HomeMy WebLinkAbout5.834 Original Contract
','
5.8:3-</
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN THE
THE CITY OF PORT ANGELES
AND
CH2M HILL, INC.
PROJECT 07-08
RELATING TO: THE CITY'S WATER SYSTEMS
THIS AGREEMENT is made and entered into this /1..tA. day of ~~ Q .
2007, by and between THE CITY OF PORT ANGELES, a non-charter cod city of the State of
Washington, (hereinafter called the "CITY") and CH2M Hill, Inc., a Florida Corporation
authorized to do business in the state of Washington (hereinafter called the "CONSULTANT").
WHEREAS, the CITY desires to have the CONSULTANT provide planning, design and
construction support services relative to a corrosion control facility to address copper levels in
the potable water distribution system; and
WHEREAS, the CITY desires to have the CONSULTANT continue to assist the CITY in the
Elwha Dam Removal Mitigation process; and
WHEREAS, the CITY desires to have the CONSULTANT continue to provide planning, design
and construction support services relative to its potable and manufacturing water systems, and
WHEREAS, the CITY desires to engage the professional services 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:
SCOPE OF WORK
The scope of professional services to be performed for Tasks 1 and 2 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 scope(s) of work for Task 3,
Directed Services, will be determined by mutual agreement, with authorization to proceed
given to the CONSULTANT by the CITY in writing.
2007 Consultant Agreement with CH2M HIli, Project 07-08
Page 1 of 7
The CITY may review the CONSULTANT'S work product, and if it is not satisfactory, the
CONSULTANT shall make such changes as may be required by the CITY. Such changes
shall not constitute "Extra Work" as related in Section XII of this Agreement.
The CONSULTANT agrees that all services performed under this Agreement shall be in
accordance with the standards of the engineering 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 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 and
written direction to proceed from CITY and the duration of the Agreement shall extend through
January 31,2009. The work shall be completed in accordance with the schedule set forth in
the attached Exhibit A.
V PAYMENT
The CITY shall pay the CONSULTANT as set forth in this section of the Agreement. Such
payment shall be full compensation for work performed, services rendered, and all labor,
materials, supplies, equipment and incidentals necessary to complete the work.
A. Payment shall be on the basis of the CONSULTANT'S cost for actual labor, overhead and
profit plus CONSULTANT'S direct non-salary reimbursable costs as set forth in the
attached Exhibit B.
1. Labor costs shall be based on the hourly rates shown in Exhibit B. Hourly rates shall be
based upon an individual's hourly wage, times the total number of hours worked, times
a multiplier of 3.25. The multiplier shall include overhead, CADD, computer and profit.
General clerical time shall be considered an overhead item, except where specific work
items are involved that require one hour or more continued effort, in which case time will
2007 Consultant Agreement WIth CH2M HIli, Project 07-08
Page 2 of 7
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,
reproduction and printing, supplies and fees of outside services and consultants. No
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 after the completion
of the work and acceptance by the CITY.
F. Payment for "Extra Work" performed under Section XII of this Agreement shall be as
agreed to by the parties in writing.
VI MAXIMUM COMPENSATION
rUnless otherwise agreed to in writing by both parties, the CONSULTANT'S total compensation
and reimbursement under this Agreement, including labor, direct non-salary reimbursable
costs and outside services, shall not exceed the maximum sum of $113,000.00. The budget
for Task 1, Corr,osion Control Facility, shall not exceed $38,000. The budget for Task 2, Elwha
Dam Mitigation, shall not exceed $50,000 The budget for Task 3, Directed Services, is
$25,000. Budgets for task(s) may be modified upon mutual agreement between the two
parties, but in any event, the total payment to CONSULTANT shall not exceed $113,000.00.
VII INDEPENDENT CONTRACTOR STATUS
The relation created by this Contract is that of owner-independent contractor. The
CONSULTANT is not an employee of the City and is not entitled to the benefits provided by
the City to its employees. -The CONSULTANT, as an independent contractor, has the authority
to control and direct the performance of the details of the services to be provided. The
CONSULTANT shall assume full responsibility for payment of all Federal, State, and local
taxes or contributions imposed or required, including, but not limited to, unemployment
insurance, Social Security, and income tax.
VIII EMPLOYMENT
Employees of the CONSULTANT, while engaged in the performance of any work or services
2007 Consultant Agreement WIth CH2M HIli, Project 07-08
Page 3 of 7
under this Agreement, shall be considered employees of the CONSULTANT only and not of
the CITY, and claims that may arise under the Workman's Compensation Act on behalf of said
employees while so engaged, and any and all claims made as a consequence of any negligent
act or omission on the part of the CONSULTANT'S employees while so engaged, on any of the
work or services provided to be rendered herein, shall be the sole obligation and responsibility
of the CONSULTANT.
In performing this Agreement, the CONSULTANT shall not employ or contract with any CITY
employee without the City's written consent.
IX NONDISCRIMINATION
The CONSULTANT shall conduct its business in a manner, which assures fair, equal and
non-discriminatory treatment of all persons, without respect to race, creed or national origin, or
other legally protected classification and, in particular:
A. The CONSULTANT shall maintain open hiring and employment practices and will welcome
applications for employment in all positions, from qualified individuals who are members of
minorities protected by federal equal opportunity/affirmative action requirements; and,
B. The CONSULTANT shall comply with all requirements of applicable federal, state or local
laws or regulations issued pursuant thereto, relating to the establishment of non
discriminatory requirements in hiring and employment practices and assuring the service
of all persons without discrimination as to any person's race, color, religion, sex, Vietnam
era veteran status, disabled veteran condition, physical or mental handicap, or national
origin.
X SUBCONTRACTS
A. The CONSULTANT shall not sublet or assign any of the work covered by this Agreement
without the written consent of the CITY.
B. In all solicitation either by competitive bidding or negotiation made by the CONSULTANT
for work to be performed pursuant to a subcontract, including procurement of materials
and equipment, each potential subconsultant or supplier shall be notified by the
CONSULTANT of Consultant's obligations under this Agreement, including the
nondiscrimination requirements.
XI CHANGES IN WORK
Other than changes directed by the CITY as set forth in Section I above, either party may
request changes in the scope of work. Such changes shall not become part of this Agreement
unless and until mutually agreed upon and incorporated herein by written amendments to this
Agreement executed by both parties.
XII EXTRA WORK
2007 Consultant Agreement WIth CH2M HIli, Project 07-08
Page 4 of 7
The CITY may desire to have the CONSULTANT perform work or render services in
connection with this project, in addition to the Scope of Work set forth in Exhibit A and minor
revisions to satisfactorily completed work. Such work shall be considered as "Extra Work" and
shall be addressed in a written supplement to this Agreement. The CITY shall not be
responsible for paying for such extra work unless and until the written supplement is executed
by both parties.
XIII TERMINATION OF AGREEMENT
A. The CITY may terminate this Agreement at any time upon not less than ten (10) days
written notice to the CONSULTANT. Written notice will be by certified mail sent to the
consultant's designated representative at the address provided by the CONSULTANT.
B. In the event this Agreement is terminated prior to the completion of the work, a final
payment shall be made to the CONSULTANT, which, when added to any payments
previously made, shall compensate the CONSULTANT for the work completed.
C. In the event this Agreement is terminated prior to completion of the work, documents that
are the property of the CITY pursuant to Section II above, shall be delivered to and
received by the CITY prior to transmittal of final payment to the CONSULTANT.
XIV INDEMNIFICATION/HOLD HARMLESS
The CONSULTANT agrees to indemnify the CITY from any claims, damages, losses, and
costs, including, but not limited to, attorney's fees and litigation costs, to the proportionate
extent arising out of claims by third parties for property damage and bodily injury, including
death, caused by the negligence or willful misconduct of the CONSULTANT, CONSULTANT
employees, affiliated corporations, officers, and subcontractors in connection with the work
performed under this Agreement.
The CITY agrees to indemnify the CONSULTANT from any claims, damages, losses, and
costs, including, but not limited to, attorney's fees and litigation costs, to the proportionate
extent arising out of claims by third parties for property damage and bodily injury, including
death, caused by the negligence or willful misconduct of the CITY, CITY's employees, or
agents in connection with the work performed under this Agreement.
If the negligence or willful misconduct of both CONSULTANT and CITY (or a person identified
above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense
shall be shared between the CONSULTANT and the CITY in proportion to their relative
degrees of negligence or willful misconduct and the right of indemnity shall apply for such
proportion.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the
CONSULTANT, the CITY, and the officers, officials, employees, and volunteers of either, the
CONSULTANT'S liability hereunder shall be only to the extent of the CONSULTANT'S
2007 Consultant Agreement WIth CH2M HIli, Project 07-08
Page 5 of 7
negligence. It is further specifically and expressly understood that the indemnification provided
herein constitutes the CONSULTANT'S waiver of immunity under Industrial Insurance, Title 51
RCW, solely for the purposes of this indemnification. This waiver has been mutually
negotiated by the parties. The provisions of this section shall survive the expiration or
termination of this Agreement. However, the CONSULTANT expressly reserves its rights as a
third person set forth in RCW 51.24.035.
XV INSURANCE
The CONSULTANT shall procure and maintain for the duration of the Agreement, insurance
against claims for injuries to persons or damage to property which may arise from or in
connection with the performance of the work hereunder by the CONSULTANT, its agents,
representatives, employees or subcontractors.
The CONSULTANT shall provide a Certificate of Insurance evidencing:
1. Automobile Liability insurance with limits no less than $1,000,000 combined single limit per
accident for bodily injury and property damage; and,
2. Commercial General Liability insurance written on an-occurrence basis with limits no less
than $1,000,000 combined single limit per occurrence and $2,000,000 aggregate for personal
injury, bodily injury and property damage. Coverage shall include but not be limited to:
blanket contractual; products/completed operations; broad form property damage; explosion,
collapse and underground (XCU) if applicable; and employer's liability; and,
3. Professional Liability insurance with limits no less than $1,000,000 per claim.
Any payment of deductible or self-insured retention shall be the sole responsibility of the
CONSULTANT.
The CITY shall be named as an additional insured on the Commercial General Liability
insurance policy, as respects work performed by or on behalf of the Consultant and a copy of
the endorsement naming the CITY as additional insured shall be attached to the
Certificate of Insurance. The CITY reserves the right to review a certified copy of all required
insurance policies with a representative of the CONSULTANT in the CONSULTANT's office.
The CONSULTANT'S insurance shall contain a clause stating that coverage shall apply
separately to each insured against whom claim is made or suit is brought, except with respects
to the limits of the insurer's liability.
The CONSULTANT'S insurance shall be primary insurance as respects the CITY, and the
CITY shall be given thirty (30) days prior written notice of any cancellation, suspension or
material change in coverage Consultant's insurer will provide notification of a cancellation in
coverage, and Consultant will provide notification of any material change.
XVI APPLICABLE LAW
2007 Consultant Agreement WIth CH2M HIli, Project 07-08
Page 6 of 7
This Agreement shall be construed and interpreted in accordance with the laws of the State of
Washington, and in the event of dispute the venue of any litigation brought hereunder shall be
Clallam County.
XVII SUPPLEMENTAL TERMS
The supplemental terms set forth in the attached Exhibit C shall also apply to this Agreement.
XVIII EXHIBITS AND SIGNATURES
This Agreement, including its exhibits, constitutes the entire Agreement, supersedes all prior
written or oral understandings, and may only be changed by a written amendment executed by
both parties. The followiJ:'lg exhibits are hereby made a part of this Agreement:
Exhibit A - Scope of Work and Schedule
Exhibit B - Budget for Each Task, Including Consultant Labor Costs and Non-salary
Reimbursable Costs
Exhibit C - Supplemental Terms
IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and
year first written above.
CITY OF PORT ANGELES
~a~
MAYOR
APPRQVED A~,~:ORM:
1~i{~-
BILL BLOOR, CITY A TIORNEY
CONSULTANT
ATTEST:
~-
TITLE: VP /~~
, ,
, (
" ,
2007 Consultant Agreement WIth CH2M HIli, Project 07-08
Page 7 of 7
1/9/2008
Exhibit A
Scope of Work for Task 4
for the
2008 Port Angeles Water System Plan Update
CH2M HILL (Consultant) will provide the following services related to the required 6-year
update of the City of Port Angeles' (City's) existing Water System Plan (Plan), dated March
2002.
The character and content of the 2008 Plan update is driven both by the general
requirements of Washington State Department of Health (WDOH) (including current
version of WAC 246-290) and other events and factors that have occurred since the previous
Plan was prepared. These other events and factors include:
· Declaration of the Elwha Ranney collector supply as groundwater under the direct
influence of surface water resulting in the requirement for a Watershed Control Program ..~
(This requirement predates the 2002 Plan update, but WDOH agreed to defer its requirement .
because the required surface water treatment facility was not in place and the City was operating
the system based on interim requirements until the surface water treatment facility is installed.);
· Implementation of corrosion control by the City (scheduled for installation by June
2008);
· Construction of a new water treatment plant for the Elwha Ranney collector supply (This
project has been designed and will be under construction while the Plan is being prepared);
· Compliance with requirements of the Stage 2 Disinfection Byproducts (DBP) Rule and
the Long Term 2 (LT2) Enhanced Surface Water Treatment Rule (These had not been
promulgated in 2002 and the type of surface water treatment from the Elwha project had
not been delined.);
· May 2006 Fluoridation of the City's water supply;
· Creation of a new hydraulic model developed from the City's GIS system to replace the
existing hydraulic model that was developed and calibrated in 1994.
· Adoption of the HB 1338, the Municipal Water Law (MWL) that established new
principles related to water rights place of use, duty to serve and water use efficiency.
Conformance with the new requirements of the MWL affects several elements of the Plan,
and as a result, is addressed in several of the tasks presented herein, as follows:
· Place-of-use-documentation will be addressed in Tasks 2.5 and 2.6 (Existing and Future
Service AreCls) and Task 5 (Water Rights)
· Duty-to-Serve (and timely and reasonableness) are addressed as part of Tasks 2.8 and 2.9
(Service Area Policies and Conditions Of Service)
· Water Use Efficiency is addressed in Task 3.1 (Current Population, Service Connections,
Water Use, and Equivalent Residential Units) and Task 4.3.1 (Source) in support of the
Water Use Efficiency Program itself, which is developed as part of Task 5.1
AMENDMENT NO.1 TO CONTRACT 07-08, EXHIBIT A
PAGE 1 OF 21
1}912008
In addition, City has completed the Water Use Efficiency elements of the Municipal Water
Law. Those elements shall be incorporated by Consultant into the Plant as applicable, and
as described in the scope below. The budget for Consultant's work has been developed in
recognition of Consultant's minimal efforts with respect to completing tasks related to
Water Use Efficiency.
The Plan vyill be prepared in general conformance with the format provided in Washington
State Department of Health's (WDOH's) 1997 Water System Planning Handbook (Planning
Handbook). Work products shall also conform to the amended provisions of WAC 246-290.
Amendments to this chapter are currently proposed by WDOH and are expected to be
adopted at about the same time as this work commences.
The budget for these services is presented in Exhibit B on a per-task and per-subtask basis.
These per-task and per-subtask budgets were developed to establish the level of effort for
each task as well as to establish the overall project budget. These task budgets are not
contractually binding. They are presented to identify the composition of the overall budget,
which provides the contractually binding, not-to-exceed contract limit. Project invoices will
be submitted to the City allocating incurred labor and expense costs at the task level.
Task 1.
Data Collection
City staff will provide information and data to Consultant. Much of the needed information
can be collected and provided prior to execution of 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 task.
The information listed below will be provided by the City to Consultant in electronic format
where available (or in hard copy if not):
. WRIA 18 Watershed Plan
. Water production data, as recorded from all applicable source meter locations since
2000/ in electronic format
. Consumption information (billing records) since 2000 in electronic format
categorized by user classification
. Adopted city water system and service policies and regulations
. Water service forms and agreements
. Water resale or wholesale agreements
. Consumer complaint records
. Adopted City and Clallam County Growth Management Maps, Plans, and Policies
. City's adopted Fire Code/Fire Flow Requirements
. Current City Water Quality Monitoring Program
. List and map of water system improvement, additions and betterments made since
the completion of the 2002 WSP
. City's current Vulnerability Assessment for the Water System
. Water System staffing information including names, position, certification and
responsibility
. List of current equipment and chemical inventories including locations, quantities
and uses
AMENDMENT NO.1 TO CONTRACT 07-08, EXHIBIT A
PAGE 2 OF 21
1/9/2008
. Facilities maintenance schedules
· Current Cross Connection Control Program
. City water system policy and design criteria
· Current water system standard details
· City standards for record drawing, inspection, pressure testing, disinfection and
sampling
· Current copy of the City's Consumer Confidence Report
· Historical population (since 2000)
· Population projections from the City's current Comprehensive Plan or other City-
recognized analysis for the City and proposed future Urban Growth Area (UGA), if
available
· Current Land use or zoning map for City current UGA and proposed future UGA
· Water quality data since 2000 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 2000
· PRY settings and pump curves
· Copies of all City permitted or perfected water rights and any water right claims,
including those which have been recently revised as well as proposed revisions
· Geographic Information System (GIS) or CAD mapping of the water system with
pipe size, materials, age, valves, and hydrants
· Parcel, Critical Areas, hydrologic and topographic databases and maps (latest
updated versions) for the City, its UGA, and watershed
1.1 Pre-Planning Conference
Consultant will schedule, coordinate and attend a pre-planning conference with City and
WDOH staff. Consultant's participation includes Consultant's project manager,lead
planner,. and project engineer/planner. In addition to the pre-planning meeting with City
and WDOH staff, Consultant and City shall visit key facility sites throughout the water
system so that Consultant's lead planner and project engineer/planner can visit and view
the sites. The agenda for the meeting will be prepared by the Consultant. Meeting notes
will be prepared by the Consultant and distributed upon completion of the meeting for
review, comment, and concurrence.
1.2 Data Collection Process
Consultant's services with respect to this task will include review of information
provided and follow-up coordination with City staff to confirm all needed
information is provided. Consultant will also coordinate with City staff during the
data collection process. This includes coordination with City staff over the telephone,
submitting lists of data needs to the City, and reviewing data provided by the City.
Consultant will review previous plans, existing system information, data and facility
as-builts. Consultant will visit each facility with City staff to collect field
AMENDMENT NO. 1 TO CONTRACT 07-08, EXHIBIT A
PAGE 3 OF 21
1/9/2008
information and observe equipment layout and existing condition and take digital
photographs of each element of the water system. "
Task 2.
Description of Water System
Consultant will prepare a description of the City's water system in conformance with the
requirements of the Planning Handbook, Chapter 1. The specific subsections assumed to
comprise the Description of Water System section will 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
In general, information provided in Section 1 of the existing Plan will be used to complete
the "Description of Water System" section. Where updated information is necessary, it will
be provided by the City in electronic format for inclusion and formatting by Consultant into
the Plan.
2.1 Ownership and Management
Consultant will prepare a brief discussion of the ownership'and management of the City's.
water system. The discussion will include the name and WDOH-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. It is expected that this section of the WSP will be produced by replicating
the contents of the 2002 plan with only minor edits to reflect any changed facts since the
2002 plan was written.
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 updated from the existing Plan with additional updated information as provided by City
staff. City staff will provide input on the location and type of current and projected growth
trends for the water system.
Consultant will update the discussion regarding the geography of the water system from
the existing Plan.
Consultant will 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. It is expected that this section of the
AMENDMENT NO, 1 TO CONTRACT 07-08, EXHIBIT A
PAGE 4 OF 21
1/9/2008
WSP will be produced by replicating the contents of the 2002 plan with only minor edits to
reflect any changed facts since the 2002 plan was written.
2.3 Inventory of Existing Facilities
Consultant will update tables and narrative description of existing facilities presented in the
2002 Plan. References will be provided to other sections of the Plan where more detailed
discussion of these system attributes is presented.
2.4 Related Plans
Consultant will update the brief discussions of related plans and planning efforts, as
presented in Section 1.4 of the current Plan, that are relevant to the updated Plan. The City
will inform Consultant of any other local or regional planning efforts that are relevant to
this Plan update.
2.5 Existing Service Area Characteristics
Consultant will briefly describe the extent of the existing service area based on text from the
existing Plan and prepare a map displaying the service area boundary. Individual pressure
zones will also be displayed on the map. The UCA boundary will also be shown on the
map. Consultant will summarize regulations related to the water system that affect design
including level of service and fire suppression requirements. Applicable ordinances or
resolutions will be included in appendices as appropriate.
Consultant will prepare a brief discussion of the land use zoning within the service area and
prepare a map that displays land use zoning categories. The City's latest land use zoning
information will be reflected in an updated map. Electronic land use zoning information
will be provided by the City for these areas for incorporation into the map. Land use zoning
descriptions will be included. It is expected that this section of the WSP will be produced by
replicating the contents of the 2002 plan with only minor edits to reflect any changed facts
since the 2002 plan was written.
2.6 Future Service Area
The future service area is expected to include the City's UCA. Consultant will prepare a
narrative description that relates to the map described above. The City shall describe near-
term and longer-term expansion plans for the water system as well as annexation to
Consultant for Consultant's inclusion of this information into the Plan, or the City shall
modify text from Section 1.5.2 of the existing Plan to reflect these plans and expectations.
2.7 Service Area 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
WDOH during the planning process. Consultant shall reproduce the text from Section 1.6 of
the existing Plan to reflect the current condition.
2.8 Service Area Policies
The Consultant will prepare a summary of current service area policies based on the current
policies provided by the City from Task 1.
AMENDMENT NO.1 TO CONTRACT 07-08, EXHIBIT A
PAGE 5 OF 21
.1(9/2008
These service area policies are assumed to include, but not be limited to, those relating to:
wholesaling water, annexation, design and performance standards, surcharges for outside
customers, formation of local improvement districts, the UCA, late-comer agreements, over-
sizing of facilities, cross-connection control, and extensions. The City's service area policy
text will include, where applicable, references to City ordinances, resolutions, and municipal
eodes. It is expected that this section of the WSP will be produced by replicating the
contents of the 2002 plan with only minor edits to reflect any changed facts since the 2002
plan was written and to conform to the "duty-to-serve" provisions of the MWL (see also
Subtask 2.9).
2.9 Conditions of Service
The Consultant will reuse the Conditions of Service content from the 2002 WSP with any
additions and or revisions that are appropriate - based on information provided by City.
In addition, the narratives and policies related to this issue will be revised and updated to
conform to the Municipal Water Law principle of Duty-to-Serve (see (RCW 43.20.260).
Duty-to-Serve compliance will address the required parameters of
. Capacity,
. Consistency
. Water Rights, and
. Timeliness and Reasonableness
2.10 Complaints
Per the Planning Handbook, the City will summarize the nL,lmber and nature of complaints
received by the City related to the water system and how the complaints were addressed.
The City will also summarize the City's record keeping procedures for complaints and the
policy and process for addressing complaints. Consultant will include the City-developed
discussion on complaints in the Plan. It is expected that this section of the WSP will be
produced by replicating the contents of the 2002 plan with only minor edits to reflect any
changed facts since the 2002 plan was written. The work on this element will be
. coordinated with the work efforts and products for Section 6, Operations and Maintenance.
Task 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. These data will be compiled and presented in a
manner that conforms to the amended requirements of WAC 246-290 related to the Water
Use Efficien<:y (WUE) requirements of the Municipal Water Law. Consultant will prepare
descriptions and projections for this section of the Plan based on data and information from
Section 2 of the city's 2002 Plan and updated data provided by the City. Consultant will
coordinate with Nathan West, City Planner during the development of this work element.
3.1 Current Population, Service Connections, Water Use, and Equivalent
Residential Units
Current City 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
AMENDMENT NO.1 TO CONTRACT 07-08, EXHIBIT A
PAGE 6 OF 21
1/9/2008
Residential Units (ERUs). Data will be presented primarily in tabular and graphical form.
The purpose of this activity is to establish current water demand, recent historical demand
trends, and per-capita demand and consumption trends. Per-capita and unaccounted water
will be computed and documented in a manner that conforms to WUE requirements of the
Municipal Water Law.
3.2 Projected land Use, Future Population Employment and Water Demand
Projected growth in water demand will be based on forecast population and employment
growth. The City will provide Consultant with forecast growth that conforms to adopted
Growth Management Act plans, policies and requirements. The City will provide identify
and describe any projected changes in land use that might affect growth in population and
water demand. Consultant will include this information on projected hmd use trends, if
any, in the Plan and develop demand forecasts in a manner that conforms to WUE
requirements (see Subtask 5.1).
Task 4.
System Analysis
Consultant will 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 based in large measure on Section 3 of the 2002 Water System Plan.
4.1 System Design Standards
The design and performance standards applicable to the City's water system will be
identified and briefly 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 be included. It is expected
that this section of the WSP will be produced by replicating the contents of the 2002 plan
with only minor edits to reflect any changed facts since Section 3 of the 2002 plan was
written.
4.2 Water Quality Analysis and Compliance
Consultant will summarize the City's compliance status with respect to current and
anticipated future Safe Drinking Water Act requirements. This compliance status will
be summarized in tabular format similar to that of Table 3-1 from the existing Plan.
Narrative discussion, excerpted from the 2002 Plan and updated, will be prepared for
corrosion control, GWI compliance, Surface Water Treatment Rule compliance
(including Stage 2 Disinfection Rule and Long Term 2 Enhanced Surface Water
Treatment Rule). In addition, Consultant will prepare a brief discussion of the City's
implementation of fluoridation in May of 2006.
Consultant's responsibilities with respect to this analysis will be to incorporate
updated information provided by the City, and will not involve review of laboratory
or other raw data documentation. The City's new surface water treatment plant which
is expected to be placed into service by 2010 is anticipated to comply with all
applicable surface water treatment rule requirements. The City's anticipated
compliance with respect to the surface water treatment rule will be briefly
summarized. Planning and design documentation, prepared by others, related to the
AMENDMENT NO.1 TO CONTRACT 07-08, EXHIBIT A
PAGE 7 OF 21
).[9/2008
forthcoming water treatment plant will be briefly summarized and referenced from the
Plan. .
4.3 System Description and Analysis
Consultant will 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 with respect to capacity
and condition. The capacity assessment shall be quantitative with respect to existing and
projected demand. The condition assessment shall be with qualitative based on industry
standards for facility longevity, specific input from City staff about conditions and issues
with each facility, and Consultant's qualitative assessment of the current condition of the
facility. The facilities to be addressed include such system components as PRY stations,
. storage tanks, chlorination stations, pumping stations, overall system control, supply source
system, meters, and distribution system. The source of the description and analysis will be
the existing 2002 Plan and input provided by City staff.
4.3.1 Source
Consultant will prepare a discussion of the City's Elwha River source of supply. Additional
information, if necessary, will be developed by consultation with City staff and provided in
electronic format to Consultant for inclusion in the Plan. Reference to the City's Watershed
Management Plan will be included for more detailed information. Documentation of source
capacity and withdrawals will be compiled and presented in a manner that conforms to
WUE requirements (see Subtask 5.1).
4.3.2 Chlorination
A brief discussion of the City's existing chlorination and rechlorination systems will be
prepared. In addition, Consultant shall also prepare a brief discussion of how operation of
the existing chlorination and rechlorination facilities will be affected by the forthcoming
conventional filtration system (Port Angeles Water Treatment Plant).
4.3.3 Fluoridation
A brief discussion of the City's existing fluoridation system will be prepared based on
information provided by the City in Task 1.
4.3.4 Corrosion Control
A brief discussion of the City's imminent corrosion control program will be prepared based
on information provided by the City in Task 1.
4.3.5 Source Treatment
A brief discussion of the City's proposed source treatment will be prepared based on the
work products completed for Task 4.2.
4.3.6 Pump Stations
Consultant will duplicate the narrative and tabular presentation of the City's pump stations
and analysis of these facilities (Section 3.9 of the existing Plan) and revise it based on
updated demand information and other input from City staff.
AMENDMENT NO.1 TO CONTRACT 07-08, EXHIBIT A
PAGE 8 OF 21
1/9/2008
:\r
4.3.7 Storage
Consultant will duplicate the narrative and tabular presentation of the City's storage
facilities and analysis of these facilities (Section 3.8 of the existing Plan) and revise it based
on updated demand information and other input from City staff.
4.3.8 Distribution System
Consultant will prepare a description of the City's distribution system. Consultant will
prepare a map or maps showing all City pipelines (with pipe sizes shown), and a table
summarizing the total length of all pipelines in each pipe size category, per information
provided from the City's geographic information system (GIS). Similarly, a table
summarizing all of the City's pipelines by pipe material and age will be presented, per
information from the City's GIS, if this information is readily available and reliable.
In addition to distribution system pipelines, master meters and PRVs will be identified and
described in tabular format (the same as the existing Plan).
The major part of the assessment of the distribution system will 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 Exhibit as Task 13, Hydraulic
Modeling.
4.4 Summary of System Deficiencies
Based in the results of Subtask 4.3 and Task 13, Consultant will prepare a summary of
system deficiencies identified as part of the system analysis subtasks. This summary will be
presented primarily in tabular format with additional text description provided for more
complex improvements, as necessary.
4.5 Selection and Justification of Proposed Improvement Projects
Consultant will prepare a table summarizing the selection of proposed improvement
projects for the 6-year planning horizon and 20-year planning,horizons. Alternative
remedies for each of the deficiencies will be identified (if applicable), and compared, as
required by the WDOH Planning Handbook. Text description wili be provided to justify
and support the selection of the proposed improvement projects.
Task 5.
Water Use Efficiency, Water Rights, System
Reliability, and Interties
Consultant will prepare a section of the Plan that addresses the following issues, as required
in Chapter 4 of the Planning Handbook, WDOH's March 2004 Interim Planning Guidance,
the January 22, 2007 Water Use Efficiency Rule, and the Water Use Efficiency Guidebook.
These work products will be integrated into an updated Section 4 of the Water System Plan.
5.1 Water Use Efficiency and Conservation Program
A conservation program will be developed in conformance with the WDOH's Conservation
Planning Requirements handbook and requirements from the Municipal Water Law.
Documentation of conformance with WUE requirements will be compiled and presented in
. the Plan where applicable. Elements required for WUE conformance include:
AMENDMENT NO.1 TO CONTRACT 07-08, EXHIBIT A
PAGE 9 OF 21
. 1(9/2008
. Supply Characteristics (see Subtask 4.3.1)
. Consumption data (see Subtask 3.1)
. Demand Forecasting (see Subtask 3.2), and a
. Water Use Efficiency Program
The WUE Program must include a discussion of the City's current water conservation
program (see following paragraphs), required WUE measures, and WUE measures that
must be evaluated. The WUE Program must also address Distribution System Leakage
(DSL) along with documentation of conformance with WDOH DSL Standard. Consultant
will utilize the products from other tasks to complete many aspects of this work. Consultant
will also incorporate City's draft WUE Program that City staff have developed. Consultant
will meet with City staff to discuss the draft, the WUE requirements, and solicit City's input
in an effort to confirm that the Program meets the City's specific objectives.
WUE requirements mandate a public process to set WUE goals and select appropriate
measures to address WUE. Consultant will assist City staff with planning, organizing,
notifying and recording the required public process for WUE goal-setting and program
definition. This scope assumes two public forums will be held in Port Angeles to address
WUE. This scope assumes that the City will be responsible for the actual conduct and
recording of the public process associated with MWL WUE requirements. The city will
provide records of the public process and their outcomes to Consultant for incorporation
into the WSP.
In addition, WUE rules require evaluation of both water rates (in relation to conservation
and efficiency) and water reclamation opportunities. Consultant will integrate the required
evaluation of water rates in regard to water use efficiency w~th Task 10, Financial Program.
Consultant will coordinate with City staff to identify possible opportunities for reclaimed
water opportunities and evaluate them both technically (as part of this task) and financially
(as part of Task 10). Consultant's level of effort with respect to compliance with evaluating
reclaimed water opportunities shall be relatively minimal, meeting the minimum
requirements of Attachment 9 of the Municipal Water Law. Consultant and City
acknowledge this approach in recognition that there are minimal opportunities, at best, to
offset municipal water supply production with reclaimed water.
Annual performance reporting is another required element of the WUE rule. Consultant
will prepare draft forms that can be used by City staff to comply with the annual reporting
requirements. Based on review of comments from City staff, Consultant will finalize the
reporting forms. These forms will be included in the Plan in an appendix.
The conservation program will be developed by Consultant with input, as described above
from City staff with the following main sections, as required by the Conservation Planning
Requirements:
. Conservation Objectives
. Evaluation of Conservation Measures
. Identification of Selected Conservation Activities
. Target Water Savings Projections
Most of the program development will be mostly derived from the existing Plan and
AMENDMENT NO.1 TO CONTRACT 07-08. EXHIBIT A
PAGE 10 OF 21
1/9/2008
modified as necessary by Consultant to conform to WUE requirements. 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 existing Plan. It is
expected that this section of the WSP will be produced by replicating the contents of the
2002 plan with only minor edits to reflect any changed facts since the 2002 plan was written.
5.2 Water Rights
Consultant will prepare tabular and text descriptions of the City's water rights. Consultant
will format the water rights information and prepare narrative documentation consistent
with the requirements of the Municipal Water Law for conformance with place-of-use
requirements as specified in RCW 90.03.386. The City will provide clean, reproducible
copies of its water rights to Consultant for assistance with this subtask.
5.3 System Reliability Analysis
Per the requirements of Chapter 4 of the Planning Handbook, Consultant will assess the
reliability of the City's existing source, water rights, and major system facilities. Actions
being taken or planned to alleviate 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 will be included as part of the Plan in much the same form as the
2002 WSP. Water shortage response activities are a subset of emergency response program
activities and must be documented as part of the Operation and Maintenance Program (see
Task 7). Applicable elements prepared as part of Task 7 will be referenced form the System
Reliability Analysis section of the Plan.
5.4 Interties
Consultant will prepare a discussion of the City's existing interties with the Clallam PUD's
water system. The City's agreement governing the use of these interties will be included in
the Plan as an appendix. If other interties have been developed or are contemplated for
development, such as with Black Diamond Water District or Dry Creek Water Association,
City staff will prepare brief descriptions of both for review by Consultant prior to inclusion
in the Plan.
Task 6.
Source Water Protection
The City delayed preparation of a Watershed Control Program when the 2002 WSP was
prepared as described earlier in this Scope of Work. In compliance with the DOH Planning
Handbook, Consultant will prepare a Watershed Control Program consistent with WDOH
guidelines for systems with surface water treatment. The Program will be presented in
Section 5 of the Water System Plan. The City will provide Consultant with electronic GIS
mapping files of City's watershed to be used in the preparation of the Watershed Control
Program. The draft Watershed Control Program will include:
· watershed description and characteristics including geography, physical features,
climate, precipitation, weather;
AMENDMENT NO.1 TO CONTRACT 07-08, EXHIBIT A
PAGE 11 OF 21
1!~/2008
. hydrologic characterization of the watershed, including minimum instream flows;
. land ownership and management
. agreements and permits affecting the watershed,
. identification of land uses and activities detrimental to water quality including natural
processes and anthropomorphic vulnerabilities,
. watershed management and control measures such as critical area regulation, logging
standards, access control,
. watershed monitoring activities related to the Clean Water Act, Safe Drinking Water Act
and cooperative efforts, and
. management system operations including staffing and enforcement.
The Watershed Control Program will primarily be comprised of narratives that address the
WDOH required elements. Graphics will be incorporated as appropriate to meet WDOH
requirements.
Task 7.
Operation and Maintenance Program
City staff will mark up a hardcopy of the existing Operations and Maintenance Program
from the 2002 Plan or revise it electronically for submittal to Consultant. Consultant will
update the Operations and Maintenance based on City's revisions and updates.
Similar to the Operations and Maintenance Program in the 2002 Plan, the updated
Operations and Maintenance Program will include:-'-
. Tables and narrative documenting system management and personnel
. Comprehensive monitoring plan
. Emergency Response Plan
. Cross Connection Control Program
. Facility Maintenance schedules
. Water shortage response plan: (see Subtask 5.3)
Task 8. Distribution System Facilities Design and
Construction Standards
Consultant will 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 will also be described or referenced to
previous sections of the Plan. In general, this section (Section 7) of the Plan will be the same
. as the 2002 Plan except where revised and updated by City staff. City staff will mark up a
hardcopy of the existing Design and Construction Standards from the 2002 Plan or revise it
electronically for submittal to Consultant. Consultant will update the Operations and
Maintenance based on City's revisions and updates.
AMENDMENT NO.1 TO CONTRACT 07-08. EXHIBIT A
PAGE 12 OF 21
:\.
1/9/2008
8.1 Project Review Procedures
The City will update the City's process described in the 2002 WSP for reviewing project
reports and construction documents with an emphasis on distribution-related projects for
which WDOH review is not required.
8.2 Policies and Requirements for Outside Parties
The City will summarize the City's policies or requirements for outside parties, such as
developers, including right-of-way or pipe-looping requirements, fire flow requirements,
level of service standards, and fees, as applicable. Much of this information will be based on
the contents of the 2002 WSP and will be updated in consultation with City staff.
8.3 Design Standards (Performance and Sizing)
In conformance with the requirements of Chapter 7 of the Planning Handbook, Consultant
will incorporate and update the design standards from the 2002 WSP and summarized in
Task 4. It is expected that this section of the WSP will be produced by replicating the
contents of the 2002 plan with only minor edits to reflect any changed facts since the 2002
plan was written.
8.4 Construction Standards (Materials and Methods)
The City has standard specifications and detail drawings for the construction of water
distribution facilities. The City will furnish its latest standard specifications and detail
drawings for inclusion in the Plan as an appendix.
8.5 Construction Certification and Follow-up Procedures
The City will 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 an~ record drawings. The Consultant will update these procedures and include
them in the Plan. . It is expected that this section of the WSP will be produced by
replicating the contents of the 2002 plan with only minor edits to reflect any changed facts
since the 2002 plan was written.
Task 9.
Improvement Program
Consultant will prepare an improvement program in conformance with Chapter 8 of the
Planning Handbook. The improvement program will be presented as a table in Section 8 of
the Water System Plan listing system improvement projects identified and described 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
WDOH 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 similar to Table 5 on page 65 of
the Planning Handbook, similar to the existing Plan, or other format desired by the City.
AMENDMENT NO.1 TO CONTRACT 07-08, EXHIBIT A
PAGE 13 OF 21
1[9/2008
Task 10. Financial Program
The City will develop the financial program, with emphasis on the content of the
improvement program, in conformance with Chapter 9 of the WDOH Planning Handbook
and the requirements of the Municipal Water Law. The level of detail will be similar to the
Financial Analysis that was completed in support of Section 9 of the 2002 Water System
Plan.
At a minimum, to comply with the WDOH's financial program requirements, 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
improvements.
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, provided by the City, 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 adjusting rates on conservation efforts.
The financial program will also include an evaluation of the City's rates as required by the
WUE rules. In addition, the financial implications of pursuing reclaimed water will be
assessed and incorporated into Task 5 as required by the WUE rules.
Task 11. Miscellaneous Documents
The Plan will be appended with miscellaneous detailed information and documents that are
not included in the main sections of the Plan. These miscellaneous documents include, but
are not limited to:
. The required State Environmental Policy Act (SEP A) Checklist
. Water rights documentation
. Service area and intertie agreements
. The detailed results of the hydraulic modeling task
. Wholesale water agreements and contracts
. Service area agreements
. Design and Construction Standards (drawings and specifications)
. Current Water Facilities Inventory Form
. Water System History
. Description of Adjacent Water Systems
. Port Angeles Municipal Code Sections related to Water Service and Zoning
AMENDMENT NO.1 TO CONTRACT 07-08, EXHIBIT A
PAGE 14 OF 21
1/9/200B
. Water Quality Regulations Summary
. Emergency Supply Overview
. Summary of City's Industrial Supply System
. Fire Flow Modeling results
. Water Shortage Response Plan
. Job Descriptions for key personnel
. Emergency Response Plan
. Cross Connection Control Program
. Construction Standards
The budget for this task includes preparation of a SEPA checklist for submittal to City.
City shall execute all required public-hearing and related elements of the SEP A process
in efforts to obtain the Determination of Non-Significance (DNS). Other the SEP A
checklist, the budget for this task is based on assembling the documents listed above.
These documents shall either be provided by City or developed as part of another task
of this project. The budget for this task does not include development of new
documentation.
Task 12. Executive Summary
Consultant will prepare a brief executive summary up to three pages in length, includirig (as
applicable) tables and graphs extracted from the body of the WSP, 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 focus of the Executive Summary will be those elements of
the Plan the City wishes to emphasize. These are expected to include, but not be limited to,
water utility policies, population and demand forecasting, the results of the hydraulic
modeling task, key elements of the improvement program, compliance with the MWL, and
the financial program.
Task 13. Hydraulic Modeling
As stated previously, the major part of the assessment of the distribution system will 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 will prepare a hydraulic model using MWH Soft's InfoWater
hydraulic modeling software program, which the City may subsequently purchase to
undertake its own modeling efforts in the future. InfoWater uses EP ANet as a hydraulic
engine, which is a standard within the water utility industry.
City and Consultant acknowledge that the primary end result of this modeling activity is to
undertake a comprehensive modeling effort to be summarized in the Plan that identifies
deficiencies and describes recommended improvements. -
13.1 Hydraulic Model Network Construction
This task involves developing a hydraulic model of City's distribution system from City's
GIS network. The model shall be constructed to include all pipes with the exception of
service lines and hydrant laterals.
AMENDMENT NO.1 TO CONTRACT 07-08, EXHIBIT A
PAGE 15 OF 21
.119/2008
It is assumed that the City's GIS is current with respect to information on pipe diameter,'
length, age, and material. It is also assumed that the City's GIS contains accurate network
connectivity regarding where pipes intersect and overlap. Whether or not there are such
inaccuracies in the City's GIS will not be revealed until modeling construction and
calibration efforts begin. Consultant time for minor corrections to the GIS-provided data for
the model are included as part of this subtask. If more substantial corrections are necessary,
the budget for this subtask will need to be modified.
It is assumed City's GIS includes topographic information that shall be provided as a digital
elevation model (DEM) or as a contour file. City shall also provide information on system
facilities, including: pump curves, pressure reducing valve settings, hydropneumatic tank
settings, reservoir operating levels, and reservoir dimensions.
13.2 Billing Records Reduction and Demand Allocation
Consultant shall distribute water demand throughout the distribution system using water
consumption information from City's billing records. To accomplish this demand
allocation, City shall provide the following information:
. An electronic file containing two years of billing consumption data on a per-meter basis
and site addresses for each associated service meter
. A shapefile of building structures that includes site addresses
Using this information provided by City, Consultant shalllip.k site addresses from the
billing consumption data with the building shapefile. Consultant shall spatially link
building locations to model demand nodes based on proximity and pressure zone
boundaries. Consultant shall include unaccounted water at each demand node bY
escalating the allocated demand for each node by the unaccounted water percentage
developed as part of Task 3.
Maximum daily demand and peak hour demand used in the model will be based on
demand ratios developed in Task 3.
13.3 Field Data Collection and Calibration
Consultant shall perform a steady state calibration analysis. The calibration will compare
field-measured pressures with those produced by the hydraulic model. The number and
location of pressure and flow measurements will be determined during preliminary
discussion with City and Consultant. Hydrant flow tests will not exceed 16 locations.
Consultant will develop a field calibration plan prior to field-testing for use by Consultant
and City during the field tests.
It will be critical to collect certain information during performance of the in-field hydrant
flow testing. This information shall be provided by City and shall include all master meter
flow (including Elwha, West UGA, Mill Creek, PUD interties, etc) and associated pump
status as well as level information for all City reservoirs. City shall collect the flow meter,
reservoir level, and pump status information and furnish it to Consultant in a spreadsheet.
This field calibration effort is expected to take two to three days in the field at Port Angeles.
City shall provide up to two staff, or as many as necessary, to accompany Consultant during
the data collection task to open and close valves and hydrants.
AMENDMEi'IT NO.1 TO COi'ITRACT 07-08, EXHIBIT A
PAGE 16 OF 21
1/9/2008
Consultant shall compare field-collected pressure and flow data with those predicted by the
mod~l. Consultant will calibrate field and model pressures to within 10 percent for 90
percen~ of the tests. In other words, the model data for at least 14 of the 16 hydrant tests
shall be calibrated to within 10 percent of the field data. Calibration is an iterative process
that may require modification to friction factors, valve settings, and demand allocation to
achieve the desired levels of agreement. Consultant shall provide a summary table of
calibration results (field data versus model data), the percent difference between the two,
and description of any system modifications (PRV settings, pipe friction factors, demand
allocation, etc) implemented during calibration.
13.4 Modeling Runs
Consultant will undertake multiple modeling runs using 6-year (2014) and 20-year (2028)
demand projections. The following basic scenarios will be evaluated under existing and
future conditions: Average Day Demand (ADD), Maximum Daily Demand (MDD), Peak
Hour Demand (PHD), Reservoir Refill (RR), and MDD plus fire flow. The goal of these
analyses will be to confirm that water can be provided to customers under acceptable and
required pressure and flow criteria. Where those criteria cannot be met, improvements will
be identified that address deficiencies.
Fire flow modeling will form the bulk of the modeling run activity. The hydraulic model
enables the batch analysis of multiple fire flow locations. Approximately 20 separate fire
flow evaluations are anticipated at key locations throughout th~ system. These 20 separate
simulation locations and fire flow requirements for residential and non-residential
development will be provided by the City, with guidance from the City Fire Marshal.
Consultant will prepare a map showing the location and value of each of the fire flows
simulated for inclusion in the Plan. The results of the modeling runs will be 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 in terms of the
severity of the deficiency 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. Consultant shall develop a table summarizing the distribution system
improvements. In addition, Consultant will develop a map, or series of maps, presenting
the location of improvements. Consultant will prepare supporting text description to
accurately describe the nature and need for each improvement.
In addition, modeling runs using current average daily demands (ADD), MDD, and PHD
will be used to identify existing areas where system pressure is less than 30 psi or greater
than 80 psi (WDOH requirements). Pipe segments with excessive velocity (>8 feet per
second) will also be identified. Consultant will display these areas on maps for each of these
domestic demand scenarios.
AMENDMEf'IT NO.1 TO COf'ITRACT 07-08, EXHIBIT A
PAGE 17 OF 21
1/W2008
13.5 Documentation of Model Development, Calibration, and Results ~.
Consultant shall prepare a brief summary for inclusion in the Plan of how the model was
developed from the City's GIS and calibrated per the activities undertaken as part of
Subtasks 13.1 through 13.3. This summary will be particularly helpful in the event that
future changes in City staff occur that reduce the first hand experience the City will have
with the actual development and operation of the model.
Also as part of this subtask, Consultant shall present the results of the hydraulic modeling
task, Subtask 13.4 as described above. These results will include distribution system
improvements to mitigate the system deficiencies identified.
Task 14. Document Preparation and Reviews
Consultant will prepare two draft versions of the Plan and a single final version of the Plan.
The cost of preparing these draft and final versions is substantial. Thus, if additional draft
versions become necessary or requested by the City, the budget for this task will need to be
amended.
14.1 Preliminary Draft
Consultant will prepare a preliminary draft of the Plan for submittal to the City for its
review. The preliminary draft is intended for internal review by City staff and not for
distribution to other agencies. Five copies of the preliminary draft will be prepared and
submitted by Consultant to the City. City staff will coordinate, adjudicate, and summarize
all City comments onto a single Plan set edited in red ink or red pencil for submittal to
. Consultant. Consultant will meet on.ce with City staff to review comments and agree on
appropriate responses and revisions.
14.2 Revision of Preliminary Draft
Consultant will revise the preliminary draft Plan as necessary and appropriate based on
comments provided by City staff.
14.3 Final Draft
Consultant will prepare 15 bound copies of a revised, 1/ final draft" Plan, incorporating the
. City's preliminary draft comments, for re-submittal to the City for an additional final
review. The City V\'ill submit the final draft Plan to WDOH, Clallam County Health
Department, Clallam PUD, and other applicable agencies and stakeholders for their review.
City staff will coordinate, adjudicate, and summarize all City, County, and other agency
(excluding WDOH) comments onto a single Plan set edited in red ink or red pencil.
Consultant will address review comments with City staff by telephone conference call.
14.4 Revision of Final Draft
Consultant will revise the final draft Plan based on City-adjudicated comments and WDOH
comments, as necessary and appropriate, in preparation of the final Plan to be adopted by
the City.
AMENDMENT NO.1 TO CONTRACT 07-08, EXHIBIT A
PAGE 18 OF 21
1/9/2008
14.5 Final Plan
Consultant will convert all WSP chapters, documents and figures into digital PDF
format'with indexing and links for ease of use by City staff and others. This activity is
not the task of simply copying files onto CD but involves the creation of an electronic
version of the water system plan with hyperlinks and an organizational format that
will be intuitive and fully functional. Specifically, Consultant shall undertake the
following activities as part of this task.
1. Create hyperlinks in the table of contents and all plan chapters created by Consultant for
linking to chapters, figures and appendices.
2. Set up properties information for all Microsoft Word files and convert to Adobe PDF
files.
3. Scan appendices that are not available in electronic format and convert to Adobe PDF
files.
4. Convert all figures available in electronic format to Adobe PDF files. Water system
figures will have zoom capabilities that enable users to zoom into the PDF figures for
viewing of detailed information.
5. Organize and combine PDF files into appropriate sections of the plan.
6. Create bookmarks to enable easy navigation between all sections of the plan, following
the same organizational format as the printed plan.
7. Review organizational structure and test all chapters, appendices, figures and
hyperlinks.
8. Copy the completed electronic plan to Compact Disks (CDs) for use by the City and
distribution. Create, print, and apply labels to CDs. Fee estimate is based on creating 10
CDs for the City.
No bound hardcopies shall be prepared as part of this task. Using the electronic PDF files
furnished by Consultant as part of this task, City shall create whatever hardcopies it needs.
Task 15. Project Meetings
Throughout the course of the Plan development, it will be beneficial for Consultant to
attend project meetings in Port Angeles. These meetings are not budgeted as part specific
Plan subtasks, but instead are budgeted separately as part of this subtask. The budget for
this subtask is based on a total of 5 meetir)gs in Port Angeles attended by two Consultant
staff persons (Planning Lead and Project Engineer) throughout the course of Plan
development.
In addition, the kick-off meeting/WDOH scoping meeting will also be attended by
Consultant. Consultant's project manager and project engineer/planner will attend the
kick-off meeting.
Task 16. Project Accounting and Invoices
Consultant will set up internal accounting files and project numbers. Consultant will
prepare internal project instructions and an internal quality control plan and distribute these
to project staff and applicable functional leadership team members. Consultant's project
manager will coordinate and review work activities of the project team. Consultant will
AMENDMENT NO.1 TO CONTRACT 07-08, EXHIBIT A
PAGE 19 OF 21
. .1/9/2008
prepare and submit invoices to the City on a monthly basis. Consultant will accompany
invoice with a brief status report of one-page or less.
AMENDMENT NO.1 TO CONTRACT 07-08, EXHIBIT A
PAGE 20 OF 21
1/9/2008
, Budget for Port Angeles Water System Plan Update
Task Total
1 Data Collection
1.1 Pre-Planning Conference $6,376
1.2 Data Collection Process $3,424
2 Description of Water System
2.1 Ownership and Management $1,029
2.2 System Background $1,620
2.3 Inventory of Existing Facilities $4,560
2.4 Related Plans $1.403
2.5 Existing Service Area Characteristics $4,606
2.6 Future Service Area $2,933
2.7 Service Area Agreements $1,029
2.8 Service Area Policies $1,633
2.9 Conditions of SaNiee $2,696
2.10 Complaints $1,029
3 Basic Planning Data and Water Demand Forecasting
3.1 Current Pop, Sarv Conn.'s, Water Use, and ERUs $4,738
3.2 Projected Land Use. Future Pop. and Demand $4,738
4 System Analysis
4.1 System Design Standards $1,446
4.2 Water Quality Analysis $6,313
4.3 System Description and Analysis
4.3.1 Source $2,237
4.3.2 Chlorination $2,237
4.3.3 Fluoridation $2,237
4.3.4 Corrosion Control $2.237
4.3.5 Source Treatment $2,237
4.3.6 Pump Stations $2,237
4.3.7 Storage $3,071
4.3.8 Distribution System $5,020
4.4 Summary of System Deficiencies $2,696
4.5 Selection and Justification of Proposed Projects $1,863
5 Conservation, Water Rights, Sys. Reliability, Interties
5.1 Water Use Efficiency and Conservation Program $6,864
5.2 Water Rights $3,071
5.3 System Reliability Analysis $2,696
5.4 Interties $1,633
6 Source Water Protection $16,636
7 Operation and Maintenance Program $2,696
8 Distribution System Facilities Design and Construction Stds
8.1 Project Review Procedures $1,029
8.2 Policies and Requirements for Outside Parties $1,029
8.3 Design Standards (Performance and Sizing) $1,446
8.4 Construction Standards (Materials and Methods) $1,029
8.5 Construction Certs aoo Follow-up Procedures $1.029
9 Improvement Program $7.098
10 Financial Program $9,877
11 Miscellaneous Documents $3,991
12 Executive Summary $3,530
13 Hydraulic Modeling
13.1 Hydraulic Model Netv.ork Construction $6,782
13.2 Billing Records Reduction and Demand Allocation $6,033
13.3 Field Data Collection and Calibration $13,990
13.4 Modeling Runs $10,030
13.5 Documentation of Model Developmant, Calibration, and Results $8,118
14 Document Preparation and Reviews
14.1 Preliminary Draft $7,206
14.2 Revisions of Preliminary Draft $4,928
14.3 Final Draft $5,541
14.4 Revisions of Final Draft $4,928
14.5 Final Plan $5,079
15 Project Meetings $15,295
16 Project Accounting and Invoicing $7,515
Total $234,952
AMENDMENT NO.1 TO CONTRACT 07-08, EXHIBIT A
PAGE 21 OF 21
Exhibit B
Budget for Each Task
Original Adjusted Amount
Agreement through
Task Description Amount Amendment No. 1
1 Corrosion Control $38,000 $38,000
Facility
2 Elwha Dam Mitigation $50,000 $50,000
3 Directed Services $25,000 $25,000
4 Water System Plan -- $235,000
Total $113,000 $348,000
Amendment No. I to Contract 07-08, Exhibit B
Page I of I
Exhibit A
Scope of Work and Schedule
CH2M HILL (CONSULTANT) agrees to furnish the City of Port Angeles (CITY) additional
engineering services as described herein, according to the Schedule at the end of this
document, per the Agreement for Professional Services, Project 07-08.
The budget for each of the tasks presented in this Scope of Work is presented in Exhibit B.
The budget presented in Exhibit B includes labor costs and expenses related to project
management, accounting, and other associated overhead expenses. These costs are included
as part of the cost of each task and subtask and are not itemized separately. The task budget
subtotals represent the not-to-exceed budget limits to be adhered to by CONSULTANT.
Managing to the task budget subtotals shall be accomplished in recognition that some
subtask budgets may be exceeded while others are more than adequate to cover
CONSULTANT's costs.
Assumptions
The scope presented herein, and the associated budget presented in Exhibit B, is based in
part on the assumptions summarized below:
1. CITY will solicit one or more bids from contractors on CITY's Small Works Roster to do
the work based on the drawings and specifications prepared by CONSULTANT.
2. CITY shall prepare whatever bidding, contract, and administrative forms it deems
necessary to complete solicit bids and enter into a contract with a contractor.
3. CITY, shall obtain and pay for whatever permits are required.
4. CITY acknowledges that chemical (orthophosphate) tank refilling will be necessary at
anywhere from a once-per-five day to once-per-two-week basis depending on the time
of year and the final selected dosage.
5. CITY will manage and undertake the bid solicitation process and request input from
CONSULTANT on an as-needed basis, as described below.
6. CITY will manage the construction phase of the project, including regular on-site
inspection and system start-up assistance, and request input from CONSULTANT on an
as-needed basis, as described below.
7. CITY and CONSULTANT acknowledge that Tasks 1.2, 1.3, and 1.4 are primarily
founded on the work associated with Task 1.3. Task 1.2 essentially involves completion
of a 2-page cover letter to comply with the requirements of the Agreed Order and WAC
246-290-100. Task 1.4 essentially involves the completion of a separate 3-page cover
letter to comply with the requirements of WAC 246-290-110.
8. CITY and CONSULTANT acknowledge that the proposed corrosion mitigation
approach using orthophosphate is the lowest-capital-cost approach that is expected to be
Exhibit A, CH2M Hill Consultant Agreement 07-08
Page 1 OF 6
successful. Ultimate success won't be verified until lead and copper sampling occurs
roughly 4 to 6 months after the system is placed in operation.
9. CITY acknowledges that it will monitor orthophosphate concentration using a portable
colorimeter on a regular, if not daily, basis to confirm effective system function and
performance, including the operation of the two chemical metering pumps.
10. Orthophosphate chemical is a hazardous chemical that must be handled when wearing
goggles and impervious gloves. While not as hazardous as the fluorosilicic acid
chemical in use at CITY's fluoridation facility, orthohphosphate presents a health risk
the CITY acknowledges and understands how to address. CONSULTANT shall specify
containment cabinetry and safety equipment (including a portable eyewash unit)
applicable to handling the orthophosphate chemical, in accordance with MSDS
guidance.
Task 1. Corrosion Control
1.1 Preliminary Site Meeting
CONSULTANT shall meet with CITY staff at the Elwha Ranney Collector site to examine
and review siting and installation alternatives. The meeting shall take place at a mutually-
agreed-upon date before March 15,2007. The purpose of this meeting is to discuss the
alternatives and select the system configuration that best meets CITY's needs. The results of
this meeting shall be documented via meeting notes summarizing the selected design
criteria, system configuration, and control scheme in narrative and tabular format.
1.2
Water System Plan Amendment
CONSULTANT shall prepare a Water System Plan Amendment that shall consist of a 2-
page cover letter (addressed from CONSULTANT to CITY) describing the corrosion control
system improvements that are planned. The Amended Corrosion Control Report, prepared
as part of Task 1.3, shall be appended to, and referenced from, the Water System Plan
Amendment. CITY shall prepare a cover letter for submittal of the Amendment and
appendix to DOH. Cost impacts and funding implications to the City will be addressed in
qualitative narrative format. No detailed financial analysis shall be conducted but the
facility cost shall be excerpted from the estimated costs prepared for Task 1.3.
A draft of this document shall be submitted via email to CITY for its review. The draft shall
be finalized based on CITY comments (received via email). A total of eight (8) comb- or
spiral-bound hardcopies of the final document shall be submitted to CITY for its use and
subsequent submittal to DOH for compliance with Agreed Order.
CONSULTANT shall submit the final hardcopies to CITY no later than April 15, 2007 to
enable CITY to comply with the schedule requirements of the Agreed Order.
1.3
Amended Corrosion Control Report
CONSULTANT shall amend the original 1995 Corrosion Control Report by appending the
original to a letter amendment that is anticipated to be three (3) to five (5) pages in length
(primarily text-based and tabular format - no figures). The letter amendment shall address
Exhibit A, CH2M Hill Consultant Agreement 07-08
Page 2 OF 6
the changes in operating conditions since 1995. These changes include the increase in source
cWorination, fluoridation, and the covering of all of the City's storage reservoirs.
CONSULTANT's recommendation is anticipated to be to implement an orthophosphate
chemical in similar manner and location to the 1995 implementation plan. Additional
discussion shall be included related to the time necessary to establish the orthophosphate
system and a discussion relating to pH adjustment in the event that the implementation of
orthophosphate is not completely effective.
CONSULTANT shall also prepare an updated estimate of capital and operating costs for the
new system and include those in the amendment. In support of developing the estimated
costs, CONSULTANT shall list each equipment item and system improvement in tabular
format for inclusion into the amended report.
A draft of this document shall be submitted via email to CITY for its review. The draft shall
be finalized based on CITY comments (received via email). A total of eight (8) comb- or
spiral-bound hardcopies of the final document shall be submitted to CITY for its use and
subsequent submittal to DOH for compliance with Agreed Order.
CONSULTANT shall submit the final hardcopies to CITY no later than April 15, 2007 to
enable CITY to comply with the schedule requirements of the Agreed Order.
1.4
Project Report
CONSULTANT shall prepare a Project Report in compliance with WAC 246-290-110 that
summarizes the project. The content of the Project Report shall be comprised largely of the
Updated Corrosion Control Report which will be appended to the Project Report. As a
result, the main body of the Project Report shall be brief, no more than four (4) pages,
comprised mostly of references to portions of the Amended Corrosion Control Report as
well as other requisite information to comply with the requirements of WAC 246-290-110.
A draft of this document shall be submitted via email to CITY for its review. The draft shall
be finalized based on CITY comments (received via email). A total of eight (8) comb- or
spiral-bound hardcopies of the final document shall be submitted to CITY for its use and
subsequent submittal to DOH for compliance with Agreed Order.
CONSULTANT shall submit the final hardcopies to CITY no later than April 15, 2007.
While there is no specific Agreed Order element for the Project Report, CONSULTANT and
CITY acknowledge that compliance with WAC 246-290-110 is required. The time frame for
completion of Task 1.4 mirrors that of Tasks 1.2 and 1.3 to maximize CONSULTANT's cost
and technical efficiency.
1.5
Design
CONSULTANT shall design the corrosion control system to be housed in the existing
CWorine Storage Room (presumably on the northwest end of the room) at the Elwha
Control Building. The injection location will be the 2-inch suction header of the cWorine
booster pumps. The system shall be comprised of a single, stand-mounted polyethylene
storage/feed tank of approximately 100 to 200 gallons, such as that supplied by Chem-
Tainer and two peristaltic metering pumps, as manufactured by Stenner. A new electrical
outlet shall be required to power the metering pumps and a drum pump (needed to transfer
Exhibit A, CH2M Hill Consultant Agreement 07-08
Page 3 OF 6 '
orthophosphate chemical from 55-gallon drums to the storage tank). An electronic signal
will be relayed via the existing Elwha remote telemetry unit PLC in the existing Electrical
Room to energize each of the metering pumps. Each pump will be dedicated to a single
Elwha supply pump; however, the control requirements shall enable operations staff to
switch the assignment of the metering pumps to the Elwha supply pumps in the event that
one of the metering pumps becomes disabled. Alarming will be specified, via the SCADA
system, to alert operations staff in the event a metering pump is called to operate but it does
not operate. CONTROL shall prepare narrative control requirements for CITY's SCADA
integrator to implement. CITY staff will be able to visually monitor and record tank levels
on a daily basis using 5-gallon graduations on the side of the tank.
The budget for this task is based, in part, on the preparation by CONSULTANT of the
following design drawings:
1. Title Page, Site Location and Vicinity Maps, Drawing List
,2. Corrosion Control System Plan (Mechanical, Electrical, Control)
3. Corrosion Control System Schematic and Electrical Relay Wiring Diagram .
4. Design Details (structural, electrical, mechanical, civil)
Where possible and applicable, specific equipment items (make and model from a single
manufacturer) shall be called out on the Drawings. Technical specifications, if necessary,
shall be prepared in CONSULTANT's standard CSI-based format. Corrosion Control
System Plan shall be prepared using scanned drawing of existing Ranney Collector Facility
(presumably Sheet 14 of 43 of the September 1977 design drawings for the original facility)
as a base. Improvements shall be shown on this base.
CONSULTANT shall prepare a single 95%-complete draft of the detail design package for
review by CITY. CONSULTANT shall submit three (3) hardcopies of the draft package to
CITY for review. CONSULTANT shall update the estimated capital cost of the corrosion
control system and submit it to CITY by email for its review. CITY shall review the draft
design package and provide comments to CONSULTANT by marking up a single copy in
red pencil or red ink and submitting those to CONSULTANT for incorporation into the
DOH-review draft. CONSULTANT shall prepare a DOH-review draft and submit six (6)
copies to CITY for its subsequent submittal of the requisite number of copies (assumed to be
two) to DOH for its review and approval.
CONSULTANT shall prepare the final design package based on review comments provided
by DOH. CITY shall review DOH comments, provide direction to CONSULTANT
regarding each DOH comment, and provide CONSULTANT with any additional review
comments of its own. CONSULTANT shall prepare a total of ten (10) hardcopies of the final
design package to CITY for its use in soliciting a bid from the Small Works Roster to
complete the work.
1.6
Bidding Assistance
CONSULTANT's role during bidding is to assist CITY in soliciting a bid to do the
construction work. The two primary avenues of assistance anticipated include response to
technical questions and the preparation of an addendum. CONSULTANT and CITY
Exhibit A, CH2M Hill Consultant Agreement 07-08
Page 4 OF 6
acknowledge that CITY shall review bid for accuracy and responsiveness and check
references as applicable.
CONSULTANT shall be available to answer technical questions directed to it by CITY.
CONSULTANT shall prepare the contents of a single text-based addendum and submit said
contents via email to CITY for CITY's subsequent transmittal to bidder.
The budget for this task is an allowance based on the anticipated level of assistance
described herein. If preparation of additional addenda, addenda requiring modification of
the drawings, or other assistance is necessary and requested of CONSULTANT beyond the
limit of the budget, the scope and budget for this task will be amended.
1.7
Construction Assistance
CONSULTANT shall assist CITY as needed and as directed by CITY. The budget for this
task is an allowance based on the anticipated level of assistance described herein. If
assistance beyond the limit of the budget for this task is requested of CONSULTANT, the
scope and budget for this task will be amended. No site visits by CONSULTANT are
anticipated to be necessary during construction.
CONSULTANT's assistance to CITY during construction is expected to be in the following
areas:
. Review of contractor's technical shop drawing submittals for equipment and materials
. Respond to requests for information (RFIs) from the contractor
. Prepare change orders (if necessary)
. Respond to questions from CITY staff
. Prepare an "Operation and Maintenance Manual." Operation and Maintenance Manual
shall be a 3-page-or-Iess document describing how the system works and how specific
equipment items should be maintained.
Task 2. Elwha Dam Mitigation Assistance
CONSULTANT shall provide technical assistance and other services to the CITY,
specifically related to the project for removing the Elwha dams and implementation of
related water system improvements, 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. Assistance under this task could potentially take the form of:
. . Attendance at design review meetings
. Technical review of drawings and specifications for the Elwha Intake, Elwha Water
Treatment Plant, and Port Angeles Water Treatment Plant
. Attendance via conference call of monthly M&I meetings
. Undefined technical assistance of CITY staff related to the Elwha project
Exhibit A, CH2M Hill Consultant Agreement 07-08
Page 5 OF 6
Task 3.
Directed Services
CONSULTANT shall provide technical assistance and other services to the CITY, related to
the CITY's water system or other utilities, at the specific direction of authorized CITY staff.
No such assistance or services shall be provided unless specifically directed by the CITY.
The purpose of this task is to facilitate timely response by CONSULTANT to needs that are
unforeseen at this time. The budget for this task is essentially a contingency allowance that
includes labor and expenses.
PROJECT SCHEDULE
Task/Subtask
Estimated Completion Date I Duration
1. Corrosion Control
1.1 Preliminary Site Meeting
1.2 Water System Plan Amendment
1.3 Amended Corrosion Control Report
1.4 Project Report
1.5 Design
1.6 Bidding ASSistance
1.7 Construction Assistance
2. Elwha Dam Mitigation ASSistance
3. Directed Services
March 15,2007*
ApnI15,2007*
April 15, 2007*
Apnl 15, 2007*
August 1 , 2007*
January 2008
May - June 2008
As directed by City over the duration of this Agreement
As directed by City over the duration of this Agreement
* These dates are estimated dates of submittal of final submittal information to City for City'S subsequent
submittal to DOH to meet DOH-imposed deadlines in the Agreed Order.
Exhibit A, CH2M Hill Consultant Agreement 07-08
Page 6 OF 6
AGREEMENT 07-08
Exhibit B
Budget for Port Angeles Corrosion Control System Design, Bidding, and Construction Services
Labor Hours
Pro). Man. Const. Man. Project Eng Structural Electrical Corrosion I&C Esimating Clerical CAD Accounting Expenses
Phil KIm Enoch Shinji Bill Steve Steve Dave Cara Ken Brian Travel Other Internal
Task Martinez Ervin Nicholson Goto Badgeley Reiber Bakken Hedglin Lockrem Weigum Noakes Total
Task 1. Corrosion Control
1 1 Preliminary Site Meebng 14 6 $100 $3,099
12 Water System Plan Amendment 10 4 3 $100 $2.447
13 Amended Corrosion Control Report 12 4 8 4 3 $100 $5,132
14 Project Report 12 4 3 $100 $2,819
15 Design 18 42 2 8 10 4 62 4 $100 $18,356
16 Bidding Assistance 4 4 2 2 $1,383
1 7 Construction Assistance 10 10 2 2 6 $100 $3,753
Escalation of Rates for 2008 Construction $150
Task 1 Subtotal 80 0 56 2 10 4 10 12 14 64 27 $200 $400 $37,141
Task 2. Elwha Dam Mitiaation Assistance $50,000
Task 3. Directed Services $25,000
Total 80 0 56 2 10 4 10 12 14 64 27 $200 $400 $112,141
was authonzed by Resolution at Its November 7,2006 meetmg
CH2M HILL Propnetary and Confidential
EXHIBIT C
Supplemental Terms
Standard of Care
The standard of care applicable to CONSULTANTS's Services will be the degree of skill and diligence
normally employed by professional engineers or consultants performing the same or similar Services
at the time said services are performed.
Furnished Data
The CIlY will provide to CONSULTANT all data in CIlY's possession relating to CONSULTANT's
services on the PROJECT. CONSULTANT will reasonably rely upon the accuracy, timeliness, and
completeness of the information provided by CIlY.
Subsurface Investigations
In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may
vary significantly between successive test points and sample intervals and at locations other than
where observations, exploration, and investigations have been made. Because of the inherent
uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur
that could affect total PROJECT cost and/ or execution. These conditions and cost/ execution effects
are not the responsibility of CONSULTANT.
Opinions of Cost, Financial Considerations, and Schedules
In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for
the PROJECT, CONSULTANT has no control over cost or price of labor and materials; unknown or
latent conditions of existing equipment or structures that may affect operation or maintenance costs;
competitive bidding procedures and market conditions; time or quality of performance by operating
personnel or third parties; and other economic and operational factors that may materially affect the
ultimate PROJECT cost or schedule. Therefore, CONSULTANT makes no warranty that CIlY's actual
PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from
CONSULTANT's opinions, analyses, projections, or estimates. If CIlY wishes greater assurance as to
any element of PROJECT cost, feasibility, or schedule, CITY will employ an independent cost
estimator, contractor, or other appropriate advisor.
CONSULTANT's Deliverables
CONSULTANT's deliverables, including record drawings, are limited to the sealed and signed hard
copies. Computer-generated drawing files furnished by CONSULTANT are for CIlY or others'
convenience. Any conclusions or information derived or obtained from these files will be at user's sole
risk.
CONSULTANT's Personnel at Construction Site
The presence or duties of CONSULTANT's personnel at a construction site, whether as onsite
representatives or otherwise, do not make CONSULTANT or CONSULTANT's personnel in any way
responsible for those duties that belong to CIlY and/ or the construction contractors or other entities,
and do not relieve the construction contractors or any other entity of their obligations, duties, and
PAGE 1 OF 2
responsibilitIes, including, but not limited to, all construction methods, means, technIques, sequences,
and procedures necessary for coordinating and completing all portions of the construction work in
accordance with the construction Contract Documents and any health or safety precautions required
by such construction work.
CONSULTANT and CONSULTANT's personnel have no authority to exercise any control over any
construction contractor or other entity or their employees in connection with their work or any health
or safety precautions and have no duty for inspecting, noting, observing, correcting, or reporting on
health or safety deficiencies of the construction contractor(s) or other entity or any other persons at
the site except CONSULTANT's own personnel.
The presence of CONSULTANT's personnel at a construction site is for the purpose of providing to
CITY a greater degree of confidence that the completed construction work will conform generally to
the construction documents and that the integrity of the design concept as reflected in the
construction documents has been implemented and preserved by the construction contractor(s).
CONSULTANT neither guarantees the performance of the construction contractor(s) nor assumes
responsibility for construction contractor's failure to perform work in accordance with the
construction documents.
Contractor Indemnification and Claims
CITY agrees to include in all construction contracts the provisions of "CONSULTANT's Personnel at
Construction Site, and provisions providing contractor indemnification of CITY and CONSULTANT
for contractor's negligence.
CITY shall require construction contractor(s) to name CITY and CONSULTANT as additional
insureds on the contractor's general liability insurance policy.
CITY agrees to include the following clause in all contracts with construction contractors, and
equipment or materials suppliers:
"Contractors, subcontractors, and equipment and material suppliers on the PROJECT, or their
sureties, shall maintain no direct action against CONSULTANT, CONSULTANT's officers,
employees, affiliated corporations, and subcontractors for any claim arising out of, in connection
with, or resulting from the engineering services performed. CITY will be the only beneficiary of any
undertaking by CONSULTANT."
Record Drawings
Record drawings, if required, will be prepared, in part, on the basis of information compiled and
furnished by others, and may not always represent the exact location, type of various components, or
exact manner in which the PROJECT was finally constructed. CONSULTANT is not responsible for
any errors or omissions in the information from others that is incorporated into the record drawings.
Limitation of Liability
To the maximum extent permitted by law, CONSULTANT's liability for CITY's damages will not, in
the aggregate, exceed $1,000,000. This article takes precedence over any conflicting article of this
AGREEMENT or any document incorporated into it or referenced by it. This limitation of liability
will apply whether CONSULTANT's liability arises under breach of contract or warranty; tort;
including negligence; strict liability; statutory liability; or any other cause of action, and shall include
CONSULTANT's officers, affiliated corporations, employees, and subcontractors.
PAGE 2 OF 2
5. g3-cf
AMENDMENT NO. 1 TO THE
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN THE
THE CITY OF PORT ANGELES
AND
CH2M HILL, INC.
PROJECT 07-08
RELATING TO: THE CITY'S WATER SYSTEMS
THIS AMENDMENT NO.1 is made and entered into this I ItA- day of ,
2008, by and between THE CITY OF PORT ANGELES, a non-charter code CI 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 April 17,
2007, (the AGREEMENT) and
WHEREAS, the CITY desires to amend the AGREEMENT to amend the Scope of Work,
Budget, and Time of Performance.
NOW, THEREFORE, in consideration of the representations and the terms, conditions,
covenants and agreements set forth in the original AGREEMENT and this AMENDMENT, the
parties hereto agree as follows:
REVISED SCOPE OF WORK
The amended scope of professional services to be performed and the results to be achieved
by the CONSULTANT pursuant to the AGREEMENT shall be amended to read as shown in
the attached Exhibit A. The Scope of Work shall include all services and material necessary
to accomplish the work.
II TIME OF PERFORMANCE
The work for each Task shall be completed according to the schedule in the attached Scope
of Work. The Agreement performance period shall remain unchanged, extending through
January 31, 2009.
III MAXIMUM COMPENSATION
The CONSULTANT'S total compensation and reimbursement for this Amendment No.1 are
stated in the attached Exhibit B. The budget for any Task may be further adjusted by mutual
agreement without an amendment to the Agreement, as long as the maximum compensation
amount of $348,000.00 is not exceeded.
Amendment NO.1 to CH2M Hill Agreement 07-08
Page 1 of2
IV SIGNATURES
Except as modified herein, the original Agreement and Exhibits A and B 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:
MAYOR
CH2M HILL:
TITL~~
CITY ATTORNEY
ATTEST:
AQ~ JArsID"-
CITY CLE 1
r ; /
\. I... .
........ "
Amend~ei1t No. I to CH2M Hill Agreement 07-08
Page 2 of2