with Chapter 5 of the Planning Handbook, consultant shall prepare a summary of system operations related to the watershed, intake, and source treatment. A schematic locating key system components shall be prepared. A discussion of the flexibility of the intake and treatment facilities shall be prepared as it relates to handling varying raw water quality. Some of this information may be referenced from the System Analysis section of the Plan. In addition, this section of the Watershed Control Program shall reference the City's Emergency Response Program (prepared by the City as part of the Operation and Maintenance Program) to detect and address emergencies in the watershed such as landslides, forest fires, floods, toxic spill, and other similar emergencies. In conformance with Chapter 5 of the Planning Handbook, systems that rely on alternate sources for use during watershed emergencies, should provide: evidence that the system owner has a water right for the alternate source and discussion of the capacity of the alternate source. In the City's case, the Morse creek system shall be listed as the alternate source. Consultant shall prepare this discussion with assistance from the City regarding the status of the Morse creek water right. 30 5.7 Operation and Maintenance Program In conformance with the recommendations of Chapter 6 of the Planning Handbook, the City should take the lead on this section of the Plan. Thus, City staff shall complete this portion of the Plan and submit its final work product to Consultant for inclusion into the Plan. The budget for this task is based on formatting files provided by City staff and making necessary file conversions to conform with the overall format of the Plan. In addition, Consultant shall review the content of the Operation and Maintenance Program, provide editorial comments, and suggest revisions if necessary. 5.8 Distribution System Facilities Design and Construction Standards Consultant shall summarize the City's design and construction standards related to the distribution system. In addition, the City's policies regarding outside parties, project review procedures, and construction certification procedures shall also be described or referenced to previous sections of the Plan. 5.8.1 Project Review Procedures Consultant shall summarize the City's process for reviewing project reports and construction documents with an emphasis on distribution-related projects, which will not be reviewed by DOH. 5.8.2 Policies and Requirements for Outside Parties Consultant shall summarize the City's policies or requirements for outside parties, such as developers, includL'1g right-of-way or pipe-looping requirements, fire Dow requi.rements, level of service standards, and fees, as applicable. The budget for this task is based on referencing this from where it is discussed in the "Description of Water System" section of the Plan. 5.8.3 Design Standards (Performance and Sizing) In conformance with the requirements of Chapter 7 of the Planning Handbook, Consultant shall include the design standards summarized for an earlier section of the Plan, as part of this section. 5.8.4 Construction Standards (Materials and Methods) The City has standard specifications and detail drawings for the construction of water distribution facilities. These standards shall be referenced from the Plan or placed in the Plan as an appendix. 31 5.8.5 Construction Certification and Follow-up Procedures Consultant shall summarize the City's procedures related ensuring projects are constructed in accordance with City's construction standards, construction inspection, pressure testing, disinfection, water quality sampling, preparation of record drawings, and retention of design and record drawings. 5.9 Improvement Program An improvement program will be developed in conformance with Chapter 8 of the Planning Handbook. The improvement program will be presented as a table summarizing system deficiencies and needs identified in prevIOus sections of the Plan. Minimal text is anticipated for this section of the Plan because discussion of specific improvement projects will be presented in earlier sections. Per DOH requirements, specific improvement projects over the 6-year planning horizon will be scheduled. The period between the 6-year and 20- year planning horizons will include improvements that are generally projected for this time frame, but not scheduled for specific years. The improvement program table will be developed sirmlar to Table 5 on page 65 of the Planning Handbook. 5.10 Financial Program A financial program will be developed with emphasis on the content of the improvement program in conformance with Chapter 9 of the DOH Planning Handbook. The financial program will include a summary of the past and present status of the City's water utility. ThiS summary will include: a summary of operating income and expenses for the past 6 years, a current budget, and the City's plan for financing major capital and operational improveme~ts. As part of this task, a discussion of available revenue sources and the allocation of those revenue sources to capital and operational improvements will be presented. A table including the total annual cost of improvements over the 6-year planning horizon will be presented that shows how projected revenue and expenses permit execution of the improvement program. A discussion of the need to adjust rates to or obtain other funding to undertake the improvement program will be presented. The City's current and recent water rates will be presented in a table. A discussion of the utility rate structure to fund improvements directly and/ or revenue bonds to fund improvements indirectly will be developed. Proposed rate increases or changes in rate structure will be shown in the table described above that shows how the improvement program will be funded over the 6-year planning horizon. This discussion will include an assessment of the impact of adjustmg rates on conservation efforts. 5.11 Miscellaneous Documents The Plan will be appended with miscellaneous detailed information and documents that are not included m the mam sections of the Plan. These miscellaneous documents include, but are not limited to: 32 . The required State Environmental Policy Act (SEP A) document · Water rights documentation · Service area and intertie agreements · The detailed results of the hydraulic modeling task · Wholesale water agreements · Service area agreements . Design and Construction Standards (drawings and specificahons) Consultant shall collect these appendix materials, including the SEP A document (which will be prepared by Consultant) and incorporate them into the Plan. Materials such as those prepared as part of the Elwha Dam removal project as well as other information deSired by the City shall be included as appendix information. 5.12 Executive Summary Consultant shall prepare a brief executive summary up to four pages in length, including tables and graphs, for inclusion as part of the Plan (bound at the front of the Plan). No maps or other figures will be prepared as part of the Executive Summary. The format of the Executive Summary will be distinct from the main Plan and will exhibit a more-polished "desktop published" quality with extracted call-outs displayed in the margin. The focus of the Executive Summary will be those elements of the Plan the City wishes to emphasize, including but not limited to, water utility policies, population and demand forecasting, the hydraulic modeling task, the City's GWI issue, the Elwha dam removal mitigation facilities, the improvement program, the operations program, and the financial program. 5.13 Hydraulic Modeling As stated previously, the major part of the assessment of the distribution system shall be the development and use of a hydraulic model of the City's system to evaluate its capacity to meet fire flow and system pressure criteria as well as identify needed distribution system improvements. Consultant shall prepare a hydraulic model developed usmg a modeling program preferred by the City. The City and Consultant recognize that the primary end result5 of this modeling activity are three-fold: (1) to undertake a comprehensive modeling effort to be summarized in the Plan that identifies deficiencies and descnbes recommended improvements, (2) to develop capabilities of one or more City staff to manipulate, update, and operate the model to support its future modelmg needs without Consultant assistance, and (3) to permit updating of the model from the City's GIS system as improvements and extensions to the distribution system are constructed and recorded. To accomplish these primary end results, one or more City staff shall be involved to varying degrees m most of the modeling tasks described in the following subsections 33 5.13.1 Model Selection Consultant shall prepare a brief memorandum summarizing the avaIlable hydraulic modeling software programs including their capabilihes, limitations, and compatibility to the City's GIS software. Four different software programs will be priced and evaluated and a recommendation will be presented. City staff WIll make their selection of the model software based on the memorandum and purchase it directly. . 5.13.2 Data Incorporation This task involves the collection and incorporation ot PRY settings, pump curve information, pipeline sizes (diameter and length), pipe friction, pipe material, pipe age, elevations, the delineation of pressure zones, and other infonnation into the City's GIS database. Applicable information from the City's GIS database will ultimately be used to create the hydraulic model file. Hydrant laterals and service lines will need to be assigned in the GIS database with specific attributes so that they are not incorporated into the model file. The City shall be responsible for undertaking each of the above-described activities, including providing a quality-control step that involves confirming the accuracy of the GIS data (including crossing pipes that either should be connected or not connected). The City's operations staff will need to be consulted in detail to complete this quality control element. Consultant shall provide a subsequent qualIty control service to ensme that the infonnation in the GIS database is adequately prepared for creation of the model. As part of this quality control service, Consultant shall undertake a number of analyses to confirm that there are no obvious data anomalies. 5.13.3 Field Calibration Data Collection The model will be calibrated with field-collected hydrant test data. This data will be collected by a company specializing in this activity. The City will contract directly with this company. This activity is expected to take a total of two 'weeks. City sta ff will monitor thIS entire activity and provide a staff person to be present in the field at all times. The City shall provide a staff person for the entire two-week duration of this activity. Consultant shall provide a staff person for the first two days of this activity. Th~ hydrant test data will be used to assign static pressures to model nodes and identify diurndl pressure variations. Diurnal pressure vanahons will be used to confIrm variations in daily demand which will be used to establish the ratio of peak hour demand (PHO) to maximum daily demand (MDD) to be used for the model. City staff will also need to perform and coordinate another critical task, which is the recording of other applicable system readings during collection of hydrant data These other applicable system readings include recording tank levels within the same pressure zone and pump station status and flow rates. 34 5.13.4 Demand Allocation The combined total system demand shall be allocated throughout the model based on the current density of development and development type. Consultant shall establish the location of model nodes that will have demand associated with them in City's GIS database. Currently developed and undeveloped parcels will be used to allocate demand to specific model nodes. Consultant, with input from City staff, will allocate parcels to each demand node. Each parcel will thus be linked electronically to a single model node. Current average daily demand (ADD) will be used in the allocation. Consultant shall assign the demand based on current water use data to each parcel type by dividing the total demand in each of the City's water-use categories by the number of each parcel types. 5.13.5 Data Reduction and Calibration Consultant will reduce the raw text-file data received from the field calibration company to a format compatible with the hydraulic model input file. An iterative modeling process will be undertaken to assign pipe friction factors that best represent existing conditions. 5.13.6 Modeling Runs Multiple modeling runs will be undertaken using 20-year demand projections (either escalated from the input file based on current ADD allocation or using the input file developed from projected build-out demand allocation). The build-out demand input file will be further escalated maximum day demand (MDD) and to peak hour demand (PHD) using a demand ratio of ADD to MDD and ADD to PHD. The build..out MDD demand input file will be used for modeling fire flows. Fire flow modeling will form the bulk of the modeling run activity. The hydraulic model enables the simultaneous running of multiple fire flow evaluations. Approximately 50 separate fire flow evaluations are anticipated at key locations throughout the system. The actual fire flows to be simulated for residential and non-residential development will be provided by the City. A map showing the location and value of each of the fire flows simulated will be prepared for inclusion in the Plan. The results of the modeling runs wilrbe presented in a table. The results will also be displayed on a color-coded map of the system to show the spatial distribution of fire flow deficiencies. The results will be prioritized based on several criteria including: available fire flow, the number of residential customers affected, the type of development affected (i.e. schools, hospitals, and nursing homes will have high priority), and other criteria to be developed in consultation with City staff. A significant element of this task will be to develop improvements to alleviate identified defIciencies. These improvements will be developed through a series of modeling runs that will involve the insertion of pipeline improvements (pipeline replacements and additional pipelines for system looping). Changes in PRY settings may also be considered in the improvements. A separate table summarizing the distribution system improvements will be developed. This table will be correlated with the table dIsplaying prioritized results of the 35 fire flow modeling. In addition, a map or series of maps shall be prepared showing the location of improvements. Supporting text description will be prepared to accurately describe the nature and need for each improvement. The prioritized list of fire flow modeling results and the corresponding system improvements can be used by the City to select specific future fire flow improvement projects in conjunction with other improvement activities such as street repairs. In addition, modeling runs using current average daily demands (ADD), MDD, and PHD to identify existing areas where current system pressure is less than 30 psi or greater than 80 psi (DOH requirements). These areas will be displayed on maps for each of the three demand types. Detailed discussion of the activities, objectives, and procedures of this modeling and improvement-development task shall be prepared for inclusion in the Plan. 5.13.7 Summary of Model Development In recognition of the City's objectives to develop a hydraulic model for periodic use by its staff, without the need for assistance from other entities, Consultant shall prepare a detailed summary of how the model was developed, calibrated, and related to the City's GIS database. This detailed summary will serve as a "road-map" for continued use and updating of the model as well as a background document for future City staff, not involved in the modeling activities associated with the Plan, that might be called on to use the model. This summary will be particularly helpful in the event that future changes in City staff occur that reduce the intimate experience the City will have with the actual development and operation of the model. The summary will be included as an appendix to the Plan. 5.13.8 Training of City Staff Upon completion of the modeling task, the hydraulic model will be returned to the City and installed by Consultant and City staff on one of the City's computers. City staff will be trdined by Consultant staff at the City's office on the use of the hydraulic model. Thus, the need for future water system distribution improvements can be verified by City staff, and City staff can run the model for other water system extension needs and for other unanticipated piping improvements. The budget for this task is based on an allowance of 50 hours of Consultant staff time plus expenses. In addition, City staff may wish to assign the City's designated hydraulic modeling person to accompany Consultant during completion of a portion of the modeling runs (described above). This approach is encouraged and may reduce Consultant's time spent during designated post-modeling training. 36 5.14 Document Preparation and Reviews Consultant shall prepare two draft review sets of the Plan and a single final Plan set. The cost of preparing such draft and final sets is substantial. Thps, if additional draft sets become necessary or requested by the City the budget for this task will need to be amended. 5.14.1 Preliminary Draft Consultant will prepare a preliminary draft of the Plan for submittal to the City for its review. Consultant will conduct a preliminary internal senior review as part of preparation of the preliminary draft Plan. Six spiral-bound copies of the preliminary draft will be prepared and submitted to the City. Consultant shall attend a single review meeting in Port Angeles to address the City's review comments. City staff shall coordinate, adjudicate, and summarize all City comments onto a single Plan set edited in red ink or pencil for submittal to Consultant. 5.14.2 Revision of Preliminary Draft Consultant will revise the preliminary draft Plan as necessary and appropriate based on the comments provided by City staff. 5.14.3 Draft Consultant shall prepare IS, spiral-bound copies of a revised, "draft" Plan, incorporating the City's preliminary comments, for re-submittal to the City for an additional final review. The City will submit this draft Plan to DOH and Clallam County Health Department for their review. City staff shall coordinate, adjudicate, and summarize all City, County, and other agency (excluding DOH) comments onto a single Plan set edited in red ink or pencil. Consultant shall attend a review meeting in Port Angeles (perhaps with the City Council or UtIlity Advisory Committee) to address the City's review comments and assist in presentation of the Plan to the City Council. The City may wish to schedule DOH's attendance at the meeting(s) in Port Angeles on this same day. 5.14.4 Revision of Draft Consultant shall revise the draft Plan based on City-adjudicated comments and DOH comments, as necessary and appropriate, in preparation of the final Plan to be adopted by the City. 5.14.5 Final Plan Consultant will prepare 50 spiral-bound copies of the final Plan for submittal to the City. The final Plan set, as well as preliminary draft and draft Plan sets, is expected to be bound as a single volume. 37 5.15 Miscellaneous Meetings Throughout the course of the Plan development, it will be necessary for Consultant to attend "miscellaneous" meetings in Port Angeles, other than those described in previous sections. These miscellaneous meetings are not budgeted as part specific Plan sub tasks, but instead are budgeted separately as part of this sub task. The budget for this sub task is based on a total of 10 miscellaneous meetings in Port Angeles, attended by a single Consultant staff person, throughout the course of Plan development. Task 6. 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 aS$istance 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. 38 Exhibit B Budget Water System Assistance Task No. and Description Total 1 Elwha Dam Removal Mitigation 11 Monthly Mitigation Meetings $9,283 12 Planning Meeting Participation $15,910 13 VST Participation $19943 14 Project Report Review $5,712 15 Undefined Elwha Assistance $9,043 Elwha Dam Subtotal $59,889 2 GWI Compliance Assistance 21 Action Plan 21 1 Meeting with City Staff $1,495 212 Meeting with DOH $1,636 213 Prepare Action Plan $4,580 214 Bilateral Compliance Agreement $3,381 22 Preliminary Filtration Evaluation $1~ -- 23 Testing Protocol Report $17,283 24 Natural Filtration 241 Preliminary Particle Counting $6,279 242 Testing Protocol for Natural Filtration $12,270 25 Filtration AVOidance 251 Water Quality Testing Memo $3,381 252 Filtration AVOidance Proposal $15,638 253 Filtration AVOidance Negotiations ASSistance $5,187 GWI Subtotal $88,408 3 Black Diamond Improvements 31 Pre-DeSign Site VISit $6,042 32 ReservOir Cover 321 Drainage Data $4,446 322 Geotechnical Data $3,663 323 Cover DeSign $11,299 324 Inspection and Repair of Existing Structure $2,161 325 Overflow and DechlOrination Improvements $9,617 326 Energy DISSipation $4,258 33 New Chlorine Station 331 Base Mapping $2,074 332 Geotechnical $0 333 Site Work/Drainage $1,808 334 Structu rail Architectural $14,049 335 Heating and Ventilation $3,855 336 Process Mechanical $7,951 337 Electrical $5,916 338 Instrumentation and Control $5,144 339 Demolition of Existing Chlorine Building $3,183 3310 Safety Systems for Existing Access $1,832 3311 Wastewater Collection System $2,276 3312 Construction Cost Estimate $3,355 34 Bidding and Contract Documents $7,375 35 ReViews Sets and Meetings Page 1 of 3 351 50% Draft Review $6,053 352 100% Draft Review $7,144 353 Final Set $5,028 354 Meetings $4,830 36 Bidding Services $2,471 37 Construction Services 371 Preconstructlon Meeting $1,145 372 Shop DraWing ReView $13,034 373 Technical ASSistance $5,038 374 As-Directed Site VISitS $10,910 375 Record DraWings $4,148 Black Diamond Subtotal $160,101 4 Peabody Heights Floating Cover 41 Pre-DeSign ActivIties $3,387 42 SurveYing By City $772 43 DeSign 431 Floating Cover $12,674 432 Examination and Repair of Existing Liner $0 433 Discharge Piping $6,694 434 Detention BaSin $11,129 435 Electrical $3,632 436 DeSign ReView and Meetings $10,821 3312 Construction Cost Estimate $3,355 46 Bidding Services $2,471 47 Construction Services 471 Preconstructlon Meeting $1,145 472 Shop DraWing ReView $12,118 473 Technical ASSistance $4,580 474 As-Directed Site VISitS $7,655 475 Record DraWings $4,148 Peabody Heights Subtotal $84,581 5 Water System Plan Update 51 Data Collection $2,815 52 DeSCription of Water System 521 Ownership and Management $458 522 System Background $1,832 523 Inventory of EXisting FaCilities $1,832 524 Related Plans $2,2~~ 525 EXisting Service Area Characteristics $3,757 526 Future Service Area $3,757 --'--- 527 Service Area Agreements $916 528 Service Area PoliCies $2,748 529 Conditions of Service $1,374 5210 Complaints $458 53 BaSIC Planning Data and Water Demand Forecasting 531 Current Pop, Serv Conn's, Water Use, and ERUs $4,647 532 Projected Land Use, Future Pop, and Demand $4,647 54 System AnalYSIS 541 System DeSign Standards $1,832 542 Water Quality AnalYSIS $3,731 543 System DeSCription and AnalYSIS Source $2,748 Treatment $1,832 Storage $5,563 Page 2 of 3 Dlstnbutlon System $6,243 544 Summary of System DefiCiencies $3,664 545 Selection and Justification of Proposed Projects $2,748 55 Conservation, Water Rights, Sys Reliability, Intertles 551 Conservation Program $3,731 552 Water Rights $2,290 553 System Reliability AnalysIs $1,832 554 Intertles $1,374 56 Source Water Protection 561 Watershed Descnptlon/Charactenstlcs $5,131 562 AclivltleslLand Uses Detnmental to Water Quality $983 563 Watershed Management and Control Measures $983 564 Momtonng Program $983 565 System Operatlo.n $3,443 57 Operation and Maintenance Program $3,973 58 Dlstnbutlon System Design and Construction Stds 581 Project Review Procedures $1,374 582 PoliCies and ReqUirements for OutSide Parties $916 583 Design Standards (Performance and SIZing) $916 584 Construction Standards (Matenals and Methods) $916 585 Construction Certs and Follow-up Procedures $916 59 Improvement Program $7,735 510 Financial Program $9,227 5 11 Miscellaneous Documents $6,937 512 Executive Summary $7,735 513 Hydraulic Modeling 5.131 Model Selection $2,268 5132 Data Incorporation $5,670 5.133 Field Calibration Data Colleclion $3,488 5134 Demand Allocation $4,536 5135 Data Reduction and Calibration $3,620 5136 Modeling Runs $28,212 5137 Summary of Model Development $4,861 5138 Training of City Staff $4,487 514 Document Preparation and ReViews 5151 Preliminary Draft $11,608 5152 ReVISions of Preliminary Draft $5,980 5153 Draft $9,198 5154 ReVISions of Draft $5,208 5.155 Final Plan $8,901 515 Miscellaneous Meetings $12,450 Water System Plan Subtotal $231,764 6 Directed Services $44,330 Project Total $669,072 Subtract Work Completed and Invoiced Already (Most of Subtask 2 1, Action Plan, and a portion of Subtask 5 $9,000 Not- To-Exceed Agreement Total $660,072 Note 1) Consultant and the City acknowledge that the task budgets presented herein account for annual rate Increases for Consultant staff performing work on the project Page 3 of 3 Exhibit C Schedule of Labor Costs and Non-Salary Costs 2000 Weighted Average Labor Rates (These rates represent average raw rates; Actual raw rates times a multiplier of 3.05 will be used for invoicing purposes. These rates are subject to calendar year adjustment): Classification Rate Engineer 7 50.78 Engineer 6 46.25 Engineer 5 39.19 Engineer 4 31.53 Engineer 3 26.52 Engineer 2 23.42 Engineer 1 19.89 Engineer 0 20.43 Technician 5 27.99 Technician 4 23.57 Technician 3 20.82 Technician 2 19.66 Technician 1 14.64 Office 17.04 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, 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: 2000 Non-Salary Costs (This list is only a sample of direct expenses and is not meant to be all inclusive) Communications!.............................................................. ...$1.35/Iabor hour Computers!... .................................... ............................... ...$4.80/Iabor hour Health & Safetyl....................................... .......................... .$1.95/Iabor hour Reprographics................................. .. . .......................... ...$0.06/copy Reprographics (color copIes) .............................................. ...$0.801 copy Fleet Verocles. . .. . . .. .. .. . .. .. . . .. .. .. .. .. .. . .. .. .. ........................ ..... $0 391 mile or $241 da y Personal Auto Mileage............................................ .. IRS Rate (currently $0.325/mile) Rental Vehicle....... . ................................... ................... ..$37.00/day Laboratory ServIces.......................................................... ... ....At cost Exhibit D. Estimated Schedule Task Name Task 1. Elwha Dam Removal Project 08/10 . I L _' , _ _ _ _ _ _ _ , _I 06/25 Task 2 GWI Compliance ASSistance 08/16 l: - _ -_~ h __ _~~_ . ___- - +_ _~-=_~~_ _ __-_~ ~_ ~ 1 06/25 Task 3 Black Diamond Improvements " , --------.---------------------.,.--------..---------------------------------------------------,-------------------------------------------------------------- 09/~1 12/31 l~'~ ~~~-~~_~~~p~-,~~~-~ -:'.-_'~~:~~ h,- ----~---,.-~_--- , -] Task 4 Peabody Heights Floating Cover " , --------------------------------,,-----------------------....________________.._____________....J______________________________________________________________ " , 08/16 t,;~,~~.7-~~1-::~---,7~~::"~~~~"'~,:-:t~~- ~:~=-:~ I~.':~,..~~~~~~~ Task 5. Water System Plan - - - - - - - - -r - - - - - - - - - - - - - - - - - - - _ - . - _ - _ _ . _ _ _ _ _ _ _ _ _ _ . _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ . _ _ . . . . _ ~ ~ ~ ~ _ _ . . . . . _ ~ ~ _ . . _ -. . . . _ _ . _ _ _ _ _ _ _ . . . _ _ ~ _ _ . . . . . _ _ _ _ _ . _ . . . . _ _ _ _ _ . _ . . _ . _ _ . _ _ _ _ _ . . . . . _ : 10/02 11/30 l~- '____~~~ ,-- -- :', ',~-'_-, _-~ -_~'-~~ -_-=~~~ '-_-~~,_:_:'_=_~; Task 6 As-Directed Services , , - - - ~ - . - - -.- . . - - - - - - - . . . . - - - - . - - - .. - - - - - - - - - - - - - - - - . - - - - - - - - - - - - - - - - - - - - - - - - - - . - - - - . - - - - - - - - - . - - -, - - - - - - - - - - - - - - - - . - - - - - - - - - - - - - - - . - - - - - - - - - - - - - - - - - - - - - . - - - - - - - 08/16 u_______~_____~__~~~__~~__~_____~__~__~~_=__~~~_=_=~~- - - - ----. --~ ~= --. -- -.~.~--.::.-CJ .." EXHIBIT E EQUAL OPPORTUNITY/FACILITIES NONDISCRIMINATION (The following clause IS applicable unless, and to the extent that, this contract is exempt under the rules, regulations, and relevant orders of the Secretary of Labor, Including 41 CFR, Ch. 60.) During the performance of this contract, the Consultant/Contractor agrees as follows: a. The Consultant/Contractor Will not dlscnminate against any employee or applicant for employment because of race, color, religion, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national ongln The Consultant/Contractor Will take appropnate action to ensure that applicants are employed, and that employees are treated dunng employment, without regard to their race, color, religion, sex, or national origin. The Consultant/Contractor Will take appropnate action to employ, advance in employment, and otherwise treat qualified special disabled or Vietnam era veterans and handicapped Individuals without dlscnmlnatlon based upon their disability or veterans' status or physical or mental handicap In all employment actions Such actions shall Include, but not be limited to, the follOWing employment, upgrading, demotion, or transfer, recrUitment or recruitment advertiSing, layoff or termination; rates of payor other forms of compensation; and selection for training, Including apprenticeship The Consultant/Contractor agrees to post In conspIcuous places, available to employees and applicants for employment, notices to be proVided by the local United States Department of Labor Office setting forth the provISions of thiS Equal Opportunity clause b The Consultant/Contractor Will, In all soliCitations or advertisements for employees placed by or on behalf of the Consultant/Contractor, state that all qualified applicants will receive conSideration for employment without regard to race, color, religion, sex, phYSical or mental handicap, or national ongln, and that the Consultant/Contractor IS under the legal obligation to take appropnate action to employ, advance In employment, and otherwise treat qualified special disabled or Vietnam era veterans and handicapped Individuals without dlscnmlnatlon based upon their disability or veterans' status or phYSical or mental handicap In all employment actions All SUitable employment openings eXisting at contract award or occurring dunng contract performance will be listed at the state employment source office In the locality where the opening occurs, prOVided that thiS listing requirement shall not apply to openings that the Consultant/Contractor Intends to fill from Within ItS own organization or under a customary and traditional employer-union hlnng agreement c The Consultant/Contractor Will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency Contracting Officer, adVISing the said labor union or workers' representative of the Consultant/Contractor's commitments under thiS Equal Opportunity clause, and shall post copies of the notice In conspIcuous places available to employees and applicants for employment d The Consultant/Contractor Will comply With all proVisions of Executive Order No 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor, Including, but not limited to, the rules, regulations and orders Issued by the Secretary of Labor under the Vietnam Era Veterans' Readjustment ASSistance Act of 1972, and the Rehabilitation Act of 1973 (29 USC 793), as amended e. The Consultant/Contractor Will furnish all Information and reports reqUIred by Executive Order No. 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and Will permit access to hiS books, records, and accounts by the contracting agency and the Secretary of labor for purposes of Investigations to ascertain compliance With such rules, regulations and orders The Consultant/Contractor will not, on grounds of race, color, religion, sex, phYSical or mental handicap, or national ongln Deny an indiVidual any services or other benefits prOVided under thiS agreement, 2 PrOVide any servlce(s) or other benefits to an indiVidual which are different, or are proVided In a different manner from those provided to others under thiS agreement, 3 Subject an IndiVidual to segregation or separate treatment In any manner related to the receipt of any servlce(s) of other benefits prOVided under thiS agreement, 4. Deny any IndiVidual an opportunity to partiCipate In any program p'rovlded by thiS agreement through the proVISion of services or otherwise, or afford an opportunity to do which IS different from that afforded others under thiS agreement The Consultant/Contractor, In determining (1) the types of services or other benefits to be prOVided or (2) the class of IndiViduals to whom, or the situation In WhiCh, such services or other benefits Will be prOVided or (3) the class of IndiViduals to be afforded an opportUnity to partiCipate In any services or other benefits, Will not utilize cntena or methods of administration which have the effect of subjecting IndiViduals to dlscnmlnatlon because of their race, color, sex, religion, national ongln, creed, or the presence of any sensory, mental or phYSical handicap. g In the event of Consultant/Contractor noncompliance With the nondlscnmlnatlon requirements of this contract or With any of the said rules, regulations, or orders, thiS contract may be canceled, terminated or suspended, In whole or In part, and the Consultant/Contractor may be declared Ineligible for further government contracts In accordance With procedures authonzed in Executive Order No 11246 of September 24, 1965, and such other sanctions may be Imposed and remedies Invoked as prOVided In Executive Order No 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise prOVided by law h The Consultant/Contractor will Include the prOVISions of paragraphs a through g In every subcontract unless exempted by the rules, regulations, or orders of the Secretary of Labor [PW-410.01A 5/10/99] . , Exhibit F Supplemental Terms Furnished Data The CITY will provide to CONSULTANT data in the CITY'S possession relating to CONSULT ANT'S Services on this Agreement as identified in Exhibit A, Scope of Work. CONSULTANT may reasonably rely upon the accuracy, timeliness, and completeness of the information provided by the 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/ortime of completion. These conditions and cost/ time of completion effects are not the responsibility of CONSULTANT. 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 CONSULT ANT or its personnel in any way responsible for those duties that belong to the CITY and/ or construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and 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 contract documents and any health or safety precautions required by such construction work. CONSULTANT and its 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 CONSULT ANT'S own personnel. The presence of CONSULTANT'S personnel at a construction site is for the purpose of providing to the CITY a greater degree of confidence that the completed work will conform generally to the contract 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 any construction contractor(s) nor assumes responsibility for construction contractor's, failure to perform their work in accordance with the construction documents. PAGE 1 OF 2 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. CONSULT ANT is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of "CONSULTANT'S Personnel at Construction Site" and provisions providing contractor indemnification of the CITY and CONSULTANT for contractor's negligence. The CITY shall require construction contractor(s) to name the CITY and CONSULTANT as additional insureds on the contractor's general liability insurance policy. CONSULTANT's Deliverables CONSULT ANT'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. PAGE 2 OF 2