Loading...
HomeMy WebLinkAboutCC Agenda Packet 09/06/2022 SEPTEMBER 6, 2022 City of Port Angeles Council Meeting Agenda The City determined the meeting shall be held virtually when the September 6,2022 City Council agenda was created on August 31, 2022.The City will hold virtual meetings when a meeting cannot be held with"reasonable safety"."Without reasonable safety"means that the COVID-19 risk is Moderate or High,per the dashboard located at ht-tps://www.clallain.net/coronavirus at the time the meeting is advertised.Listening and webcast options will be available at www.ctyofpaAus The Mayor may determine the order of business for a particular City Council meeting. The agenda should be arranged to best serve the needs and/or convenience of the Council and the public. The Mayor will determine time of break. Hearing devices are available for those needing assistance. The items of business for regular Council meetings may include the following: A. Call to Order — Special Meeting at 5:00 p.m. —A closed session under authority ofRCW 42.30.140(4), to discuss collective bargaining with an employee organization. Call to Order —Regular Meeting at 6:00 p.m. B. Roll Call,Pledge of Allegiance Ceremonial Matters, Proclamations & Employee Recognitions C. Public Comment The City Council desires to allow the opportunity for Public Comment.However,the business of the City must proceed in an orderly and timely manner.Visit hops://www.ci(yof us L ye Vlrt:ual Meeting to learn how to participate during public comment and or watch the meeting live.Written public comments can be submitted to ratxnc I a>,cit ofp�.. s,comments will not be read aloud. To provide pre-recorded messages to the City Council by phone,please call 360-417-4504.Messages received will be made a part of the final record. Comments should be received by 2:00 p.m. Tuesday, September 6,2022. For audio only please call: 1-844-992-4726 Use access code:2550 875 3166 Once connected press *3 to raise your virtual hand,if you wish to make a comment or public testimony. You will be notified when it is your turn to speak. This access code is good for the Tuesday, September 6,2022 meeting only. If you are joining in through the Webex link: °hervcoin otls�mre and wish to make a comment or public testimony,please use the"raise your hand"feature in Webex.You will be notified when it is your turn to speak. Members of the public may address the City Council at the beginning and end of any Regular Meeting under"Public Comment." During the "Public Comment"portion of the meeting,individuals may speak to agenda items,except those scheduled for a Public Hearing. The City Council desires to allow the opportunity for Public Comment.However,the business of the City must proceed in an orderly,timely manner.At any time,the presiding officer,in the presiding officer's sole discretion,may set such reasonable limits as are necessary to prevent disruption of other necessary business. At its most restrictive,Public Comment shall be limited to a total of 15 minutes for the first Public Comment period and shall be concluded not later than 9:45 for the second Public Comment period. Individuals may speak for three(3)minutes or less,depending on the number of people wishing to speak.If more than 20 people are signed up to speak each speaker may be allocated two(2)minutes. Individuals who are residents of the City or own businesses within the City will be called to speak first,with preference given to those who wish to speak to an item on the meeting's agenda.If time remains,the presiding officer will call other individuals wishing to speak,generally in the order in which they have signed in.If time is available,the presiding officer may call for additional unsigned speakers. September 6,2022 Port Angeles City Council Meeting Page 1 Persons speaking shall state their name,whether they reside within the City limits,whether they have any other pertinent connection to the City,and whether they are appearing as the representative of an organization.Excerpts: Council Rules of Procedure Section 12 D. Late Items To be placed on this or future agendas, including any executive session needed during or at the end of the meeting. E. Consent Agenda I Approve 1. City Council Minutes of May 23,July 19 and 26,2022/Approve.................................................................................E-1 2. Expenditure Report:From August 6, 2022 to August 26, 2022 in the amount of$3,826,918.46/Approve....................E-9 3. N Street Outfall Improvement Project DRO119 -Final Acceptance/Accept the N Street Outfall Improvement Project as complete and authorize staff to proceed with project closeout and release the retainage upon receipt of all required clearances........................................................................................................................................................................E-31 4. Fish Screen Hydraulic System Repairs CON-2022-35/Approve and award a contract with Certified Hydraulics in the amount of$44,332.50 for the repair and maintenance of the hydraulic system located at the Elwha Fish Screen facility and authorize the City Manager to sign and administer the contract and make minor modifications, as necessary.............E-32 F. Public Hearings 16:30 p.m. or Soon Thereafter ..................................................................................................None G. Ordinances Not Requiring Council Public Hearings.......................................................................................None H. Resolutions Not Requiring Council Public Hearings .........................................................................None I. Other Considerations 1. Port Angeles Food Bank Presentation 2. Opioid Settlement/Authorize ........................................................................................................................................1-1 J. Contracts & Purchasing 1. Electrical Dock Crew/Approve,Award&Authorize.....................................................................................................J-1 2. 24-Hour Restroom Sitework Contract/Award an Authorize..........................................................................................J-94 3. MEC-2022-36 Fiberglass Power Poles—Material Purchase/Award and Authorize......................................................J-95 4. Elwha Water Facility—Professional Services Agreement—Amendment 3 (PSA-2019-21)/Approve and Authorize..J-96 K Council Reports L. Information City Manager Reports: 1. 2022 Annual Building Report..........................................................................................................................................L-1 2. Affordability Index&Cost Comparison Study ..............................................................................................................L-2 3. Planning Commission Title 17 Amendment Proposal/Information Only......................................................................L-9 4. Public Works&Utilities September 2022 Consultant Report.........................................................................................L-22 M. Second Public Comment Follow the instructions from the first public comment period. Adjournment PUBLIC HEARINGS Public hearings are set by the City Council in order to meet legal requirements. City Council may set a public hearing in order to receive public input prior to making decisions which impact citizens.Certain matters may be controversial and City Council may choose to seek public opinion through the public hearing process. September 6,2022 Port Angeles City Council Meeting Page 2 JZ ca ago • o N s .CL s i 0 arm E Lm E 0- O m V � y M O LM •_ t cc � V a� • tw V •— ._ > cc cc Wrl > V v v E O U O }, O Ul Ln O Q N v O U Q O 4J Ul C: Ln L UlN N v � O O > Ln Ln Ln U O v v _ v U U O L v O Q O w 0 10 � �,� • 4-1 z . . . . . . . . . . . . . . . . . . . . r v. . CC L71 C H� 0000 R O L � O bA U O ca bA 0 CO CLtft C 0 _ ra fp i U r.l a--+ m -0 -0 -0 O O O O Ln U � W .._ _. ... OJ 1 • Q � • • N • _ N • Co CoN • ' to p C O a N - m - ^ • 0 �c • Z c O a • m O Y Y Co w E m H ` • = s o �' h a °o o = O O O w w = O w N s a 4 i C � i i° a CY cn cn cn C7 • O on 4-J N p .N Co No 4-J Q v O CL a--' C6 Z3 ._ a.., ca N N •N a--� N N Q : N O �C c� V)�'Q 0 o °L �' ° -0N o �f ,1 i s w In.r I� 4 I if Ilk Ln Ln > > > > > > N N L M O ^� CD `� CD Ln � �l M � M Lr � L 4� -0 0 4-j 4 C: O O O o o E E r j i Q CV i LL -I N Ln Ln a m u (3s) u (A ro i x U u � v E (3s) 0 E o � � o Cv**4 (3s) Lr) 6 �� (3s) bD 0 (3s) '0 m �o (D 0) E 0 0 E%k > G�7 > v M �� . A ' i 0 o Q � O i O Q txo txo r txo r �m i o 0 _ w duo � -acr Nr. = = i V - O .� C O m m E Ln ruo Ul +j O v - oo c U, +� v o v C c i ° � •v m f� ® E o > E o v >. ° ° Q U v v > ul c: +' E v v u N v u ° D N n 70 ll CL C1. _3 j cn y'�v Co f :3 C D > K _y c v «; 4-j z C4; � uj ll C _ w _v cy w Q C re O R; _ z n C� y` a cn a� O O z0 R cr O U z = Q V ' ujC �° o v� moo _ Q — O a Q, O 4- u c O Cl a--j L p U p Q Q aj .C: 4-j +-j o c o LUDC Q z > w C �x .t k F C Ad cc CD CM pill Q cm dC y1� T O O O U � Q O N > O In � Z3a r-i -0 o CL •� J _ +� 4� C� 0 Q m 0 MW N o T�. un O O or 4-j U via # % ' 4 cn +� + , Ln m -0 � � O t O >- ro O U � O � I 1 C6 � T , m C J LIJ41 '� y a etJ Z a) O C V) W a °° wi 'a „' .� loll Ln U O � _ E 0 Q o°c y O_ > W c� .� L M a N 10 `" (A LA •L+l�A Z z CL �'T v � a IA in � 49A z '� • • • 0 W U c ' � • ' O 111 Lu v O a-J O CIO 4> DC � z s 4-0 ��I 0 low CL 0 Q 4-0 4-0 0 a ♦-0 1 N a..+ 4-J L w U w t O U I J t e r n a v i y a mn Y� ram. ... .r 41 1 >�.'..,., m W O vOi U uj uj N O M O v cV , y 00 00 1 ON X i N U C v N OO 2� [V � N .• r t E C 0 E 2 O �, •� o 'a 'a I... � -o O O O � w 'a u Li O C O C ++ O N N Y „r ,a;�,,.. (J � -0 = N Q ca ca O -0 ++ L �w C7 m � U 114i! ate-+ ate-+ LU -Ilk + 9 • 0 cn cn Ln rq rq co • .. Ict rq • � O ~ U LL .� M N i � O c� c� i i > p O W � � z •� Q Y C Q W i 4-, i i i v) > V O L 4-j O O Ca +-+ F ern o � 4- ) E -0 � v CL O O i J Q O V LL N N N i Q N fV N O O J O O CLCL N N i VCL N N 1 z t N O O N , U O � � � � N O � N a o 06 o° LLLL LL 4-J w aJ v r Y LZ V ci O O u v l O LA OJO 4-1 LL V 1 " O r) i V O o T Q Q J CD C6 1 � v buo c6 i C O N � O O U N N v cn -0 W >- r6 O N 00 O Q •E lD O N }' _0 V O O . � O O 0 � •� Q M o o E (� ra ate-+ O 00 N � O � "E 4- — OQ0 cn 0 C- -0 V) C6 Q 00 v O -�e EODo -0 � v — � Q O � o O 0 O � > Q u' C v o 0 V) �� °' D - "' o N V nX v c6 v J v +J o WO w > p p ago v Q w Q V � i Q � 4-1 C6 0 >, 6 Ln 0 0O � +� O c/) O O }' � E v :N o 76 E V o � o uj Ocu 4-+ U .V C6 M p > > W buo — V) cn C U N �O ate-+ C- cn V) O Ec6 � 0 - cn 0 0 0 0 O O O ucuQ - O v � U � s UvE O iii Q c6 aA LL 4 L V O � ._ .� � O u E a� E o 4-J =3 O N � � Q O N � � J Q C C: �- ca E O C `~ -- � can ca O 4-J p O m � � O � > " - -0 =3 4-J 0 C: E 0 C) - ca =3 U O .v U Ln E b � p rr, o o p � c� E o -o tn on w 0 o 4- = C: O Q v V O 0 ca > U p ca ca N -0 � p .�, C: a) C - C C: p E ca O p O ul un O (U O Q -�e O C�0 v O cn o O > Q cn Q ............ ..... . ......... ..... . . . . L O L • 0 O V Ca buo a--1 0 O V � O Ca > V 4-1 :;jMm r--I 41 � V N � � O W X .0 X � � u ,_,_, N M p i O MO 4 00 O X N � bA 0 qzl- w cE to Q) i M -D O w 4� � � O CITY COUNCIL MEETING Joint Meeting between the City Council of the City of Port Angeles and the Board of Clallam County Commissioners Clallam County Commissioners Meeting Room 223 East 4' Street, Room 160 Port Angeles, Washington May 23, 2022 This meeting was conducted as a hybrid meeting;open to the public with virtual attendance available. CALL TO ORDER SPECIAL MEETING Mayor Dexter called the special meeting of the Port Angeles City Council to order at 1:00 p.m. PLEDGE OF ALLEGIANCE Commissioner Ozias led the Pledge of Allegiance to the Flag. ROLL CALL Members Present Virtually:Mayor Dexter,Deputy Mayor Meyer,Council Members Carr,McCaughan and Suggs. Members Present In-Person: Council member French. Members Absent: Council member Schromen-Wawrin. Staff Present: City Manager West,Assistant City Attorney Cowgill,Clerk Martinez-Bailey,C.Delikat,K.Dubuc,B. Smith, and E. Bolin. Board of Clallam County Commissioners: Commissioners Ozias,Johnson, and Peach. PUBLIC COMMENT No public comment was received. EXECUTIVE SESSION Based on input from Assistant City Attorney Chris Cowgill, Mayor Dexter announced the need for an Executive Session under authority of RCW 42.30. 110(1)(b),consideration of site selection or acquisition of real estate purchase or lease if likelihood that disclosure would increase price until 2:45 p.m. Council and Commissioners paused while the hybrid space was clear prior to conducting the special meeting. The Executive Session convened at 2:45 p.m. At 2:45 p.m.the Council and Commissioners returned to open session. Council and Commissioners discussion followed. It was moved by French and seconded by Carr to approve the Consent Agenda to include: To designate Clallam County as the lead entity with OAC for contract and design work and direct staff to work with Clallam County to draft a Memorandum of Understanding outlining our relationship in regard to the Joint Public Safety Building Project. The Mayor asked if there was unanimous consent,hearing no opposition,the motion carried 7-0. It was moved by Ozias and seconded by Johnson to approve the Consent Agenda to include: To designate Clallam County as the lead entity with OAC for contract and design work and direct staff to work with Clallam County to draft a Memorandum of Understanding outlining our relationship in regard to the Joint Public Safety Building Project and communication efforts. September 6, 2022 E - 1 PORT ANGELES JOINT SPECIAL MEETING—May 23, 2022 There was consensus from both parties to pursue site evaluation. Commissioner Ozias summarized a list of issues that need to be considered,when moving forward on due diligence which included title and geotech reports as well as availability of infrastructure. In addition, due diligence would include consideration if the site was appropriate for a west side fire station, and if infrastructure was available, what the costs would be to access or expand. In addition, consideration of any cleanup costs should there be a need to do so. PUBLIC COMMENT No public comment. ADJOURNMENT Commissioner Ozias adjourned the meeting at 4:06 p.m. Kate Dexter,Mayor Kari Martinez-Bailey, City Clerk Page 2 of 2 September 6, 2022 E - 2 CITY COUNCIL MEETING Port Angeles, Washington July 19, 2022 This meeting was held virtually. CALL TO ORDER SPECIAL MEETING Mayor Dexter called the special meeting of the Port Angeles City Council to order at 5:06 p.m. Members Present: Mayor Dexter, Deputy Mayor Meyer, Council Members Carr, French, McCaughan, Schromen- Wawrin and Suggs. Members Absent: None. Staff Present: City Manager West,Attorney Bloor, Clerk Martinez-Bailey,C. Delikat, M. Sanders,B. Smith, N. Gollub,T.Hunter, and S. Carrizosa. BUDGET GOALS WORK SESSION Finance Director Sarina Carrizosa spoke about budget considerations and process, provided a 2022 budget update, presented results from the Council and staff budget goals survey, and shared upcoming budget dates. Council discussion followed. ADJOURNMENT Mayor Dexter adjourned the Special Meeting at 5:56 p.m. CALL TO ORDER-REGULAR MEETING Mayor Dexter called the regular meeting of the Port Angeles City Council to order at 6:00 p.m. ROLL CALL Members Present: Mayor Dexter,Deputy Mayor Meyer,Council Members Carr,French,McCaughan, Schromen- Wawrin and Suggs. Members Absent: None Staff Present: City Manager West,Attorney Bloor, Clerk Martinez-Bailey, C. Delikat, M. Sanders,B. Smith, N. Gollub,T.Hunter, and S. Carrizosa. PLEDGE OF ALLEGIANCE Mayor Dexter led the Pledge of Allegiance to the Flag. PUBLIC COMMENT Steve Luxton spoke about the affordable housing agenda items and the need for housing as it relates to economic development. LATE ITEMS TO BE PLACED ON THIS OR FUTURE AGENDAS Manager West added Settlement Amendment to the Professional Services Agreement with Exeltech Consulting Phase I Design to the agenda as item I-4. CONSENT AGENDA At the request of Deputy Mayor Meyer, and hearing no objection,the Mayor added Signal Controller Upgrades ProfessionalServices Agreement RSA-2022-24 and Amendment to Water Contract between City of Port Angeles and McKinley Paper Company to the Consent Agenda. It was moved by Schromen-Wawrin and seconded by McCaughan to approve the Consent Agenda to include: 1. City Council Minutes of June 7 and June 21,2022/Approve September 6, 2022 E - 3 PORT ANGELES CITY COUNCIL MEETING—July 19, 2022 2. Expenditure Report:From June 25, 2022 to July 8, 2022 in the amount of$2,097,874.99/Approve 3. 2022 Landfill Beach Nourishment Project CON-2022-39 l Award a construction contract with 2 Grade LLC of Port Angeles, WA,for the 2022 Landfill Beach Nourishment Project, CON-2022-39, in an amount not to exceed$34,752.35; and authorize the City Manager to sign all documents necessary to execute the construction contract for the project and to make minor modifications to the contract, as necessary. 4. Electric Utility 2022 Resource Plan/Pass the attached resolution to set a public hearing on the City's proposed biennial update to its Power Resource Plan for the regular Council meeting on August 16, 2022 and give notice of that hearing/Resolution#14-22 5. Letter of Support and Partnership for National Endowment for the Arts(NEA)Grant l Approve the letter of support of the Port Angeles Fine Arts Center seeking an Our Town grant through the National Endowment of the Arts to formalize a new arts district in Port Angeles 6. Harbor Cleanup Process Authorizing Payment of City Deposit to Port in the Amount of$14,000/Harbor Cleanup Work Order#4 l Authorize payment of$14,000 to the PLPs group account 7. Sub-recipient Agreement with OlyCAP for Federal CARES Act CDBG-CV Funding for Clallam County (including Cities of Forks,Port Angeles and Sequim)l Approve and authorize the City's Community Development Block Grant responsible official to sign and execute a standard sub-recipient agreement with OlyCAP and make minor modifications as necessary 8. ITEM MOVED TO CONSENT AGENDA Signal Controller Upgrades—Professional Services Agreement PSA-2022-24 l Award the Signal Controller Upgrades Professional Services Agreement to Paranietrix,Inc. in the not to exceed amount of$263,257.18 and approve and authorize the City Manager to sign and make minor modifications as necessary. 9. ITEM MOVED TO CONSENT AGENDA/Amendment to Water Contract between City of Port Angeles and McKinley Paper Company l Approve an amendment to the McKinley Paper Company Water contract for a twelve-month extension and authorize the City Manager to execute and to make minor modifications to the agreement, as necessary. Council discussion followed. OTHER CONSIDERATIONS 1. Bird Rides,LLC. Manager West introduced the agenda item and provided background. Bird Rides, LLC. Senior Account Executive Camille Didio was present for the discussion and answered various questions. Council discussion followed. It was moved by Schromen-Wawrin and seconded by Meyer to: Authorize, negotiate and execute, a Memorandum of Understanding with Bird Rides, LLC. similar to the recently approved agreement executed by the City of Sequim. The Mayor asked if there was unanimous consent,hearing no opposition,the motion carried 7-0. The Mayor recessed the meeting for a break at 6:53 p.m. The meeting reconvened at 6:58 p.m. ORDINANCES NOT REQUIRING COUNCIL PUBLIC HEARINGS 1. Ordinance Amendments—Accessory Dwelling Unit Utility Connections Public Works&Utilities Director Thomas Hunter spoke about the proposed amendments, stating the Port Angeles Municipal Code Title 13 revisions would reduce fees for water and wastewater connections for new and existing accessory dwelling units within the City while maintaining the integrity and operations of City utilities. He spoke to the condensed summary of the proposed revisions listed in the memo. Council discussion followed. Mayor Dexter conducted a first reading of the ordinance by title, entitled, ORDINANCE NO.3695 AN ORDINANCE of the City of Port Angeles,Washington amending Chapters 13.32, 13.44, 13.62 and 13.65 of the Port Angeles Municipal Code relating to Accessory Dwelling Units. Page 2 of 5 September 6, 2022 E - 4 PORT ANGELES CITY COUNCIL MEETING—July 19, 2022 It was moved by Schromen-Wawrin and seconded by French to: Adopt amending Chapters 13.32.025, 13.44.020(C), 13.62.015 and 13.65.010(C)related to revising current requirements for accessory dwelling unit water and wastewater connections and elimination of monthly base charges and also waive the second reading and adopt the ordinance. After a roll call vote,the motion carried 6-0. Deputy Mayor Meyer was not present during the vote. 2. Building Permit Fee Reductions Housing Coordinator Holden Fleming introduced the proposed ordinance that would waive building permit fees for a variety of housing types including multifamily developments available for families at or below 80%AMI. He said waiving the second reading and adoption of the ordinance would address the urgent nature surrounding the need for affordable housing. Council discussion followed. Mayor Dexter conducted a first reading of the ordinance by title, entitled, ORDINANCE NO.3696 AN ORDINANCE of the City of Port Angeles,Washington amending portions of Chapter 3.70 of the Port Angeles Municipal Code relating to permit fees. It was moved by Suggs and seconded by Schromen-Wawrin to: After the original motion was amended and approved,the final motion included: Waive the second reading and adopt the ordinance amending portions of Chapter 3.70 of the Port Angeles Municipal Code relating to permit fees. And,in section 1,E 1,change suspended to waived and add language to Section 1 E 1(c)that would state: "Occupied by the owner-developer and/or"reserved for families at or below 80%area median income(AMI)until September 2028". The Mayor asked if there was unanimous consent,hearing no opposition,the motion carried 7-0. 3. Second Amendment to the 2022 Budget Director Carrizosa presented the ordinance that proposed amendments to the 2022 budget. She stated the amendments would bring the budget into alignment with the recently adopted 2023-2028 Capital Facilities Plan (CFP), as well as, adjust revenues and expenditures that have been approved by Council at previous meetings. She spoke to the attachments to the memo. Mayor Dexter conducted a first reading of the ordinance by title,entitled, ORDINANCE NO.3697 AN ORDINANCE of the City of Port Angeles,Washington, amending the City's 2022 budget. After conducting a first reading of the ordinance that would approve an amendment to the City's 2022 budget,the Mayor asked if there were questions or comments from Council.Hearing none,the Mayor went directly to approval of the motion. The Mayor asked if there was unanimous consent,hearing no opposition, the motion to approve the budget ordinance carried 7-0. The Mayor recessed the meeting for a break at 8:12 p.m. The meeting reconvened at 8:17 p.m. It was moved by Schromen-Wawrin and seconded by Meyer to: Waive the second reading of the ordinance that had just been approved unanimously by Council. The Mayor asked if there was unanimous consent,hearing no opposition,the motion carried 7-0. RESOLUTIONS NOT REQUIRING COUNCIL PUBLIC HEARINGS 1. American Rescue Plan Act Funding Approval and Subrecipient Agreement with the Olympic Peninsula YMCA Manager West presented the proposed agenda item and provided background on matter. He spoke about the continued need for childcare in the community, adding the pandemic created shortages in childcare programs and exacerbated an already limited service in the community. He said the YMCA plans to build an Early Learning Page 3 of 5 September 6, 2022 E - 5 PORT ANGELES CITY COUNCIL MEETING—July 19, 2022 Center that would serve up to 92 children between the ages of 6 weeks and 5 years. He recognized YMCA Chief Executive Officer Wendy Bart in attendance who spoke about the proposed funding. Council discussion followed. Mayor Dexter read the resolution by title, entitled, RESOLUTION NO. 15-22 A RESOLUTION of the City Council of the City of Port Angeles,Washington, approving funding from the American Rescue Plan Act(ARPA)for reimbursement to the City for pandemic related expenses incurred in responding to COVID. It was moved by McCaughan and seconded by Carr to: Pass the Resolution as read approving funding for the Olympic Peninsula YMCA in the amount of$250,000, and approve and authorize the City Manager to sign the ARPA Subrecipient Agreement and complete final negotiations on Attachment D with the Olympic Peninsula YMCA and to make minor modifications to the agreement as necessary. The Mayor asked if there was unanimous consent,hearing no opposition,the motion carried 7-0. OTHER CONSIDERATIONS 1. Fleet Presentation Fleet Management Manager Brian Coburn presented slides that identified vehicles set for replacement,provided side- by-side photos comparing the proposed purchases to the new purchases, and spoke about supply chain challenges. Director Hunter spoke about fleet requirements set by the state and the relationship between the fleet operations and the Climate Resiliency Plan. Council discussion followed. CONTRACTS & PURCHASING 3. Equipment Purchase—Replacement of Police Vehicles Director Hunter presented the agenda item and provided background. He said the vehicle purchases and replacements are identified in the 2022 budget and are included in the 2022 Capital Facilities Plan.Police Chief Smith provided additional information relative to the department vehicle purchase. Council discussion followed. It was moved by Schromen-Wawrin and seconded by Carr to: Table the item until after the fleet initial planning and evaluation process. After a roll call vote the motion failed 1-6 with Schromen-Wawrin in favor. It was moved by French seconded by Carr to: Approve and authorize the City Manager to sign a contract for the purchase and outfitting of three police patrol vehicles; and approve and authorize the City Manager to make minor modifications to the purchase contract if necessary; and approve and authorize the City Manager to surplus vehicles 911, 1210 and 1411,once the new police vehicles are placed into service. After a roll call vote the motion passed 6-1 with Schromen-Wawrin opposed. SECOND PUBLIC COMMENT In a pre-recorded message to the City Council phone message line, an unidentified caller stated they were a city resident with concerns about a boil water notice. Director Hunter spoke to the issue and his departments attempts to reach out to the resident related to a private property water issue. 4. LATE ITEM-Settlement Amendment to the Professional Services Agreement with Exeltech Consulting Phase I Design Manager West spoke to the late agenda item, saying the Race Street Corridor is an important gateway for the City of Port Angeles and the Olympic National Park, and one of the City's most active arterials. Director Hunter added the project was quite complicated,from the departments and consultants involved and various funding sources. It was moved by Schromen-Wawrin seconded by Carr to: Page 4 of 5 September 6, 2022 E - 6 PORT ANGELES CITY COUNCIL MEETING—July 19, 2022 Extend the meeting until the end of the agenda. The Mayor asked if there was unanimous consent,hearing no opposition,the motion carried 7-0. It was moved by Schromen-Wawrin seconded by Carr to: Approve Amendment 4 to the Race Street Improvements Professional Service Agreement and the Settlement Amendment and Release of All Claims with Exeltech Consulting,Inc. and authorize the City Manager to execute all documents necessary for the amendment and to make minor modifications to the agreement, as necessary. The Mayor asked if there was unanimous consent,hearing no opposition,the motion carried 7-0. CITY COUNCIL REPORTS Council member Suggs spoke about attendance at an MRC meeting. Council member Schromen-Wawrin spoke about Climate Resiliency Plan implementation meetings, Association of Washington Cities (AWC) Legislative priorities meeting, thanked the Mayor for filling in during a Clallam Transit System meeting, spoke about continued contact with AWC connections relative to transportation needs, and an upcoming discussion related to tree canopies. Council member French spoke about Olympic Peninsula Tourism Commission and Elevate PA meeting topics. Council member Carr spoke about the opening of the Pump Track, a family unification event, and shared updates from the Board of Health meeting. Mayor Dexter spoke about the celebration of life for Black Ball Ferry Co-Owner Ryan Malane. No other reports were given. INFORMATION Manager West reminded Council about an upcoming Revenue Work Session. ADJOURNMENT Mayor Dexter adjourned the meeting at 10:20 p.m. Kate Dexter,Mayor Kari Martinez-Bailey, City Clerk Page 5 of 5 September 6, 2022 E - 7 CITY COUNCIL MEETING Port Angeles, Washington July 26, 2022 This meeting was held virtually CALL TO ORDER SPECIAL MEETING Mayor Dexter called the special meeting of the Port Angeles City Council to order at 5:01 p.m. Members Present: Mayor Dexter,Deputy Mayor Carr, Council Members French,Meyer,McCaughan, and Suggs. Members Absent: Schromen-Wawrin. Staff Present: City Manager West,Attorney Bloor, Clerk Martinez-Bailey, C. Delikat, M. Sanders,B. Smith, N. Gollub,T. Hunter, and S. Carrizosa. EXECUTIVE SESSION City Manager Nathan West opened the work session and spoke about the purpose of the special meeting. Manager West spoke about community expectations relative to services provided and stated the work session was an opportunity to explore ways to improve how the City provides services to the community.Finance Director Sarina Carrizosa presented slides on budget revenue options. She said the purpose of the informational slides was to share options and would include revenue requirements and restrictions,City policies regarding revenue collection, affordability of new revenue,revenue options and finally, an opportunity for Council to discuss the options. Council discussion followed. ADJOURNMENT Mayor Dexter adjourned the Special Meeting at 6:58 p.m. Kate Dexter,Mayor Kari Martinez-Bailey, City Clerk September 6, 2022 E - 8 MEMO Finance Department Sarina Carrizosa Finance Director Trina McKee Senior Accountant MarySue French Senior Accountant Melody Schneider Management Accountant Micah Rose Financial Analyst Jason Jones Accountant Jane Perkins Payroll Specialist Julie Powell Accounting Technician Luke Anderson Accounting Technician Nicole Blank Administrative Analyst Kathyellen Haney Customer Services Manager Tracy Rooks Utility Billing Specialist PORT NG WASH INGTO N, September 6th, 2022 ELES U. S. A. We, the undersigned City Officials of the City of Port Angeles, do hereby certify that the merchandise and/or services herein specified have been received and that these claims are approved for payment in the amount of $3,826,918.46 this 6th day of September2022. Mayor City Manager "'pug City of Port Angeles City Council Expenditure Report r �aM , Between Aug 6, 2022 and Aug 26, 2022 Vendor Description Account Number Amount COMPOSITE RECYCLING HALLER BENCH LINCLN PK BL 001-0000-239.96-00 2,665.60 TECHNOLOGY CTR DEPARTMENT OF REVENUE Excise Tax Returns-July 001-0000-237.00-00 107.06 US SANK CORPORATE PAYMENT City Credit Card Pmt 001-0000-213.10-95 (26,763.24) SYSTEM City Credit Card 001-0000-213.10-95 (24,546.10) City Credit Card 001-0000-213.10-95 19,680.18 Division Total: ($28,856.50) Department Total: ($28,856.50) US SANK CORPORATE PAYMENT Chamber luncheon-Mayor De 001-1160-511.43-10 18.00 SYSTEM AWC reg-Dexter/Carr/Schro 001-1160-511.43-10 1,125.00 Lodging-Carr 001-1160-511.43-10 404.64 Lodging-Dexter 001-1160-511.43-10 404.64 Lodging-LSWawrin 001-1160-511.43-10 404.64 Mayor&Council Division Total: $2,356.92 Legislative Department Total: $2,356.92 MISC TRAVEL N WEST-WA CITY/COUNTY MGM 001-1210-513.43-10 365.55 US SANK CORPORATE PAYMENT Interview lunch-CED Dir C 001-1210-513.31-01 224.65 SYSTEM AWC reg-West 001-1210-513.43-10 375.00 WCMA Conf Reg-West 001-1210-513.43-10 325.00 City Manager Division Total: $1,290.20 MUNICIPAL CODE CORPORATION MISC PROFESSIONAL SERVICE 001-1230-514.41-50 9,945.61 TAX 001-1230-514.41-50 1,764.08 US BANK CORPORATE PAYMENT PDN legal ad-Ord#3691 001-1230-514.44-10 32.44 SYSTEM PDN legal ad-Public Heari 001-1230-514.44-10 77.42 Legal Ad-Public Hearing 6 001-1230-514.44-10 80.58 Mobile Shredding 001-1230-514.41-50 266.20 Legal Ad-Public Hearing 6 001-1230-514.44-10 75.84 City Clerk Division Total: $12,242.17 City Manager Department Total: $13,532.37 DEPARTMENT OF REVENUE Excise Tax Returns-July 001-2023-514.44-50 177.65 US BANK CORPORATE PAYMENT GFOA membership-McKee 001-2023-514.49-01 150.00 SYSTEM GFOA membership-L Anderso 001-2023-514.49-01 150.00 GFOA Reg-L Anderson 001-2023-514.43-10 490.00 Cert of Achievement Revie 001-2023-514.31-01 530.00 WASHINGTON (AUDITOR), STATE FINANCIAL SERVICES 001-2023-514.41-50 870.75 Page 1 of 22 Aug 29, 2022 11:42:46 AM September 6, 2022 E - 9 "'pug City of Port Angeles City Council Expenditure Report r �aM , Between Aug 6, 2022 and Aug 26, 2022 Vendor Description Account Number Amount OF Accounting Division Total: $2,368.40 CAPTAIN T'S FIRST AID &SAFETY EQUIP. 001-2025-514.31-11 187.35 LEXISNEXIS FINANCIAL SERVICES 001-2025-514.41-50 163.20 FINANCIAL SERVICES 001-2025-514.41-50 163.20 MISC TRAVEL SHARNBROICH-CROSS CONN CT 001-2025-514.43-10 144.00 US BANK CORPORATE PAYMENT Universal calculator ribb 001-2025-514.31-01 81.60 SYSTEM Online seminar-Haney/Youn 001-2025-514.43-10 158.00 Zoom Training Reg-Sharnbr 001-2025-514.43-10 225.00 Customer Service Rep job 001-2025-514.41-15 84.02 Application service fee-I 001-2025-514.43-10 1.02 Application service fee-S 001-2025-514.43-10 1.02 Waterworks Op Cert App fe 001-2025-514.43-10 51.00 Waterworks Op Cert App fe 001-2025-514.43-10 51.00 Customer Service Division Total: $1,310.41 OLYMPIC PRINTERS INC ENVELOPES, PLAIN, PRINTED 001-2070-518.31-01 1,378.50 US BANK CORPORATE PAYMENT IN6-7 series ink-postage 001-2070-518.31-01 235.72 SYSTEM IX3-5-7 series ink-postag 001-2070-518.31-01 152.97 Reprographics Division Total: $1,767.19 Finance Department Total: $5,446.00 US BANK CORPORATE PAYMENT Lodging/Parking-Cowgill 001-3030-515.43-10 390.64 SYSTEM Refund-ferry-Bloor 001-3030-515.43-10 (33.60) MRSC Reg-Bloor 001-3030-515.43-10 40.00 City Attorney Division Total: $397.04 City Attorney Department Total: $397.04 US BANK CORPORATE PAYMENT Clifton Strengths Finder 001-4050-558.43-10 22.72 SYSTEM Building Division Total: $22.72 CASCADIA CONSULTING GROUP, MISC PROFESSIONAL SERVICE 001-4060-558.41-50 18,815.75 INC. PACIFIC OFFICE EQUIPMENT INC OFFICE SUPPLIES, GENERAL 001-4060-558.31-01 40.80 SUPPLIES 001-4060-558.31-01 122.88 SUPPLIES 001-4060-558.31-01 44.59 US BANK CORPORATE PAYMENT PDN monthly subscription 001-4060-558.49-01 10.40 SYSTEM Supplies/food-CED Dir int 001-4060-558.49-01 110.66 Page 2 of 22 Aug 29, 2022 11:42:46 AM September 6, 2022 E - 10 "'pug City of Port Angeles City Council Expenditure Report r �aM , Between Aug 6, 2022 and Aug 26, 2022 Vendor Description Account Number Amount US BANK CORPORATE PAYMENT Coffee-CED Dir interviews 001-4060-558.49-01 43.52 SYSTEM Lodging-CED Dir candidate 001-4060-558.49-01 216.97 PDN legal ad-City Notices 001-4060-558.41-15 105.86 City Notices-NDA#22-37 001-4060-558.41-15 58.46 Project Mgmt Training-Fle 001-4060-558.43-10 495.00 APA Membership-Fleming 001-4060-558.49-01 533.00 PDN monthly subscription 001-4060-558.49-01 10.40 CED Tech job posting 001-4060-558.41-15 155.46 Clifton Strengths Finder 001-4060-558.43-10 22.72 Planning Division Total: $20,786.47 US BANK CORPORATE PAYMENT CED Directorjob posting 001-4071-558.41-50 13.78 SYSTEM CED Directorjob posting 001-4071-558.41-50 51.40 Housing Coordinator job p 001-4071-558.41-50 32.76 Visitor Guide 001-4071-558.41-50 80.00 Economic Development Division Total: $177.94 Community Development Department Total: $20,987.13 CURTIS&SONS INC, L N CLOTHING &APPAREL 001-5010-521.31-11 276.65 GALLS CLOTHING &APPAREL 001-5010-521.31-01 200.18 CLOTHING &APPAREL 001-5010-521.31-11 44.34 CLOTHING &APPAREL 001-5010-521.31-11 25.01 US BANK CORPORATE PAYMENT Lodging-C Rife 001-5010-521.43-10 548.10 SYSTEM Ferry ticket-B Smith 001-5010-521.43-10 20.90 Fuel-PAPD veh-B Smith 001-5010-521.43-10 50.31 Fuel-PAPD veh-B Smith 001-5010-521.43-10 64.54 Lodging/parking-B Smith 001-5010-521.43-10 551.40 Duty belt-Code Enforcemen 001-5010-521.31-11 106.10 Fuel-PAPD Veh#911 001-5010-521.43-10 85.72 Parking-PAPD Veh#911 001-5010-521.43-10 31.47 Fuel-PAPD Veh#911 001-5010-521.43-10 79.94 Lodging-B Smith 001-5010-521.43-10 248.74 Shipping-PAPD radio 001-5010-521.43-10 26.38 Police Administration Division Total: $2,359.78 LINCOLN STREET STATION SHIPPING AND HANDLING 001-5021-521.42-10 15.79 MISC TRAVEL MALONE-INTERNAL INVESTIGA 001-5021-521.43-10 395.00 PORT ANGELES POLICE Ferry Tolls 001-5021-521.43-10 92.85 Page 3 of 22 Aug 29, 2022 11:42:46 AM September 6, 2022 E - 11 "'pug City of Port Angeles City Council Expenditure Report r �aM , Between Aug 6, 2022 and Aug 26, 2022 Vendor Description Account Number Amount DEPARTMENT US BANK CORPORATE PAYMENT Lodging-Cameron 001-5021-521.43-10 425.48 SYSTEM Lodging-Malone 001-5021-521.43-10 425.48 Lodging-Cameron 001-5021-521.43-10 319.68 Lodging-Dropp 001-5021-521.43-10 446.22 Lodging-E Smith 001-5021-521.43-10 446.22 Lodging-Malone 001-5021-521.43-10 319.68 Lodgi ng-Powless 001-5021-521.43-10 416.25 Lodging-Sanchez 001-5021-521.43-10 446.22 Air filter replacement-De 001-5021-521.31-01 107.72 Evidence supplies-place c 001-5021-521.35-01 175.29 Parking-Malone 001-5021-521.43-10 7.00 Parking-Powless 001-5021-521.43-10 7.00 Fire Investigation book-M 001-5021-521.43-10 93.71 Body bags (6)-various si 001-5021-521.35-01 171.27 Flash drives 128GB 001-5021-521.31-01 34.80 Investigation Division Total: $4,345.66 BLUE MTN ANIMAL CLINIC MISC PROFESSIONAL SERVICE 001-5022-521.49-80 534.22 PORT ANGELES POLICE Foil/bags/Supplies 001-5022-521.31-01 52.75 DEPARTMENT US BANK CORPORATE PAYMENT Lodging-L Brown 001-5022-521.43-10 425.48 SYSTEM Lodging-Ordona 001-5022-521.43-10 425.48 Fingerprint kits (7) 001-5022-521.31-01 320.49 Battery replacement 001-5022-521.35-01 38.53 Lodging-Grand 001-5022-521.43-10 548.10 Air filter replacements-P 001-5022-521.31-01 70.73 Lodging-Fairbanks 001-5022-521.49-80 762.57 Lodging-Perry 001-5022-521.43-10 762.57 GoodToGo bridge toll acco 001-5022-521.43-10 50.00 Blackhawk Backpack kits ( 001-5022-521.35-01 1,353.62 Lodging-K Cooper 001-5022-521.43-10 654.00 Cardboard backers-Gun Ran 001-5022-521.35-01 362.00 K9 Seminar Reg-K Miller/F 001-5022-521.49-80 750.00 Armory items-D Morse 001-5022-521.35-01 271.88 Patrol Division Total: $7,382.42 Page 4 of 22 Aug 29, 2022 11:42:46 AM September 6, 2022 E - 12 "'pug City of Port Angeles City Council Expenditure Report r �aM , Between Aug 6, 2022 and Aug 26, 2022 Vendor Description Account Number Amount US BANK CORPORATE PAYMENT Nameplates-Butler/O Hatto 001-5029-521.31-01 27.74 SYSTEM Lodging-Druz 001-5029-521.43-10 658.45 Air filter replacement-Re 001-5029-521.31-01 70.73 Microfleece disposable gl 001-5029-521.31-01 144.50 Foam gun racks (5)-Proper 001-5029-521.31-01 183.35 Mailer envelopes 001-5029-521.31-01 56.06 Drivers Lic laminating po 001-5029-521.31-01 28.28 Records Division Total: $1,169.11 Police Department Total: $15,256.97 US BANK CORPORATE PAYMENT Zoom mtg subscription 001-6010-522.42-10 163.09 SYSTEM Cupcakes-Chief Dubuc reti 001-6010-522.31-01 27.99 Fire Chief job posting 001-6010-522.43-10 50.00 Fire Chief job posting 001-6010-522.43-10 199.00 Fire Chief job posting 001-6010-522.43-10 195.00 Lodging service fee-Sande 001-6010-522.43-10 14.99 Lodging reservation-Sande 001-6010-522.43-10 205.76 Refund-Lodging reservatio 001-6010-522.43-10 (205.76) Bridge toll-Sanders 001-6010-522.43-10 6.25 Fuel-Sanders 001-6010-522.45-21 78.76 Parking-Sanders 001-6010-522.43-10 31.47 Fire Administration Division Total: $766.55 CALLS CLOTHING &APPAREL 001-6020-522.20-80 21.54 SEAWESTERN INC CLOTHING &APPAREL 001-6020-522.31-11 510.16 CLOTHING &APPAREL 001-6020-522.31-11 455.76 CLOTHING &APPAREL 001-6020-522.31-11 4,389.54 SWAIN'S GENERAL STORE INC PAINTS,COATING S,WALLPAPER 001-6020-522.31-01 8.24 SALE SURPLUS/OBSOLETE 001-6020-522.48-10 15.69 US BANK CORPORATE PAYMENT Refund-shipping of extric 001-6020-522.35-01 (82.50) SYSTEM Rescue saw blades/fuel 001-6020-522.35-01 313.16 Food/supplies-Gagliano Co 001-6020-522.43-10 147.13 Air Mgmt for Fire Service 001-6020-522.45-20 123.30 Lunch-Officers training-G 001-6020-522.43-10 67.05 June Officer Mtg snacks 001-6020-522.31-01 18.46 File folders for office s 001-6020-522.31-01 13.42 Banker boxes for office f 001-6020-522.31-01 39.14 Page 5 of 22 Aug 29, 2022 11:42:46 AM September 6, 2022 E - 13 "'pug City of Port Angeles City Council Expenditure Report r �aM , Between Aug 6, 2022 and Aug 26, 2022 Vendor Description Account Number Amount US BANK CORPORATE PAYMENT Rehab water 001-6020-522.31-01 98.73 SYSTEM Coaxsher wildland hose pa 001-6020-522.45-20 300.95 Unit rehab containers (4) 001-6020-522.35-01 205.16 Shipping-Gullicksons pant 001-6020-522.31-11 19.25 Call sign tags for passpo 001-6020-522.35-01 59.24 Name bars 001-6020-522.35-01 22.83 Fire Suppression Division Total: $6,746.25 US BANK CORPORATE PAYMENT Uniform shoes-Sanders 001-6030-522.20-80 152.87 SYSTEM Fire Inspector 1/2 recert 001-6030-522.43-10 105.00 Fire Prevention Division Total: $257.87 RESTAURANT SUPPLY APPLIANCES, HOUSEHOLD 001-6050-522.48-10 4,857.60 THURMAN SUPPLY PLUMBING EQUIP FIXT,SUPP 001-6050-522.31-20 33.38 US BANK CORPORATE PAYMENT Batteries-Station 11 alar 001-6050-522.31-20 16.95 SYSTEM Buffer/pads 001-6050-522.31-20 28.25 Clallam Fair Aid booth su 001-6050-522.31-20 35.23 Facilities Maintenance Division Total: $4,971.41 Fire Department Total: $12,742.08 US BANK CORPORATE PAYMENT Civil/Utility Eng job pos 001-7010-532.44-10 199.00 SYSTEM Civil/Utility Eng job pos 001-7010-532.44-10 375.00 Civil/Utility Eng job pos 001-7010-532.44-10 419.00 MRSC membership 001-7010-532.49-01 425.00 Supplies-PWKS Week 001-7010-532.31-01 29.27 Supplies-PWKS Week 001-7010-532.31-01 610.23 Textbooks (2)-PE Licensin 001-7010-532.43-10 411.35 Prof Eng App fee-Feller 001-7010-532.43-10 65.00 AWWA Membership-Hunter 001-7010-532.49-01 248.00 Civil/Utility Eng job pos 001-7010-532.44-10 750.00 Civil/Utility Eng/Eng Teo 001-7010-532.44-10 100.00 Prof Eng Test fee-Feller 001-7010-532.43-10 375.00 Civil/Utility Eng/Eng Teo 001-7010-532.44-10 199.00 PWKS Seasonal Laborer job 001-7010-532.41-50 51.66 AGC Training Reg-Armstron 001-7010-532.43-10 125.00 AutoCad Training-Baack 001-7010-532.43-10 425.00 CESCL Reg-Armstrong 001-7010-532.43-10 400.00 Public Works Admin. Division Total: $5,207.51 Page 6 of 22 Aug 29, 2022 11:42:46 AM September 6, 2022 E - 14 "'pug City of Port Angeles City Council Expenditure Report r �aM , Between Aug 6, 2022 and Aug 26, 2022 Vendor Description Account Number Amount Public Works&Utilities Department Total: $5,207.51 PACIFIC OFFICE EQUIPMENT INC SUPPLIES 001-8010-574.31-01 41.82 US SANK CORPORATE PAYMENT Parks Maint Seasonals job 001-8010-574.41-50 326.10 SYSTEM Parks Administration Division Total: $367.92 DEPARTMENT OF REVENUE Excise Tax Returns-July 001-8050-536.44-50 365.51 PACIFIC OFFICE EQUIPMENT INC SUPPLIES 001-8050-536.31-01 108.79 SOUND PUBLISHING INC SUPPLIES 001-8050-536.41-15 325.00 Ocean View Cemetery Division Total: $799.30 ANGELES MILLWORK& LUMBER SUPPLIES 001-8080-576.31-20 28.10 SUPPLIES 001-8080-576.31-20 55.92 SUPPLIES 001-8080-576.31-20 110.21 SUPPLIES 001-8080-576.31-20 24.48 CENTRAL WELDING SUPPLY SUPPLIES 001-8080-576.49-90 31.68 FASTENAL INDUSTRIAL SUPPLIES 001-8080-576.31-01 321.94 HARTNAGEL BUILDING SUPPLY INC SUPPLIES 001-8080-576.31-20 27.62 HEARTLINE SUPPLIES 001-8080-576.31-40 71.81 HOLISTIC HORTICULTURE & SUPPLIES 001-8080-576.48-10 2,306.56 LANDSCAPING MAYDA AND SONS MECHANICAL SUPPLIES 001-8080-576.48-10 282.56 PACIFICA LAW GROUP, LLP SUPPLIES 001-8080-576.48-10 4,914.00 PORT ANGELES POWER SUPPLIES 001-8080-576.31-01 19.44 EQUIPMENT PORT OF PORT ANGELES SUPPLIES 001-8080-576.45-30 5,548.50 SWAIN'S GENERAL STORE INC SUPPLIES 001-8080-576.31-01 10.84 SUPPLIES 001-8080-576.31-20 36.87 SUPPLIES 001-8080-576.31-20 89.38 SUPPLIES 001-8080-576.31-01 9.69 SUPPLIES 001-8080-576.31-20 68.35 THURMAN SUPPLY SUPPLIES 001-8080-576.31-20 19.53 SUPPLIES 001-8080-576.31-20 19.49 US BANK CORPORATE PAYMENT Maintenance parts-T Morse 001-8080-576.31-01 158.03 SYSTEM Air compressor switch rep 001-8080-576.31-01 24.13 Parks Facilities Division Total: $14,179.13 Parks &Recreation Department Total: $15,346.35 ANGELES PLUMBING INC SUPPLIES 001-8112-555.48-10 454.50 Page 7 of 22 Aug 29, 2022 11:42:46 AM September 6, 2022 E - 15 "'pug City of Port Angeles City Council Expenditure Report r �aM , Between Aug 6, 2022 and Aug 26, 2022 Vendor Description Account Number Amount US BANK CORPORATE PAYMENT Airpot coffee brewer w/h 001-8112-555.31-20 771.39 SYSTEM Senior Center Facilities Division Total: $1,225.89 ANGELES MILLWORK& LUMBER SUPPLIES 001-8131-518.31-20 131.74 SUPPLIES 001-8131-518.31-20 38.92 SUPPLIES 001-8131-518.31-20 108.80 CED/CONSOLIDATED ELEC DIST Supplies 001-8131-518.31-20 (16.46) Supplies 001-8131-518.31-20 (16.46) Supplies 001-8131-518.31-20 (16.46) Supplies 001-8131-518.31-20 16.46 Supplies 001-8131-518.31-20 16.46 SUPPLIES 001-8131-518.31-20 326.40 SUPPLIES 001-8131-518.31-20 100.10 JENNINGS EQUIPMENT INC SUPPLIES 001-8131-518.35-01 3,184.14 Central Svcs Facilities Division Total: $3,873.64 Facilities Maintenance Department Total: $5,099.53 General Fund Fund Total: $67,515.40 PORT ANGELES CHAMBER OF MISC PROFESSIONAL SERVICE 101-1430-557.41-50 9,827.27 COMM Lodging Excise Tax Division Total: $9,827.27 Lodging Excise Tax Department Total: $9,827.27 Lodging Excise Tax Fund Total: $9,827.27 SAFEWAY SIGN CO MARKERS, PLAQUES,SIGNS 102-0000-237.00-00 (662.23) Division Total: ($662.23) Department Total: ($662.23) ANGELES MILLWORK& LUMBER FASTENERS, FASTENING DEVS 102-7230-542.31-01 6.14 LAKESIDE INDUSTRIES INC ROAD/HWY MATERIALS ASPHLT 102-7230-542.31-20 3,624.46 SAFEWAY SIGN CO MARKERS, PLAQUES,SIGNS 102-7230-542.31-25 8,187.63 SWAIN'S GENERAL STORE INC HARDWARE,AND ALLIED ITEMS 102-7230-542.31-25 443.51 RAGS,SHOP TOWELS,WIPING 102-7230-542.31-01 136.63 TRANSPO GROUP ENGINEERING SERVICES 102-7230-542.41-50 8,507.50 US BANK CORPORATE PAYMENT New starter-Veh#1568 102-7230-542.45-21 288.11 SYSTEM Pallet-bottle water-Stree 102-7230-542.31-01 283.37 Street Division Total: $21,477.35 Public Works-Street Department Total: $21,477.35 Page 8 of 22 Aug 29, 2022 11:42:46 AM September 6, 2022 E - 16 "'pug City of Port Angeles City Council Expenditure Report r �aM , Between Aug 6, 2022 and Aug 26, 2022 Vendor Description Account Number Amount Street Fund Total: $20,815.12 CENTURYLINK-QWEST 08/02 A/C 360ZO20380301 S 107-5160-528.42-11 223.96 ESCHAT COMMUNICATIONS/MEDIA SERV 107-5160-528.49-01 793.80 MISC TRAVEL HATTON-APCO NAIL CONF 107-5160-528.43-11 616.33 PORT ANGELES POLICE Kleenex 107-5160-528.31-01 20.12 DEPARTMENT QUILL CORPORATION OFFICE SUPPLIES, GENERAL 107-5160-528.31-01 137.08 US SANK CORPORATE PAYMENT Lodging-Sprock 107-5160-528.43-10 538.95 SYSTEM Airfare-Hatton 107-5160-528.43-11 158.60 Airfare-Hatton 107-5160-528.43-11 361.60 Expedia booking fee-Hatto 107-5160-528.43-11 4.48 Comm Officer job posting 107-5160-528.41-15 249.00 Comm Officer job posting 107-5160-528.41-15 399.00 Lodging-Hatton 107-5160-528.43-11 574.04 Lodging-S Craig 107-5160-528.43-11 430.53 Lodging-J Lemon 107-5160-528.43-11 719.55 Zoom subscription-Pencom 107-5160-528.42-10 163.09 A-Tech RAM 8G kits (2) 107-5160-528.35-01 68.00 Air Filter Replacement-Pe 107-5160-528.31-01 70.73 Wireless keyboards/mouse 107-5160-528.31-01 144.21 Wireless keyboards/mouse 107-5160-528.31-01 183.24 Comm Officer job posting 107-5160-528.41-15 199.00 Comm Officer job posting 107-5160-528.41-15 458.73 Mesh drawer organizers (4 107-5160-528.31-01 77.98 Magenta toner-Pencom IT 107-5160-528.31-01 340.53 LG24" IRS display monitor 107-5160-528.31-60 385.14 Cables-1ft 2 5mm Jak to R 107-5160-528.35-01 8.43 Comm Officer job posting 107-5160-528.41-15 409.00 Pencom Division Total: $7,735.12 Pencom Department Total: $7,735.12 Pencom Fund Total: $7,735.12 FAIRCHILD FLOORS FLOOR COVERING, INSTALLED 310-5950-594.65-10 496.16 FLOOR COVERING, INSTALLED 310-5950-594.65-10 595.17 US SANK CORPORATE PAYMENT Netgear ethernet switch 310-5950-594.65-10 608.19 SYSTEM Disaster pod shelving 310-5950-594.65-10 1,196.69 Page 9 of 22 Aug 29, 2022 11:42:46 AM September 6, 2022 E - 17 "'pug City of Port Angeles City Council Expenditure Report r �aM , Between Aug 6, 2022 and Aug 26, 2022 Vendor Description Account Number Amount US HANK CORPORATE PAYMENT Disaster pod emergency co 310-5950-594.65-10 2,229.95 SYSTEM Homeland Security Division Total: $5,126.16 Public Safety Projects Department Total: $5,126.16 Capital Improvement Fund Total: $5,126.16 PARAMETRIX INC CONSULTING SERVICES 312-7930-595.65-10 6,785.01 GF-Street Projects Division Total: $6,785.01 Capital Projects-Pub Wks Department Total: $6,785.01 Transportation Benefit Fund Total: $6,785.01 MISC UTILITY DEPOSIT REFUNDS FINAL HILL REFUND 401-0000-122.10-99 19.91 FINAL HILL REFUND 401-0000-122.10-99 33.57 FINAL HILL REFUND 401-0000-122.10-99 59.54 FINAL HILL REFUND 401-0000-122.10-99 88.10 FINAL HILL REFUND 401-0000-122.10-99 117.40 FINAL HILL REFUND 401-0000-122.10-99 119.23 FINAL HILL REFUND 401-0000-122.10-99 141.53 FINAL HILL REFUND 401-0000-122.10-99 158.11 FINAL HILL REFUND 401-0000-122.10-99 584.26 FINAL HILL REFUND 401-0000-122.10-99 554.67 OVERPAYMENT-1126 W 19TH 401-0000-122.10-99 180.49 OVERPAYMENT-117 E 12TH ST 401-0000-122.10-99 39.31 OVERPAYMENT-216 MOTOR AVE 401-0000-122.10-99 5.00 OVERPAYMENT-934 LAUR#110 401-0000-122.10-99 46.04 FINAL HILL REFUND 401-0000-122.10-99 9.09 FINAL HILL REFUND 401-0000-122.10-99 12.65 FINAL HILL REFUND 401-0000-122.10-99 83.13 FINAL HILL REFUND 401-0000-122.10-99 85.31 FINAL HILL REFUND 401-0000-122.10-99 100.99 FINAL HILL REFUND 401-0000-122.10-99 106.61 FINAL HILL REFUND 401-0000-122.10-99 109.26 FINAL HILL REFUND 401-0000-122.10-99 197.27 FINAL HILL REFUND 401-0000-122.10-99 261.07 FINAL HILL REFUND 401-0000-122.10-99 265.77 FINAL HILL REFUND 401-0000-122.10-99 266.38 FINAL HILL REFUND 401-0000-122.10-99 365.21 Page 10 of 22 Aug 29, 2022 11:42:46 AM September 6, 2022 E - 18 "'pug City of Port Angeles City Council Expenditure Report r �aM , Between Aug 6, 2022 and Aug 26, 2022 Vendor Description Account Number Amount MISC UTILITY DEPOSIT REFUNDS OVERPAYMENT-3710 CRABAPPL 401-0000-122.10-99 101.73 FINAL BILL REFUND 401-0000-122.10-99 89.13 FINAL BILL REFUND 401-0000-122.10-99 283.42 OVERPAYMENT-117 E AHLVERS 401-0000-122.10-99 213.60 Division Total: $4,697.78 Department Total: $4,697.78 US SANK CORPORATE PAYMENT Training reg-Shay 401-7111-533.43-10 549.00 SYSTEM Electrical Eng Specialist 401-7111-533.41-15 86.05 AMB light domes 401-7111-533.35-01 406.33 Journeyman Lineman 401-7111-533.31-01 375.00 Engineering-Electric Division Total: $1,416.38 BPA-POWER WIRES ELECTRICAL EQUIP &SUPPLY 401-7120-533.33-10 966,186.00 Power Systems Division Total: $966,186.00 BLAKE TILE &STONE ABRASIVES 401-7180-533.31-01 27.16 BUCK'S NORTHWEST ROADSIDE,GRNDS,REC, PARK 401-7180-533.48-10 3,175.14 LANDSCAPING, LLC CED/CONSOLIDATED ELEC DIST Supplies 401-7180-533.34-02 (142.00) ELECTRICAL EQUIP &SUPPLY 401-7180-533.35-01 239.36 HARDWARE,AND ALLIED ITEMS 401-7180-533.31-01 49.55 ELECTRICAL EQUIP &SUPPLY 401-7180-533.34-02 696.30 DEPARTMENT OF REVENUE Excise Tax Returns-July 401-7180-533.44-50 59,028.02 FASTENAL INDUSTRIAL ELECTRONIC COMPONENTS 401-7180-533.35-01 629.73 KENNEDY, STEPHEN H. REAL PROPERTY,RENT/LEASE 401-7180-533.45-21 7,500.00 MATT'S TOOLS USA, LLC ELECTRICAL EQUIP &SUPPLY 401-7180-533.35-01 84.80 COMPUTER ACCESSORIES&SUPP 401-7180-533.35-01 62.20 CLOTHING ACCESSORIES(SEE 401-7180-533.31-01 217.60 MURREY'S DISPOSAL CO, INC BUILDING MAINT&REPAIR SER 401-7180-533.47-10 487.39 MATERIAL HNDLING&STOR EQP 401-7180-533.41-50 216.91 NORTHWEST PUBLIC POWER EDUCATIONAL SERVICES 401-7180-533.43-10 1,580.00 ASSN ROHLINGER ENTERPRISES INC TESTING&CALIBRATION SERVI 401-7180-533.48-10 181.97 THOMAS BUILDING CENTER ELECTRICAL EQUIP &SUPPLY 401-7180-533.35-01 304.91 US BANK CORPORATE PAYMENT Legal ad-City Bids 401-7180-533.41-15 116.92 SYSTEM Rubber boots-Haman 401-7180-533.31-01 157.70 Shipping-return utility g 401-7180-533.31-01 21.74 Page 11 of 22 Aug 29, 2022 11:42:46 AM September 6, 2022 E - 19 "'pug City of Port Angeles City Council Expenditure Report r �aM , Between Aug 6, 2022 and Aug 26, 2022 Vendor Description Account Number Amount US BANK CORPORATE PAYMENT Industrial Electrician/SC 401-7180-533.41-15 44.05 SYSTEM Shipping-oil samples for 401-7180-533.31-01 74.18 Electric Operations Division Total: $74,753.63 Public Works-Electric Department Total: $1,042,356.01 Electric Utility Fund Total: $1,047,053.79 CORE & MAIN LP PIPE AND TUBING 402-0000-141.40-00 644.37 PIPE FITTINGS 402-0000-141.40-00 3,226.71 DEPARTMENT OF REVENUE Excise Tax Returns-July 402-0000-237.00-00 49.08 FERGUSON ENTERPRISES INC PIPE FITTINGS 402-0000-141.40-00 60.36 PIPE FITTINGS 402-0000-141.40-00 7,690.68 Division Total: $11,671.20 Department Total: $11,671.20 ANGELES MILLWORK& LUMBER SUPPLIES 402-7380-534.31-01 66.41 POISONS:AGRICUL& INDUSTR 402-7380-534.31-01 53.74 PAINTS,COATI NGS,WALLPAPER 402-7380-534.31-20 313.99 PAINTS,COATI NGS,WALLPAPER 402-7380-534.31-20 217.24 DEPARTMENT OF REVENUE Excise Tax Returns-July 402-7380-534.44-50 24,975.04 FEDERAL EXPRESS CORP Shipping Charges 402-7380-534.42-10 24.92 MISC TRAVEL ALDERSON-WATER DIST MGR 1 402-7380-534.43-10 243.25 HECKENLAIBLE-WATER DIST M 402-7380-534.43-10 237.00 EDGINGTON-ERWOW CONF 402-7380-534.43-10 198.00 OLYMPIC REGION CLEAN AIR ENVIRONMENTAL&ECOLOGICAL 402-7380-534.49-90 714.00 AGCY PLATT ELECTRIC SUPPLY INC ELECTRICAL EQUIP &SUPPLY 402-7380-534.35-01 797.46 PORT ANGELES POWER PUMPS &ACCESSORIES 402-7380-534.35-01 1,596.25 EQUIPMENT SPECTRA LABORATORIES-KITSAP TESTING&CALIBRATION SERVI 402-7380-534.41-50 193.00 TESTING&CALIBRATION SERVI 402-7380-534.41-50 239.00 TESTING&CALIBRATION SERVI 402-7380-534.41-50 239.00 TESTING&CALIBRATION SERVI 402-7380-534.41-50 193.00 SWAIN'S GENERAL STORE INC SUPPLIES 402-7380-534.31-01 (66.41) THURMAN SUPPLY PIPE FITTINGS 402-7380-534.31-20 165.68 US BANK CORPORATE PAYMENT Pallet-bottle water-Water 402-7380-534.31-01 283.37 SYSTEM Industrial Water Op job p 402-7380-534.41-15 25.96 Industrial Water Op job p 402-7380-534.41-15 159.40 Page 12 of 22 Aug 29, 2022 11:42:46 AM September 6, 2022 E - 20 "'pug City of Port Angeles �a City Council Expenditure Report r �aM , Between Aug 6, 2022 and Aug 26, 2022 Vendor Description Account Number Amount Water Division Total: $30,869.30 Public Works-Water Department Total: $30,869.30 Water Utility Fund Total: $42,540.50 DEPARTMENT OF REVENUE Excise Tax Returns-July 403-0000-237.00-00 245.60 MARSHALL ENVIRONMENTAL MISC PROFESSIONAL SERVICE 403-0000-237.00-00 (88.00) TRNG NCL NORTH CENTRAL CHEMICAL LAB EQUIP &SUPP 403-0000-237.00-00 (9.23) LABORATORIES CHEMICAL LAB EQUIP &SUPP 403-0000-237.00-00 (23.91) CHEMICAL LAB EQUIP &SUPP 403-0000-237.00-00 (4.31) Division Total: $120.15 Department Total: $120.15 ANGELES ELECTRIC INC EXTERNAL LABOR 403-7480-535.48-10 163.20 ANGELES MILLWORK& LUMBER ROAD/HWY MAT NONASPHALTIC 403-7480-535.31-20 24.02 BUCK'S NORTHWEST ROADSIDE,GRNDS,REC, PARK 403-7480-535.48-10 1,233.56 LANDSCAPING, LLC CUMMINS NORTHWEST INC ELECTRICAL EQUIP &SUPPLY 403-7480-535.31-20 3,915.36 ELECTRICAL EQUIP &SUPPLY 403-7480-535.48-10 2,956.16 DEPARTMENT OF REVENUE Excise Tax Returns-July 403-7480-535.44-50 22,855.78 EDGE ANALYTICAL MISC PROFESSIONAL SERVICE 403-7480-535.41-50 671.00 MISC PROFESSIONAL SERVICE 403-7480-535.41-50 53.56 MISC PROFESSIONAL SERVICE 403-7480-535.41-50 53.56 MISC PROFESSIONAL SERVICE 403-7480-535.41-50 2,628.00 MISC PROFESSIONAL SERVICE 403-7480-535.41-50 2,696.44 MISC PROFESSIONAL SERVICE 403-7480-535.41-50 285.31 FEDERAL EXPRESS CORP Shipping Charges 403-7480-535.42-10 19.04 Shipping Charges 403-7480-535.42-10 124.41 Shipping Charges 403-7480-535.42-10 58.71 GOBLE SAMPSON ASSOCIATES WATER SEWAGE TREATMENT EQ 403-7480-535.31-20 4,463.09 GRANICH ENGINEERED PUMPS &ACCESSORIES 403-7480-535.31-20 3,075.05 PRODUCTS INC HARTNAGEL BUILDING SUPPLY INC LUMBER& RELATED PRODUCTS 403-7480-535.31-20 199.23 JOHNSON CONTROLS SECURITY RENTAL/LEASE EQUIPMENT 403-7480-535.41-50 204.55 SOLUTIONS MARSHALL ENVIRONMENTAL MISC PROFESSIONAL SERVICE 403-7480-535.41-50 1,088.00 TRNG NCL NORTH CENTRAL CHEMICAL LAB EQUIP &SUPP 403-7480-535.31-01 148.12 LABORATORIES CHEMICAL LAB EQUIP &SUPP 403-7480-535.31-01 295.67 Page 13 of 22 Aug 29, 2022 11:42:46 AM September 6, 2022 E - 21 "'pug City of Port Angeles City Council Expenditure Report r �aM , Between Aug 6, 2022 and Aug 26, 2022 Vendor Description Account Number Amount NCL NORTH CENTRAL CHEMICAL LAB EQUIP &SUPP 403-7480-535.31-01 53.40 LABORATORIES OLYMPIC PRINTERS INC PAPER(OFFIOE,PRINT SHOP) 403-7480-535.31-01 403.65 OLYMPIC REGION CLEAN AIR ENVIRONMENTAL&ECOLOGICAL 403-7480-535.49-90 286.00 AGCY ENVIRONMENTAL&ECOLOGICAL 403-7480-535.49-90 286.00 POLYDYNE INC WATER&SEWER TREATING CHEM 403-7480-535.31-05 4,273.60 SWAIN'S GENERAL STORE INC SHOES AND BOOTS 403-7480-535.31-01 229.83 SHOES AND BOOTS 403-7480-535.31-01 240.57 POISONS:AGRICUL& INDUSTR 403-7480-535.31-01 52.62 HOSES,ALL KINDS 403-7480-535.31-01 30.03 JANITORIAL SUPPLIES 403-7480-535.31-01 52.09 CLOTHING &APPAREL 403-7480-535.31-01 98.74 FASTENERS, FASTENING DEVS 403-7480-535.31-20 6.51 TECHNICAL SYSTEMS, INC ENGINEERING SERVICES 403-7480-535.48-02 2,805.00 THURMAN SUPPLY PIPE FITTINGS 403-7480-535.31-20 97.30 PIPE FITTINGS 403-7480-535.31-20 72.77 US BANK CORPORATE PAYMENT Legal Ad-Permit 2022-02 403-7480-535.41-15 91.64 SYSTEM Wastewater Op job posting 403-7480-535.41-15 302.36 Wastewater Division Total: $56,593.93 Public Works-WW/Stormwtr Department Total: $56,593.93 Wastewater Utility Fund Total: $56,714.08 DEPARTMENT OF REVENUE Excise Tax Returns-July 404-0000-237.00-00 152.84 Excise Tax Returns-July 404-0000-237.10-00 254.50 Division Total: $407.34 Department Total: $407.34 AMAZON CAPITAL SERVICES HAND TOOLS ,POW&NON POWER 404-7538-537.35-01 120.35 PIKE POLE FOR TRANSFER ST 404-7538-537.35-01 (147.07) SHIPPING AND HANDLING 404-7538-537.35-01 26.72 APPLIANCES, HOUSEHOLD 404-7538-537.35-01 261.11 CED/CONSOLIDATED ELEC DIST Supplies 404-7538-537.35-01 (28.67) Supplies 404-7538-537.35-01 (28.67) Supplies 404-7538-537.35-01 (28.67) Supplies 404-7538-537.35-01 28.67 Supplies 404-7538-537.35-01 28.67 DEPARTMENT OF REVENUE Excise Tax Returns-July 404-7538-537.44-50 32,692.39 Page 14 of 22 Aug 29, 2022 11:42:46 AM September 6, 2022 E - 22 "'pug City of Port Angeles City Council Expenditure Report r �aM , Between Aug 6, 2022 and Aug 26, 2022 Vendor Description Account Number Amount GRAINGER PIKE POLE FOR TRANSFER ST 404-7538-537.35-01 147.07 J.R. MILLER AND ASSOCIATES PW CONSTRUCTION & RELATED 404-7538-537.41-50 3,052.50 PW CONSTRUCTION & RELATED 404-7538-537.41-50 3,310.00 KRAZAN &ASSOCIATES METALS,BARS,PLATES,RODS 404-7538-537.35-01 535.15 REGIONAL DISPOSAL BUILDING MAINT&REPAIR SER 404-7538-537.41-51 40,432.00 BUILDING MAINT&REPAIR SER 404-7538-537.41-51 77,556.67 BUILDING MAINT&REPAIR SER 404-7538-537.41-51 425,728.44 SWAIN'S GENERAL STORE INC PAINTS,COATING S,WALLPAPER 404-7538-537.31-01 142.81 SW-Transfer Station Division Total: $583,829.47 BAILEY SIGNS &GRAPHICS MISCELLANEOUS SERVICES 404-7580-537.35-01 1,740.80 DEPARTMENT OF REVENUE Excise Tax Returns-July 404-7580-537.44-50 17,847.91 SWAIN'S GENERAL STORE INC CLOTHING &APPAREL 404-7580-537.31-01 22.36 US BANK CORPORATE PAYMENT Antennas (5)-City Radios 404-7580-537.45-21 465.10 SYSTEM SW Asst Superintendent jo 404-7580-537.41-15 50.40 SW Asst Superintendent jo 404-7580-537.41-15 102.86 SW Collections Coordinato 404-7580-537.41-15 10.66 SW Collections Coordinato 404-7580-537.41-15 136.40 Solid Waste-Collections Division Total: $20,376.49 Public Works-Solid Waste Department Total: $604,205.96 Solid Waste Utility Fund Total: $604,613.30 ANGELES MILLWORK& LUMBER HARDWARE,AND ALLIED ITEMS 406-7412-538.35-01 255.05 CONTECH CONSTRUCTION PW CONSTRUCTION & RELATED 406-7412-538.31-20 1,136.96 PRODUCTS, INC DEPARTMENT OF REVENUE Excise Tax Returns-July 406-7412-538.49-50 328.31 EDGE ANALYTICAL MISC PROFESSIONAL SERVICE 406-7412-538.41-50 545.90 FEDERAL EXPRESS CORP Shipping Charges 406-7412-538.42-10 42.96 OSBORN CONSULTING, INC CONSULTING SERVICES 406-7412-538.41-50 17,761.92 PENINSULA SEPTIC TANKS CONCRETE & METAL CULVERTS 406-7412-538.31-20 1,531.26 SWAIN'S GENERAL STORE INC HAND TOOLS ,POW&NON POWER 406-7412-538.31-01 85.54 RAGS,SHOP TOWELS,WIPING 406-7412-538.31-01 34.75 Supplies 406-7412-538.31-01 72.71 US BANK CORPORATE PAYMENT Storrnwater Engieer job po 406-7412-538.41-50 154.98 SYSTEM Storrnwater Utility Worker 406-7412-538.41-50 117.64 WA STATE DEPARTMENT OF ENGINEERING SERVICES 406-7412-538.49-90 9,059.00 ECOLOGY Page 15 of 22 Aug 29, 2022 11:42:46 AM September 6, 2022 E - 23 "'pug City of Port Angeles City Council Expenditure Report r �aM , Between Aug 6, 2022 and Aug 26, 2022 Vendor Description Account Number Amount Stormwater Division Total: $31,126.98 Public Works-WW/Stormwtr Department Total: $31,126.98 Stormwater Utility Fund Total: $31,126.98 LIFE ASSIST SALE SURPLUS/OBSOLETE 409-6025-526.31-01 1,312.87 SALE SURPLUS/OBSOLETE 409-6025-526.31-13 300.00 SALE SURPLUS/OBSOLETE 409-6025-526.31-01 1,493.31 SALE SURPLUS/OBSOLETE 409-6025-526.31-13 125.00 SALE SURPLUS/OBSOLETE 409-6025-526.31-01 527.21 SALE SURPLUS/OBSOLETE 409-6025-526.31-01 660.91 SALE SURPLUS/OBSOLETE 409-6025-526.31-01 859.66 SALE SURPLUS/OBSOLETE 409-6025-526.31-13 550.00 SALE SURPLUS/OBSOLETE 409-6025-526.31-01 1,506.81 SALE SURPLUS/OBSOLETE 409-6025-526.31-13 1,050.00 SALE SURPLUS/OBSOLETE 409-6025-526.31-01 443.90 SALE SURPLUS/OBSOLETE 409-6025-526.31-01 2,545.29 SALE SURPLUS/OBSOLETE 409-6025-526.31-13 375.00 SALE SURPLUS/OBSOLETE 409-6025-526.31-01 162.16 SALE SURPLUS/OBSOLETE 409-6025-526.31-13 325.00 SALE SURPLUS/OBSOLETE 409-6025-526.31-01 556.46 SALE SURPLUS/OBSOLETE 409-6025-526.31-13 1,494.85 SALE SURPLUS/OBSOLETE 409-6025-526.31-13 80.36 SALE SURPLUS/OBSOLETE 409-6025-526.31-13 25.50 SALE SURPLUS/OBSOLETE 409-6025-526.31-01 (2,962.68) SALE SURPLUS/OBSOLETE 409-6025-526.31-01 2,962.68 SALE SURPLUS/OBSOLETE 409-6025-526.31-01 2,962.68 SALE SURPLUS/OBSOLETE 409-6025-526.31-13 (125.00) SALE SURPLUS/OBSOLETE 409-6025-526.31-13 53.60 SALE SURPLUS/OBSOLETE 409-6025-526.31-13 53.60 SALE SURPLUS/OBSOLETE 409-6025-526.31-13 125.00 SALE SURPLUS/OBSOLETE 409-6025-526.31-13 125.00 SALE SURPLUS/OBSOLETE 409-6025-526.31-13 25.95 SWAIN'S GENERAL STORE INC PAINTING EQUIPMENT&ACC 409-6025-526.48-10 8.24 US BANK CORPORATE PAYMENT Background check-Zink) 409-6025-526.43-10 51.50 SYSTEM Patient lift belts 409-6025-594.64-10 542.90 Medic I Division Total: $18,217.76 Page 16 of 22 Aug 29, 2022 11:42:46 AM September 6, 2022 E - 24 "'pug City of Port Angeles City Council Expenditure Report r �aM , Between Aug 6, 2022 and Aug 26, 2022 Vendor Description Account Number Amount US BANK CORPORATE PAYMENT CPM supplies-dissection k 409-6027-526.31-01 104.34 SYSTEM OPM supplies-toothbrushes 409-6027-526.31-01 260.00 OPM supplies-medical kit 409-6027-526.31-01 63.61 OPM supplies-water proof/ 409-6027-526.31-01 56.56 Community Paramedicine Division Total: $484.51 Fire Department Total: $18,702.27 Medic I Utility Fund Total: $18,702.27 PKG LAW, PS MISC PROFESSIONAL SERVICE 413-7481-535.41-50 2,668.61 MISC PROFESSIONAL SERVICE 413-7481-535.41-50 10,655.00 Wastewater Remediation Division Total: $13,323.61 Public Works-WW/Stormwtr Department Total: $13,323.61 Harbor Clean Up Fund Total: $13,323.61 ANGELES ELECTRIC INC CONSTRUCTION SERVICES,TRA 451-7188-594.65-10 8,575.62 Electric Projects Division Total: $8,575.62 Public Works-Electric Department Total: $8,575.62 Electric Utility CIP Fund Total: $8,575.62 INTERWEST CONSTRUCTION, INC. Release Retainage 452-0000-223.40-00 5,173.57 Division Total: $5,173.57 Department Total: $5,173.57 TECHNICAL SYSTEMS, INC ENGINEERING SERVICES 452-7388-594.65-10 2,145.00 Water Projects Division Total: $2,145.00 Public Works-Water Department Total: $2,145.00 Water Utility CIP Fund Total: $7,318.57 ALLIED TRENCHLESS CONSTRUCTION SERVICES,HEA 453-7488-594.65-10 17,952.00 KENNEDY/JENKS CONSULTANTS ARCH ITECTURAL&ENGINEERING 453-7488-594.65-10 10,174.33 Wastewater Projects Division Total: $28,126.33 Public Works-WW/Stormwtr Department Total: $28,126.33 Wastewater Utility CIP Fund Total: $28,126.33 TANK HOLDING CORP HARDWARE,AND ALLIED ITEMS 454-7588-594.65-10 50,534.34 Solid Waste Coll Projects Division Total: $50,534.34 Public Works-Solid Waste Department Total: $50,534.34 Solid Waste Utility CIP Fund Total: $50,534.34 BUILDERS EXCHANGE OF WA INC COMMUNICATIONS/MEDIA SERV 463-7489-594.65-10 45.00 CSO Capital Division Total: $45.00 Public Works-WW/Stormwtr Department Total: $45.00 Page 17 of 22 Aug 29, 2022 11:42:46 AM September 6, 2022 E - 25 "'pug City of Port Angeles City Council Expenditure Report r �aM , Between Aug 6, 2022 and Aug 26, 2022 Vendor Description Account Number Amount CSO Capital Fund Total: $45.00 ALTEC INDUSTRIES, INC AUTO&TRUCK MAINT. ITEMS 501-0000-141.40-00 210.28 AMAZON CAPITAL SERVICES RADIO &TELECOMMUNICATION 501-0000-141.40-00 153.96 RADIO&TELECOMMUNICATION 501-0000-141.40-00 143.64 ASSOCIATED PETROLEUM FUEL,OIL,GREASE, & LUBES 501-0000-141.20-00 14,592.84 PRODUCTS, INC DAREN'S POINT S AUTO&TRUCK MAINT. ITEMS 501-0000-141.40-00 538.86 AUTO &TRUCK MAINT. ITEMS 501-0000-141.40-00 1,076.15 DON SMALL& SONS OIL DIST CO. AUTO&TRUCK MAINT. ITEMS 501-0000-141.40-00 2,623.25 FREIGHTLINER NORTHWEST AUTO&TRUCK MAINT. ITEMS 501-0000-141.40-00 34.25 HEARTLINE AUTO &TRUCK MAINT. ITEMS 501-0000-141.40-00 158.79 AUTO &TRUCK MAINT. ITEMS 501-0000-141.40-00 965.87 IRONCLAD COMPANY AUTO&TRUCK MAINT. ITEMS 501-0000-141.40-00 1,772.62 NAPA AUTO PARTS AUTO&TRUCK MAINT. ITEMS 501-0000-141.40-00 87.56 AUTO &TRUCK MAINT. ITEMS 501-0000-141.40-00 21.92 AUTO &TRUCK ACCESSORIES 501-0000-141.40-00 34.96 AUTO &TRUCK MAINT. ITEMS 501-0000-141.40-00 521.73 AUTO SHOP EQUIPMENT&SUP 501-0000-141.40-00 230.05 PAPS-KENWORTH NORTHWEST, AUTO &TRUCK MAINT. ITEMS 501-0000-141.40-00 132.11 INC AUTO &TRUCK MAINT. ITEMS 501-0000-141.40-00 97.92 SIRENNET.COM AUTO&TRUCK ACCESSORIES 501-0000-141.40-00 862.02 SIX ROBBLEES' INC AUTO&TRUCK ACCESSORIES 501-0000-141.40-00 (654.84) AUTO &TRUCK ACCESSORIES 501-0000-141.40-00 434.40 AUTO &TRUCK ACCESSORIES 501-0000-141.40-00 217.60 AUTO &TRUCK ACCESSORIES 501-0000-141.40-00 33.64 AUTO &TRUCK MAINT. ITEMS 501-0000-141.40-00 194.74 SOLID WASTE SYSTEMS, INC AUTO&TRUCK MAINT. ITEMS 501-0000-141.40-00 468.67 TACOMA SCREW PRODUCTS INC AUTO &TRUCK MAINT. ITEMS 501-0000-141.40-00 131.33 WESTERN EQUIPMENT DISTRIB AUTO &TRUCK MAINT. ITEMS 501-0000-141.40-00 92.08 INC Division Total: $25,176.40 Department Total: $25,176.40 AMAZON CAPITAL SERVICES OFFICE SUPPLIES, GENERAL 501-7630-548.31-01 59.98 AUTO &TRUCK MAINT. ITEMS 501-7630-548.31-01 32.62 ANGELES MILLWORK& LUMBER GASES CONT.EQUIP:LAB,WELD 501-7630-548.49-90 186.93 Page 18 of 22 Aug 29, 2022 11:42:46 AM September 6, 2022 E - 26 "'pug City of Port Angeles City Council Expenditure Report r �aM , Between Aug 6, 2022 and Aug 26, 2022 Vendor Description Account Number Amount ARAMARK LAUNDRY/DRY CLEANING SERV 501-7630-548.49-90 20.28 ASSOCIATED PETROLEUM FUEL,OIL,GREASE, & LUBES 501-7630-548.32-13 41.88 PRODUCTS, INC DAREN'S POINT S EXTERNAL LABOR SERVICES 501-7630-548.34-02 73.77 EXTERNAL LABOR SERVICES 501-7630-548.34-02 18.44 EXTERNAL LABOR SERVICES 501-7630-548.34-02 18.44 AUTO &TRUCK MAINT. ITEMS 501-7630-548.34-02 989.15 EXTERNAL LABOR SERVICES 501-7630-548.34-02 32.64 EXTERNAL LABOR SERVICES 501-7630-548.34-02 45.59 EXTERNAL LABOR SERVICES 501-7630-548.34-02 86.79 FAR-WEST MACHINE & AUTO &TRUCK MAINT. ITEMS 501-7630-548.34-02 228.99 HYDRAULICS FREIGHTLINER NORTHWEST AUTO&TRUCK MAINT. ITEMS 501-7630-548.34-02 44.96 AUTO &TRUCK ACCESSORIES 501-7630-548.34-02 364.88 LES SCHWAB TIRE CENTER AUTO&TRUCK MAINT. ITEMS 501-7630-548.34-02 1,899.08 EXTERNAL LABOR SERVICES 501-7630-548.34-02 215.34 MATT'S TOOLS USA, LLC AUTO&TRUCK MAINT. ITEMS 501-7630-548.35-01 11.52 N C MACHINERY CO AUTO&TRUCK MAINT. ITEMS 501-7630-548.34-02 178.95 ROAD/HWY EQUIP EARTH,GRD 501-7630-594.64-10 271,055.62 NAPA AUTO PARTS AUTO&TRUCK MAINT. ITEMS 501-7630-548.31-01 45.61 O'REILLY AUTO PARTS AUTO&TRUCK MAINT. ITEMS 501-7630-548.31-01 123.60 AUTO &TRUCK MAINT. ITEMS 501-7630-548.34-02 72.84 AUTO &TRUCK MAINT. ITEMS 501-7630-548.34-02 (27.20) OWEN EQUIPMENT AUTO&TRUCK MAINT. ITEMS 501-7630-548.34-02 2,484.11 PACIFIC GOLF&TURF AUTO&TRUCK MAINT. ITEMS 501-7630-548.34-02 366.31 SAFETY-KLEEN SYSTEMS AUTO&TRUCK MAINT. ITEMS 501-7630-548.49-90 331.29 SNAP-ON TOOLS-SARGENT AUTO &TRUCK MAINT. ITEMS 501-7630-548.31-01 24.62 TOOLS LLC AUTO &TRUCK MAINT. ITEMS 501-7630-548.35-01 26.28 US BANK CORPORATE PAYMENT Bridge toll-Veh#2191 501-7630-548.45-21 7.25 SYSTEM Pallet-bottle water-Eq Sv 501-7630-548.31-01 283.38 Business license 501-7630-548.49-90 395.16 Business license card fee 501-7630-548.49-90 9.88 WESTERN EQUIPMENT DISTRIB AUTO &TRUCK MAINT. ITEMS 501-7630-548.34-02 121.84 INC AUTO &TRUCK MAINT. ITEMS 501-7630-548.34-02 556.90 WESTERN PETERBILT INC EQUIP MAINT& REPAIR SERV 501-7630-594.64-10 359,063.89 Page 19 of 22 Aug 29, 2022 11:42:46 AM September 6, 2022 E - 27 "'pug City of Port Angeles City Council Expenditure Report r �aM , Between Aug 6, 2022 and Aug 26, 2022 Vendor Description Account Number Amount WESTERN PETERBILT INC ROAD/HWY EQUIP EARTH,GRD 501-7630-594.64-10 371,907.13 AUTO &TRUCK MAINT. ITEMS 501-7630-548.34-02 81.18 Equipment Services Division Total: $1,011,479.92 Public Works Department Total: $1,011,479.92 Equipment Services Fund Total: $1,036,656.32 DEPARTMENT OF REVENUE Excise Tax Returns-July 502-0000-237.00-00 2,175.07 Division Total: $2,175.07 Department Total: $2,175.07 CANON USA, INC OFFICE MACHINES&ACCESS 502-2081-518.45-31 4,243.04 TYLER TECHNOLOGIES, INC DATA PROC SERV&SOFTWARE 502-2081-518.48-02 15,402.08 US BANK CORPORATE PAYMENT Cordless drills 18v (2)/p 502-2081-518.35-01 324.22 SYSTEM HDMI extender matrix w/ca 502-2081-518.31-80 597.31 IT tool bag accessories 502-2081-518.35-01 41.33 IT tool bag accessories 502-2081-518.35-01 42.37 IT tool bag accessories 502-2081-518.35-01 356.61 Mechanic tool utility car 502-2081-518.35-01 289.38 Wrench set/utility knife 502-2081-518.35-01 326.54 IT tool bag accessories 502-2081-518.35-01 29.77 Tool bag/repl indiv socks 502-2081-518.35-01 32.23 IT tool bag accessories 502-2081-518.35-01 123.18 Carbide-tipped engraver 502-2081-518.35-01 12.68 IT tool bag accessories 502-2081-518.35-01 88.30 Paint marker/carpenter pe 502-2081-518.35-01 19.63 Coaxial coax cable for in 502-2081-518.31-80 13.05 Outside antenna for route 502-2081-518.31-80 23.93 Coax crimping tool 502-2081-518.35-01 31.21 Electronic cash drawer 502-2081-518.31-80 180.58 Portable data hub for Mac 502-2081-518.31-80 28.27 25ft cable/connector coax 502-2081-518.35-01 30.66 iPhone chargers (2)/USB-C 502-2081-518.31-80 90.21 WebEx subscription fee-Ma 502-2081-518.48-02 418.88 iPhone fast charger(2) 502-2081-518.31-80 43.86 ACCIS Spring Conf-Weeks/S 502-2081-518.43-10 500.00 ACCIS membership-Weeks 502-2081-518.49-01 75.00 WebEx subscription fee-Ju 502-2081-518.48-02 418.88 Page 20 of 22 Aug 29, 2022 11:42:46 AM September 6, 2022 E - 28 "'pug City of Port Angeles City Council Expenditure Report r �aM , Between Aug 6, 2022 and Aug 26, 2022 Vendor Description Account Number Amount US BANK CORPORATE PAYMENT 4-Port USB exapnsion card 502-2081-518.31-80 21.74 SYSTEM Information Technologies Division Total: $23,804.94 SOFTRESOURCES LLC CONSULTING SERVICES 502-2082-594.65-10 1,575.00 IT Capital Projects Division Total: $1,575.00 PUD#1 OF CLALLAM COUNTY RADIO &TELECOMMUNICATION 502-2083-518.47-10 53.54 Wireless Mesh Division Total: $53.54 Finance Department Total: $25,433.48 Information Technology Fund Total: $27,608.55 HSA BANK Service Fee 503-1631-517.46-30 31.50 Service Fee 503-1631-517.46-30 327.50 Employer Contributions 503-1631-517.46-30 1,500.00 NW ADMIN TRANSFER ACCT INSURANCE,ALL TYPES 503-1631-517.46-33 89,708.05 INSURANCE,ALL TYPES 503-1631-517.46-34 6,497.00 REDQUOTE, INC. HRA REIMBURSEMENT 503-1631-517.46-30 5,857.00 HRA REIMBURSEMENT 503-1631-517.46-30 4,355.05 Other Insurance Programs Division Total: $108,276.10 Self Insurance Department Total: $108,276.10 Self-Insurance Fund Total: $108,276.10 AFLAC AFLAC SUPP INS AUGUST PRE 920-0000-231.53-10 807.38 AFSCME LOCAL 1619 PAYROLL SUMMARY 920-0000-231.54-40 (5.00) PAYROLL SUMMARY 920-0000-231.54-40 550.00 AUDIT&ADJUSTMENT COMPANY Case#Y22114 920-0000-231.56-90 527.16 BROWN & BROWN OF PAYROLL SUMMARY 920-0000-231.53-40 1,878.79 WASH INGTON CHAPTER 13 TRUSTEE Case#21-10696 920-0000-231.56-90 358.00 EMPOWER-P/R WIRE PAYROLL SUMMARY 920-0000-231.52-20 25,309.76 PAYROLL SUMMARY 920-0000-231.52-20 24,858.30 FEDERAL PAYROLL TAX P/R Deductions 920-0000-231.50-10 412.92 PAYROLL SUMMARY 920-0000-231.50-10 82,657.15 PAYROLL SUMMARY 920-0000-231.50-10 87.77 PAYROLL SUMMARY 920-0000-231.50-10 82,043.39 Pensioner's Fed P/R tax 920-0000-231.50-10 200.00 FICA/MEDICARE PAYROLL TAX PAYROLL SUMMARY 920-0000-231.50-20 100,578.36 PAYROLL SUMMARY 920-0000-231.50-20 159.94 Page 21 of 22 Aug 29, 2022 11:42:46 AM September 6, 2022 E - 29 "'pug City of Port Angeles City Council Expenditure Report r �aM , Between Aug 6, 2022 and Aug 26, 2022 Vendor Description Account Number Amount FICA/MEDICARE PAYROLL TAX PAYROLL SUMMARY 920-0000-231.50-20 100,836.20 FIREFIGHTER'S LOCAL 656 PAYROLL SUMMARY 920-0000-231.54-30 2,761.25 HSA BANK PAYROLL SUMMARY 920-0000-231.53-11 100.00 PAYROLL SUMMARY 920-0000-231.53-12 301.54 Employee Contributions 920-0000-231.52-40 3,716.54 PAYROLL SUMMARY 920-0000-231.53-11 100.00 PAYROLL SUMMARY 920-0000-231.53-12 301.54 IBEW LOCAL 997 PAYROLL SUMMARY 920-0000-231.54-20 1,174.56 JOHN HANCOCK LIFE INSURANCE PAYROLL SUMMARY 920-0000-231.52-25 1,635.44 CO PAYROLL SUMMARY 920-0000-231.52-25 1,635.44 LEOFF PAYROLL SUMMARY 920-0000-231.51-21 32,820.24 MISSION SQUARE-P/R WIRES PAYROLL SUMMARY 920-0000-231.52-10 28,052.36 PAYROLL SUMMARY 920-0000-231.52-10 102.49 PAYROLL SUMMARY 920-0000-231.52-10 29,097.77 OFFICE OF SUPPORT PAYROLL SUMMARY 920-0000-231.56-20 260.76 ENFORCEMENT PIERS PAYROLL SUMMARY 920-0000-231.51-10 1,155.19 PAYROLL SUMMARY 920-0000-231.51-11 16,309.01 PAYROLL SUMMARY 920-0000-231.51-12 80,442.59 POLICE ASSOCIATION PAYROLL SUMMARY 920-0000-231.55-10 377.00 UNITED WAY (PAYROLL) PAYROLL SUMMARY 920-0000-231.56-10 200.00 WSCCCE AFSCME AFL-CIO PAYROLL SUMMARY 920-0000-231.54-40 (60.20) PAYROLL SUMMARY 920-0000-231.54-40 6,155.38 Division Total: $627,899.02 Department Total: $627,899.02 Payroll Clearing Fund Total: $627,899.02 Total for Checks Dated Between Aug 6,2022 and Aug 26,2022 $3,826,918.46 Page 22 of 22 Aug 29, 2022 11:42:46 AM September 6, 2022 E - 30 nog„r1��il��fJJJ„„�;l11%lr„ POR-T-ANGELES CITY COUNCIL WASH I N G T' O N , U .S, MEMO Date: September 6,2022 To: City Council From: Thomas Hunter,Director ofPublic Works & Utilities Subject: N Street Outfall Improvement Project DR0119 - Final Acceptance Summary: Vet Industrial,Inc.has completed construction of the N Street Outfall Improvement Project DR0119. The work has been inspected and accepted as complete. Funding: This contract came in under budget. The Stormwater Capital fund included funding for this project in the amount of$420,000.00. Final payment has been made to Vet Industrial for a total project amount of$386,066.07. Recommendation: Accept the N Street Outfall Improvement Project as complete and authorize staff to proceed with project closeout and release the retainage upon receipt of all required clearances. Background / Analysis: The purpose of this project was to control and stabilize flow from a historic stormwater outfall discharging runoff from a 400-acre tributary area atop a marine bluff. The goal was to eliminate point-source erosion being experienced,upgrade the outfall to current engineering standards, and to protect the City's roadway and utility infrastructure at the 4th and N Street intersection. The approved design installed a quarry spalled slope down the ravine,intercepted the existing stormwater conveyance and extended a new 2-inch butt-fused HDPE pipe over the bluff out to a new engineered dispersion tee above the shoreline. Vet Industrial, Inc. of Bremerton, WA was the lowest bidder and was awarded the contract by City Council on September 21",2021. Substantial completion was achieved on December 22,2021 and physical completion was achieved on June 22, 2022. Funding Overview: The contract amount approved by City Council was $416,110.00. There were no change orders.Final payment was made to Vet Industrial for a total project amount of$386,066.07. The following table is a summary of project construction costs: Project Cost Summary Original Contract Change Unit Quantity Final Cost Project Cost Variance Amount Orders Variations $416,110.00 $0.00 ($30,043.93) $386,066.07 -7.2% September 6, 2022 E - 31 nog„r1��il��fJJJ„„�;l11%lr„ POR-T-ANGELES CITY COUNCIL WASH I N G T' O N , U .S, MEMO Date: September 6,2022 To: City Council From: Thomas Hunter,Director ofPublic Works & Utilities Subject: Fish Screen Hydraulic System Repairs CON-2022-35 Summary: The Elwha Industrial Water System Fish Screen facility is in need of age related maintenance and repairs, and updates to the current hydraulic system. Funding: The 2022 Elwha Industrial Water budget(402-7382-534-4810)includes $97,000 for Repairs and Maintenance of the Elwha Industrial water system. Recommendation: Approve and award a contract with Certified Hydraulics $44,332.50ifor the repair and maintenance of the hydraulic system located at the Elwha Fish Screen facility and authorize the City Manager to sign and administer the contract and make minor modifications, as necessary. Background / Analysis: The Elwha Industrial Water System Fish Screen facility is a critical element of the Industrial Water system,with a complex hydraulic system to operate influent and backwash valving,the overflow system, and the sediment cleaning of fish screens. The Elwha Industrial Water system serves three users, Lower Elwha Klallam Tribe Fish Hatchery, Washington State Department of Fish and Wildlife Elwha Hatchery, and McKinley Paper Mill. Combined, the three users use up to 30 million gallons of water per day that comes from the Elwha Industrial Water System. This water is run through the Fish Screen Facility to screen any fish from entering the piping system and adversely effecting the end users. This agreement will not only address age related maintenance and repair issues in the system but also provide a level of safety for the City of Port Angeles in updating the current hydraulic system that is in direct proximity of the passing water for the industrial water customers. Bids were opened on June 24th, 2022, and two bids were received. Certified Hydraulics, of Milton,WA is the lowest responsible bidder with a bid amount of$44,332.50. Funding Overview: The 2022 Water budget(402-7382-534-4810)includes $97,000 for Repairs and Maintenance to the Elwha Industrial Water System. Contractor Bid Amount Certified Hydraulics $44,332.50 Western Integrated Technologies (Late Bid) $96,624.68 Engineer's Estimate $30,000.00 September 6, 2022 E - 32 nog„r1��il��fJJJ„„�;l11%lr„ POR-T-ANGELES CITY COUNCIL WASH I N G T' O N , U .S, MEMO Date: September 6,2022 To: City Council From: Brian Smith, Chief of Police Mike Sanders,Interim Fire Chief William Bloor, City Attorney Subject: Opioid Settlement Participation Approval Summary: The State of Washington recently settled a lawsuit against three distributors of opioids. The settlement provides that a portion of the proceeds allotted to the State can, subject to conditions,be paid to cities. In order to join the settlement and receive a$988,650 share of the settlement funds,the City must sign on to three different agreements. The deadline is September 23, 2022. Funding: City participation in the settlement agreement has the potential to result in $988,560 in revenue to be dedicated toward addressing the opioid endemic. Recommendation: Authorize the City Manager to approve and implement the Settlement Participation Form, the Allocation Agreement, and the One Washington MOU. Background / Analysis: The State of Washington reached a settlement with opioid distributors McKesson Corp., Cardinal Health Inc., and AmerisourceBergen Drug Corp.Under the terms of the settlement, the State is eligible to receive up to $518 million, to be paid out over 17 years. Of that amount, $476 million must be directed toward addressing the opioid epidemic. Additionally, the settlement provides that Washington cities and counties are eligible to receive up to $215 million from the State's $518 million share. That money also must be spent on efforts to combat the opioid epidemic. Out of that$215 million,Port Angeles is eligible to receive up to $988,650. The settlement is subject to conditions. First, at least 90% of Washington cities and counties with a population over 10,000 join the settlement by September 23, 2022. If that level of participation is not reached,the settlement is void. Second,the money will be paid out over a period of years. The City would receive almost$55,000 a year over 17 years. After a larger first payment on December 1, 2022, remaining payments will be made on July 15. Third,in early years, 15%will be deducted for attorney's fees. Fourth, acceptance of the funds comes with an obligation to account for the use of the money and make periodic reports. The documents that the City must approve are the Settlement Participation Form, the Allocation Agreement, and the One Washington MOU. • The Settlement Participation form allows us to participate in the settlement and receive the funds while waiving our right to independent action against the distributors. September 6, 2022 I - 1 • The Allocation Agreement modifies the One Washington MOU for the purpose of this settlement. Most significantly,it replaces the Opioid Abatement Strategies schedule from the One Washington MOU with the Opioid Remediation Uses schedule from the national settlement agreement. • The One Washington MOU governs the allocation and use of any funds received from entities within the pharmaceutical supply chain. This includes the current settlement as well as any future settlements. All of these documents can be viewed at Distributors Waxshirt�t��?rt S�tt�lernerrt j-Vt/axs�hirtglL� t St�axte. _ --------__---- --------- The Fire and Police Departments have already looked through the list of approved uses and identified a long list of ways they can apply this funding to both current and potential future programs. The Port Angeles Fire Community Paramedic programs could use the funds for programs covering virtually the entire Approved Uses schedule. These uses could support community members in access to emergency treatment for overdoses, access to treatment and recovery services, assistance for uninsured or undefinsured individuals, and training on the use of drugs to treat overdoses.Programs could also increase support for individuals involved with the criminal justice system either to divert them to treatment programs or to provide support for treatment during and after incarceration. Additionally, funds can be used to provide training to first responders, city staff, schools, and community groups on subjects ranging from how to treat overdoses,how to refer individuals to the correct services, and in reducing stigma around Opioid Use Disorders and their treatment. The Police Department has specifically identified the REdisCOVERY Program as appropriate for this funding. The REdisCOVERY program is a j oint and contracted effort between the Port Angeles Police Department and the Olympic Peninsula Community Clinic that provides field response for mental health, substance and co-occurring behavioral conditions which are consistently impacted by opioid use and substance use disorder. The REdisCOVERY program provides social workers and case managers who work independently as well as with police officers. The Port Angeles Fire Department Community Paramedic program also provides three field paramedics that work with the REdisCOVERY team and can provided direct services to persons with substance use disorder including regular field administration of medication (Suboxone or Vivitrol)that directly treat these individuals. The Police Department is especially interested in expanding warm hand-off programs and recovery services as well as providing treatment for incarcerated individuals. The funding from this settlement and future potential settlements is insufficient to fund every eligible program,but there will be opportunities to work with the County and State. The County will receive funding from this settlement, and the State will have a pool of money available to communities throughout the State to fund eligible programs. Funding Overview: City participation in the settlement agreement has the potential to result in $988,560 in revenue to be dedicated toward addressing the opioid endemic. Attachments: Approved Uses identified by Fire Department, signature pages. September 6, 2022 1 - 2 Approved Uses Identified by Fire Department Core Strategies Naloxone or other FDA approved drug to reverse opioid overdoses • Expand training for first responders, schools, community support groups and families. • Increase distribution to individuals who are uninsured or whose insurance does not cover the needed service. Medication-assisted treatment(MAT) distribution and other opioid-related treatment • Increase distribution of MAT to individuals who are uninsured or whose insurance does not cover the needed service. • Provide MAT education and awareness training to healthcare providers, EMTs, law enforcement, and other first responders. • Provide treatment and recovery support services such as residential and inpatient treatment, intensive outpatient treatment, outpatient therapy or counseling, and recovery housing that allow or integrate medication and with other support services. Pregnant and post-partum women • Expand Screening, Brief Intervention, and Referral to Treatment(SBIRT) services to non- Medicaid eligible or uninsured pregnant women. • Expand comprehensive evidence-based treatment and recovery services,including MAT, for women with co-occurring Opioid Use Disorder(OUD) and other Substance Use Disorder (SUD)/Mental Health disorders for uninsured individuals for up to 12 months postpartum. Expansion of warm hand-off programs and recovery services • Expand warm hand-off services to transition to recovery services. • Broaden scope of recovery services to include co-occurring SUD or mental health conditions. Approved Uses Treat Opioid Use Disorder • Expand availability of treatment for OUD and any co-occurring SUD/MH conditions,including all forms of Medication-Assisted Treatment(MAT) approved by the U.S. Food and Drug Administration. • Expand telehealth to increase access to treatment for OUD and any co-occurring SUD/MH conditions,including MAT, as well as counseling,psychiatric support, and other treatment and recover support services. • Support mobile intervention, treatment, and recovery services, offered by qualified professionals and service providers, such as peer recovery coaches,for persons with OUD and any co-occurring SUD/MH conditions and for persons who have experienced an opioid overdose. • Support evidence-based withdrawal management services for people with OUD and any co- occurring mental health conditions. September 6, 2022 1 - 3 • Provide training on MAT for health care providers, first responders, students, or other supporting professionals, such as peer recovery coaches or recovery outreach specialists,including telementoring to assist community-based providers in rural or underserved areas. Support people in treatment and recovery • Provide comprehensive wrap-around services to individuals with OUD and any co-occurring SUD/MH conditions,including housing, transportation, education,.]ob placement,.]ob training, or childcare. • Provide the full continuum of care of treatment and recovery services for OUD and any co- occurring SUD/MH conditions,including supportive housing,peer support services and counseling, community navigators, case management, and connections to community-based services. • Provide counseling,peer-support,recovery case management and residential treatment with access to medications for those who need it to persons with OUD and any co-occurring SUD/MH conditions. • Support or expand peer-recovery centers,which may include support groups, social events, computer access, or other services for persons with OUD and any co-occurring SUD/MH conditions. • Provide or support transportation to treatment or recovery programs or services for persons with OUD and any co-occurring SUD/MH conditions. • Engage non-profits, faith-based communities, and community coalitions to support people in treatment and recovery and to support family members in their efforts to support the person with OUD in the family. • Provide training and development of procedures for government staff to appropriately interact and provide social and other services to individuals with or in recovery from OUD,including reducing stigma. • Support stigma reduction efforts regarding treatment and support for persons with OUD, including reducing the stigma on effective treatment. Connect people who need help to the help they need(Connections to Care) • Ensure that health care providers are screening for OUD and other risk factors and know how to appropriately counsel and treat(or refer if necessary) a patient for OUD treatment. Address the needs of criminal justice-involved persons • Support pre-arrest or pre-arraignment diversion and deflection strategies for persons with OUD and any co-occurring SUD/MH conditions,including established strategies such as officer prevention strategies, such as the Law Enforcement Assisted Diversion (LEAD) model. • Support pre-trial services that connect individuals with OUD and any co-occurring SUD/MH conditions to evidence-informed treatment,including MAT, and related services. • Support treatment and recovery courts that provide evidence-based options for persons with OUD and any co-occurring SUD/MH conditions. • Provide evidence-informed treatment,including MAT,recovery support,harm reduction, or other appropriate services to individuals with OUD and any co-occurring SUD/MH conditions who are leaving j ail or prison, are on probation or parole, are under community corrections supervision, or are in re-entry programs or facilities. September 6, 2022 1 - 4 • Support critical time interventions (CTI),particularly for individuals living with dual-diagnosis OUD/serious mental illness, and services for individuals who face immediate risks and service needs and risks upon release from correctional settings. Address the needs of pregnant or parenting women and their families,including babies with neonatal abstinence syndrome • Provide enhanced family support and child care services for parents with OUD and any co- occurring SUD/MH conditions. Prevent misuse of opioids • Supporting community coalitions in implementing evidence-informed prevention, such as reduced social access and physical access, stigma reduction including staffing, educational campaigns, support for people in treatment or recovery, or training of coalitions in evidence- informed implementation,including the Strategic Prevention Framework developed by the U.S. Substance Abuse and Mental Health Services Administration(SAMHSA). Prevent overdose deaths and other harms (Harm Reductions) • Increased availability and distribution of naloxone and other drugs that treat overdoses for first responders, overdose patients,individuals with OUD and their friends and family members, schools, community navigators and outreach workers,persons being released from j ail or prison, or other members of the general public. • Public health entities providing free naloxone to anyone in the community. • Training and education regarding naloxone and other drugs that treat overdoses for first responders, overdose patients,patients taking opioids,families, schools, community support groups, and other members of the general public. • Enabling school nurses and other school staff to respond to opioid overdoses, and provide them with naloxone,training, and support. • Expanding,improving, or developing data tracking software and applications for overdoses/naloxone revivals. • Public education relating to emergency responses to overdoses. • Public education relating to immunity and Good Samaritan laws. • Educating first responders regarding the existence and operation of immunity and Good Samaritan laws. • Syringe service programs and other evidence-informed programs to reduce harms associated with intravenous drug use,including supplies, staffing, space,peer support services,referrals to treatment, fentanyl checking, connections to care, and the full range of harm reduction and treatment services provided by these programs. • Expanding access to testing and treatment for infectious diseases such as HIV and Hepatitis C resulting from intravenous opioid use. • Supporting mobile units that offer or provide referrals to harm reduction services, treatment, recovery supports,health care, or other appropriate services to persons that use opioids or persons with OUD and any co-occurring SUD/MH conditions. First Responders September 6, 2022 1 - 5 • Education of law enforcement or other first responders regarding appropriate practices and precautions when dealing with fentanyl or other drugs. • Provision of wellness and support services for first responders and others who experience secondary trauma associated with opioid-related emergency events. Leadership,planning and coordination • Invest in infrastructure or staffing at government or not-for-profit agencies to support collaborative, cross-system coordination with the purpose of preventing overprescribing, opioid misuse, or opioid overdoses, treating those with OUD and any co-occurring SUD/MH conditions, supporting them in treatment or recovery, connecting them to care, or implementing other strategies to abate the opioid epidemic described in this opioid abatement strategy list. September 6, 2022 1 - 6 Signature pages for Distributor Settlement (1 ) Participation Form, (2) Allocation Agreement, and (3) One Washington Memorandum of Understanding Between Washington Municipalities. Full versions of these documents are available at A. September 6, 2022 1 - 7 Exhibit F Subdivision Settlement Participation Form Governmental Entity: City of Port Angeles State: Washington Authorized Official: Nathan A. West Address 1: 321 E 5th St Address 2: City, State, Zip: Port Angeles, WA 98362 Phone: 360-417-4501 Email: nwest cit of a.us The governmental entity identified above ("Governmental Entity"), in order to obtain and in consideration for the benefits provided to the Governmental Entity pursuant to the Settlement Agreement dated May 2, 2022 ("Distributors Washington Settlement"), and acting through the undersigned authorized official, hereby elects to participate in the Distributors Washington Settlement, release all Released Claims against all Released Entities, and agrees as follows. 1. The Governmental Entity is aware of and has reviewed the Distributors Washington Settlement, including the Distributor Global Settlement Agreement dated July 21, 2021 ("Global Settlement") attached to the Distributors Washington Settlement as Exhibit H, understands that all terms in this Participation Form have the meanings defined therein, and agrees that by signing this Participation Form, the Governmental Entity elects to participate in the Distributors Washington Settlement and become a Participating Subdivision as provided therein. 2. The Governmental Entity shall, within 14 days of October 1, 2022 and prior to the filing of the Consent Judgment, secure the dismissal with prejudice of any Released Claims that it has filed. 4. The Governmental Entity agrees to the terms of the Distributors Washington Settlement pertaining to Subdivisions as defined therein. 5. By agreeing to the terms of the Distributors Washington Settlement and becoming a Releasor, the Governmental Entity is entitled to the benefits provided therein, including, if applicable, monetary payments beginning after December 1, 2022. 6. The Governmental Entity agrees to use any monies it receives through the Distributors Washington Settlement solely for the purposes provided therein. 7. The Governmental Entity submits to the jurisdiction of the Washington Consent Judgment Court for purposes limited to that court's role as provided in, and for resolving disputes to the extent provided in, the Distributors Washington Settlement. The Governmental Entity likewise agrees to arbitrate before the National Arbitration Panel as provided in, and for resolving disputes to the extent otherwise provided in the Distributors Washington Settlement. F-1 September 6, 2022 1 - 8 8. The Governmental Entity has the right to enforce the Distributors Washington Settlement as provided therein. 9. The Governmental Entity, as a Participating Subdivision, hereby becomes a Releasor for all purposes in the Distributors Washington Settlement, including,but not limited to, all provisions of Section XI of the Global Settlement, and along with all departments, agencies, divisions,boards, commissions, districts, instrumentalities of any kind and attorneys, and any person in their official capacity elected or appointed to serve any of the foregoing and any agency,person, or other entity claiming by or through any of the foregoing, and any other entity identified in the definition of Releasor,provides for a release to the fullest extent of its authority. As a Releasor, the Governmental Entity hereby absolutely, unconditionally, and irrevocably covenants not to bring, file, or claim, or to cause, assist or permit to be brought, filed, or claimed, or to otherwise seek to establish liability for any Released Claims against any Released Entity in any forum whatsoever. The releases provided for in the Distributors Washington Settlement are intended by the Agreement Parties to be broad and shall be interpreted so as to give the Released Entities the broadest possible bar against any liability relating in any way to Released Claims and extend to the full extent of the power of the Governmental Entity to release claims. The Distributors Washington Settlement shall be a complete bar to any Released Claim. 10. The Governmental Entity hereby takes on all rights and obligations of a Participating Subdivision as set forth in the Distributors Washington Settlement. 11. In connection with the releases provided for in the Distributors Washington Settlement, each Governmental Entity expressly waives, releases, and forever discharges any and all provisions, rights, and benefits conferred by any law of any state or territory of the United States or other jurisdiction, or principle of common law, which is similar, comparable, or equivalent to § 1542 of the California Civil Code, which reads: General Release; extent. A general release does not extend to claims that the creditor or releasing party does not know or suspect to exist in his or her favor at the time of executing the release, and that if known by him or her would have materially affected his or her settlement with the debtor or released party. A Releasor may hereafter discover facts other than or different from those which it knows,believes, or assumes to be true with respect to the Released Claims,but each Governmental Entity hereby expressly waives and fully, finally, and forever settles, releases and discharges, upon the date the Distributors Washington Settlement becomes effective pursuant to Section II.B of the Distributors Washington Settlement, any and all Released Claims that may exist as of such date but which Releasors do not know or suspect to exist, whether through ignorance, oversight, error, negligence or through no fault whatsoever, and which, if known, would materially affect the Governmental Entities' decision to participate in the Distributors Washington Settlement. F-2 September 6, 2022 1 - 9 12. Nothing herein is intended to modify in any way the terms of the Distributors Washington Settlement, to which Governmental Entity hereby agrees. To the extent this Participation Form is worded differently from Exhibit F to the Distributors Washington Settlement or interpreted differently from the Distributors Washington Settlement in any respect, the Distributors Washington Settlement controls. I have all necessary power and authorization to execute this Participation Form on behalf of the Governmental Entity. Signature: Name: Nathan A. West Title: City Manager Date: September 6, 2022 ATTEST: City Clerk APPROVED AS TO FORM: City Attorney F-3 September 6, 2022 1 - 10 FOR THE PARTICIPATING LOCAL GOVERNMENT: Name of Participating Local Government: City of Port Angeles Authorized signature: Name: Nathan A. West Title: City Manager Date: September 6, 2022 A Local Government may elect in its discretion to execute the MOU for purposes of this Allocation Agreement only by checking this box (see Paragraph 10.A of this Allocation Agreement): ❑ Local Government is executing the MOU in the form attached hereto as Exhibit 3, but which is further amended and modified as set forth in this Allocation Agreement, only for purposes of this Allocation Agreement. ATTEST: APPROVED AS TO FORM: City Clerk City Attorney 9 September 6, 2022 1 - 11 This One Washington Memorandum of Understanding Between Washington Municipalities is signed this day of , 2022 by: Name & Title Nathan A. West, City Manager On behalf of City of Port Angeles 4894-0031-1574,v.2 ATTEST: City Clerk APPROVED AS TO FORM: City Attorney 12 September 6, 2022 1 - 12 nog„r1��il��fJJJ„„�;l11%lr„ POR-T-ANGELES CITY COUNCIL WASH I N G T' O N , U .S, MEMO Date: September 6,2022 To: City Council From: Thomas A. Hunter,Director ofPublic Works & Utilities Subject: Electrical Dock Crew CON-2022-49 Contract Award Summary: Following a competitive process, staff recommends that Olympic Electric Company of Port Angeles be awarded a contract to assist the City's electrical workforce in maintenance and repair, operations resources during peak workloads, emergency storm restoration, and other electrical related services as needed for the City's electrical utility. This contract will provide emergency coverage,backup and much needed relief for existing staff. Funding: This contract will be funded using Electric Utility savings and excess reserves from un-filled linemen positions from past and current years. Recommendation: Approve and award the Electrical Dock Crew Services Agreement with an amount not to exceed$1,900,000 over a 12-month period to Olympic Electric Company of Port Angeles, WA; and authorize the City Manager to sign and make minor modifications to the agreement,if necessary. Background / Analysis: The City does not currently have enough electrical line crew staff to keep up with workloads and safely perform all necessary work in-house. Staffing vacancies have been a problem for the past few years and while the City is actively recruiting for vacant lineman positions,because of a general shortage of electrical utility linemen, the City cannot forecast the length of time it will take to hire and retain multiple qualified lineman staff members. Because the City does not have enough linemen on staff,work has been delayed and backlogs of maintenance and repair jobs, and new customer connect jobs have developed. To staff crews during emergency events and outages, the City has relied on aid from Clallam PUD. The City recruiting effort for the staff lineman positions include posting on the City and industry job posting websites and handouts at the county fair. Incentives in addition to the normal union contract rates and benefits are also included in the recruiting effort. The City is offering a$7,500 signing bonus and relocation expense reimbursement. Below is a table comparing active listings in our area for Journeyman Linemen. LOCATION RATE ADDITIONAL DETAILS CITY OF PORT ANGELES $53.71/hour $7,500 signing bonus IBEW LOCAL 997 Relocation reimbursement 5 day work week September 6, 2022 J - 1 CLALLAM PUD $53.90/hour 4 day work week IBEW LOCAL 997 JEFFERSON PUD $53.31/hour 5 day work week IBEW LOCAL 77 Has a full time contract crew to augment staff crew. MASON PUD 3 $53.90/hour 4 day work week IBEW LOCAL 77 The City has an apprenticeship program that currently has one apprentice. Light Operations cannot take on more apprentices without additional Journeymen. The IBEW apprenticeship program is a 7,000-hour training program,with work under a Journeyman Lineman and classroom work, and is completed in approximately 3 1/2 years. In order to temporarily augment our existing crews while continuing to recruit for staff linemen,the City solicited electrical contracting firms through public advertisement to submit statements of qualifications and proposals for augmenting the City's electrical line crews and providing additional line construction related services. The request solicited contractors with the skill, experience, equipment, and training to perform electrical line work accordance with City construction standards and work practices, WAC 296- 45, OSHA,National Electrical Safety Code (NESC), and National Electrical Code (NEC) as adopted by the State of Washington and City Ordinance. These four firms submitted qualifications and were rated for qualification and value by staff: • Wilson Construction Company of Canby, OR • Northwest Utility Services, LLC of Pacific,WA • Henkels &McCoy Inc of Portland, OR • Olympic Electric Company of Port Angeles, WA The firms were evaluated based on the following criteria: • Staffing—Primary staff and qualifications as well as proposed time commitments; • Scope of Work—Demonstration of understanding of scope objectives; • Costs—Hourly, Weekly, and Monthly costs to the City; and • References. Evaluation of the proposals was performed by five staff reviewers independently reviewing and evaluating the proposals on the above criteria and giving a 1-10 score on each criterion. The independent scores were then collected and averaged together by an independent sixth staff person, and each criterion multiplied by a weighing factor to determine the final score for each proposal. All four firms demonstrated substantial qualifications, and Olympic Electric Company was selected as the best qualified for this contract. The evaluated rankings of the responding firms in order of highest to lowest are: 1) Olympic Electric 2) Northwest Utility Services 3) Wilson Construction 4) Henkels &McCoy September 6, 2022 J - 2 Out of a possible score of 1,000 points, the evaluated scores for each responding firm are listed below: Olympic Electric NW Utility Services Wilson Construction Henkels&McCoy 797 792 766 756 For the purposes of bidding and comparison,the maximum hours over a 12-month period of 2080 hours of straight time was used. Olympic Electric bid a monthly rate that totals $1.292 million over 2080 hours, and a weekly rate that totals $1.326 million over 2080 hours. Services will be requested I month at a time, as needed, and I week at a time if needed for a period that isn't a full month,over the next 12 months. The City will be invoiced only for time and additional services used, as listed in the line-item contract. Approximately $600,000 of additional spending is included in the total amount requested to account for storm response and additional line construction related services available in the bid proposal. The total amount requested of the City Council is not to exceed$1,900,000. Funding Overview: This contract will be funded using Electric Utility savings and excess reserves from un-filled linemen positions from past and current years. It is requested that the City enter into a service contract for an Electrical Dock Crew with Olympic Electric Company of Port Angeles, WA, at an amount not to exceed$1,900,000 over a 12-month period. September 6, 2022 J - 3 CONTRACT BETWEEN CITY OF PORT ANGELES AND OLYMPIC ELECTRIC COMPANY, INC CON-2022-49 RELATING TO: ELECTRIC DOCK CREW THIS CONTRACT is made and entered into, by and between the CITY OF PORT ANGELES, a non-charter code city and Washington municipal corporation (hereinafter called the "City"), and OLYMPIC ELECTRIC COMPANY, INC, a Washington corporation, (hereinafter called the "Contractor"), WHEREAS the City desires to have a qualified electrical firm to augment City's electrical workforce in transmission line, distribution line, and substations maintenance and repair, Operations resources during peak workloads, emergency storm restoration and other electrical related services as needed for the City's electrical utility, requiring specialized skills; WHEREAS, the Contractor represents that it is qualified and possesses the skills and the necessary capabilities to perform the electrical services set forth in this Contract. NOW, THEREFORE, in consideration of the terms, conditions, and agreements contained herein, the parties hereto agree as follows: 1. Scope of Work. The Contractor shall perform work and furnish all tools, materials, and equipment in accordance with, as described in; A. this Contract, and B. the scope of work — General Provisions and Special Provisions, submittal requirements, attachments, addenda (if any), Bid Form, Performance and Payment Bond, and C. the 2022 Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation, as may be specifically modified in the attached Specifications and/or Special Provisions, hereinafter referred to as "the standard specifications," and D. the most current edition of the City of Port Angeles' Urban Services Standards and Guidelines, E. National Electric Code (NEC) F. National Electrical Safety Code (NESC) and shall perform any alterations or additions to the work provided under this Contract and every part thereof. The Contractor shall provide and bear the expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and Septomkolral"Q22 Paj r04 completing the work provided for in this Contract. 2. Performance Period The performance period for this contract is 365 days from the date City Manager signed contract. This contract may be extended for additional years, not exceeding 4 years. The City will notify Contractor in writing 30 days before expiration of contract of its decision to extend for additional year(s). 3. Termination of Contract A. This Contract shall terminate 365 days from the date City Manager signed contract, unless extended as provided above, and upon final payment by the City. B. The City may terminate the Contract and take possession of the premises and all materials thereon and finish the work by whatever methods it may deem expedient, by giving 10 days written notice to the Contractor, upon the occurrence of any one or more of the events hereafter specified. 1. The Contractor makes a general assignment for the benefit of its creditors. 2. A receiver is appointed as a result of the insolvency of the Contractor. 3. The Contractor persistently or repeatedly refuses or fails to complete the work required herein. 4. Contractor fails to make prompt payment to subcontractors for material or labor. 5. Contractor disregards federal, state or local regulations and ordinances. 6. Contractor persistently disregards instructions of the Contract Administrator, or otherwise substantially violates the terms of this Contract. 7. The City determines that sufficient operating funds are not available to fund completion of the work contracted for. 8. The Director of the Public Works and Utilities Department or his/her designee determines that such termination is in the best interests of the City. C. In the event this Contract is terminated by the City, Contractor shall not be entitled to receive any further amounts due under this Contract until the work specified in Scope of Work is satisfactorily completed, as scheduled, up to the date of termination. At such time, if the unpaid balance of the amount to be paid under this Contract exceeds the expense incurred by the City in finishing the work, and all damages sustained by the City or which may be sustained by reason of CON-2022-49 Electrical Dock Crew Page 2 of 53 September 6, 2022 1 - 5 such refusal, neglect, failure or discontinuance of employment, such excess shall be paid by the City to the Contractor. If the City's expense and damages exceed the unpaid balance, Contractor and his surety shall be jointly and severally liable therefore to the City and shall pay such difference to the City. Such expense and damages shall include all legal costs incurred by the City to protect the rights and interests of the City under the Contract, provided such legal costs shall be reasonable. 4. Compensation and Method of Payment. A. The City shall pay the Contractor for work performed under this Contract as detailed in Scope of Work. B. Payments for work provided hereunder shall be made following the performance of such work, unless otherwise permitted by law and approved in writing by the City. No payment shall be made for any work rendered by the Contractor except as identified and set forth in this Contract. C. Progress payments shall be based on the timely submittal by the Contractor of the City's standard payment request form. D. Payments for any alterations or additions to the work provided under this Contract shall be in accordance with the Request for Information (RFI) and/or Construction Change Order (CCO) process as set forth in the Project Manual. Following approval of the RFI and/or CCO, the Contractor shall submit the standard payment request form(s). E. The Contractor shall submit payment requests with a completed and unaltered Application for Payment form and invoice, examples are included in the Attachments to this Contract on a monthly basis. This form includes a lien waiver certification and shall be notarized before submission. Applications for Payment not signed or notarized shall be considered incomplete and ineligible for payment consideration. The City shall initiate authorization for payment after receipt of a complete Application for Payment and shall make payment to the Contractor within approximately thirty (30) days thereafter. 5. Independent Contractor Relationship. The relationship created by this Contract is that of independent contracting entities. No agent, employee, servant, or representative of the Contractor shall be deemed to be an employee, agent, servant, or representative of the City, and the employees of the Contractor are not entitled to any of the benefits the City provides for its employees. The Contractor shall be solely and entirely responsible for its acts and the acts of its agents, employees, servants, subcontractors, or representatives during the performance of this Contract. The Contractor shall assume full responsibility for payment of all wages and salaries and all federal, state, and local taxes or contributions imposed or required, including, but not limited to, unemployment insurance, workers compensation insurance, AaPtPmk*lra1%,12Q22 Pag)TOO social security, and income tax withholding. 6. Prevailing Wage Requirements. A. This Contract is subject to Chapters 39.12 and 49.28 RCW, amendments thereto and regulations issued thereunder, relating to prevailing wages, benefits, and other requirements. Workers shall receive no less than the prevailing rate of wage. The City shall verify that contractor has received, or excused from, training on the requirements related to public works and prevailing wage under RCW 39.12. Contractor shall verify first-tier subcontractors have also received, or are excused from, such training. Each subsequent tier shall verify that the tier below have received, or are excused from, such training. No claim for additional compensation will be allowed which is based upon a lack of knowledge or a misunderstanding of any such requirements by the Contractor or a failure to include in Contractor's price adequate increases in such wages during the performance of this Contract. The Contractor is advised to consult the Washington State Department of Labor and Industries to determine the prevailing wages that must be paid. B. This public works project is being done in Clallam County. Washington State wage determinations for Clallam County Journeymen, Apprentices, and Description can be found at: Journey Level Rates: 1,"nttll.) :///se:iii,e.Ilr"nll.vva.gov/vv�geq l(:)(:)ll<.�jll)/ Apprentice Rates: 1,"nttll.) :///se:iii,e.Ilr"nll.vva.gov/vv�geq l(:-)oll<.�jll.)/ ll.)ll.)ii,er"ntliceW,1 ,,igelI asp lax. Description of Classifications: vv(:)irlk l�it(:).Uect / c(:)IIIe ..(:)f..vv(:)itlk.. The applicable wage determinations to use are effective on the bid due date. C. A Statement of Intent to Pay Prevailing Wages must be filed with the Washington Department of Labor & Industries upon award of contract and annually at the anniversary date of the contract award. An Affidavit of Wages Paid must be filed with the Washington Department of Labor & Industries annually until completion of the contract. It is the responsibility of the awarded contractor to provide proof to the City of the annual filings. 7. Force Majeure A. Definition. For the purposes of this Agreement, "Force Majeure" means an event which is beyond the reasonable control of a Party including, but not limited to (1) strikes, lockouts, work slowdowns or stoppages, or accidents, (2) acts of God, and (3) delay caused by an act or omission of the other Party, and which makes a Party's performance of its obligations under the Agreement impossible or so impractical as to be considered impossible under the circumstances B. No Breach of Agreement. The failure of a Party to fulfill any of its obligations under the Agreement shall not be considered to be a breach of, or default under, this Agreement insofar as such inability arises from an event of Force Majeure, provided that the Party affected by such an event has taken all reasonable precautions, due care and reasonable alternative measures in order to carry out CON-2022-49 Electrical Dock Crew Page 4 of 53 September 6, 2022 J - 7 the terms and conditions of this Agreement, and has informed the other Party as soon as possible about the occurrence of such an event. C. Extension of Time. Any period within which a Party shall, pursuant to this Agreement, complete any action or task, shall be extended for a period equal to the time during which such Party was unable to perform such action as a result of Force Majeure. 8. Indemnification and Hold Harmless. A. The Contractor shall defend, indemnify, and hold harmless the City, its officers, officials, employees, and volunteers against and from any and all claims, injuries, damages, losses, or lawsuits, including attorney fees, arising out of or in connection with the performance of this Contract, except for injuries and damages caused by the sole negligence of the City. It is further provided that no liability shall attach to the City by reason of entering into this Contract, except as expressly provided herein. B. However, should a court of competent jurisdiction determine that this Contract 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 Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor'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 Contract. 9. Insurance. The insurance coverage shall be in accordance with and as described in the Washington State Department of Transportation Standard Specifications Division 1-07.18 as defined in Section III, Special Provisions of the Project Manual. A. Verification of Coverage The Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. B. Subcontractors The Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. AaPtPmk*lr.1%,12 22 Pag)TOO 10. Compliance with Laws. A. The Contractor shall comply with all applicable federal, state, and local laws, including regulations for licensing, certification, and operation of facilities and programs, and accreditation and licensing of individuals, and any other standards or criteria as set forth in the Project Manual. B. The Contractor shall pay any applicable business and permit fees and taxes which may be required for the performance of the work. C. The Contractor shall comply with all legal and permitting requirements as set forth in the Project Manual. 11. Non-Discrimination. Non-discrimination shall be in accordance with and as described in the Washington State Department of Transportation Standard Specifications and the Special Provisions Division 1-07.11. 12. Assignment. A. The Contractor shall not assign this Contract or any interest herein, nor any money due to or to become due hereunder, without first obtaining the written consent of the City, nor shall the Contractor subcontract any part of the services to be performed hereunder without first obtaining the consent of the City. B. The Contractor hereby assigns to the City any and all claims for overcharges resulting from antitrust violations as to goods and materials purchased in connection with this Contract, except as to overcharges resulting from antitrust violations commencing after the date of the bid or other event establishing the price of this Contract. In addition, the Contractor warrants and represents that each of its suppliers and subcontractors shall assign any and all such claims for overcharges to the City in accordance with the terms of this provision. The Contractor further agrees to give the City immediate notice of the existence of any such claim. 13. Contract Administration. This Contract shall be administered by on behalf of the Contractor and by Jack Nieborsky, P.E. Project Manager, on behalf of the City. Any written notices required by the terms of this Contract shall be served, mailed, or emailed to the following addresses: Contractor: Cam: Olympic Electric Company, Inc City of Port Angeles 4230 S Tumwater Truck Route 321 East Fifth Street Port Angeles, WA 98363 Port Angeles, WA 98362-0217 J nieborsky,rC .ciiyofpa.us CON-2022-49 Electrical Dock Crew Page 6 of 53 September 6, 2022 J - 9 14. Interpretation and Venue. This Contract shall be interpreted and construed in accordance with the laws of the State of Washington. The venue of any litigation between the parties regarding this Contract shall be Clallam County, Washington. 15. Attachments and Signatures. This Contract, including its attachments, constitutes the entire Contract, supersedes all prior written or oral understandings, and may only be changed by a written change order executed by both parties. The following attachments are hereby made a part of this Contract: Attachment 1 — Scope of Work (Attachment from RFP's Section 3) Attachment 2 — Contractor's Proposal Attachment 3 - Insurance Attachment 4 — Performance and Payment Bonds Attachment 5 — FR Clothing Procedures and Arc Flash Exposure Summary Attachment 6 — Payment Request Form and Invoice Sample Attachment 7 — Weekly Reporting Form Attachment 8 — Service Order and Change Order Forms Attachment 9 —Agreement for Use of City Property Attachment 10 —Agreement for Use of City Vehicle IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the date of the last signature affixed below. OLYMPIC ELECTRIC COMPANY INC: CITY OF PORT ANGELES: AaPtPmk*lr.j%,2 22 Agr AQ Sign By: Sign By: Printed Name: Printed Name: Title: Title: Date: Date: Approved as to Form: William Bloor, City Attorney Attest: Kari Martinez-Bailey, City Clerk City of Port Angeles ATTACHMENT 1 Engineering Office SCOPE OF WORK Public Works and Utilities Department The work to be performed under the provisions of these specifications shall consist of CON-2022-49 Electrical Dock Crew Page 8 of 53 September 6, 2022 1 - 11 furnishing crews, equipment, and the required supervision to augment Port Angeles Light Operations work force during normal workloads on a weekly and monthly basis. A 1-hour response time is requested for additional peak workloads, emergency storm restoration, and call-out for additional bid items contained herein to provide the public with continued service. The work to be performed may be overhead distribution, underground distribution, substation, overhead transmission, and system operation on systems owned and operated by the City of Port Angeles. During performance of the contract, the contractor shall be an independent contractor and not an agent of the City. The contractor shall supervise the performance of its own services and shall have control of the manner and means by which its services are performed, subject to compliance with the contract and any plans, specifications, schedules or other items approved by the City. 1. General Provisions a. COMMENCEMENT OF WORK The contractor shall begin the work to be performed in the contract within seven (7) calendar days after notification the contract is fully executed. This contract work under Items 1 a or 1 b is expected to be continuous. Items 2a and later are optional additional extra services that the contactor is able to provide to the City on an as-requested basis. b. CONTRACT WORK TIMES Contract work times shall be eight hours of work between the hours of 700 a.m. and 3.30 p.m. or 4.00 pm, Monday through Friday, excluding holidays, or as otherwise approved by the City of Port Angeles Director of Public Works or their designee. • STORM RATES The determination of the onset and cessation of a storm event as it relates to this contract will be the responsibility of the City of Port Angeles Director of Public Works or their designee. Crew storm rates will be paid for hours worked (not to include meal periods) at the hourly bid rate submitted on the proposal sheets. Storm rates will only be applicable on proposal sheet line items 1- 8 "Crew Rates" and "Additional personnel" items 9-18. Storm rates will not be allowed on "Additional personnel" line items 19-29. The contractor will be responsible for the initial costs for lodging and meals for contract crews during a storm event. Reimbursement of lodging and meals will be allowed at the actual costs incurred, not to exceed the U.S. General Services Administration per diem rates for Clallam County Port Angeles area (https-//www.gsa.gov/travel/plan- book/per-diem-rates). The contractor must submit a copy of the itemized receipts with reimbursement Septum or.1 Q22 Agr AR request. • HOLIDAY SCHEDULE The following named holidays are observed at a time provided under state law. New Year's Day Martin Luther King Jr. Da President's Day Memorial Da Juneteenth Inde endence Da Labor Day Veteran's Da Thanksgiving Day Day after Thanksgiving Christmas Da c. ESCALATION / DE-ESCALATION The successful Respondent(s) may only escalate/de-escalate the unit prices bid for items 1 through 8; 9 through 29; 80 through 84 and 86 & 87 on the anniversary date of the contract award, by the fixed percentage as stated in their proposal. On the anniversary date (12 months after award), the fixed percentage will be applied to regular, overtime and storm rates. d. EMERGENCY NOTIFICATION The contractor is to provide City of Port Angeles with a 24-hour emergency telephone number. This telephone contact will be used to notify the contractor when immediate response is required. City of Port Angeles will provide the contractor with a 24-hour emergency telephone number. This telephone contact may be used for contractor crew release requests during emergency and storm response conditions. e. INDEPENDENT CONTRACTOR During performance of the contract, the contractor shall be an independent contractor and not an agent of the City. The contractor shall supervise the performance of its own services and shall have control of the manner and means by which its services are performed, subject to compliance with the contract and any plans, specifications, schedules or other items approved by the City. f. DAMAGE TO EQUIPMENT The contractor shall bear the full cost of the repair or replacement of damaged materials and equipment and the restoration of de-energized circuits found to be a consequence of use, abuse, or fault of the contractor. This liability extends to all utilities, public and private, which legally share the right-of-way with the City. Examples to include but not exclusive of are: landscaping, mailboxes, other utilities, etc. CON-2022-49 Electrical Dock Crew Page 10 of 53 September 6, 2022 J - 13 • NOTIFICATION OF EQUIPMENT DAMAGE The contractor shall immediately notify the owner/operator of any equipment damaged during the performance of this work. • COSTS OF REPAIR If any existing facilities or material furnished by the City is damaged, lost, stolen or destroyed by reason of any cause, whether within or beyond the control of the contractor, it shall be repaired or replaced entirely as required by the City solely at the contractor's expense. • MATERIALS REQUIRED FOR REPAIR Materials required to be replaced may be furnished by the City solely at the contractor's expense. Materials required to be replaced may be furnished by the City at the option of the contracting officer. The contractor will be charged the amount they cost the City at the place of delivery. • A RETURN OF MATERIALS The contractor shall return to City of Port Angeles storeroom, or as directed by City personnel, all removed used material and unused new materials. This will include materials removed or unused in conjunction with extra work. g. LIABILITY FOR DAMAGE TO PERSONS OR PROPERTY In addition to the General Provisions the City is not to be held liable for any damage to persons or property consequent upon the use, abuse, or failure of any tools, rigging, or other equipment used by the contractor even though the said tools, rigging or other equipment is given to or loaned to the contractor by the City. • A USE OF CITY LOANED TOOLS, RIGGING, OR EQUIPMENT The acceptance for the use of said tools, rigging, and equipment by the contractor shall be construed to mean that the contractor accepts all responsibility for any claims for damages whatsoever resulting from the failure of such apparatus whether such damage be to their own employees or property, to the employees or property of the City, and/or to the property and persons of the public at large. • USE OF CITY OWNED VEHICLES FOR PERFORMANCE OF DUTIES For selected positions, such as substation operator, the city may provide a vehicle to perform the duties assigned. In such case the contractor will carry full automotive insurance coverage for their employee. Septomkor.1"Q22 P4e ii*W Documentation of such coverage in a form acceptable to the City shall be submitted upon assignment. Prior to use of a City owned vehicle, the contractor is required to sign an "Agreement for Use of City Vehicles" form, included as an Appendix to this contract. h. NOTIFICATION OF OTHER GOVERNMENTAL AGENCIES AND UTILITIES WHEN UNDERGROUND WORK IS INVOLVED The Contractor shall notify all other affected governmental agencies and utilities whenever underground work is done under the terms of this Contract. The Contractor is required to obtain permission of the appropriate public and private utilities and governmental agencies before performing underground work pursuant to the terms of this Contract. The Contractor is required to call "one call" at 1-800-424-5555 for all work involving excavation or digging more than 12 inches beneath ground or road surface. The City may have indicated on the plans and specifications the existence of certain underground facilities that are known to the City department responsible for this Contract. It is the Contractor's responsibility to fully comply with the Underground Utility Locate Law, Chapter 19.122 RCW. If the site conditions are "changed or differing" as defined by RCW 19.122.040(I), the Contractor may pursue the party responsible for not properly marking or identifying the underground facility. The Contractor agrees not to file any claim or legal action against the City (department responsible for this Contract) for said "changed or differing" conditions unless said City department is solely responsible for the delay or damages that the Contractor may have incurred. i. TRENCH EXCAVATION BID ITEM In the event that "trench excavation" in excess of four feet requires a safety system pursuant to Washington State law and safety shoring, sloping, sheeting, or bracing is used, a separate bid item should be set forth in the Proposal for this work. If a separate bid item is not set forth in the Proposal pages, said installed safety system shall be paid at $3.00 per lineal foot of trench, which unit price includes both sides of the trench. j. PROTECTION OF WORKERS AND PROPERTY The Contractor shall erect and maintain good and sufficient guards, barricades and signals at all unsafe places at or near the work and shall, in all cases, maintain safe passageways at all road crossings, and crosswalks, and shall do all other things necessary to prevent accident or loss of any kind. The Contractor shall protect from damage all utilities, improvements, and all other property that is likely to become displaced or damaged by the execution of the work under this Contract. CON-2022-49 Electrical Dock Crew Page 12 of 53 September 6, 2022 1 - 15 The Contractor is responsible for all roads and property damaged by his/her operations as shall be determined by the Engineer administering this Contract. The Contractor shall be responsible for repairing all damage to roads caused by his/her operations to the satisfaction of the particular governmental body having jurisdiction over the road. k. EXPANSION CLAUSE Any resultant contract from this RFP may be further expanded in writing to include other related services or products normally offered by the Contractor, as long as the price of such additional services or products have a profit margin equal to or less than that in place at the time of original submittal. Such additions and prices will be mutually agreed upon in writing by contract change order. Contractor profit margins are not to increase as a result of contract additions. I. REASONABLE CHANGE ORDER CLAUSE In the sole discretion of the City of Port Angeles, the City may, without invalidating this Contract, or any part of this Contract, may make reasonable changes to the scope of the Agreement, when such changes are in the best interest of the City. Any adjustment to the terms of the Contract shall be documented by way of a written change order or other form of written contract amendment to include a signature of agreement from both contracting parties. If any such Change Order increases or decreases the Contractors cost of performance of any part of the Contract, an adjustment shall be made and the Contract modified accordingly. Modifications to the Contract which will produce a higher profit margin for the Contractor than that established by the original contract pricing will not be allowed 2. Special Provisions a. LISTING OF WORK The work may consist of: • setting and replacing distribution or transmission poles, • framing distribution or transmission poles; • repair, replace, remove, and/or install overhead or underground services; • repair, replace, remove, and/or install pole-mounted or pad-mounted transformers; regulators; protective equipment including fuses, sectionalizers, and/or reclosers; • repair, replace, remove, and/or install overhead conductors, underground conduits and cables, or transmission conductors; • repair, replace, remove, and/or install equipment in the downtown sub- surface network; • repair, replace, remove, and/or install equipment in substations, etc., AaPtPm *r.1%,2Q22 P4e7AA All work shall be done in accordance with City of Port Angeles Standards, specifications, Washington State WAC Safety Regulations, and under the general direction of City of Port Angeles personnel. Arc Flash hazards and FR safety clothing requirements are included as an appendix in this contract. b. CONTRACTOR RESPONSIBILITY The contractor shall supply the necessary supervision, equipment, transportation, and tools to accomplish the required work. The contractor may also be required to obtain permits necessary to accomplish assigned work. c. PORT ANGELES POWER RESPONSIBILITY With the exception of bid line items 81-87 or unless otherwise arranged with the contractor, City of Port Angeles will provide the materials required for completion of work on this contract. Any City of Port Angeles materials issued in excess of that required must be returned after the completion of each job. d. NUMBER OF CONTRACTS TO BE AWARDED City of Port Angeles will take into consideration the price and evaluation factors set forth in this specification and may accept any item or group of items or overall best offer. A single contract or multiple contracts may be awarded based upon the best interests of the City. e. USE OF OTHER CONTRACTS Award of a contract per this specification in no way restricts the City of Port Angeles from requesting bids and awarding contacts for like work during the course of the contract. f. DEFINITIONS For the purposes of these specifications, the following definitions shall apply: Term Definition RESPONDENT/ A potential contractor offering a submittal to supply a BIDDER service in accordance with these Specifications. CITY The City of Port Angeles, Port Angeles Light Operations. SERVICE The scope of work to be completed under this contract in accordance with these Specifications. SPECIFICATION This document, detailing the scope of service required. CON-2022-49 Electrical Dock Crew Page 14 of 53 September 6, 2022 J - 17 CONTRACTOR The Respondent(s) awarded a contract pursuant to these Specifications. PROJECT City of Port Angeles representative administering the MANAGER project and providing decisions on project work. g. PROJECT LOCATION Crews may be assigned to work on any property owned or controlled by the City or private property of which the City provides service. Port Angeles Light Operations service territory resides within the city limits of Port Angeles, Clallam County Washington. h. CONTRACTOR SHOP SITE The contractor will provide a shop area within 60 minutes maximum travel time to work areas. If this cannot be provided, the contractor will be responsible for travel time costs and report to the job site at 8.00 a.m. The contract crews are expected to report to the jobsite promptly. The 60 minute allowed travel time is intended for the travel distances between shop site and job site. USE OF CITY OF PORT ANGELES PROPERTY When mutually advantageous Port Angeles Light Operations may permit the contractor to use a site owned by The City of Port Angeles. Prior to use of City of Port Angeles property, the contractor is required to sign an "Agreement for Use of City Property" form, included. Other conditions not specified in this document, which may include monetary compensation to the City of Port Angeles, may be imposed per site. i. NUMBER OF SITES As the work dictates there may be more than one shop site required for multiple crews. j. ASSIGNMENT OF WORK Port Angeles Director of Public Works, or his designee, will assign specific work. k. PER DIEM For all work covered by this contract per diem will not be paid by the City. All costs are to be covered by the bid items listed except as allowed per the STORM RATES section of this specification. I. CREW& ITEM STRUCTURE Within this section further detail is provided on crew structure, expected performance, and specific item descriptions. All crew personnel shall be fit for full duty with no work Septomkora1"Q22 Poe n'tIQ restrictions. Foreman will be required to carry contractor provided cell phones and call for all underground locates. ITEMS 1a, 1b FOUR-PERSON LINE CREW This crew shall be equipped and prepared to perform the tasks for Line Crew Transmission, Line Crew Overhead Distribution, and Line Crew Underground without additional equipment (with the exception of a pole trailer which will be charged separately per items 46-46a) under normal circumstances to augment Port Angeles Light Operations work force during normal workloads on a weekly and monthly basis. The work to be performed may be overhead distribution, underground distribution, substation switching, overhead transmission, on systems owned and operated by the City of Port Angeles. ITEM 1c - EQUIPMENT RENTAL Measurement Shall be for each invoice. Payment Payment shall be based upon the percent bid on proposal sheet to be added to each invoice for rental items the contractor may need to rent. Each rental item must be listed on the receipt from the rental agency and shall be submitted to City of Port Angeles with the invoice. To be considered for payment City of Port Angeles must approve all rented items prior to rental. ITEM 1d - MATERIAL PURCHASE Measurement Shall be for each invoice Payment Payment shall be based upon the percent bid on proposal sheet to be added to each invoice for material items purchased by the contractor. Each item must be listed on the receipt from the seller and shall be submitted to City of Port Angeles with the invoice To be considered for payment City of Port Angeles must approve all material items prior to purchase. ITEM 2a - FOUR-PERSON LINE CREW— OVERHEAD TRANSMISISON Capability This crew shall be equipped to perform the following tasks without additional equipment (with the exception of a pole trailer which will be charged separately per items 46-46a) under normal circumstances: • Pole Setting & Replacement up to 95 ft. lengths including setting through energized 15kV Circuits and Pole Butt pulling • Pole-Mounted Switch installation, or replacement • Relocation of lines, & extension of existing lines that include conductors up to 1272 AAC and guys as large as 25M Measurement Shall be measured by the hours worked at the fixed cost per hour. Payment The unit price shall be full compensation for all costs associated with the labor, equipment and tools required toper-form the work. CON-2022-49 Electrical Dock Crew Page 16 of 53 September 6, 2022 1 - 19 Crew makeup shall be: • Labor • Two (2)journey-level line electricians / linemen with one (1) to be as lead / foreman • One (1) hot apprentice line electrician / lineman, or 3rd journey level line electrician / lineman • One (1) apprentice, ground-person or equipment operator • Equipment • 85-foot minimum working height Material Handler • Line Truck with Derrick Digger capable of setting 110ft Class H2 • 1-ton flatbed • Pole Jack • Tools per "Tooling of Crews" section of this contract shall be available to the crew: Normal tool requirement for the crew to include • Hot Line Tools including sticks, wire cutters, hoists, barriers, & rubber goods • Grips, slings, hoists, wire cutters, presses & dies and equipment for#6 Cu thru 1272 AAC and 6M thru 25M guy wire and up to 1" Anchor rod • Hole compactor/ tamper • Load break tool (S&C Loadbuster or equivalent) • Testing tools for voltage, current, sequencing & phasing • Personal protective grounding & equipotential tools • Safety equipment, personnel protective equipment • Traffic control devices including cones and signs and any other accessories required to perform the assigned work ITEM 2b - FOUR-PERSON LINE CREW— OVERHEAD DISTRIBUTION Capability This crew shall be equipped to perform the following tasks without additional equipment (with the exception of a pole trailer which will be charged separately per items 46-46a) under normal circumstances: • Pole Setting & Replacement up to 60 ft. lengths including setting in energized 15kV Circuits and the pulling of Pole Butts • Switch, transformer and capacitor bank installation, or replacement • Feeder sectionalizing & underground work as assigned including cable termination and pulling • Relocation of lines, & extension of existing lines that include conductors up to 795 AAC and guys as large as 25M Measurement Shall be measured by the hours worked at the fixed cost per hour. Payment The unit price shall be full compensation for all costs associated with the labor, equipment and tools required to perform the work. AaPtfm *r.1%,2Q22 P4e720 Crew makeup shall be: • Labor • Two (2)journey-level line electricians / linemen with one (1) to be as lead / foreman • One (1) hot apprentice line electrician / lineman, or 3rd journey level line electrician / lineman • One (1) apprentice, ground-person or equipment operator • Equipment • 55 foot minimum working height Manlift (Bucket Truck), • Line Truck with Derrick Digger capable of setting 65ft Class 1 poles • 1-ton flatbed • Pole Jack • Tools per "Tooling of Crews" section of this contract shall be available to the crew: Normal tool requirement for the crew to include: • Hot Line Tools including sticks, wire cutters, hoists, barriers, & rubber goods • Grips, slings, hoists, wire cutters, presses & dies, and equipment for#6 Cu thru 795 AAC and 6M thru 25M guy wire and up to 1"Anchor rod • Hole compactor/ tamper • Load break tool (S&C Loadbuster or equivalent) • Testing tools for voltage, current, sequencing & phasing • Personal protective grounding & equipotential tools • Safety equipment, personnel protective equipment • Traffic control devices including cones and signs, and any other accessories required to perform the assigned work ITEM 3 - THREE-PERSON CIVIL CREW— UNDERGROUND Capability This crew shall be equipped to perform the following tasks without additional equipment under normal circumstances: • Install conduit and vaults in trench dug by others • Dig trench and install conduit and vaults • Repair primary and secondary cables • Primary switching, testing and grounding Measurement Shall be measured by the hours worked at the fixed cost per hour. Payment The unit price shall be full compensation for all costs associated with the labor, equipment and tools required to perform the work. Crew makeup shall be: • Labor • Two (2)journey-level line electricians / linemen with one • to be as lead / foreman • One 1 apprentice, ground-person ore ui ment CON-2022-49 Electrical Dock Crew Page 18 of 53 September 6, 2022 J - 21 operator • Equipment • Including 6 minimum yard Dump Truck with Backhoe & Trailer • Flat-bed Boom Truck with Pipe Trailer, • 1-ton Flat-bed, • Tools per "Tooling of Crews" section of this contract shall be available to the crew as they are qualified to use: Normal tool requirement for the crew to include: • Vault and Lid lifting rigging (to include Meadow-Burke 2- ton lifting clutches) • Hand tools not limited to conduit saws, shovels & sledge hammers • Fiberglass Rodder for proofing conduit runs • Jumping Jack Tamper compaction tool • Tools necessary to switch and repair primary and secondary cables • Shoring (up to 8ft excavation) • Safety Equipment, personnel protective equipment • Traffic control devices including cones and signs, and any other accessories required to perform the assigned work. ITEM 4 - FOUR-PERSON LINE CREW— UNDERGROUND Capability This crew shall be equipped to perform the following tasks without additional equipment under normal circumstances: • Install conduit and vaults in trench dug by others • Dig trench, bore and install conduit and vaults • Pull & terminate primary and secondary cable • Set pad-mounted transformers & switchgear • Make-up secondary hand-holes (SSB's) • Install risers on poles and terminate & energize cable • Perform switching operations as required on Overhead and Underground Systems Measurement Shall be measured by the hours worked at the fixed cost per hour. Payment The unit price shall be full compensation for all costs associated with the labor, equipment and tools required to perform the work. Crew makeup shall be: • Labor • Two (2)journey-level line electricians / linemen with one (1) to be as lead / foreman • One (1) hot apprentice line electrician / lineman, or 3rd journey level electrician / lineman • One (1) apprentice, ground-person or equipment operator • Equipment AaPtPm *r.1%,2Q22 P4e722 • Flat-bed Boom Truck with Pipe Trailer & capstan, or Line Truck with capstan & Pipe Trailer • 55 foot minimum working height Manlift (Bucket Truck) • 1-Ton flat-bed a single with a wire reel stand • Tools per "Tooling of Crews" section of this contract shall be available to the crew: Normal tool requirement for the crew to include: • Hot Line Tools including sticks, barriers, & rubber goods • Cable grips, wire cutters, terminating tools, presses, line blower, feed tube, & cable pulling dollies for up to 750KCM cu primary cable • Terminating tent • Testing tools for voltage, current, sequencing & phasing • Load break tool (S&C Loadbuster or equivalent) • 200A parking and feed-thru bushings • Shoring (up to 8ft excavation) • Steel plates for temporarily covering excavations • Vault and Lid lifting rigging (to include Meadow-Burke 2- ton lifting clutches) • Jumping Jack Tamper compaction tool • Air Monitor(s), ventilation equipment, & enclosed space rescue equipment • Personal protective grounding & equipotential tools • Safety Equipment, personnel protective equipment • Traffic control, devices including cones and signs, and any other accessories required to perform the assigned work ITEM 5 - TWO-PERSON LINE CREW— SERVICES Capability This crew shall be equipped to perform the following tasks without additional equipment under normal circumstances: • Receive and return paper service orders • Install and energize Overhead and Underground Services • Investigate, locate and repair Overhead and Underground service faults • Install and repair street lights • Perform distribution switching operations on overhead and underground systems Measurement Shall be measured by the hours worked at the fixed cost per hour. Payment The unit price shall be full compensation for all costs associated with the labor, equipment and tools required to perform the work. Crew makeup shall be: • Labor o Two (2)journey-level people with one (1) to be as lead / foreman CON-2022-49 Electrical Dock Crew Page 20 of 53 September 6, 2022 J - 23 • Equipment 0 45-foot minimum working height Manlift (Bucket truck) with the following accessories: o Reel holder for triplex service wire o Jib to lift vault covers • Tools per "Tooling of Crews" section of this contract shall be available to the crew: Normal tool requirement for the crew to include: o Basic hot line tools o Grips, slings, hoists, wire cutters, connection tools & equipment for#6 Cu thru 4/0- ACSR and 25M guy wire o Load break tool (S&C Loadbuster or equivalent) o Testing tools for voltage, current, sequencing & phasing o Personal protective grounding & equipotential tools • Safety equipment, personnel protective equipment • Traffic control devices including cones and signs, and any other accessories required to perform the assigned work ITEM 6 - TWO-PERSON SUBSTATION CREW Capability This crew shall be equipped to perform the following tasks without additional equipment under normal circumstances: • Within substations with voltages of 12,470 V & 69,000 V: o Construct, fabricate, maintain electrical facilities such as ■ Transformers, CT's & PT's ■ Circuit Breakers ■ Switches & Switchgear ■ Towers, Pipe & Strain Bus, & Bus Support ■ Relays, SCADA controllers ■ Control & Instrument Wiring ■ Grounds Measurement Shall be measured by the hours worked at the fixed cost per hour. Payment The unit price shall be full compensation for all costs associated with the labor, equipment and tools required to perform the work. Crew makeup shall be: • Labor o Two (2)journey-level people with one (1) to be as lead / foreman • Equipment 0 55-foot minimum working height Manlift (Bucket truck), o Line truck with equipment boom • Tools per "Tooling of Crews" section of this contract shall be Septum or.1 Q22 P4e224 available to the crew: Normal tool requirement for the crew to include: o Hot Line Tools o Rigging tools, grips, wire cutters, connection tools & equipment for up to 556 AAC and ACSR o Testing tools for voltage (600 V to 115 kV), current sequencing & phasing o Personal protective grounding & equipotential tools • Safety Equipment, personnel protective equipment • Traffic control devices including cones and signs, and any other accessories required to perform the assigned work ITEM 7 - THREE-PERSON SUBSTATION CREW Capability This crew shall be equipped to perform the following tasks without additional equipment under normal circumstances: • Within substations with voltages of 12,470 V & 69,000 V: o Construct, fabricate, maintain electrical facilities such as ■ Conduit/Civil ■ Foundations ■ Grounds Measurement Shall be measured by the hours worked at the fixed cost per hour. Payment The unit price shall be full compensation for all costs associated with the labor, equipment and tools required to perform the work. Crew makeup shall be: • Labor o two (2)journey-level people with one (1) to be as lead / foreman 0 one (1) helper/apprentice/equipment operator • Equipment o including 55-foot minimum working height Manlift (Bucket truck) o line truck with equipment boom, 0 1 Ton Flat Bed / Pickup / Foreman's vehicle • Tools per "Tooling of Crews" section of this contract shall be available to the crew: Normal tool requirement for the crew to include: o Hot Line Tools o Rigging tools, wire cutters, connection tools & equipment for up to 1272 AAC o Testing tools for voltage, current, sequencing & phasing o Personal protective grounding & equipotential tools CON-2022-49 Electrical Dock Crew Page 22 of 53 September 6, 2022 J - 25 • Safety Equipment, personnel protective equipment • Traffic control devices including cones and signs, and any other accessories required to perform the assigned work. ITEM 8 - THREE-PERSON STREET LIGHT CREW Capability This crew shall be equipped to perform the following tasks without additional equipment under normal circumstances: • Within secondary voltage environment fed by 240/120 V secondary network within enclosed spaces of vaults and rooms, in areas of vehicle traffic such as streets and intersections, and spot networks of 480/277 V secondary: o Construct, fabricate, maintain electrical facilities such as ■ Traffic Signals ■ Street Lights ■ Parking Lot and Area Lights Measurement Shall be measured by the hours worked at the fixed cost per hour. Payment The unit price shall be full compensation for all costs associated with the labor, equipment and tools required to perform the work. Crew makeup shall be: • Labor o Two (2)journey-level people with one (1) to be as lead / foreman o One (1) helper/apprentice/equipment operator • Equipment o line truck with equipment boom 0 1 Ton Flat Bed / Pickup / Foreman's vehicle • Tools per "Tooling of Crews" section of this contract shall be available to the crew: Normal tool requirement for the crew to include: o Hot Line Tools o Rigging tools, wire cutters, UG connection tools & equipment for up to 500 Cu o Testing tools for voltage, current, sequencing & phasing o Personal protective grounding & equipotential tools o Air Monitor(s), ventilation equipment, & enclosed space rescue equipment o Ladders • Safety Equipment, personnel protective equipment • Traffic control devices including cones and signs, and any other accessories required to perform the assigned work. ITEMS 9 THROUGH 27 - RATES FOR ADDITIONAL PERSONNEL AaPtPm *r.1%,2Q22 P4e220 Expectations These additional personnel shall be qualified fit for full duty with no work restrictions. Measurement Shall be measured by the hours worked at the fixed cost per hour. Payment The unit price shall be full compensation for all costs associated with the labor, equipment and tools required to perform the work of the designated line item. ITEMS 28 and 29 Item numbers 28 and 29 reserved for future use and not part of this contract. ITEMS 30 THROUGH 79 - RATES FOR ADDITIONAL EQUIPMENT Measurement Shall be measured by the hours used at the fixed cost per hour. Payment The unit price shall be full compensation for all costs associated with the equipment and tools required to perform the work of the designated line item. Regular Time The time that equipment is utilized during daily shift. This equipment shall be approved by the project manager or in their place the inspector. The time charged must match that recorded by the City of Port Angeles Inspector on the Daily Crew Inspection Report. City of Port Angeles will not pay for out of service a ui ment Standby Time, not to exceed 40 hours per week, for equipment that is held as Time available in the contractor shop site. This equipment must have been approved by the project manager prior to bringing into the contractor shop site. Mobilization Mobilization will be paid only on designated equipment (items 37a, 52a, 57a, 60a, 68a & 70a) when requested for less than one work week. Mobilization will not be paid when combination of use and standby time exceeds one work week. Mobilization to be bid as flat rate that includes mobilization and demobilization to and from the City of Port Angeles service area. Moving equipment within the service area does not qualify as a mobilization. ITEM 80 - ASPHALT GRINDING CREW Measurement Shall be measured by the square foot at the fixed cost per square foot. Payment The unit price shall be full compensation for all costs associated with the labor, equipment and tools required for grinding asphalt. Asphalt shall be ground into particles no larger than 1 '/2" and left in place for removal during the trenching operation. All grinding shall be at least 1" below asphalt, into the sub-grade. Additional Additional work considered incidental to this bid item includes leaving Work the site in a neat and clean condition, the ground material shall be placed in the trench line and wheel packed. Shall be capable of rin ing 18" to 36" widths. Traffic The contractor shall provide all traffic control devices (coning & CON-2022-49 Electrical Dock Crew Page 24 of 53 September 6, 2022 J - 27 Control I si na e per WSDOT and local requirements) ITEM 80A - ASPHALT GRINDING CREW MOBILIZATION Measurement Shall be a lump sum for each mobilization. Payment The lump sum price shall be allowed for mobilization of a crew when less than 1500 square feet of grinding is identified by City of Port Angeles. The 1500 square foot minimum may be identified in the form of multiple sites. ITEM 81 THROUGH 85 — HORIZONTAL DIRECTIONAL BORE Measurement Horizontal Directional Bore setup shall be a lump sum price. Conduit measurement shall be per lineal foot, complete and in place. Payment Horizontal Directional Bore Setup unit price shall be full compensation for all costs associated with the labor, materials, and equipment necessary for work site setup to horizontal directional bore. Costs shall include site preparation and mobilization/demobilization of the drilling rig at each work location. One setup fee will be allowed for all boreholes which occur at a single work site location. If the drilling rig is re-located to a new work site, an additional setup fee would be allowed. Conduit per foot unit price shall be full compensation for all costs associated with the labor, materials, and equipment, to include the drilling rig, necessary to horizontal directional bore as directed by City of Port Angeles personnel. Bores will be 2", 4 or 6" conduits. Crew makeup shall be: • Labor • Two (2)journey-level people with one (1) to be as lead / foreman • Two 2 ground-person ore ui ment operator Incidental Work considered incidental to this item includes hand Work digging/trenching to expose existing utility substructure, extending trench to a pedestal or pole and any other digging required for placement of the facilities/conduit. Standby Time, not to exceed 40 hours per week, for equipment that is held as Time available in the contractor shop site. This equipment must have been approved by the project manager prior to bringing into the contractor shop site. Traffic The contractor shall provide all traffic control devices (coning & Control si na e per WSDOT and local requirements). ITEMS 86 AND 87 - UNDERGROUND BORE/PUSH Measurement Bore Pit Prep and Restoration setup shall be a lump sum price. Septomkor.1"Q22 P4e221Q Payment The unit price shall be full compensation for all costs associated with the labor, materials, and equipment necessary for work site setup to excavate and restore the bore pit. Incidental Work incidental to this bid item shall include the placement of all City Work of Port Angeles furnished conduit necessary to extend to vault or pole, excavation and restoration of bore pits including asphalt/concrete removal and replacement, and for the complete restoration of landscape materials. All conduits must be proofed with a City of Port Angeles supplied mandrel, with a Port Angeles inspector present. m. TOOLING OF CREWS Crews that are provided per the contract(s) awarded as a result of this specification shall have all standard and appropriate tools and equipment to perform the work assigned safely. The following is listing of tools that are expected however it is not intended to be an all-inclusive list of tools that will be required to be available from the contractor to perform the work. • SWITCHING TOOLS o Load Break Tool (S&C Loadbuster or Equivalent) o Jumper Cables (Macs) of various lengths and sizes • HOT LINE TOOLS FOR 15KV DISTRIBUTION WORK o Assortment of Hot Sticks & Accessories to include: o Clamp-all Sticks, Switch sticks, & Hot Cutters o Adapters to perform standard line work tasks o Hoists, o Barriers, covers, and rubber blankets o Lifting Trees, temporary fiberglass extension arms, gins • WIRE CONNECTION TOOLS o Wedge Connector application tool with shells compatible with Burndy & AMP Wedge Connectors o Presses of all standard dies for making pressed connections • HIGH AND LOW VOLTAGE TEST EQUIPMENT o Phasing tool & Voltage Meters for 15kV overhead and underground, Amp meters, sequence Meter, Capacitor Tester • RIGGING EQUIPMENT o Hoists, straps, slings, blocks o Wire grips & cutters for copper (#6 thru 4/0) & aluminum conductors (#4 ACSR thru 556 AAC and ACSR), and steel guy wire (6M, 12M, & 25M plus 1" or less anchor rod) o Conductor Travelers for distribution and transmission conductors o Spider pulling line system or equivalent • UNDERGROUND CON-2022-49 Electrical Dock Crew Page 26 of 53 September 6, 2022 J - 29 o Vault and Lid lifting rigging o Hand tools not limited to conduit saws, shovels & sledge hammers o Cable grips, termination tools, & presses o Tent(s) / Shelters (Example Pelsue Pop-Ups) o Pipe & Pulling Dollies (min 18in Diameter) o Cable feed tubes & guides o Air Monitor(s), ventilation equipment, & enclosed space rescue equipment o Excavation Shoring & Shielding equipment • GROUNDING AND EQUIPOTENTIAL TOOLS AND DEVICES 0 4/0 Cu grounds of various lengths for transmission & substation 0 2/0 Cu grounding conductors of various lengths for distribution overhead o Pole Bands / chain binders o URD Grounding sets — 1/0 Cu with 200 Amp Load-break elbows and feed- thru bushings • GENERAL TOOLS o Chain Saws w/ oil & fuel o Shovels & Rakes o Ladders o Backfill compactors / tampers for pole holes and trenches n. QUALIFICATION OF CONTRACTORS Only contractors experienced in this type of work, and with a record of successful completion of jobs of similar scope, will be considered. • RECORD OF PRIOR CONTRACTS The Respondent must include with their submittal the "Contractor's Record of Prior Contracts" form included in the proposal pages of this specification. As outlined on the form, a summary of work that includes the requested information submitted on company letterhead would be acceptable in place of the form. o PREQUALIFICATION OF ELECTRICAL CONTRACTORS As required in the Revised Code of Washington (RCW) 35.92.350, electrical construction or improvement work for this project shall be performed by an electrical contractor on the MRSC roster for the City of Port Angeles. It shall be the duty of every Respondent to comply with the provisions of this Washington State Law and City of Port Angeles requirements for the use of the MRSC roster for electrical contractors for such work. The bid proposal items listed below as Qualified Line Contractor and Qualified Substation Contractor shall be the responsibility of a Pre-qualified Electrical Contractor approved on the MRSC roster for the City of Port Angeles. City of Port Angeles requires each Respondent to name a firm or firms on the "Proposal Pricing Sheet" that is identified on the MRSC roster Septomkor.1"Q22 P4e2730 for the City of Port Angeles at the time this bid solicitation is advertised. Pre-qualified electrical contractor(s) must be identified and may be the bidder itself, subcontractor(s), or a combination of both. Bids submitted without the named prequalified electrical contractor(s) shall be deemed non- responsive. To pre-qualify as an electrical contractor, register with the City of Port Angeles on the MRSC roster at the website below: hose//mrscrosterseor /busiinesses/busiiness-imeimbershii / • QUALIFIED LINE CONTRACTOR For this contract, in order to be considered qualified for line construction work (proposal line items 1-5) the contractor or a named sub-contractor must be pre- qualified for all work under the MRSC roster items below: Small Electrical and Works Communication Electrical Construction Small Electrical and Works Communication Electrical High Voltage Small Electrical and Works Communication Electrical Low Voltage Small Electrical and Works Communication Hi h Volta e Electrical Testing Small Electrical and Power line/pole Construction and Works Communication Relocation • QUALIFIED SUBSTATION CONTRACTOR For this contract, in order to be considered qualified for substation construction work (proposal line items 6-7) the contractor or a named sub-contractor must be pre-qualified for all work under the MRSC roster items below: Small Electrical and Works Communication Hi h Volta e Electrical Testing Small Electrical and Works Communication Electrical High Voltage Small Electrical and Works Communication Electrical Low Voltage Small Electrical and Works Communication Relay Co missioning and Maintenance Small Electrical and Works Communication SCADA Systems CON-2022-49 Electrical Dock Crew Page 28 of 53 September 6, 2022 J - 31 Small Electrical and Works Communication Transformer Maintenance and Repair • LINE CLEARANCE QUALIFICATION Contract crew foreman will be required to hold power system clearances when necessary. Training will be provided on City of Port Angeles clearance and tagging procedures. The contract employee who attends training for this purpose will receive the applicable per hour rate for actual training hours. 3. Project Coordination, Quality Controls, and Safety Arc Flash hazards and FR safety clothing requirements are included as an appendix in this contract. a. PROJECT COORDINATION • PERSONS TO BE CONTACTED A list of persons who may have to be contacted prior to or during progress of the work will be provided after award. • PROJECT MANAGER/LEAD A list of City of Port Angeles personnel assigned to manage this contract will be provided upon award. • PRE-CONSTRUCTION MEETING Pre-construction meetings will be held as required. • PERMITS The City will obtain the required right-of-way permits. • FIELD ENGINEERING o SURVEY REFERENCE POINTS The contractor shall protect survey control points prior to starting site work and preserve permanent reference points during construction. o A LOSS OR DAMAGE OF SURVEY REFERENCE POINTS Promptly report to the project manager the loss or destruction of any reference point or relocation required because of changes in grades or other reasons. A licensed surveyor as required and paid for by the contractor shall replace survey control damaged by the contractor. Septum or.1 Q22 P4e2�32 o LINES AND GRADES FOR LOCATION OF THE WORK ITEMS The project manager shall establish the lines and grades for location of the work items listed in the proposal, together with a suitable number of benchmarks adjacent to the work. Contractor's work shall conform to the horizontal and vertical controls unless deviations are obtained from the project manager. b. COORDINATION WITH OTHERS During construction, the contractor shall be responsible for coordinating his work with all agencies and contractors working within the project area. c. NOTIFICATION OF THE PROJECT MANAGER The contractor shall keep the project manager informed in advance of the times he intends to do work, in order that lines and grades may be furnished. All requests for the survey crew to be at the job site shall require at least four(4)days advance notice to the project manager. • RELOCATION OR ADJUSTMENT OF WORK The project manager may adjust or relocate any portion of the project to meet site requirements or to improve the project without additional compensation to the contractor, provided such adjustments do not represent appreciable costs for additional labor and materials as determined by the project manager. d. TOOLS AND MATERIALS • SPECIAL EQUIPMENT OR MATERIAL If the work to be performed requires equipment or materials not listed in the "Additional Equipment" Items 30 through 79 of the Proposal Sheets, and if requested by City of Port Angeles, the contractor shall submit a proposed price to City of Port Angeles prior to its use for review and approval. A list of equipment that may be available for utilization by City of Port Angeles during the contract term may be included with the bid submittal. o APPROVAL AUTHORITY City of Port Angeles shall determine what equipment or which subcontractor to be used. The contractor shall arrange for the additional equipment or materials. City of Port Angeles shall approve all requests for additional equipment and materials. • CITY FURNISHED MATERIAL INSTALLED BY CONTRACTOR All material received by the contractor shall become his responsibility and he shall be liable for any materials lost or damaged after receipt. CON-2022-49 Electrical Dock Crew Page 30 of 53 September 6, 2022 J - 33 e. ARCHAEOLOGICAL INVESTIGATION At the time this project is being performed, a certified State Archaeologist may be present to monitor ground-disturbing activities for the presence of cultural resources. f. Quality Controls • REFERENCE STANDARDS Reference to standards, specifications, manuals or codes of any technical society, organization, or association, or to the laws or regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest Standard Specification manual, code, or laws or regulations in effect at the time of opening of bids (or on the effective date of the agreement if there were no bids), except as may be otherwise specifically stated. However, no provision of any referenced standard, specification, manual, or code (whether or not specifically incorporated by reference in the contract documents) shall be effective to change the duties and responsibilities of City, contractor, or engineer, or employees from those set forth in the contract documents. • WORK SITE CONDITIONS The contractor shall be responsible for keeping the work site neat and clean debris from the street or sidewalks. Should the contractor fail to maintain the areas in a neat and orderly manner, City of Port Angeles will request that the Street Maintenance Division of the Public Works Department sweep, flush, or make appropriate steps to clean the area. All costs so incurred will be deducted from the contract payment. The contractor is responsible for all disposal costs. • INSPECTION, TESTING AND CERTIFICATION The City of Port Angeles construction inspector or their designee will be responsible for insuring that the contractor is complying with these specifications, including the referenced standards and work practices. After completion of the contractor's work the City of Port Angeles inspector will insure that the restoration of the property has been satisfactorily accomplished. All restoration work, including landscape materials and asphalt/concrete replacement (where specified), shall be completed with a period of three (3) weeks following the conclusion of the project work. Payment will be made upon complete satisfaction of the City of Port Angeles inspector. If the restoration is not completed within a timely manner, City of Port Angeles reserves the right to complete the work with either City personnel or a third party contractor and recover all costs within a reasonable time after presentment of an invoice to the contractor. Repetitive issues with meeting the inspection requirements of the contract may lead to termination of the contract. • PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS Septomkor.1"Q22 P4e3134 In addition to "Notification of Other Governmental Agencies and Utilities When Underground Work is Involved" and "Protection of Workers and Property" of the General Provisions: The contractor shall protect from damage the utilities and all other existing improvements not provided for in the Proposal or Special Provisions. The cost of labor, and materials required to protect or replace said items shall be incorporated into the bid submittal. The Utilities Notification System is available by calling 1-800-424-5555 (or 811). • WORKMANSHIP The contractor shall employ only competent, skillful, and orderly persons to do the work. If the project manager administering the contract shall notify the contractor in writing that any contract personnel is, in his/her opinion, incompetent, disorderly or otherwise unsatisfactory, the contractor shall forthwith discharge such persons from the work and shall not again employ him/her on this contract. Work shall conform to the highest industry standards. • DIFFERING SITE CONDITION/CHANGE ORDERS Differing site conditions shall be administered in accordance with the Reasonable Change Order Clause General Provisions. Change order forms are included as an appendix to this contract. o PROBLEMS WITH SUBSURFACE CONDITIONS The contractor shall promptly, and before conditions are disturbed, notify the project manager or his field representative of problems with subsurface conditions at the site, problems or conflicts in the plans or specifications or problems on constructability. o CLAIMS No claim by the contractor under this differing site condition shall be allowed except as agreed upon in writing with the project manager. g. SAFETY The contractor shall adhere to City of Port Angeles work practices at all times, exercise adequate precautions for the safety of all persons, including employees, in the performance of this contract and shall comply with all applicable provisions of federal, state, county and municipal safety laws and regulations, most notably WAC 296-45. The contractor shall be required to actively participate in all City of Port Angeles safety and material investigations of incidents involving the contractor that occur on City of Port Angeles property. Required protective equipment shall be provided by the contractor and worn at all times when an employee is at the job site. The contractor shall be aware of and remain compliant with the City of Port Angeles's work practice for Arc Flash Hazards, Distances and Clothing included as an Appendix to this contract. An updated document will be provided to the contractor upon any revisions to the work practice. The contractor will be expected to comply with the revised document. CON-2022-49 Electrical Dock Crew Page 32 of 53 September 6, 2022 J - 35 • SAFETY PLAN The contractor shall submit with their proposal a comprehensive safety plan that includes the following: 1. Names and contact information for supervisory and management staff concerning safety related issues. 2. A process for addressing safety issues brought to the attention of the contractor by City of Port Angeles. h. TRAFFIC REGULATION • TRAFFIC COORDINATION All traffic controls on this project shall adhere to WAC 296-155 and the latest edition of the"Manual on Uniform Traffic Control Devices."Adequate access shall be provided for local and emergency vehicular traffic through the project area at all times. o TRAFFIC CONTROL PLANS Traffic Control plans and permits are typically managed by City of Port Angeles. On an infrequent basis, City of Port Angeles may request the Contractor to obtain 3rd party approval for traffic control plans for the job assigned. Costs associated with obtaining this approval will be reimbursed to the Contractor by City of Port Angeles. For those jobs that do not require 3rd party approval of a traffic control plan the City of Port Angeles Work Practice standards shall be followed. • FLAGGERS City of Port Angeles will provide flagging personnel or may request that the contractor obtain qualified flaggers for the work assigned. Payment will be according to bid line item #24. o TIME SHEETS When contract provided flaggers are utilized, copies of the time cards will be required. City of Port Angeles will pay only for actual flagging time and will not pay for travel time to and from the job site. o CERTIFICATION All roadway flaggers supplied per this contract shall possess the following: 1. A State of Washington Traffic Control Flagger Card per WAC 296- 155-305 (6). 2. A valid State of Washington driver's license. 3. Proof of car insurance per RCW 46.29.460. • TRAFFIC SIGNS AND SIGNALS The contractor shall be responsible for all temporary signing or barricades placed at the job site to control traffic and protect the public from construction areas. Septomkor.1"Q22 P4e3330 o SUPPLY, PLACEMENT, AND MAINTENANCE OF ALL TRAFFIC CONTROLS The supply, placement, and maintenance of all traffic controls shall be the responsibility of the contractor and shall be in accordance with the WAC 296-155 and the latest edition of the "Manual on Uniform Traffic Control Devices." i. CONTRACTOR COMPLIANCE WITH SECURITY PROTECTION PROGRAM In compliance with Federal Reliability Standards, contractors, vendors and consultants who are granted cyber or physical access to a City of Port Angeles CIP access controlled facility, asset, or protected information are required to follow the guidelines and processes outlined in the City of Port Angeles CIP Cyber Security Policies. Upon issuance of a contract agreement the contractor will be provided the applicable City of Port Angeles security policies for review, and a Confidentiality and Non-Disclosure agreement for signature. If deemed necessary due to specific work duties, certain contract personnel may be required to submit to a background check and attend a specific security training course. Upon completion of the training course a policy acknowledgement signed by the contract personnel may be required. City of Port Angeles ATTACHMENT 2 Engineering Office CONTRACTOR'S PROPOSAL Public Works and Utilities Department CON-2022-49 Electrical Dock Crew Page 34 of 53 September 6, 2022 J - 37 City of Port Angeles ATTACHMENT 3 Engineering Office INSURANCE Public Works and Utilities Department INSURANCE REQUIREMENTS FOR CONSTRUCTION AND SERVICE CONTRACTS Insurance Term The Contractor shall procure and maintain insurance, as required in this Section, without interruption from commencement of the Contractor's work through the term of the Contract and for thirty (30)days after the Physical Completion date, unless otherwise indicated herein. No Limitation The Contractor's maintenance of insurance, its scope of coverage and limits as required herein shall not AaPtPmk*r.j%,2Q22 P4,?353A be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. Minimum Scope of Insurance The Contractor's required insurance shall be of the types and coverage as stated below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be at least as broad as Insurance Services Office (ISO)form CA 00 01. 2. Commercial General Liability insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products- completed operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit using ISO form CG 25 03 05 09 or an endorsement providing at least as broad coverage. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The City shall be named as an additional insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing at least as broad coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. Minimum Amounts of Insurance The Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of$1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate and $2,000,000 products-completed operations aggregate limit. City Full Availability of Contractor Limits If the Contractor maintains higher insurance limits than the minimums shown above,the City shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract or whether any certificate of insurance furnished to the City evidences limits of liability lower than those maintained by the Contractor. Other Insurance Provision The Contractor's Automobile Liability and Commercial General Liability insurance policies are to contain or be endorsed to contain that they shall be primary insurance as respect the City. Any insurance, self- insurance,or self-insured pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII. CON-2022-49 Electrical Dock Crew Page 36 of 53 September 6, 2022 J - 39 Verification of Coverage The Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsements, evidencing the insurance requirements of the Contractor before commencement of the work. Upon request by the City, the Contractor shall furnish certified copies of all required insurance policies, including endorsements, required in this Contract and evidence of all subcontractors' coverage. Subcontractors' Insurance The Contractor shall cause each and every Subcontractor to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that the City is an additional insured on each and every Subcontractor's Commercial General liability insurance policy using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Notice of Cancellation The Contractor shall provide the City and all Additional Insureds for this work with written notice of any policy cancellation within two business days of their receipt of such notice. Failure to Maintain Insurance Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days' notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Contractor from the City. ATTACHMENT 4 City of Port Angeles PERFORMANCE BOND, PAYMENT Engineering Office BOND & RETAINAGE Public Works and Utilities Department PERFORMANCE BOND to City of Port Angeles, WA Bond No. Septomkolral"Q22 P4e3AQ The City of Port Angeles, Washington, has awarded to (Principal), a contract for the construction of the project designated as: Project Name: Electrical Dock Crew Project No. CON-2022-49 in Port Angeles, Washington, and said Principal is required to furnish a bond for performance of all obligations under the Contract. The Principal, and (Surety), a corporation, organized under the laws of the State of and licensed to do business in the State of Washington as surety and named in the current list of"Surety Companies Acceptable in Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Dept., are jointly and severally held and firmly bound to the City of Port Angeles in the sum of US Dollars ($ )Total Contract Amount, subject to the provisions herein. This statutory performance bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors, or assigns shall well and faithfully perform all of the Principal's obligations under the Contract and fulfill all the terms and conditions of all duly authorized modifications, additions, and changes to said Contract that may hereafter be made, at the time and in the manner therein specified; and if such performance obligations have not been fulfilled, this bond shall remain in full force and effect. The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Contract, the specifications accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation on this bond, and waives notice of any change, extension of time, alteration or addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two (2)original counterparts and shall be signed by the parties' duly authorized officers. This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. PRINCIPAL SURETY Principal Signature Date Surety Signature Date Printed Name Printed Name Title Title Name, address, and telephone of local office/agent of Surety Company is: CON-2022-49 Electrical Dock Crew Page 38 of 53 September 6, 2022 J - 41 PAYMENT BOND to City of Port Angeles, WA Bond No. The City of Port Angeles, Washington, has awarded to (Principal), a contract for the construction of the project designated as: Project Name: Electrical Dock Crew Project No. CON-2022-49 in Port Angeles, Washington, and said Principal is required under the terms of that Contract to furnish a payment bond in accord with Title 39.08 Revised Code of Washington (RCW) and (where applicable) 60.28 RCW. The Principal, and (Surety), a corporation, organized under the laws of the State of and licensed to do business in the State of Washington as surety and named in the current list of"Surety Companies Acceptable in Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Dept., are jointly and severally held and firmly bound to the City of Port Angeles in the sum of US Dollars ($ )Total Contract Amount, subject to the provisions herein. This statutory payment bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors, or assigns shall pay all persons in accordance with Titles 60.28, 39.08, and 39.12 RCW including all workers, laborers, mechanics, subcontractors, and materialmen, and all persons who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work, and all taxes incurred on said Contract under Title 50 and 51 RCW and all taxes imposed on the Principal under Title 82 RCW; and if such payment obligations have not been fulfilled, this bond shall remain in force and effect. The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Contract, the specifications accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation on this bond, and waives notice of any change, extension of time, alteration or addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two (2)original counterparts, and shall be signed by the parties'duly authorized officers. This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. PRINCIPAL SURETY Principal Signature Date Surety Signature Date Printed Name Printed Name Title Title Name, address, and telephone of local office/agent of Surety Company is: AaPtPmk*lral%,2Q22 4enAR City of Port Angeles ATTACHMENT 5 Engineering Office FR CLOTHING PROCEDURES &ARC Public Works and Utilities Department FLASH EXPOSURE FIR Clothing Procedures 1. For all work on the City's electrical system, as a minimum, affected employees shall wear an FIR shirt, FIR work pants, hard hat, appropriate work gloves, safety footwear, safety glasses, and other personal protective equipment deemed necessary for the specific job. FIR rain gear and/or FIR jacket shall be worn over the FIR shirt at the discretion of the employee. FIR shirts, rain gear, vests, and jackets shall be rated 5 calorie/cm2 or higher. 2. While in the work area, FIR clothing shall be worn as an outermost garment with the sleeves fully rolled down and buttoned and the shirt,jacket, or rain gear buttoned or zipped up completely. 3. Affected employees are required to wear any other personal protective equipment as determined by the tailboard meeting or as specified elsewhere by regulation or policy, e.g. face shields, balaclava, protective hood, etc. 4. FIR clothing shall not be worn if it has holes, rips, or tears, has flammable materials on the surface of the clothing, or is in disrepair. 5. Insect repellents containing DEET and suntan lotion should be applied before putting FIR clothing on. DEET and some suntan lotions have been shown to reduce the FIR rating of clothing. CON-2022-49 Electrical Dock Crew Page 40 of 53 September 6, 2022 J - 43 ARC-FLASH EXPOSURE SUMMARY LINE-LINE DIST. OPEN SWGR MAD ARC FLASH INCIDENT FACE VOLTAGE XFMR AIR OR (in.) BOUNDARY ENERGY SHIELD SIZE PAD (inches) (cal/cm') REQUIRED (kVA) MT 67 kV - x 40 56.0 5.3 YES 12.47 kV - x 26 16.5 1.4 NO 12.47 kV - x 26 195.6 6.3 YES 208 V 75 x 7.0 0.2 NO 208 V 150 x 7.0 0.2 NO 208 V 300 x 9.2 0.2 NO 208 V 500 x 21.6 1.0 NO 480 V 75 x 13 6.9 0.2 NO 480 V 150 x 13 6.9 0.2 NO 480 V 300 x 13 6.9 0.2 NO 480 V 500 x 13 6.9 0.2 NO 480 V 750 x 13 70.1 7.0 YES 480 V 1000 x 13 66.1 6.3 YES 480 V 1500 x 13 123.2 17.6 YES 208 V 75 x 8.3 0.1 NO 208 V 150 x 8.3 0.1 NO 208 V 300 x 8.3 0.1 NO 208 V 500 x 20.1 0.9 NO 480 V 75 x 13 0.1 0.1 NO 480 V 150 x 13 0.1 0.1 NO 480 V 300 x 13 0.1 0.1 NO 480 V 500 x 13 0.1 0.1 NO *Avoid Contact 1. Shirts and pants shall be rated greater than the degree of flash hazard an employee is exposed to. 2. Rated face shields or hoods are required where the incident energy exceeds 4 cal/cm2. 3. Arc-rated hand protection is not required for energy less than 14 cal/cm2 if the employee is wearing heavy-duty all leather work gloves with a with a minimum material thickness of 0.03 inches. Gloves may be unlined or lined with non- flammable material. 4. Arc rated foot protection is not required if the employee is wearing heavy-duty work shoes or boots. AeptmbanI"022 P4eA4 City of Port Angeles ATTACHMENT 6 Engineering Office PAYMENT REQUEST& INVOICE Public Works and Utilities Department SAMPLE G,e(OF��f O(RTIJJJ////(lIl��`r CONTRACTOR'S APPLICATION FOR PAYMENT C/CORKS AND�. Page 1 of 2 PROJECT NAME: Electrical Dock Crew PROJECT NUMBER: CON-2022-49 TO: City of Port Angeles DATE: Public Works & Utilities Department 321 E 51h Street Port Angeles, WA 98362 CONTRACTOR: PAYMENT REQUEST NO. PERIOD From: to [end of period]: STATEMENT OF CONTRACT ACCOUNT 1 Original Contract Amount (Excluding Sales Tax) $ 2 Total Value of Approved Change Order No(s). (Excluding Sales Tax) $ 3 Adjusted Contract Amount[Line 1+ Line 2] $ 4 Total Retainage to be Withheld [5% of Line 3] $ 5 Value of Work Completed to Date (per attached breakdown) $ 6 Material Stored on Site (per attached breakdown and material receipts) $ 7 Subtotal [Line 5+ Line 6] $ 8 Sales Tax at 8.8% of Line 7], As Applicable $ 9 Retainage for Work Completed to Date [5% of Line 7] $ 10 Subtotal [Line 7+ Line 8 - Line 9] $ 11 Previous Retainage Withheld (Line 9 from previous payment application) $ 12 Total Previously Paid (Line 10 from previous payment application) $ 13 RETAINAGE TO BE WITHHELD FOR THIS PAYMENT [Line 9—Line 11] $ 14 AMOUNT TO BE RELEASED TO CONTRACTOR [Line 10 -Line12] $ WAIVER OF CLAIMS FOR EXTRA COST OR TIME: The undersigned Applicant waives and releases, up through the date hereof, any and all claims for costs or item extensions arising out of or relating to extra or changed work or delays or acceleration not specifically identified and reserved in the amounts identified below or previously acknowledged in writing by the City of Port Angeles. CERTIFICATE OF THE CONTRACTOR: I hereby certify that the work performed and the materials supplied through the ending period date noted above represent the actual value of accomplishment under the terms of the contract (and all authorized changes) between the Applicant and the City of Port Angeles, relating to the above referenced project, and that the remaining contract balance is sufficient to cover all costs of completing the work in accordance with the contract documents. ` ep'Eemiirer°�`, 2022 PageJZ�f45 Continued on Page CONTRACTOR'S APPLICATION FOR PAYMENT Page 2 of 2 1 also certify that all lower-tier payments, less applicable retention, have been made by the Applicant for the periods covered by previous payment(s) received by the Applicant to (1) all lower- tier subcontractors/ suppliers, and (2) for all materials, equipment and labor used or in connection with the performance of this contract. I further certify that I have complied with all federal, state and local tax laws, including Social Security laws and Unemployment Compensation laws and Workmen's Compensation laws, insofar as applicable to the performance of this work, and have paid all such taxes, premiums and/or assessments arising out of the performance of the work. I further certify that, to the best of my knowledge, information and belief, all work for which previous payment(s) have been received shall be free and clear of liens, claims, security interests and encumbrances in favor of the Contractor, subcontractors, material suppliers, or other persons or entities making a claim by reason of having provided labor, materials and equipment relating to the work. Within seven (7) days of receipt of the payment requested herein, all payments, less applicable retention, will be made through the period covered by this pay request to all my lower-tier subcontractors/suppliers and for all materials, equipment, labor, taxes and assessments arising out of the performance of all said lower-tire work. DATED: CONTRACTOR: SIGNATURE: PRINTED NAME AND TITLE: SUBSCRIBED AND SWORN to before me this day of 120 Notary Public in and for the State of residing at My appointment expires APPROVAL: Project Manager Date City Engineer Date 1g6212 e111W W1 I , LU22 PagJ3�f4 uuuumuum umu uuuuuuum uuuuuuuuu ul � Ifiiliiii uuum i � uuimimmi IIIIGIIIrii,sCIIIrit ( I t°)gio ] C e ( XYZ Company Company Address Invoice No. Performance Period — From: & To: Invoice Date DESCRIPTION HOURS RATE AMOUNT Four person Line crew— Overhead 8 $300.00 $2,400.00 Transm ission Four person Line crew — Overhead 8 $275.00 $2,200.00 Transmission - minus the Ground person (this hourly rate is less the current prevailing wage rate of$25.00 for a Ground person) Three person Civil crew — Underground 24 $250.00 $6,000.00 55 ft. maximum working height Manlift 16 $32.00 $512.00 (Bucket Truck) Wire Pulling Equipment (Reel trailer and 16 $14.00 $224.00 tensioner capable of 4/0 to 1,272 MCM AL) Flatbed Boom Truck (Capacity of 20,000 8 $15.00 $120.00 lb.) Subtotal $11,456.00 Sales Tax $1,008.12 8.8% TOTAL $12,464.12 REMIT PAYMENT TO: [Insert Address] TERMS: Net 30 days ` ep'Eem6ilrl 9 `, LV22 Page Q4,f4 City of Port Angeles ATTACHMENT 7 Engineering Office WEEKLY REPORTING FORM Public Works and Utilities Department DAILY CREW INSPECTION REPORT 2022 Date: o r'QRTq�cF Contractor: �� '" ////l//llllll(lirulfs Contractor's Foreman: COPA Inspector: Total Reg. Hours A Total OT Hours: KS��q,�� Service Order# Job Title: Approved: Approved: (Port Angeles Power/T&D/Inspector) (Contractor Foreman) Description Description REG OT **Augmented/Contracted Crews** ADD ***Add/Deduct Personnel*** DEDUCT 4 Person Line Crew-OH Transmission REG OT from Crew Makeup REG OT 4 Person Line Crew-OH Distribution Crew Foreman 3 Person Civil Crew- UG Lineman 4 Person Line Crew- UG Apprentice (HOT) 2 Person Line Crew- Services Apprentice (COLD) 2 Person Substation Crew Line Equip Operator 3 Person Substation Crew Groundperson 3 Person Network Crew Substation Operator Flagger USE STBY ***Additional Equipment*** USE STBY ***Additional Equipment*** Manlift 45' Digger Derrick- Distribution Manlift 55' Digger Derrick-Transmission Manlift 65' 1-Reel Cable/Wire Trailer Manlift 75' 3-Reel Cable/Wire Trailer Manlift 85' 4-Reel Cable/Wire Trailer Manlift 95' U.G. Hyd. Cable Pull Equip, Trailer Mounted Manlift 105' Conduit Rodder w/Min. of 800' rod Material Handler 55' Boom Truck, FB Material Handler 65' Street Sweeper Material Handler 75' Eductor/Vactor w/Operator Material Handler 85' Trailer, Tandem Axle, 18'to 20' Material Handler 95' Excavator, Mini,w/Trailer Material Handler 105' Backhoe w/Trailer, 14' D w/12"-36" Bucket Pickup Backhoe w/Trailer, 17'D w/12"-36" Bucket Flatbed 1-T Excavatorw/Trailer, 24'd w/42"-60" Bucket Pole Trailer Air Compressor w/60#Jack Hammer Dump Truck 6 Yd. Foundation Auger, 6-8' Dia.,w/Operator Dump Truck 10 Yd. Excavation Shielding Box, Min. 6' Sides ` ep'Eemiier°g, LV22 Page Q5�14 OH Wire Pull Equip: Trailer&Tensioner QTY ***RENTAL EQUIPMENT*** QTY ***MATERIALS*** Hr. Yd. Hr. Yd. Hr. Yd. Hr. Yd. DAILY CREW INSPECTION REPORT 2022 (CONT.) Weekday Inspector: SUN MON TUE WED THU FRI SAT Bore Footage: Construction Conditions Trench Footage: Weather BSunt/ Clear Overcast Rain Snow Date: Temp XX-32° 33°-50° 51°-70° 71°-85° 86°-XX° Wind Calm Moderate High BMP -------------------r---------------------- Humidity Low Moderate High Yes No NON CONFORMING MTERIALS OR WORK(Describe reason for non-conformance) FIELD PROBLEMS(Which could result in delay of claim (Either manpower or equipment)) SUMMARY OF CONSTRUCTION ACTIVITIES FOLLOW-UP INSPECTIONS OF PREVIOUSLY REPORTED DEFICIENCES 1g6212 e11,W W1I , LU22 Pagj6 fob ATTACHMENT 8 �OFPOf7Tq SERVICE ORDER & CHANGE ORDER FORMS �`j,,�,,,m�Ull��///���IIIJJJJJJJIIIIIII((Ir��s City of Port Angeles III Public Works Department 321 East 5t" Street / Port Angeles, WA 98362 ARKS ANo • - Contract No.&Title: Project Manager: Date Service Contractor: Prepared Order No. Service Order Title: Scope of Work/Justification: • CONTRACT AMOUNT 1. Maximum Total Contract Signing Date Contract Value 2. NTE Value of Indefinite Quantity Contract Expiration Date Work on Contract 3. NTE Value of work Completion Date for this on this Service I Service Order 4. Previous Service Orders Placed Against Indefinite ADMINISTRATIVE Quantity Work or Task 5. New Total Latest date allowed in Indefinite Quantity contract to complete a Work Placed Against Service Order Contract (Lines 3 + 4 above 6. Unobligated Does this Order Require the contract amount Contract to be Extended No remaining (Line 2— (Yes or No) line 5) OLYMPIC ELECTRIC COMPANY INC: CITY OF PORT ANGELES: Signature Signature Printed Name: Printed Name: Title: Title: Date: Date: ` ep'Eemiirer°�`, 2022 PageJ7�f�� C City of Port Angeles Public Works Department 321 East 51h Street/ Port Angeles, WA 98362 RKS ANti Contract No.&Title CONTRACTORDER Project Manager: Date Change Prime: Prepared Order No. Change Title: Change Scope/Justification: • 1 A A CONTRACT AMOUNT SCHEDULE Original Contract Original Substantial Completion Previous Change Previous Time Extension by Orders Change Order (days)* This Change Order Amount (including Suspension of Work (days) applicable taxes) New Contract Amount Change Order#1 Time Extension (days) New Substantial Completion OLYMPIC ELECTRIC COMPANY INC: CITY OF PORT ANGELES: Signature Signature Printed Name: Printed Name: Title: Title: Date: Date: This Change Proposal shall represent full and complete compensation and final settlement of all Claims for all (1)time; (2)direct, indirect, and overhead costs; (3)profit; and (4)costs or damages associated with delay, inconvenience, disruption of schedule, impact, ripple effect, loss of efficiency or productivity, acceleration of work, lost profits, and/or any other costs or damages related to any work either covered or affected by the Change Proposal, or related to the events giving rise to the Change Proposal. Cbepitember°9, LU22 PageJg�f�31 ATTACHMENT 9 AGREEMENT FOR USE OF CITY PROPERTY �OF pORTR/yG�. c;�.,eri„g f lfffffllJllllllll%lllll{Fs III' I (IIIIIIIIIII III"'� III"'� IIIIIIIIIII III"'�� IIIIIIIIIII IIIIIIIIIII RIGHT OF ENTRY & USE AGREEMENT \�y ARKS THIS AGREEMENT made effective the day of 2022, ("Effective Date") by and between the City of Port Angeles (herein referred to as "City") and (herein referred to as "Contractor") for the purpose of establishing Contractor's rights and obligations pertaining to Contractor's entry onto and use of real property owned and/or controlled by the City NOW, WHEREFORE, in consideration of the mutual benefits to be derived hereunder, the sufficiency of which is hereby acknowledged, the Parties agrees as follows: The City hereby grants Contractor, for the purposes and subject to the terms and conditions set forth herein, the temporary, non-exclusive and revocable right to enter and use the following described land(s) (hereinafter referred to as the "Premises") located in Port Angeles, Clallam County, State of Washington: Street Address: Port Angeles, WA Parcel No: THIS RIGHT-OF-ENTRY & USE AGREEMENT IS SUBJECT TO THE FOLLOWING TERMS AND CONDITIONS: a. Purpose: Contractor is entitled to temporarily enter and use the Premises for the sole purpose of staging and mobilization in connection with project work under Contract No. CON-2022-49, and specifically limited to: Check all that apply and add appropriate description: [] Parking of the following vehicles and/or job shack: [] Storage of the following equipment, materials and/or supplies: [ ] Other: ** NO OTHER USES OF THE PREMIESE IS PERMITTED ** b. Term: The term of this Agreement is days, commencing on the Effective Date and Terminating on . In no event shall entry or use under this Agreement extend beyond the termination of Contract No. CON-2022-49, which ever first occurs. The City may, in its sole discretion based on its operational needs or Contractor's breach of the terms and conditions hereunder, cancel and revoke this Agreement at any time upon 15 days prior written notice. 1 'ep'Eemiirer°�`1 LU22 PageJ92 f62 Surrender of the Premises: Contractor agrees that upon cancellation or at termination of this Agreement, Contractor will immediately vacate and deliver up the Premises to the City in a condition as good or better than that which existed upon the Effective Date, reasonable wear and tear by the elements excepted. c. Use Restrictions: (1) Contractor shall not use the Premises to park vehicles, store equipment and/or materials, or stage any work other than as strictly required for performance of work pursuant to Contract No. CON-2022-49. (2) Contractor agrees that its use and operations on the Premises shall not interfere with the operations of City business. The City retains full right to access, use and regulate the Premises at all times. The City may, in its sole discretion, immediately suspend Contractor's access and use hereunder in the event of such interference or any other violation of the terms and conditions of this Agreement. (3) Contractor shall not assign or sublet the rights and obligations set forth herein in whole or in part. d. Compliance with All Laws: Contractor agrees to ensure that its employees and agents at the Premises comply with all applicable laws, rules, and regulations of the City and of any other applicable federal, state, and local governmental authorities pertaining to the Premises. e. Site Protection and Security: Contractor acknowledges and agrees that it shall be solely responsible for the security of the Premises and for the protection and loss of all vehicles, equipment, materials and all other personal property located on the Premises pursuant to this Agreement during its Term. Contractor shall not to store any hazardous or toxic substances on the Premises. f. No City Liability for Use of the Premises and Indemnification: This Agreement is made by the City without any warranty, either express or implied, regarding the suitability or condition of the Premises. Contractor shall not hold the City liable on account of any defect or condition in any part of the Premises or on account of theft of, or damage to, the vehicles, equipment, or other property of the Contractor, its employees or agents. CONTRACTOR HEREBY AGREES TO INDEMNIFY AND HOLD HARMLESS THE CITY, ITS OFFICERS, EMPLOYEES AND AGENTS AGAINST AND FROM ANY AND ALL CLAIMS, DEMANDS, DAMAGES, LOSSES, AND LIABILITY RELATED TO OR ARISING IN ANY WAY IN CONNECTION WITH THE ENTRY AND USE RIGHTS GRANTED HEREUNDER. THIS PROVISION SHALL INCLUDE, BUT NOT BE LIMITED TO, ALL PERSONAL INJURY (INCLUDING DEATH) AND DAMAGE TO PROPERTY EXCEPT TO THE EXTENT CAUSED BY THE SOLE NEGLIGENCE OF THE CITY, ITS OFFICERS, EMPLOYEES OR AGENTS ACTING WITHIN THE SCOPE OF THEIR EMPLOYMENT. IN THIS REGARD, PERMITTEE HEREBY WAIVES IMMUNITY UNDER TITLE 51, RCW, INDUSTRIAL INSURANCE LAWS, AND ACKNOWLEDGES THAT SUCH WAIVER HAS BEEN MUTUALLY NEGOTIATED. g. Damage/fines: If any action of Contractor, its employees or agents, in the exercise of this Agreement results in damage to the Premises or a spill of hazardous or toxic substances, Contractor agrees, to the fullest extent allowed by law, to reimburse the City for the cost of repair, the cleanup costs, and any other fees, fines, and penalties (civil and criminal) imposed on the City as a result thereof. This provision is without prejudice to any rights the City may have to make a claim under applicable laws. h. Enforcement: In the event of a lawsuit involving this Agreement, jurisdiction and venue are proper only in the pGState of Washington, Clallam County Superior Court. Washington State Law 1g6212 e111W W1 I , LU22 PageJ'�fd shall govern. If any covenant or provision of this Agreement is adjudged void, such adjudication will not affect the validity, obligation, or performance of any other covenant or provision, or part thereof. This document contains the entire agreement between the parties and no statement, promise, representation, inducement, or agreement made by the City or its employees. IN WITNESS WHEREOF, the Parties hereto have mutually agreed upon the terms and conditions of this instrument, represent and warrant their respective legal authority to sign it on behalf of the entity identified, and have caused it to be executed on the last date affixed below: OLYMPIC ELECTRIC COMPANY INC CITY OF PORT ANGELES By: By: City Manager Printed Name: Date: Title: Date: Approved as to Form: City Attorney '96.. d"A6 r°�`, LU22 PageJ 1-f!34 ATTACHMENT 10 AGREEMENT FOR USE OF CITY OF pORTgNc PROPERTY IIII°°°IIII°°° 1114°° Illh° """IIII""" IIII IIIIIIIIIIIIII!IIII IIIIIIIIIIIIII! ii " IIII'° Illllllllllllli Illll i IIII Illll i IIII IIII IIII'°°°' IIII'° IIIII ! IIII'°°°° IIII IIII IIIII !Illh°°°�IIII IIII IIIII ARKS Af b THIS AGREEMENT made effective the day of 2022, ("Effective Date") by and between the City of Port Angeles (herein referred to as "City") and (herein referred to as "Contractor") sets forth the terms and conditions for limited use of City vehicle(s) by Contractor and Contractor's employees in connection to Contactor's performance of Electric Dock Crew Contract No. CON-2022-49 (hereinafter "Contract"). In consideration of the mutual benefits to be derived hereunder, the sufficiency of which is hereby acknowledged, the Parties agree as follows: Pursuant to Section 3 Request for Proposals CON-2022-49, which is fully incorporated into and a part of the Contract, the City agrees to allow the Contractor to use one or more City vehicle for staging of vehicle, equipment, and/or material. Vehicle Description VIN Employee Name Driver's License# Title ------------------------------------------------------------------------------------------------------------ Vehicle Description VIN Employee Name Driver's License# Title ------------------------------------------------------------------------------------------------------------ Contractor shall not assign its rights hereunder or otherwise permit, at any time or under any circumstances, anyone other than the Contractor identified above to use the vehicle assigned. VEHICLE USE IS SUBJECT TO THE FOLLOWING TERMS AND CONDITIONS: A. Purpose: The above described vehicle(s) shall be used by the above identified Contractor employee(s) solely in connection with performance of duties assigned under the Contract. Any and all other use is strictly prohibited and shall be deemed a material default under the Contract entitling the City to terminate the Contract and recover from Contractor all damages 1 'ep'Eemiirer°99 LU22 PageJ2 ��f6 arising in connection with such unauthorized use. The City reserves the right to terminate vehicle use rights for any reason at any time. B. Term: The term of this Agreement is days, commencing on the Effective Date and terminating on . In no event shall use of City vehicle under this Agreement extend beyond the termination of the Contract, which ever shall first occur. The City may, in its sole discretion or upon breach of the terms and conditions hereunder, immediately terminate this Agreement and/or revoke vehicle use rights hereunder. C. Surrender of Vehicle: Contractor agrees that upon termination of this Agreement or revocation of vehicle use rights hereunder, Contractor shall immediately vacate vehicle in a condition as good or better than that which existed upon the Effective Date, reasonable wear and tear excepted. Contractor shall be liable for any and all damages to the vehicle arising from or related to Contractor employee use thereof. D. Compliance with All Laws: Contractor shall have sole responsibility for, and expressly agrees, to monitor its employee(s) use of the vehicle and ensure that said employees comply with all federal, state, and local laws, rules, and regulations applicable to the use of said vehicle. E. Vehicle Protection and Security: Contractor acknowledges and agrees that it shall be solely responsible for the condition and security of the subject vehicle, vehicle, material, and equipment stored on vehicle during the Term and that it shall have sole liability for all loss of and/or damage to said vehicle(s), material(s), and equipment that occurs during said Term. F. No City Liability for Use of Vehicle This Agreement is made by the City without any warranty, either express or implied, regarding the suitability or condition of the subject vehicle. Contractor shall not hold the City liable on account of any defect or condition of the vehicle(s), material(s), and equipment. Fines and Penalties: Contractor shall be solely responsible for and shall promptly pay all fines, penalties (civil and criminal), fees and costs that may be imposed as the result of its employee's use of the subject vehicle. This provision is without prejudice to any rights the City may have to make a claim under applicable laws. IN WITNESS WHEREOF, the Parties hereto have mutually agreed upon the terms and conditions of this instrument, represent and warrant their respective legal authority to sign it on behalf of the entity identified, and have caused it to be executed on the last date affixed below: OLYMPIC ELECTRIC COMPANY INC CITY OF PORT ANGELES By: By: City Manager Printed Name: Date: Title: Date: Approved as to Form: City Attorney 1 'ep'Eemiirer°�`, LU22 PageJ3-fd'6 0"Aympic Electric Company ............................. ELECTRIC i I I Proudly Serving the Pacific Northwest PROPOSAL Electrical Dock Crew CON-2022-49 Proposals Due:. Thursday, August 4th, 2022 by 2:00 p.m. City of Port Angeles Department of Public Works - Engineering Attn:Jack Nieborsky P.E., Electrical Engineer 321 E Sth Street Port Angeles, WA 98362 JnieborskyC@cityofpa.us September 6, 2022 J - 57 TABLE OF CONTENTS Preparation and Submittal ELECTRICAL DOCK CREW: CON-2022-49 1. Proposal Forms (Section 7 of RFP) 2. Cost Proposal Forms (Section 8 of RFP) 3. Response to Scope of Work a. Exceptions requested 4. Qualifications a. Mission Statement b. Key Personnel c. Past/Present Projects 5. References/Testimonials 6. Addendums have been acknowledged 7. Bond-ability Letter 8. Certificate of Registration in compliance with 18.27 RCW a. Washington State b. Labor& Industries September 6, 2022 J - 58 1. PROPOSAL FORMS (Section 7 of RFP) Electrical Dock Crew CON-2022-49 September 6, 2022 1 - 59 SECTION 7 PROPOSAL FORMS (page 1 of 6) This form must be signed by a person authorized to mare proposals and enter into contract negotiations on behalf of your company. Failure to submit this form will result in your proposal being deemed non- responsive. OLYMPIC ELECTRIC CO. INC. 4230 S Tumwater Truck Route Company Name Address Port Angeles, WA 98363 360 457-5303 City, State, Zip Phone Number kenn f ,ol m icelectric.net Email Address OLYMPEC285D 1 Contractor's Registration# 600-265-927 Contractor's UBI# 374-998-00 WA State Industrial Insurance. # 431732-00-2 WA State Employment Security Dept. # The Contractor hereby acknowledges that it has received Addenda No(s), N/A Enter`°N/K if none were issued), to this Request for Proposal package. Signed ery KENNY FREDRICKSON Printed Name PRESIDENT Title 08/02/2022 Date Contra �N6.temg@I'4b, 2022 1 _ 6(Vage 34 SECTION 7 continues PROPOSAL FORMS (page 2 of 6) CON-2022-49 Prepared in compliance with RCW 39.30.060 as amended Must Be Submitted with and at the same time as the Bid Proposal package Project Name: Electrical Dock Crew Project No.: CCi -2022-49 NameofBidder: OLYMPIC ELECTRIC CO. INC. For Projects estimated to cost one million dollars ($1,000,000) or more, each Bidder shall list subcontractors for the following categories of work: • heating,ventilating, and air condition; • plumbing(RCW 18.106) • electrical (RCW 19.28) or shall note that Bidder will self-perform the work,or state that there is no such work on the Project. Do not list more than one subcontractor for each category, unless subcontractors vary with bid additives or alternates, in which case the Bidder must indicate which subcontractor will be used for which additive or alternate. If Bidder is to perform such work itself, so state. Failure to submit names of subcontractors, or of Bidder to name itself,will render the bid void. The successful Bidder must have the written permission of the Contracting Agency to make any change to this list. Percent of total bid to be performed by Contractor's own forces 100 Subcontractor Name Work to be performed Subcontractor Name Work to be performed Subcontractor Name Work to be performed Subcontractor Name Work to be performed Contragep'tem�°er469 2022 J - 6.�age 35 SECTION 7 continues PROPOSAL FORMS (page 3 of 6) CON-2022-49 m r NON-COLLUSION AFFIDAVIT AVIT STATE OF WASHINGTON } COUNTY OF Clallam ) The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding;and that said bidder has not in any manner sought by collusion to secure to him/her self an advantage over any other bidder or bidders. Signature of Bidder/Contractor Subscribed and sworn to before me this 02 day of August , 20 22 Publ` in UBLIC N nd It h STATE OF WASHINGTON Maureen F. o ison state of Washington My Commission 1,2025 Residing at Sequim Commission numbw b 190411 My Comm. Exp.: Contract No. CON-2022-49 Page 36 September 6, 2022 J - 62 11 Bond No. LSM1032941 SECTION 7 continues PROPOSAL FORMS (page 4 of 6) ELECTRICAL DOCK CREW CON-2022-49 BID SECURITY TRANSMITTAL FORM (pages 1 of 2) Herewith find an executed Bid Bond or a deposit in the form of a cashier's check, postal money order or other security in lieu of a bid bond in the amount of$ which amount is not less than five (5%) percent of the total bid. SIGN HERE BID BOND KNOW ALL MEN BY THESE PRESENTS: Olympic Electric Contractors Bonding and That we,Company, Inc. as Principal and Insurance Company as Surety, are held and firmly bound unto the CITY OF PORT ANGELES as Obligee, in the penal sum of Five 5% of Total Amount Bid Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for: Project Title: Electrical Dock Crew Project NO.: CON-2022-49 according to the terms of the bid made by the Principal, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said bid and award and shall give bond for the faithful performance thereof,with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the advertisement for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. IGNED, SEALED AND DATED THIS 4th day of August , 20 22 Olympic iectric Cornpany Inc. x � l 'pal Con ctors M Callis Insurance and Insurance Company r x aRu Ilflll FA',vn' Surety (A y Callis,Attorney In Fact) s,"NX00 a Agent ° p v •n4 9025 N. Lindbergh Dr. "" G ® rfi 180' Last 1 st Street, Suite 3 •w Peoria, IL 61615 •. Port Angeles WA 98362 Surety address k eddress °'"ar,rarrcra rre.aznre" Mark Harbak 206-628-7224 Andy Callis 360-452-2314 Surety Contact and Phone Number Agent Contact and Phone Number Dated: Received return of deposit in the sum of$ contgepitembf ; 2022 J _ 62rage 37 SECTION 7 continues PROPOSAL FORMS (page 5 of 6) BID SECURITY TRANSMITTAL FORM (pages 2 of 2) Project Title:Etectdcal Dock Crew Project Number:COPS-2022.4 BIDDER: LCIL The undersigned, hereinafter called the bidder, declares that the only person(s)interested in this bid are those named herein;that the bid is in all respects fair and without fraud; and that it is made without any connection or collusion with any other person making a bid on this project. The bidder further declares that it has carefully examined the plan,specifications, and contract documents, hereinafter referred to as the Project Manual,for the construction of the proposed project improvement(s);that it has personally inspected the site(s); that it has satisfied itself as to the types and quantities of materials,the types of equipment,the conditions of the work involved, including the fact that the description of and the quantities of work and materials,the types of equipment,the conditions of and the work involved as included herein, are brief and are intended only to indicate the general nature of the work and to identify the said quantities with the corresponding requirements of the Project Manual; and that this bid is made in accordance with the provisions and the terms of the Contract included in the Project Manual. The bidder further agrees that it has exercised its own judgment regarding the interpretation of surface information and has utilized all data which it believes is pertinent from the City Engineer, hereinafter also referred to as the City or Owner, and such other source of information as it determined necessary in arriving at its conclusion. If the bidder is awarded a construction contract on this bid, the name and address of the surety who will provide the performance bond is: Amy e4LLS5 CAUT S -!A-V# 4V106 Surety Agent 1625 A. t-01066-w Dr. 302 GAZT 12' 5T2EET Su.TE 3 Surety address PEPIL_IC 4,T L (ol(01$ Agent Address FokT AnaELZ5, EJA W&I NCK Mke* lob -77-49 AAAY eAUA36 - a Surety Contact and Phone Number Agent Contact and Phone Number Contract No.CON-2022-49 Page 38 September 6, 2022 J - 64 SECTION 7 continues PROPOSAL FORMS (page 6 of 6) Certification of Compliance � w with Wage Payment Statutes The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date, lbid solicitation datej, the bidder is not a "willful" violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Olympic Electric Co. Inc. Bidder's Business Name Signaturt4of Authorized Official* Kenny Fredrickson Printed Name President Title 08/02/2022 Port Angeles WA Date City State Check One: Sole Proprietorship ❑ Partnership ❑ Joint Venture ❑ Corporation NK State of Incorporation, or if not a corporation, State where business entity was formed;. Washington If a co-partnership, give firm name under which business is transacted:. *If a corporation, proposal must be executed in the corporate name by the president or vice-president(or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner. Contra5te0tceOr �c r b� 2022 1 - 65Page 39 POWER OF ATTORNEY Contractors Bonding and Insurance Company 9025 N.Lindbergh Dr. Peoria,IL 61615 Phone: 800-645-2402 Bond No. LSM1032941 Know All Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed,but may be detached by the approving officer if desired. That the Contracts rs Bonding and Insurance Company .,a corporation organized and existing under the laws of the State of Illinois , and authorized and licensed to do business in all states and the District of Columbia does hereby make, constitute and appoint: Andy Callis in the City of Port Angeles State of WashinQ.ton , as it's true and lawful Agent and Attorney In Fact , with full power and authority hereby conferred upon him/her to sign, execute, acknowledge and deliver for and on its behalf as Surety, specifically for the following described bond. Principal: Otympicw_Electric Company,Inc..W_ Obligee: City of Port Angeles.. Bond Amount: m._5°� of Total Am_Q�A_Rld--------------- ............................................................................................... The acknowledgement and execution of such bond by the said Attorney in Fact shall be as binding upon the Company as if such bond had been executed and acknowledged by the regularly elected officers of the Company. The Contractors Bonding and Insurance Company further certifies that the following is a true and exact copy of a Resolution adopted by the Board of Directors of Contractors Bonding and Insuranc C ,,ompan,y and now in force to-wit: �.�.........mm, m., ----------------------------------------------------. _ ....... ........... All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary,Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President,any Vice President,Secretary,any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF,the Contractors Bondin anal Insurance Company has caused these presents to be executed by its Vice President with its corporate seal affixed this 4th day of August 2022 a to p Contractors Bonding and Insurance Company . SEAL ,, By: �- State of Illinois 10, 0 Barton W.Davis Vice President SS �LLpN015 �MdAPd Vp FM to N514XV°%kw County of Peoria CERTIFICATE On this 1113 day of'_AUZU;q 2 d duly s aaraa,lsa aas>viealged that lie signed 11tc above llaorver c 11 otbeing by me I,the undersigned ntraetors Bondingand Insurance Com;an r Barton W 7 ava Y ore me, a tsar P la he do herebycertify that the attached Power of Attorney is m full force 7c,r�oaaaii�� appeared aforesaid officer of the Contractors Bondingara l Insurance Company fi Y e and effect and is irrevocable; and furthermore, that the Resolution of and acknowledged said instrument to be the voluntary act and deed of said the Company as set forth in the Power of Attorney,is now in force. In corporation. testimony whereof,I have hereunto set my hand and the seal of the Contractors Bonding and Insurance Company 'A ooj�t-,� .n/1 V this 4th day of' AIIIt1S1 2022 - y Catherine D.Glover Notary Public Contractors Bonding and Insurance Company Q4k io c'aTn RNE o.GLOVER . By: �C' OFFI'A-aM Jeffrey MWUP V Corporate Secretary rom�r ahoy pwl-moo twa Y tAkparr4 A0006221 SUBS BID September 6, 2022 J - 66 2. COST PROPOSAL FORMS (Section 8 of RFP) Electrical Dock Crew CON-2022-49 September 6, 2022 J - 67 SECTION 8 COST PROPOSAL FORMS CON-2022-49 ls'l'L0PQP--1111111111-1--lAlll..Ill'PIIIiC°IIIIPt' PIII°°IIIIIIIIL III LINE ITEM DESCRIPTIONS,OVERTIME,AND STORM DEFINED IN SCOPE OF WORK SECTION OF THIS CONTRACT Extended Price Item -e . OVERTIME STORM HOURSPer Hour Per Hour (Regular Time X # Crew Rates Per Hour CREW (11 Year) la Four-person Line Crew— PdnPP�pPP • Four-person Line Crew— $P2 .2 2080 $ tD .tUt� 1602C u.iC $ �,P.PP, 'PP.t➢P Monthl Rate Total for Announcing at Bid Opening Total • • Taxtl, i.Q 44?,ku.l'47i (Actual tax will be based upon location of the work) Percent to be added to each invoice for rental items the contractor may need to rent, such as Percent Added to invoice:. Tract Hoe, concrete saw, mechanical tamping equipment, equipment and personnel, crane operator, etc. Percent to be added to each invoice for material items purchased by the contractor such as Percent Added to invoice: • crushed rock, pea gravel, concrete, etc. �° Contract No.CON-2022-49 Page 40 September 6, 2022 J - 68 PRO110SAL ADDIT1014AL AB011 IIAIIS ................­­­­.­­­,............­, ,­,­­­­­­...................... ITEMS 2a THROUGH 87 ARE OPTIONAL EXTRA SERVICES BIDDER MAY PROVIDE AS PART OF THE PROPOSAL a rs r I WeTiT 10:r-M-TeTo MM M • Four-person Line Crew- $795.00 $ 1325 00 $ 1 325M Overhead Transmission • Four-person Line Crew- $700.00 $ $ Overhead Distribution Three-person Civil Crew- $47 5 00 $837.00 $837.00 Underground Four-person Line Crew- $635.00 $10515.00 $1055.00 Underground Two-person Line Crew- $350.00 $600 00 $600.00 Services • Two-person Substation Crew $390.00 $645.00 $645 00 Three-person Substation Crew $495.00 1 $755.00 $755 00 Three Person Street Light $4.70.00 $735.00 $735,.00 Crew I I • Lead Line Electrician- Foreman $135.50 $270.00 $270.00 • Line Electrician-Lineman $122.00 $144M $144.00 Apprentice Line Electrician- Hot $ 105.00 $160.00 $160.00 Apprentice Line Electrician $8 k13 00 $ 196.00 $ 196.00 Ground-Person/Helper $ 80.00 $ 160.00 Line Equipment Operator $105.00 $ 10.0 0 $2 10 00 Heavy Line Equipment Operator $122 00 $ 144M $144.00 Lead Wire Electrician- Foreman $135.50 $270.00 $270.00 Wire Electrician-Wireman $122 .00 $244 0('.) $244.00 Apprentice Wire Electrician $100 00 $200.00 $200.00 • Substation Construction $135.50 $270 00 Inspector • Meter Technician $ 122.00 $122.00 Contra&"tgMh*Lr_&, 2022 J - 69page 41 21 Relay Technician $ 142.50 $14.2.50 22 Communication Technician $122.00 $122.00 23 Senior Communication $ 135.50 $ 135 50 Technician 24 Flagger- Not to include travel $80.00 $ 160.00 time (Section 8.02.2) 25 Metallic Line and Magnetic $ 13550 $135.50 Detection . 26 Non-Metallic Line Detection $ 135 50 $135,.50 GPR (Ground Penetrating 27 Radar) Subsurface Utility $200.00 $400.00 Scanning 28 Number reserved for future use $ ------------- $ 29 Number reserved for future use $ ---------------- $ ContrjS"teV*gt,_,fi, 2022 J - 70Page 42 )ROF)OSAL...........���X���)DITI PI L 11INAE114T a. .............................................................1 45 ft. maximum working height Manlift(Bucket Truck) $55.00 $5 5,,0 55 ft. maximum working height Manlift (Bucket Truck) $55 00 $ 55.00 65 ft. maximum working height Manlift (Bucket Truck) $65,00 $65.00 75 ft. maximum working height Manlift (Bucket Truck) $75 00 $7 5,.0 0 85 ft. maximum working height Manlift (Bucket Truck) $85.00 $ 85.00 95 ft. maximum working height Manlift(Bucket Truck) $85.00 $ 85.00 105 ft. maximum working height Manlift(Bucket Truck) $85.00 $85 00 Off-Road (all terrain) 75 ft. maximum working height Manlift $ 120.00 $ 120,M (Bucket Truck) I Mobilization of Off-Road (all terrain) 75 ft. max working Per occurrence flat rate height Manlift (Bucket Truck) $ 4000 00 55 ft. maximum working height Material Handler $ 55 00 $55,00 • 65 ft. maximum working height Material Handler $ 65 00 $ 65.00 75 ft. maximum working height Material Handler $ 75 00 $ "75,.00 85 ft. maximum working height Material Handler $ 85.00 $ 315.00 95 ft. maximum working height Material Handler $ 85 00 $ (35.0() 105 ft. maximum working height Material Handler $ 815.00 $85.00 Pickup $20.00 $ 20M 1-Ton Flat-Bed Truck $ 27.50 $ 27,5('.) • Pole Trailer(35 foot to 45 foot) $ 15 00 $1 5M Pole Trailer(50 foot to 95 foot) $ 20 00 $ 20.00 Dump Truck (6 yards) $ 160.00 $ 160,00 Dump Truck (110 yards) $ 160.00 $ 160,,00 • Wire Pulling Equipment (Reel trailer and tensioner capable of 4/0 to 1,272 MCM AL) $ 55 00 $ 55,00 ContraA*p.tMhff_4Q, 2022 J - 7 10age 43 Digger Derek for Distribution Poles $ 55,, 0 $ 55.00 Digger Derek for Transmission Poles 75.00 ' '5. Off-Road (all terrain) Derek (Digger attachment 00 preffered) capable of setting 90ft class H2 poles $ 112� " $ )° Mobilization of Off-Road (all terrain) Derek (Digger Per occurrence flat rate attachment preffered) capable of setting 90ft class H2 fir poles $ '7000.00 1 reel Cable/Wire trailer $ 1 $ 15.00 3 reel Cable trailer $ 20,.00 $ 20.00 4 reel Cable trailer $ 25.00 $ 25.00 • Hydraulic Cable Pulling Equipment-Trailer Mounted $ 55,,,0 $ 55.00 Conduit Rodder with Minimum of 800 ft. of steel rod $ 55,,00 $ 55„,00 Mobilization of Conduit Rodder with Min. of 800 ft. of Per occurrence flat rate steel rod. $ Flat-bed Boom Truck (Capacity of 20,000 lb.) $ 75,,00 $ "7 01 • Street Sweeper $ 35,00 $ 35,00 • EductorNactor Truck $ 195.00 $ °1 5 00 •�. Mobilization of Eductor/ actor Truck Per occurrence flat rate2 5 00.00 • EductorNactor Trailer $ 55.00 $ 55.00 • Trailer— 18' to 20', tandem axel $ 25.00 $ • Hi-Level mobile sign board (traffic control) $ 45 0 $ 45 00 Mini Excavator w/trailer(8' depth—for restricted access . such as back lot line) $ rm $ 3 �,,, • Backhoe w/trailer(14' depth w/ 12"-36" bucket) $ 65.00 $ 65.00 •• Compactor plate and pavement breaker $ ContraSeptembar-69 2022 1 - 72Page 44 • • • • • • • Backhoe w/trailer(17' depth w/ 12"-36" bucket) $ Ei5.00 $ 85 00 •: Excavator w/trailer(24' depth w/42"-60" bucket) $ 120.00 $ 120,.00 Mobilization of Excavator w/trailer (24' depth w/42"-60" Per occurrence flat rate bucket) with attachments. 5500.00 Air Compressor with 60 lb. Pneumatic Pavement Breaker(Jackhammer) $ 5.0 $ 5. Foundation Auger 6 to 8 ft. diameter $ 350.00 $ 350.00 Mobilization of Foundation Auger 6 to 8 ft. dia. Per occurrence flat rate $ ,00 Excavation Shielding Box (Min 8 feet sides) $ 20.00 $ 20.00 Overhead Wire Puller $ 45,.00 $ 45.00 0 Morgan Re-Wind Machine $ 75.0 $ 75.00 Trencher $ m . $ 1 ()m Steel Plate/Swamp Mat, capable of handling vehicular _. . traffic $ 15 $ 15.00 • Tractor with lowboy trailer $ 245.00 $ 245.00 Asphalt and Concrete Saw $ 15 00 $ 15 00 Rock Saw $ 225,00 $ 225.00 Standard Set of Highway Signs per MUTCD— (2) °Flagger Ahead"; (2) "Road Work Ahead"; (2) "Be $ Prepared to Stop" & (2) 1 ane Clnsed Ahead" Total of 10.00 Eight (8) Regulation Signs. Contra"ptgWh0lr_*, 2022 J - page 45 IIII° ' 114 t° Ilf III' IIII 'T �� IIIIIIII �"��� � o Asphalt Grinding Crew square foot $ 31g:5.0 �. q p g p lump sum $ Mobilization of Asphalt Grinding Crew—for projects less than 1500 s ft ()()'°(')(`) Horizontal Directional Bore Setup lump sum $ a) 2" Conduit* lineal foot $ b) 4" Conduit* lineal foot $ d) 6" Conduit* lineal foot $ e) Directional Drilling Rig Standby time (Equipment operational time to be included in ep r hour $ line items 82-84) Bore Pit Prep and Restoration Setup— Unpaved Surface lump sum $ Bore Pit Prep and Restoration Setup—Paved Surface lump sum $ *Shall be UL listed SDR 13.5 smoothwall flexible HDPE conduit manufactured to industry standards for power applications. Contr emtmw-J% 2022 J - 74Page 46 3. Response to Scope of Work a. Exceptions Requested (Escalator) Electrical Dock Crew CON-2022-49 September 6, 2022 J - 75 (DLYMPIC E�LECTRIC P. (360)457-5303 RE.Ui uEtaroors No �OMPANY, 1 C■ F. (360)452-3498 DESIGN ®CONSTRUCTION ®SERVICE ELECTRICAL CONTRACTORS SINCE 1946 4230 TUMWAT - POT ANGLES,WA 98363 RESPONSE TO SCOPE OF WORK For the purposes of 1a and 1b as it pertains to the RFP Electrical Dock Crew CON-2022-49 the crew and equipment structure will be as follows: 1-55'distribution bucket, 1 distribution line truck,foreman truck and 4 qualified personnel. ESCALATOR. Upon renewal of the contract an escalator of 5.9%will be applied to all bid items in section 8 Cost Proposal Forms CON-2022-49. If at anytime during the course of this contract the wage increase of MEW employees,as outlined in the agreement between NECA and the IBEW local 77, is greater than the escalator then the percentage wage increase will be applied in lieu of said escalator at the time the wage increase comes into effect. September 6, 2022 J - 76 4. QUALIFICATIONS a. Mission Statement b. Key Personnel c. Past/ Present Projects Electrical Dock Crew CON-2022-49 September 6, 2022 J - 77 �nN E�LECTRIC P. (360)457-5303 REGI T Rti'DON NO 011WAPEC205D I (�CIIMPANY, INC. F. (360)452-3498 DESIGN •CONSTRUCTION •SERVICE ELECTRICAL CONTRACTORS SINCE 1946 4230TUMWATER • PORT ANGELES, WA98363 MISSION: Commercial and Industrial Electrical, High Voltage Electrical, Powerline Construction, Substation Construction and Highway/Roadway lighting and Signals OFFICERS: President— Kenneth Fredrickson Vice President— Derrick Halsey Secretary/Administrator— Mike Rutten YEARS IN BUSINESS: I.B.E.W. Union Contractor Since 1946 PRINICPAL BANK: First Federal bank, Port Angeles WA BONDING COMPANY: CBIC, Agent: Andy Callis—Callis & Associates GEOGRAPHICAL AREA: Olympic Peninsula and the Pacific Northwest REFERENCES: Lakeside Industries: Bret McGuire 360-452-7803 Interwest Construction: Bob Reick 360-757-7574 Clallam County PUD: Ben Phillips 360-565-3267 2 Grade LLC: Greg Hopf 360-461-3992 SERVICES PROVIDED: Commercial and Industrial Electrical Service/Construction Powerline Construction and Maintenance: Transmission, Distribution; Overhead and Underground Substation Construction and Maintenance Traffic Signals, Highway and Roadway Lighting Airport and Marina Electrical and Lighting Hospital and School Electrical and Lighting and Controls Wastewater and Water Treatment Plants SPECIALIZED EQUIPMENT: Transmission Line Truck, Transmission Bucket Truck, Distribution Line Truck, Distribution Bucket Truck, Single Man Bucket Truck, 4 Drum Puller Trailer, Mandrel Reel Trailer, Tensioner Trailer, Pole Trailer, Framer Truck, Flatbed F550, Backhoe, Mini Excavator, Aerial Manlift, Hydraulic Pipe Bender, Electrical Pipe Conduit Bender,Job Shacks/Mobile Office, Semi truck trailer, Storage Conex September 6, 2022 J - 78 KEY PERSONNEL KENNETH FREDRICKSON PRESIDENT/GENERAL MANAGER EDUCATION: Some college,2 years trade school,2005 Area of Specialization: AV, IT, Electrical,Administration PROFESSIONAL REGISTRATIONS: 2 USCG Endorsements,TWIC,CPR/AED& First Aid,Qualified Member of Engineer Dept. (QMED) EXPERIENCE AND QUALIFICATIONS: Great understanding of HVAC, refrigeration,AC&DC power systems Mastered complex mechanical systems with expertise in AV, IT, networking,software/electrical design Strong leadership, management,and supervisory skills Ability to multitask without sacrificing accuracy or attention to detail Olympic Electric's Safety Specialist,who will ensure compliance with your policies and procedures MICHAEL RUTTEN ESTIMATOR/PROJECT MANAGER EDUCATION: Some college, 1986-1990 General Studies PROFESSIONAL REGISTRATIONS: Licensed Electrical Administrator in the State of Washington EXPERIENCE AND QUALIFICATIONS: Studied for and passed Electrical Administrator exam on first effort 27 years of estimating and project management experience Detailed understanding of electrical code, requirements, and specifications High degree of accuracy and attention to detail September 6, 2022 J - 79 � )I,VI`"IPl( HT( I1,n1( ""'".I`' KEY PERSONNEL (continued) WALT HAFER ESTIMATOR/PROJECT MANAGER EDUCATION: Associate of Arts, 1983 Industrial Electronics EXPERIENCE AND QUALIFICATIONS: Over 38 years of construction experience,specializing in fire alarm,security, nurse call,and access control USCG Veteran High degree of accuracy and attention to detail Over 20 years of estimating and project management experience EDWARD COOPER ELECTRICAL FOREMAN, 14 YEARS WITH THIS FIRM EDUCATION AND PROFESSIONAL REGISTRATION: Licensed Journeyman Electrician in the State of Washington; Member of IBEW Local 46 EXPERIENCE AND QUALIFICATIONS: Industrial,commercial,and residential wiring Extensive experience in project scheduling Ability to multitask and coordinate daily work site activities Great knowledge of electrical code and requirements Experience in electrical material handling, procurement,and project estimation General Foreman on Elwha River Restoration Project,with an approximate electrical bid of$8,000,000 Project foreman for large jobs that include fire alarm systems,feeders, branch circuits,wiring, piping,control work,and troubleshooting RYANJOHNSON ELECTRICAL FOREMAN, 13 YEARS WITH THIS FIRM EDUCATION AND PROFESSIONAL REGISTRATION: Licensed Journeyman Electrician in the State of Washington; Member of IBEW Local 46 EXPERIENCE AND QUALIFICATIONS: Project foreman for large jobs that include fire alarm systems,feeders, branch circuits,wiring, piping,control work,and troubleshooting Extensive knowledge of National Electrical Code A can-do attitude that has earned respect from his peers,other trades,and project owners September 6, 2022 1 - 80 V,y�Njl JI,11 fk C[. 1 KEY PERSONNEL (continued) CASEY ALM GENERAL FOREMAN EDUCATION: Some college, 1999-2003, Business Administration CaINev JATC PROFESSIONAL REGISTRATIONS AND EXPERIENCE: First Aid/CPR Certified Rigger, NCLD crane, Bonding&Grounding Helicopter Tier 2, Barehand 15+years'experience distribution,transmission,substation,solar,wind farm,directional bore September 6, 2022 1 - 81 EgLECTRIC P. (360)457-5303 RE YSTRM[ N NO CivvuEC285DI , INC. F. (360)452-3498 DESIGN ®CONSTRUCTION®SERVICE ELECTRICAL CONTRACTORS SINCE 1946 4230 TUMWATER • PORT ANGELES, WA 98363 COMPLETED FOR: PROJECT DESCRIPITION/LOCATION: AMOUNT: STARTED/PROGRESS: Orcas Power&Light Company Pole Replacements with Distribution $ 145,000.00 June 2022-Complete Reconductor.Friday Harbor,San Juan Island Orcas Power&Light Company Transmission Pole Replacements.Lopez Island, $ 273,000.00 July 2022-In Progress San Juan Islands Orcas Power&Light Company Mobile Home Park URD,Primary and Secondary T&E Aug 2022-In Progress Conductor Replacement.Friday Harbor,San Juan Island Clallam County PUD Transmission Pole Replacements and $ 315,000.00 May 2022-June 2022 Distribution Reconductor.Port Angeles,WA Clallam County PUD Forks Substation-Complete Substation Rebuild, $ 573,000.00 April 2022-Completed Mortenson Field Arts&Events Center $ 4,100,000.00 January 2020-In Progress New Construction Electrical and Lighting Port Angeles,WA Jefferson County PUD BPA to Irondale-6 miles of Fiber,Overhead and $ 84,000.00 February 2022-Complete Underground.Jefferson County,WA Olympic National Park Truck Shop/Maintenance Buidling:Full $ 259,000.00 October 2021-Completed Electrical and Lighting Renovation.Port Angeles,WA Interwest Construction Lincoln Street:New Flashing Beacons at $ 413,000.00 November 2022-Completed Crosswalks and new signal at 3rd and Lincoln, Port Angeles,WA Neeley Construction William Shore Pool-Shore Aquatics Center: 1,362,000.00 Janruary 2020-Completed New Construction Electrical and Lighting. Port Angeles,WA ,eley Construction Makah Eearly Child Education Center:New 1,049,900.00 December 2021-In Progress Construction Electrical and Lighting.Neah Bay, WA September 6, 2022 J - 82 S. REFERNECE/TESTIMONIAL Electrical Dock Crew CON-2022-49 September 6, 2022 J - 83 Entity Name: Orcas Power& Light Cooperative Industry Type: Electric Utility Company. Address: 183 Mt. Baker Rd Eastsound, WA 98245 Contact: Ed Lago Engineering Tech 360.820.0407 coo cc, n-aI o,cgmii Years of Services: 14 years Comments: To whom it may concern. I'm writing to you in regard to Olympic Electric Company, Inc.. We recently awarded the bid they submitted for our pole replacement project on San Juan Island and Lopez Island. There was a total of 3 bidders for the project. The project consists of approx. 34 poles, over half are transmission poles. We have added more to their load since the start of the project to maximize their service. They have done a stellar job and have exceeded our expectations! They have gone beyond what was asked and performed with efficiency and great attention to detail. Olympic Electrical Co. is a professional utility outfit that does amazing work. Their crew is made up of professionals who are courteous,friendly and focused. The efficiency of which they conduct their work made our decision to be a good one. We have added them to our list of go to contractor when we send out a request for bid on our future projects. Please feel free to contact me directly if you have any questions. My cell phone is 360.820.0407 Sincerely, Ed Lago Eng. Technician Orcas Power& Light Coop. oa..o @ o Icq-com September 6, 2022 J - 84 REFERENCE/TESTIMONIAL To whom it may concern: Olympic Electric has recently completed a transmission/distribution rebuild project and is currently working on a Substation project for Clallam County PUD. Olympic Electric has been professional, kept on schedule and have provided qualified individuals to perform the work they bid on throughout these projects. Thank you, Mike Hill Engineering Manager PUD#1 of Clallam County P.O. Box 1000 Carlsborg,WA. 98324 Voice: 360-565-3286 September 6, 2022 J - 85 7/1/22 To Whom it May Concern, Olympic Electric was Contracted by Clallam PUD for our Project Bid#210804 to replace Transmission poles along Lauridsen Blvd in Port Angeles Washington. Project schedule was 5/2-22—7/1/22. The scope of this project entailed. REMOVE: 1. Remove (21)single pole 69KV wood transmission poles, all of which have 3-phase distribution under build and PUD fiber communications. 2. Remove approximately 5,835 feet of existing 3-Phase 4/0 ACSR with 4/0 neutral 3. Remove (2) 12.5KV hook-stick distribution switches INSTALL: 1. Install(21)single pole 115KV transmission fiberglass poles,all will have 3-phase distribution under build and PUD communications fiber. 2. Cut-down (1)existing single pole 115KV transmission wood pole and install new distribution arm 3. Transfer approximately 5,835 feet of 795AAC transmission conductor.This conductor will be de- energized 4. Install approximately 5,835 feet of 556AAC 12.5KV 3-Phase distribution conductor.This conductor can be de-energized with switching 5. Install (2) 12.5KV hook-stick 3-phase distribution switches As project manager I found the Foreman very professional, competent and proactive in communicating his intentions and concerns throughout the project. During the project he and the crew worked safely and ensured public safety in a very challenging city construction environment. All schedule timelines were met on schedule and the overall productivity was such that the project was completed several weeks ahead of schedule. The quality and timeliness of work as well as close coordination and attention to detail exceeded my expectations. vtz Ben Phillips Engineer III/Project Manager PUD#1 of Clallam County PO Box 1000 Carlsborg,WA 98324 P:360-565-3267 C:360-775-9507 �Plb _ well m Lj�Lnej September 6, 2022 J - 86 6. ADDENDUMS TO BE ACKNOWLDEGED Olympic Electric acknowledges there are (none) addenda's issued for this project. Electrical Dock Crew CON-2022-49 September 6, 2022 J - 87 7. BOND-ABILITY LETTER Electrical Dock Crew CON-2022-49 September 6, 2022 1 - 88 4 ill' RLI INSURANCE COMPANY I CONTRACTORS BONDING AND INSURANCE COMPANY RLI + — 3101 Western Avenue Suite 300 I Seattle,WA 98121 I P(800)765-2242 I F www.rlisurety.com 04/26/2021 Re: Olympic Electric Company, Inc. We are writing this letter at the request of Olympic Electric Company, Inc.. Please be advised that we have been acting Surety for Olympic Electric Company, Inc. since 07/25/2011.We have favorably considered them for single projects of$1,500,000.00 and aggregate limits of$5,000,000.00. These figures represent a guideline and are not a strict limitation. Contractors Bonding and Insurance Company is a corporation organized and existing under the laws of the State of Illinois and is authorized to do business in all 50 states. Contractors Bonding and Insurance Company has an A.M. Best Rating of A+XI. This letter should not be construed as a commitment to write any specific bond and is being provided to give you an understanding of the limits we have previously considered for Olympic Electric Company, Inc.. Should you require them to furnish a bid and/or performance and payment bonds, please be advised that we would be willing to consider issuance of such bonds subject to review of the contract terms, acceptable financing and Olympic Electric Company, Inc. compliance with underwriting conditions at the time a request for bonds is made. Sincerely, 101� Mark Harbak Sr. Underwriter Contractors Bonding and Insurance Company September 6, 2022 1 - 89 LOOGBO18 8. CERTIFICATE OF REGISTRATION In Compliance with 18.27 RCW Electrical Dock Crew CON-2022-49 September 6, 2022 1 - 90 Department of Labor and Industries CAL IIPIC ELECTRIC CO INC PO Box 44450 Olympia,WA 98504-4450 leg: CC OLYMPEC915N6 CJBI: 600-265-927 Registered as provided by Law as: Construction Contractor (CC01) _ GENERAL 687 ELECTRICOLYMPIC C Effective Date: 9126/2009 4230 TUMWATERExpiration Date: 9/26/2023 PORT ANGELES WA 36 Department of Labor and Industries OI.,YMPIC ELECTRIC CO INC PO Box 44460 Olympia, WA 98504-4460 Lic: EC OLYMPEC2851)I 1I: 600-265-927 Licensed as provided by Law as.. Electrical Contractor (C01) - GENERAL 1008 OLSt'MPIC ELECTRIC CO INC Effective Date: 3/21/1972 4230 T'UMWATER Expiration Date: 3/31/2023 PORT ANGELEB WA 98363 September 6, 2022 1 - 91 � a,.mv�;r�w��mr oewmnmi a t,atrorfndusYries�fYs:MtlrsLYn „gov OLYMPIC ELECTRIC CO INC Owner or tr_a_desperso_n_ 4230 TUMWATER Principals PORT ANGELES,WA 98363 FREDRICKSON,KENNETH OWEN,PRESIDENT 360-457-5303 CLALLAM County RUTTEN,MICHAEL L,VICE PRESIDENT HALSEY,DERRICK J,VICE PRESIDENT Burkhardt,Anita P,SECRETARY (End:03/01/2018) Burkhardt,Charles T,PRESIDENT (End:07/16/2021) Brown,Christine M,VICE PRESIDENT (End:07/16/2021) Burkhardt,William G,VICE PRESIDENT (End:07/16/2021) Doing business as OLYMPIC ELECTRIC CO INC WA UBI No. Business type 600 265 927 Corporation Governing persons KENNETH FREDRICKSON DERRICK HALSEY; MICHAEL RUTTEN; ANITA P BURKHARDT; License Verify the contractor's active registration I license I certification(depending on trade)and any past violations. Construction Contractor Active Meets current requirements. License specialties GENERAL License no. OLYMPEC915N6 Effective—expiration 08/26/2009—08/26/2023 Bond CBIC $12,000.00 Bond account no. S13943 Received by L8J Effective date 08126/2009 08/25/2009 Expiration date Until Canceled Insurance Ohio Security Ins Co $1,000,000.00 Policy no. BKS62804837 September 6, 2022 J - 92 Received by L&I Effective date 01/18/2022 02/1012021 Expiration date 02/10/2023 Insurance history Savings No savings accounts during the previous 6 year period. Lawsuits against the bond or savings No lawsuits against the bond or savings accounts during the previous 6 year period. L&I Tax debts N-01-84 tax debts are recorded for this contractor license during the previous 6 year period,but some debts may be recorded by other agencies. License Violations No license violations during the previous 6 year period. Certifications & Endorsements OMWBE Certifications No active certifications exist for this business. APprentice Training Agent Registered training agent.Check their eligible programs and occupations. Workers' Comp Do you know if the business has employees?If so,verify the business is up-to-date on workers'comp premiums. L&I Account ID Account is current. 374,998-00 Doing business as OLYMPIC ELECTRIC CO Estimated workers reported Quarter 2 of Year 2022"11 to 20 Workers" L&I account contact T31 KEITH CURTISS(360)902-6641-Email:CURQ235@lni.wa.gov Public Works Requirements Verify the contractor is eligible to perform work on public works projects. Required Training—Effective July 1,2019 Exempt from this requirement. Contractor Strikes No strikes have been issued against this contractor. Contractors not allowed to bid No debarnrents have been issued against this contractor. Workplace Safety& Health Check for any past safety and health violations found on jobsites this business was responsible for. No inspections during the previous 6 year period. September 6, 2022 J - 93 OPP-Q-RTANGELES 1�I1 CITY COUNCIL a s H I N G T O N , U . S . MEMO Date: September 6,2022 To: City Council From: Thomas Hunter,Director ofPublic Works & Utilities Subject: Public Restroom Replacement Site Work, CON-2022-51, Awarded Construction Contract Summary: The City has purchased three Portland Loo restrooms for installation at the Transit Center and the Breezeway Parking Lot. This action is to award 2 Grade, LLC a construction contract to install the utilities, slabs, and the installation of those restrooms. Funding: Funding for this project is budgeted in Capital Projects PK0120 24 Hours Restroom Pilot Project and PK0205 Restroom Replacement Program. Recommendation: Award a construction contract to 2 Grade, LLC, for the Public Restroom Replacement Project CON-2022-51, for the total bid amount of$211,855.36,including taxes; and authorize the City Manager to sign the construction contract for the project and to make minor modifications to the contract as necessary. Background / Analysis: The 2023-2028 Capital Facilities Plan (CFP) includes a project to replace 60- year-old concrete block public restrooms with prefabricated concrete restrooms that meet ADA requirements, are easy to maintain, and can withstand constant vandalism. City Council approved the purchase of three Portland Loo Restrooms at its May 17', 2022 meeting to be placed at the Gateway Transit Center and the Breezeway Parking lot. This contract will prepare the sites for installation of the Portland Loos which are being built off site under a separate purchase contract. At time of bid the estimated delivery date for the Portland Loos was 5 to 6 months following a signed purchase order which would have resulted in a November delivery. However, staff was made aware by the supplier in an August 18'email that the Portland Loos are now scheduled for delivery the end of December or beginning of January due to manufacturing lead-times and the holidays, at which time they will be installed. On August 8, 2022, the City advertised bids for the Public Restroom Replacement CON-2022-51 site work. Bids were due August 29, 2022, at which time bids were opened, the City received two responsible bids The apparent lowest, responsive bid is from2 Grade, LLC in the amount of $211,855.36. including tax. This is under the Engineers estimate of$280,645.25. Contractor Bid Amount 2 Grade,LLC—Port Angeles,WA $211,855.36 Valdez Construction—Oak Harbor,WA $224,385.05 Engineer's Estimate $280,645.2 Funding Overview: Funding for this project is budgeted in Capital Projects PK0120 24 Hours Restroom Pilot Project and PK0205 Restroom Replacement Program. September 6, 2022 J - 94 nog„r1��il��fJJJ„„�;l11%lr„ POR-T-ANGELES CITY COUNCIL WASH I N G T' O N , U .S, MEMO Date: September 6,2022 To: City Council From: Thomas Hunter,Director ofPublic Works & Utilities Subject: MEC-2022-36 Fiberglass Power Poles—Material Purchase Summary: The City needs to restock the City's inventory of fiberglass Electric Utility poles.The majority of the poles from this purchase will be used to replace City transmission poles. Bids were requested; on August 24, 2022, two bids were received,with General Pacific, Inc. of Fairview, OR the lowest responsible bidder for the purchase of 17 fiberglass Electric Utility poles. Funding: Funds are available in the amount of$144,040.32 for material inventory in the 2022 Electric Utility budget(401-7180-533.34-02). Recommendation: Award a contract to General Pacific, Inc. of Fairview, OR for 17 fiberglass poles at aprice of$144,040.32 including sales tax, and authorize the City Manager to award and execute a contract for the purchase and to make minor modifications to the contract if necessary. Background / Analysis: This procurement will restock the City's fiberglass pole inventory. The majority of this purchase will be used to replace wooden transmission poles that have been patched and repaired previously and have reached end-of-life. The remaining new poles will be used in ongoing work activities including new pole installation and replacement of existing poles as needed throughout City. On August 24, 2022,bids from two vendors were received and opened. One vendor provided two material options with separate pricing. General Pacific, Inc. of Fairview, OR was the apparent lowest, responsive,responsible bidder. The total bid amounts,including taxes, are tabulated in the following table: Material Purchase Contract, MEC-2022-36 Prices Include Frei ht and Sales Tax Vendor Description Qty Total Price General Pacific,Inc. Fiberglass Power Poles 17 $144,040.32 Wesco/Anixter Fiberglass Power Poles 17 $152,358.28 Option#1 Wesco/Anixter Fiberglass Power Poles 17 $169,793.28 Option#2 Government Estimate $100,000 Funding Overview:Funds are available in the 2022 Electric Utility Operation Budget(401-7180-533.34- 02)in the amount of$144,040.32. September 6, 2022 J - 95 nog„r1��il��fJJJ„„�;l11%lr„ POR-T-ANGELES CITY COUNCIL WASH I N G T' O N , U .S, MEMO Date: September 6,2022 To: City Council From: Thomas Hunter,Director ofPublic Works & Utilities Subject: Elwha Water Facility—Professional Services Agreement—Amendment 3 (PSA-2019-21) Summary: In 2019,the City contracted with Jacobs Engineering Group to perform engineering and other professional service at the Elwha Water Facility. Since then, Jacobs has performed several tasks. Staff now proposes a third amendment to the 2019 contract. This contract amendment will fund two additional tasks that were approved in the 2023-2028 Capital Facilities Plan(CFP). The amendment also will allocate additional funds to the Technical Assistance/Directed Services task which provides for engineering and technical support for unforeseen issues that may arise requiring expedited attention through the contract expiration in 2023. Funding: Funds are available in the 2022 Industrial Water Utility Capital Facility Budget(452-7388-594- 6510)for the Elwha—Effluent Distribution Structure Bypass(WT0222)in the amount of$15,000, and the Elwha—Fish Screen Facility Improvements (WT0122)in the amount of$200,000. Additional funds are also available in the 2022 budget for Water Professional Services Support(402-7382-534-4150)in an amount of $200,000. Recommendation: Approve Amendment 3 to the Elwha Water Facility—Professional Services Agreement with Jacobs Engineering Group increasing the total contract value by $227,467.75 to a new not to exceed amount of $402,467.75, extend the agreement expiration date to December 31, 2023, and authorize the City Manager to execute the contract and to make minor modifications to the agreement, as necessary. Background / Analysis: The Elwha Water Facility—Professional Services Agreement with Jacobs Engineering Group was originally authorized by City Council at the November 19, 2019 City Council Meeting. Jacobs was hired specifically to perform engineering and analysis for projects at or connected with the Elwha water facility. The agreement was amended in December 2020 to extend the time of performance, due to unavoidable delays associated with Covid-19. The Agreement was subsequently amended in November 2021 to extend the time of performance and fund the completion of an Elwha Industrial Water System Level of Service study. Since the execution of the service agreement Jacobs Engineering has accomplished the following tasks: - Completed a 100% Design bid package for the Ranney Well Generator Relocate Project, construction accomplished in December 2021. - Conducted a facility evaluation of the Elwha Surface Water Intake, Fish Screen Structure, Effluent Distribution Structure (EDS), and Screen House. Summarized findings were utilized to develop six new Capital Improvement Projects, on the 2023-2028 Water Utility CFP. - Conduct a Level of Service study with the users of the Elwha Industrial Water Supply system; Lower Elwha Klallam Tribe fish hatchery, Washington State Department of Fish and Wildlife fish hatchery, and McKinley Paper Company. The 2023-2028 Water Utility Capital Facilities Plan prioritized design and construction of the Elwha— Fish Screen Facility Improvements (WT0122), and Elwha—Effluent Distribution Structure Bypass September 6, 2022 J - 96 (WT0222) for 2022-2023. This contract amendment covers completion of design,plans, specifications and estimate tasks for both of these approved Capital Facilities Projects. The Fish Screen Facility Improvements are a series of facility modifications,to increase efficiency of operations, address safety issues, and increase resiliency against the effects of winter storms. The Fish Screen Facility is critical to maintaining supply of industrial water to the end users of the industrial water system.A primary component of the project is the installation of a crane which will be utilized for retrieval of two submersible solids handling pumps. These pumps require routine inspection, maintenance, and repair to ensure continued operation of the fish screens. The Effluent Distribution Structure Bypass project is a critical water system resiliency project. If Ranney Well fails to provide necessary flow rates to the Port Angeles Water Treatment Plan (PAWTP), or fails entirely,the Effluent Distribution Structure (EDS) is designed to convey Elwha River surface water to the PAWTP for treatment. Currently there is no way to maintain/exercise the EDS transfer pumps without disrupting the on-going operation of the PAWTP.A pump bypass at the EDS enables the regular maintenance of the EDS pumps. This will ensure that they are ready for use in an emergency. This contract amendment reallocates unused budget from completed tasks to partially fund the additions to the scope of work, design budget is also available in the 2022 Industrial Water Utility Capital Facility Budget(452-7388-594-6510) for the Elwha—Effluent Distribution Structure Bypass (WT0222), and the Elwha—Fish Screen Facility Improvements (WT0122). Additional budget will also be allocated to the Technical Assistance/Directed Services task which provides for engineering and technical support for unforeseen issues that may arise requiring expedited attention. Funding Overview: Funds are available in the 2022 Industrial Water Utility Capital Facility Budget (452-7388-594-6510) for the Elwha—Effluent Distribution Structure Bypass (WT0222)in the amount of $15,000, and the Elwha—Fish Screen Facility Improvements (WT0122)in the amount of$200,000. Additional funds are also available in the 2022 budget for Water Professional Services Support(402- 7382-534-4150)in an amount of$200,000. A summary of task budgets are included in the below chart: Budget for Elwha Water Facilities Engineering Support Tasks Existing Amendment Total Agreement 3 1 Data Collection $3,568 $0.00 $3,568.00 2 Preliminary Development of Strategies $7,791 $0.00 $7,791.00 3 Site Visit and Planning Workshop $25,069 ($10,881,30) $14,187.70 4 SCADA $8,564 ($ , 64,00) $0.00 5 Equipment Surplus and Facility Decommissioning $10,000 $0.00 $10,000.00 6 Elwha Surface Water Intake (EWSI) $0 $0.00 $0.00 7 Fish Screen Structure $0 $149,696.00 $149,696.00 8 Effluent Distribution Structure (EDS) $0 $66,392.83 $66,392.83 9 Ranney Well $49,000 $15,654.22 $64,654.22 10 Project Management $21,178 $0.00 $21,178.00 11 Technical Assistance/Directed Services $24,830 $25,170.00 $50,000.00 12 Level of Service Industrial Water Supply $25,000 ($1 $15,000.00 Subtotal $175,000 $227,467.75 $402,467.75 September 6, 2022 J - 97 yoe�oRr�N�� AMENDMENT NO. 3 TO THE ��`, �lllJlllllll/„`Fs SERVICE AGREEMENT BETWEEN THE CITY OF PORT ANGELES AND RKSANo JACOBS ENGINEERING GROUP, INC PSA-2019-21 RELATING TO: ELWHA WATER FACILITY ENGINEERING SUPPORT THIS AMENDMENT NO. 3 is made and entered into by and between THE CITY OF PORT ANGELES, a non-charter code city and municipal corporation of the State of Washington, (hereinafter called the "CITY") and JACOBS ENGINEERING GROUP, Inc, a Delaware corporation authorized to do business in the State of Washington (hereinafter called the "CONSULTANT"). 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: SECTION 1 The CITY entered into the existing AGREEMENT with the CONSULTANT on 12/09/2019, (the AGREEMENT). The AGREEMENT was subsequently amended on 12/08/2020, and for a second time on 12/07/2021. SECTION 2 I 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 include the attached Exhibit A3 to Amendment 3. The Tasks in Exhibit A3 are in addition to the Tasks in Exhibit A— Scope of Services in the original Agreement, and Tasks in Exhibit Al in Amendment 2. The Scope of Services shall include all services and material necessary to accomplish the work. II TIME OF PERFORMANCE To accommodate the Amended Scope of Services, the Time of Performance for this Agreement is to be extended; the work for all Tasks shall be completed by December 31, 2023. III MAXIMUM COMPENSATION The CONSULTANT'S total compensation and reimbursement for this Amendment are stated in the attached Exhibit B3 of this Amendment. The maximum compensation amount, referenced in Section VI of the Agreement, is amended from $175,000 to $404,467.75 an increase of September 6, 2022 J - 98 CONTRACT PSA-2019-21,AMENDMENT NO.3 Page 1 of 10 $227,467.75. 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 $404,467.75 is not exceeded. IV EXHIBITS AND SIGNATURES This Amendment together with the original Agreement, including its exhibits, constitutes the entire Agreement, supersedes all prior written or oral understandings, and may only be changed by written amendment executed by both parties. SECTION 3 Except as modified herein, the original AGREEMENT is confirmed and ratified. In WITNESS WHEREOF, the parties hereto have executed this Amendment No. 3 to the Agreement as of the date and year of the last signature affixed below. CITY OF PORT ANGELES JACOBS ENGINEERING GROUP INC. By: By: Nathan West City Manager Printed Name: Date: Title: Date: APPROED AS TO FORM: City Attorney ATTEST: City Clerk September 6, 2022 J - 99 CONTRACT PSA-2019-21,AMENDMENT NO.3 Page 2 of 10 EXHIBIT A3 SCOPE OF SERVICES Task 15. Improvements at the Fish Screen Structure This is a new task to complete design to bid-ready status of some of the improvements identified at the existing Fish Screen Structure. This task replaces Task 7 of the original Agreement(PSA-2019-21). The original Task 7 was intended to complete only a 30-percent design for improvements at the Fish Screen Structure. The improvements to be designed at the Fish Screen Structure include the following: Submersible Solids-Handline Pumps • A new structural anchor point(replacing the current use of the adjacent safety railing system) shall be designed and incorporated at the top of the existing Fish Screen Structure to enable fixed-cable- tethering to the lifting eye of each of the submersible solids-handling pumps. In each of the two cases, the fixed-tethered-cable shall restrain the pump so that it doesn't tip over while setting in place at the bottom of the fish screen channels. This will be a separate cable restraint from the Flygt Submersible Pump Lifting System. • Discharge pipes for each of the two solids-handling pumps mounted to the existing Fish Screen Structure that enable connection of flexible hose between these fixed/mounted discharge sections and the discharge connections on the pumps themselves. Routing and mounting options for the discharge piping shall be discussed with City during Site Visit task. Bridge Crane System • A new galvanized(or painted if galvanized not available), steel, overhead bridge crane system to lift the two in-service pumps (one at a time) from their planned,relocated position directly below the existing grating which is above the intake pipes for the original solids-handling pump that is no longer operational because of system design issues. A roof over the crane structure shall be specified, if available,per input from manufacturer and feedback from City. • The new bridge crane structure shall be mounted onto,or founded adjacent to (anticipated for the south end supports), the existing Fish Screen Structure. The bridge crane shall have capacity to lift one pump at a time with a conservative factor of safety to be confirmed during early stages of design with City. The bridge crane shall be able to move in two directions—both parallel to the flow through the Fish Screen Structure and perpendicular to it to enable retrieval of pumps from both channels. The bridge crane shall be tall enough to enable setting the pumps either onto the adjacent, new concrete slab, or onto the bed of a vehicle that is backed onto the concrete slab. To accommodate placement onto the vehicle bed,the bridge crane shall be designed with five feet taller to account for the vehicle bed height. • Structural calculations for the new bridge crane structure and new concrete slab. These calculations shall be suitable for use in obtaining a building permit from Clallam County. Reconfiguration of Existing Gratings and Railings • Existing grating over the deepest part of the fish screen channels,where the submersible solids- handling pumps will be relocated to, shall be reconfigured(as and if necessary) to enable retrieval of pumps and to facilitate cable or chain tethering to keep pumps upright. Some replacement or reconfiguring is anticipated, the extent of which to be determined during site visit. • Removal of existing safety railing on most or all of the south side of the Fish Screen Structure and reconfiguration of other safety railing on the east and west sides that needs to be modified to September 6, 2022 J - 100 CONTRACT PSA-2019-21,AMENDMENT NO.3 Page 3 of 10 accommodate the columns of the new bridge crane. Removal of the safety railing on the south side is necessary to enable reducing the height of the bridge crane system. New Site-Civil Modifications • A new rectangular concrete slab on the south side of the existing Fish Screen Structure with a plan view dimension of approximately 10 feet(extending south,parallel to the length of the Fish Screen Structure)by 20 feet(matching the width of the fish screen structure). The concrete pad will be designed so that a vehicle can back up onto it to facilitate placing the pumps onto the vehicle (using the new bridge crane) to transport for servicing and/or repair. The top elevation of the concrete pad will be approximately 6 inches below the elevation of the top of wall of the Fish Screen Structure. If necessary, the new concrete slab will be founded on short footings on the perimeter of the slab to enable new slab to be approximately 18 inches above existing grade. • A new gravel driveway connecting the south end of the new concrete pad to the existing gravel driveway south of the Fish Screen Structure that access WDFW facilities. The gravel driveway will enable vehicle access for retrieval of pumps and will transition between the grade of the concrete pad and the existing access roadway. New gravel driveway top elevation shall be configured to match the height of the new, adjacent concrete pad. New gravel shall be imported crushed material allowed to slope, as necessary,to east and west of the gravel driveway. • Relocation of one existing light standard at the southeast corner of the Fish Screen Structure because it is in the way of the new bridge crane structure. • Reconfiguration of the existing chain link fence (with 3-strand barbed wire at the top)to allow for a new double-swing gate (swinging inward toward the Fish Screen Structure)to enable vehicle access. In addition to the fence reconfiguration and new double-leaf swing gate,removal of existing trees to enable the new driveway access. Electrical Modifications • Connection to electrical panel on west side of Fish Screen Structure,pending assessment of available space in existing panel and/or opportunity to expand panel. It is assumed there is adequate power capacity to this adjacent panel. • No change in location of existing electrical and control panels for the existing Toyo submersible solids-handling pumps is planned. They will remain located and supported on railing as they currently are. Consultant shall check the rating of the electrical panel enclosure to confirm that they are suitable for outdoor exposure. Consultant shall specify that contractor shorten the existing electrical cables that are wrapped adjacent to the control panels and protect(add rigid conduit, mounted to concrete wall of Fish Screen Structure)the shortened cabling between the electrical panel and the submersible pumps. Other improvements that could potentially be implemented will be addressed during the site visit, and if City elects to pursue other such improvements such as a canopy covering or other modifications to the conduits and raceways (routing or materials) to the electrical panel location, then that work could be added by addendum or via the Directed Services task. Note that there are no existing design drawings related to the existing Toyo solids-handling pumps. Key assumptions upon which the scope and budget of this design are based include the following: • To minimize the height of the new bridge crane system, the bridge crane system will be designed to lift the submersible solids-handling pumps out of the Fish Screen Structure fish channels and be deposited on the new, adjacent(to the south) concrete slab. It is assumed that if pumps need to be loaded onto a truck and removed from the site for replacement,rehabilitation, or other servicing, that the pumps will be lifted by a separate or truck-mounted crane system. • Continued use of the existing solids-handling pumps. • Vertical pump guide rails will not be included as part of the design. September 6, 2022 J - 101 CONTRACT PSA-2019-21,AMENDMENT NO.3 Page 4 of 10 • Flexible hose will continue to be used as the connection between the discharge of the pumps and the fixed(fixed to the existing structure) steel discharge pipes. • City shall obtain the required permits, approvals, and easements (as applicable) for the project, including the building permit from Clallam County. • No new topographical field survey of the site shall be undertaken. Consultant shall rely on the accuracy of the existing design drawings for the Fish Screen Structure. • PDF drawings from the existing 2007 Elwha Water Treatment Plant Drawings shall be used,where applicable as base drawings to present the location and configuration of the facility improvements. CAD files for the new drawings shall be in Microstation format,which can be converted to AutoCAD. • Consultant shall prepare technical specifications (Divisions 02-47)in Consultant's standard Construction Specifications Institute (CSI)format. • City shall prepare the forms used for advertising,bidding, and executing the construction contract (including general and special provisions). • All deliverable drawings and specifications shall be furnished by email in PDF format. Subtask 7.1: Site Visit Consultant's core team (project manager,mechanical engineer, structural engineer, and electrical engineer) shall visit the project site to review conditions, collect photographs, and discuss options on-site with City staff. Key results, decisions, and information gathered during the site visit shall be summarized by Consultant's project manager and submitted to City as documentation. Subtask 7.2: Design Drawings Consultant shall prepare a 60-percent-completed draft of the design drawings for review and comment by City. Consultant shall revise the 60-percent draft drawings based on City review comments to form the final draft(90-percent-complete) drawings. Consultant shall finalize the design drawings based on City's review of the 90-percent draft drawings. Each of the two draft reviews shall be accompanied by a review teleconference of up to two hours. Finalized(100-percent-complete) design drawings shall be PE- stamped and signed by Consultant. Up to 15 (potentially-less if combinations can effectively be made)new design drawings are anticipated for this work. These 15 new design drawings are anticipated to include the following: 1. Title Page, Drawing index, Location Map 2. Elwha Site Location Plan 3. Fish Screen Structure Site Plan 4. Gate and Fence Details 5. Special Inspection Sheet 1 6. Special Inspection Sheet 2 7. Bridge Crane Plan 8. Solids-Handling Pump and Bridge Crane Section 9. Concrete Slab Plan, Sections, and Details 10. Railing and Grating Modification Plan and Details 11. Discharge Piping Plan, Sections, and Details 12. Electrical One-Line Diagram 13. MCC-7 Elevation and Photo Details 14. Lighting Relocation 15. Electrical Site Plan 16. Electrical Details September 6, 2022 J - 102 CONTRACT PSA-2019-21,AMENDMENT NO.3 Page 5 of 10 Subtask 7.3: Technical Specifications Technical specifications shall be developed in support of the design for key elements of the project. These technical specifications are anticipated to cover the following key topics: • Gate • Fence • Imported granular material • Welding • Bridge crane system (mechanical, electrical, and structural) • Solids-handling pumps • Metal fabrications • Railings • Gratings • Piping • Pipe Supports • Electrical • Reinforced concrete • Coating systems Consultant shall prepare a final draft(90-percent-complete) set of the technical specifications for review by City. Consultant shall finalize (100-percent-complete) the technical specifications based on City review comments. Finalized technical specifications shall be PE-stamped and signed by Consultant. The review sessions described for the draft drawing submittals may also be used to address City comments regarding technical specifications. Subtask 7.4: Engineer's Cost Estimate Consultant shall develop an estimate of the cost of the construction contract for this work. The final cost estimate shall be a Class I estimate that conforms to the classification standards established by the Association of the Advancement of Cost Engineering International (AACEI). A draft of the cost estimate shall be developed just after(within two weeks) the 60-percent-complete draft of the design drawings is complete and submitted to City. An updated draft of the cost estimate shall be developed as part of the 90-percent draft. A final estimate shall be developed as part of the 100-percent-complete, finalized design. Task 8. Finalization of Design for PAWTP Pump Bypass at EDS This task includes advancing to a complete,bid-ready status, the existing draft design drawings that were completed in the summer of 2021 as part of Task 8 of the current Service Agreement(PSA-2019-21). In addition, Consultant shall prepare technical specifications in Consultant's standard Construction Specifications Institute (CSI) format. Key assumptions upon which the scope and budget of this design are based include the following: • The 18-inch butterfly valve and 12-inch gate valve shall be manually operated,making the bypass operation a completely manual operation. No integration with the existing SCADA system is included. • Above-grade portions of the pipe shall be insulated. • Pipe and valve supports, as detailed on the drawings, shall be required to be sized and designed by the construction contractor, as is customary. Four separate pedestal-style pipe supports are anticipated. • Heat tracing and pipe insulation shall be included on the new above-grade pipe. It is assumed that the existing heat tracing on the existing PAWTP pump discharge lines will not need to be replaced. Instead, the existing heat trace wiring will be temporarily"unwound" and pushed to the side prior to September 6, 2022 J - 103 CONTRACT PSA-2019-21,AMENDMENT NO.3 Page 6 of 10 cutting in the new bypass tee pipe connection and then re-attached after the new pipe is connected. A new, separate heat trace circuit will be extended onto the new above-grade section of bypass piping from the junction(or pull)box that is adjacent to the existing heat trace termination box on the northeast end of the existing PAWTP discharge piping(before the elbow down to the ground). • Using its City-standard documents for construction contracts, City shall prepare front-end,bidding and contract documents, as well as its General and Special Provision documents guiding procedural, administrative, site-protection, construction-duration requirements of the construction contract, and combine these with the technical specifications and drawings prepared by Consultant. • Restoration and/or replacement(to match existing)of concrete curb and gutter, asphalt pavement, and chain link fence and fencepost shall be required by reference from the design drawings prepared by Consultant to the original design drawings for the EWTP and City's design standards, as applicable. No separate specification or drawing details shall be prepared for these restoration items. • The new hydraulic control valve shall be accommodated with one or two (to be determined by the Cla Val representative) stainless steel orifice plates,instead of an anti-cavitation feature on the Cla Val, to address the minimal backpressure available. The reason for the orifice plates instead of the anti- cavitation features is that the anti-cavitation feature on the Cla Val cannot tolerate sediment in the flowstream. • No site visits are anticipated as part of this task. Two video teleconferences, as presented in the subtasks below, are planned. • Project management is incorporated, as applicable,within each of the subtasks presented below. Subtask 81: Hydraulic Evaluation Consultant shall complete a hydraulic evaluation of the system downstream of the control valve to assess options for relieving the system of entrained air. It is anticipated that this evaluation will result in the need to modify portions of the piping between the control valve and the 48-inch diameter stormwater manhole. Also anticipated would be the addition of an open, screened air vent. These modifications would be relatively minor and not have a large impact on the estimated cost of the project beyond the earlier estimate developed by Consultant. The hydraulic evaluation is anticipated to confirm that no modification of the inside of the 48-inch stormwater manhole to deflect flow downward will be necessary (just let the water fall on its own). If this turns out to not be the case,then a small change to this work may be warranted. Consultant shall summarize the results and impacts of the hydraulic evaluation in a brief technical memorandum. Consultant shall review the results of the hydraulic evaluation with City by video teleconference. Subtask 8.2: Design Drawings Consultant shall update and modify the existing draft drawings, as applicable,based on the results of the hydraulic evaluation. Several of the existing drawings are anticipated to be modified. Additional notes shall be incorporated into the drawings. However,no additional drawings are anticipated. Consultant shall prepare a final draft of the design drawings for review by City. Consultant shall finalize the drawings based on City review comments. Consultant shall review the final draft drawings with City by video teleconference. Finalized design drawings shall be PE-stamped and signed by Consultant. Subtask 8.3: Technical Specifications Most key aspects of the design are specified on the drawings, such as piping and valves. Consequently, no technical specifications are required for these items. Specification requirements and trench section definitions for the pipe trench bedding and backfill shall be included on the drawings. September 6, 2022 J - 104 CONTRACT PSA-2019-21,AMENDMENT NO.3 Page 7 of 10 Technical specifications (or potentially notes on the drawings) are anticipated to be developed for coating system(s) for the new pipe and valves,pipe insulation,and heat tracing. Consultant shall prepare a final draft of the technical specifications for review by City. Consultant shall finalize the technical specifications based on City review comments. Finalized technical specifications shall be PE-stamped and signed by Consultant. Subtask 8.4: Engineer's Cost Estimate Consultant shall update the draft engineer's cost estimate prepared in August of 2021 to incorporate the additional and modified elements of the design. The final cost estimate shall be prepared in the same format as the draft from 2021. It is presumed that the bid form developed for this project will based on a single, lump-sum bid item. The cost estimate shall be a Class 1 estimate that conforms to the classification standards established by the Association of the Advancement of Cost Engineering International (AACEI). Subtask 8.5: Predesign Discussion City and Consultant shall discuss strategies to flush potential sediment inside the 500 linear feet of 24- inch diameter discharge pipeline downstream of the PAWTP pumps at the EDS. This discussion could result in the need to modify the configuration of the bypass piping and valving developed during the 30- percent design completed in the summer of 2021. If such further modification to the design results, City shall determine how to address—whether by the Directed Services Task, an additional Amendment to the contract, or other means. END OF EXHIBIT September 6, 2022 J - 105 CONTRACT PSA-2019-21,AMENDMENT NO.3 Page 8 of 10 EXHIBIT B1 Budget Budget for Elwha Water Facilities Engineering Support Tasks Existing Amendment 3 Total Agreement 1 Data Collection $3,568 $0.00 $3,568.00 2 Preliminary Development of Strategies $7,791 $0.00 $7,791.00 3 Site Visit and Planning Workshop $25,069 ($10,881,0) $14,187.70 4 SCADA $8,564 ($ , 64,00) $0.00 5 Equipment Surplus and Facility Decommissioning $10,000 $0.00 $10,000.00 6 Elwha Surface Water Intake (EWSI) $0 $0.00 $0.00 7 Fish Screen Structure $0 $149,696.00 $149,696.00 8 Effluent Distribution Structure (EDS) $0 $66,392.83 $66,392.83 9 Ranney Well $49,000 $15,654.22 $64,654.22 10 Project Management $21,178 $0.00 $21,178.00 11 Technical Assistance/Directed Services $24,830 $25,170.00 $50,000.00 12 Level of Service Industrial Water Supply $25,000 ($10,000,5:0) $15,000.00 Subtotal $175,000 $227,467.75 $402,467.75 Budget for Task 7. Improvements at Fish Screen Structure Tasks Labor Expenses Total Site Visit $13,605 $700 $14,305 Design Drawings $92,639 $92,639 Technical Specifications $34,451 $34,451 Engineer's Cost Estimate $8,302 $8,302 Total $148,996 $700 $149,696 Budget for Task 8. Finalization of EDS Bypass Design Tasks Labor Expenses Total Hydraulic Evaluation $7,305 $7,305 Design Drawings $22,023 $22,023 Technical Specifications $8,844 $8,844 Engineer's Cost Estimate $3,062 $3,062 Predesi n Discussion $5,000 $5,000 Total 1 $46,235 1 $0 1 $46,235 Consultant Labor Costs are shown in Exhibit C3. END OF EXHIBIT September 6, 2022 J - 106 CONTRACT PSA-2019-21,AMENDMENT NO.3 Page 9 of 10 EXHIBIT C—Consultant Time Plus Expense Rate Schedule 2022 Rate Schedule Consultant Labor Costs and Non-Salary Reimbursable Costs are shown on the following page. END OF EXHIBIT September 6, 2022 J - 107 CONTRACT PSA-2019-21,AMENDMENT NO.3 Page 10 of 10 �0 N M O p O O V^1 O O O N O O O oo n O ♦+ O O o0 V) O O c-I O c-I c-I O O N p M c-I op O m p r a^-I O O V? Lf1 l0 V? p 0 V? W N M O N oo cn 00 N Ln lf�j...: I O w O O O O O O O O O O O O O 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 O O O O O O O O O O O O O O O O O O O O O O U O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O w 0 O O O O O O O O O O',,.O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 O O O O O O O O O',,.O O 0 0 0 0 O O O O O O O O O O O O O 00 O O O O oo M O O w N M -w O m c-I O O O O O O N O N N O Lf1 l0 O O ci l0 O O c-I O O O c-I O O O c-I O N 01 O O O O O oo O c-I Ln to O an W Ln r, v? v? O O 7 ro r, Ln ro C O 00 00 00 O O C M O N 0 O Z O M O O O O O O ^ O N ^ O M N O D V) Ln 0=p O 0 O D O',,.0 0=0 c-I O 7 7 O O N O M p 0 N to l0 to to to to to O v? p Ln C N ro oo to N N N m O p p p. O .. N o. 'oo o o o o o. o O N.. N Q O N O O O O O o O o O O g o o oo 0 0 0 0 0 0 0 0 0 0 0 o ro o o m oc O of o 0 N in o � oN oo N N O n N c-I oc N a Op O O O p O � 00 ro Ln N f0 d O O n Orl� O O O O c-I 00 O O O O co� O O 7 c-I c-I oo M Ln O O O oo r oo oo m 0 0 o O oo p o N oo N O cN-.I LQ a 0 0 01 0 0 0 O O 0 0 0 0 0 0 O O c-I O O 01 c�-I c-I O I� M O Ln oo O O O O O O roO V) O I� pj N to ZF to to to to to to to ooLn r, p ti 0 M t^/? c-I O O O O O O O O ro c O 01 O O O O O O 0�0 O M O 1p m O c-I I� O O O O O O 01 O c-I O o0 N 7 w 0 O O O O O O t0 O O O w p `""� V) O O O O O O ro O Ln N O M o0 M V? M V? V? V? V? V? V? 01 V? N V? Lnal 7 N oo 7 O O O O O O O O N f O N a 0 0 l0 O O O O O O O O O O O O O N O O M O O N M O o0 O O O O O O O O O 01 V? roV? V? V? V? V? V? W M l00 l0 w c N w ' m N w z 2i w z ,, m N z z z O 0 D z E c' '.0 IO '.0 0 Iz ''u p `w p. tG O Q Q O �'.0 GI z z u u u z_ F c Q Q Q Q LL LL LL O Q > C � ID H '.0 H Ip 'J vmi ID O V.0 d Z '..Q Z '..Q Z '..Q � Q '.Z U 'Q 0 O'.O O Q. O 5 O 5 5 'N 'Q U U 5 ZQwO d w w H Z z Z z Z z Z Z Z Z H U w U ',.L.L ~ c O U a w w w 0 U a o""'� %%%/l////�//i�,. rV%1 P ORTANGELES Nqmw 2022 AFFORDABILITY INDEX AND COST COMPARISON Methodology and om iriisoin Criteria The purpose of this study is to determine the affordability of utilities, housing and living costs in Port Angeles by residents. This study further compares similar cities to Port Angeles in terms of cost of utilities, employment rate, housing costs and median income levels. This study was last conducted in 2019, this index is an update to that study. Selection criteria for comparable cities is as follows: • Population size within 20% of Port Angeles • Population density • National Pollution Discharge Elimination System (NPDES) Permit Requirement • Location West of the Cascades Based on the above criteria the following cities were selected as comparisons for this study: • Aberdeen 0 Anacortes 0 Arlington • Battleground 0 Bonney Lake 0 Camas • Centralia 0 Covington 0 Kenmore • Mill Creek 0 Monroe 0 Mukilteo • Oak Harbor 0 Tukwila 0 Tumwater The data contained in this study was gathered from the 2020 US census, county assessor data, Department of Revenue data, US Department of Health and Human Services, and utility cost research performed by the City of Port Angeles Finance Department. In all comparisons the average household usage in Port Angeles was used whenever possible to keep data consistent. These monthly averages include 1,300 kw per hour for electric utility usage, 450 cubic yards of water and wastewater and weekly garbage pickup. I11:::::Jindiings Exhibit 1 below indicates that Port Angeles annual household costs for utilities, housing, property tax and sales tax are $20,885 which is an increase of 30.3% ($4,857) as compared to the 2019 Affordability Index.Total costs to Port Angeles residents are 24.9%less than the average of$27,818 for all comparable cities. However, when comparing the total annual costs to residents against the median household income for each comparable city the affordability of these services to Port Angeles residents is considerably lower than that of 12 of the other comparable cities making Port Angeles the fourth highest in terms of utility and tax related household income used as compared to median household income. This is demonstrated in exhibit 4 below. Indicating that while utility rates in Port Angeles are among the lowest in regard to comparable cities they are also one of the least affordable in terms of household income. Additionally, unemployment rates in Port Angeles have decreased since 2019 going from the highest of the comparable cities at 9.0%to the sixth highest at 5.6%. Food stamp usage remained largely the same with a 0.5% decrease since 2019, however the percentage of the Port Angeles September 6, 2022 L - 2 population receiving public assistance increased significantly as compared to 2019 going from the Th lowest of the 16 cities to the 12t" highest, a 2.8%increase and 2.1%higher than the average comparable city in 2022. Exhibit 1: Aininuall Costs -to 11ame Owineirs $35,000 32,567 37,756 33,03.7 33,050 33,078 37,a75 30,960 $30,000 25,9a7 26,061 26,604 27,330 27,760 $25,000 74,678 20,885 $20,000 39, 33 16, i $:I.5,aaa $:I.a,aaa $5,000 $r wy e cs1 yt ym h<r K11-r� lb ousing Cost Property Taxes 0 utilities Cost IRctail Sarlcs 1"arxcs Exhibit 2: IMedian Household Income $120,000 :100,aaa ^ rl o en o en 6 a,aaO 00 en 06 00 6a,aaa enLn u; ^ ^ ^ 00 oc� en 40pOOO iD Ln '^ aa,aaa a September 6, 2022 L - 3 Exhibit 3: Housing Costs Mill Cireelk $23,100 Mulkillteo $23,016 Covilington $22,632 Kenmore $22,332 Bonney Lalke $22,056 IN $21,924 Cairnas $21,684 Arlington $18,744 'ruinlwateir $16,908 Battle G iro un d 1 $16,560 'r u lkw ii 1I a 1 $16,380 Anacoirtes $15,756 Oalk Hairlboir $15,228 Poirt Angeles $12,216 Centralia $10,836 Albeirdeen $9,948 $ $5,000 $10,000 $15,000 $20,000 $25,000 Exhibit 4: Total Cost as % of Median Household Income Centrafia iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiillllllllllIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIlllllllllllllllllllliiiiiiiiii47.84% OaklHarbor iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiilllllllllllllllllIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII111111111111111146.77% Alberdeen iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiillillillillillillillilillillilillllllllllllll45.01% Port Aingdes iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiNimiiiiiiiiiiiiiillillillillillillilliillillillillillillilliillillillillillilliillillillillillillillillillillillilliillillillillillillilliillillillillillilliillillillillillillillillillillillilliillillillillillillilliillillillillillilliillillillillimiMillillillillillillillillillillillillillilliillillillillillilliillillillillillillillillillillillilliillimimlillII43.00% Tukwfla 111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111114l.08% IMonroe iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiillillillillillillill36.17% Airfington IIIIIIIIIIIIIIIIIIIIIillillillillillillilliillillillillillillillillillillilillillillillillillillilliillillillillillillilliillillillillillillillilillillilillillillillillillillilliillillillillillillilliillillillillillillillilillillilillillillillillillillilliillillillillillillilliillillillillillillillilillillilillillillillillillillilliillillillillillillilliillillillillillillillilillillilillillillillillillillilliillillillillillillilliillillilillilllllllllll11111111111IIIIIIIIIIIIIIIIIIIIII1111111111111111111136.04% Tumwater IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIll11111111111IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIl11111111111IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIl11111111111IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIl11111111111IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIl11111111111IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIl11111111111IIIIIIIIIIIIIIIIIIIIII1111111111111135.62% Ainacortes IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIll11111111111IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIl11111111111IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIl11111111111IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIl11111111111IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIl11111111111IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIillillillillillillillilillillilillillillillillillillilliilillII35.14% Muld1teo 1111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111132.76% Bonney IL.ake iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiillillilillillillllllllllllll32.71% W1 Creek iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiillillillillillillilliillillillillillillilliillillilll[ 31.49% CoWngton iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiillillilillillillillillilliillillillillillillilliillillillillillillilliillillillillillillillillillillilliillillillillillillilliillillillillillillilliillillillillillillillillillillilliillillillillillillilliillillillillillillilliillillillillillillillillillillilliillillillillillillilliillillillillillillilliillillillillillillillillillillilliillillillillillillillillllllllllllllllllll3O.51% Battle Ground 111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111130.00% Kenmore iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiillillilillillillillillilillillillillillillillilliillillillillillillilliillillillillillillillilillillilillillillillillillillilliillillillillillillilliillillillillillillillilillillilillillillillillillillilliillillillillillillilliillillillillillillillilillillilillillillillillillillilliillillillillillillilliillillillillillillillilillillilillillillililll[ 28.46% Camas iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiillillillillillillilliilillillllllllllllllll26.69% 0.,00% .10.,00% 20.,00% 30.,00% 40.,00% 50.,00% 60.,00% September 6, 2022 L - 4 Exhibit 5: Unemployment Rates(2020) 9.001/. 8.30% 8.00% 7.70% 7. 6.90% 7.0C�! 6 5(3'� 6.00% 5.609/ 5.001/8 4.50 50 3.9cr� 3.9cr� 3.2cr� 3.3a� 3. •./ 3 3.00% 2.70% 2. 2.5cr� 2..00% 100% 0.00% Exhibit 6: Percent of IPo Wafion UMng IFood 5taorn /SNAIP(2020) Centralfia IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII 11.9% Aberdeen IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII 10.0% Port Arn8€II€s 8.1% Tulkwfla 7.3% T0.dlrr waat€r iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiillllllllllllllllllll111111111111IIIIIIIIIIIIIIIIIINMEMENEENNEENOMMOOMM 5.0% Arfiffn89to n iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiillllllllllllllllllll111111111111IIIIIIIIIIIIIIIIIIIMMMMMMMMENOMMMMOOMM 4.9% Oak Harbor iiiiiiiiiiiiiiiiiiiiiiiiiiillllllllllllllllllllIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIMMMMMMMMMMMMMMM 4.1% Battle Ground iiiiiiiiiiiiiiiiiiiiiiiiiiillllllllllllllllllllIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIMMMMMMMMMMMMM 3.8% Arnracortes IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIMEEEEM 2.8% Monroe IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII 2.7% CovI fng to n iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiillllllllllllllllllll111111111111IIIIIIIIIIIIIIIIIIINM 2.2% Camas IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII 2.1% Kenmore iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiillllllllllllllllllll111111111111IIIIIIIIIIIIIIIIIIM 2.1% Bonney Lo-alk€, 111111111111111111111111111111111111111111111111111111111111111111111111111111111 1.8% Mull iillteo IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIiiim 1.8% W111 Creek IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII 1.8% 0.0% 2.0% 4.0% &0% 8.0% 10.MI. 12.fr/o September 6, 2022 L - 5 Exhibit 7: Percent of i opullatio n Receiving Publlic Assistance (2020) 25.,0% o er 20., % o a 10.,0% o Ln 5.,0% 0.,0% eA C� 0 In terms of utility rate comparisons Port Angeles' total average utility bill is the seventh lowest, or 3.5% lower than the average comparable city as demonstrated in exhibit 8. The overall change to a Port Angeles residents utility bill as compared to 2019 is estimated at a decrease of$1.45 per month, or $17.40 per year. This estimation and comparison includes the CSO surcharge. This surcharge is approximately 4.3%of resident's overall utility bills. Exhibit 8: Oak Harbor $411.25 Bonney Lake $381.33 Anacortes $355.97 Tumwater $346.81 Monroe $339.92 Aberdeen $339.00 Centralia $331.77 Covington $326.72 Mukilteo $325.26 Port Angeles $321.64 Kenmore $314.78 Tukwila $310.54 Arlington $307.98 Mill Creek $286.37 Battle Ground $265.29 Camas $255.10 $- $50.00 $100.00 $150.00 $200.00 $250.00 $300.00 $350.00 $400.00 $450.00 September 6, 2022 L - 6 When comparing individual utilities Port Angeles' water, wastewater and stormwater rates are amid the highest in the comparable cities. This is largely due to debt resulting from mandated projects, such as the combined sewer overflow, that Port Angeles has finished in the last five years. However, Port Angeles' electric utility rates are one of the lowest. Exhibit 9: WATER WASTEWATER Port Angeles. $52.13 Oak lHarbor nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnlnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnl $129.70 Oak lHarbor $43.83 Bonney Lake nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnm $115.04 Centralia $39.57 Centralia .nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnl $92.52 Arlington $37.75 Monroe .nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn $92.15 Anacortes $36.73 Port Angeles $80.63 Aberdeen $35.32 Covington nnnnnnnnnnnnnnnnnnnnnnnlllllnnnnnnnnnnnnnnnnnnn $70.49 Tukwila $35.27 Arlington IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII $70.15 Monroe $33.25 Mill Creek .nnnnnnnnnnnnnnnnnnnnnnlllllnnnnnnnnnnnnnnnnnnn $69.09 Tumwater .nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn $65.38 Mulkilteo $32.55 Mukilteo .nnnnnnnnnnnnnnnnnnnnnlllllnnnnnnnnnnnnnnnnnl $64.88 Kenmore $30.63 Kenmore nnnnnnnnnnnnnnnnnnnnnllllnnnnnnnnnnnnnnnnm $63.97 Bonney Lake $29.95 Aberdeen nnnnnnnnnnnnnnnnnnnnlllllnnnnnnnnnnnnnnnnn $62.70 Covington $26.12 Anacortes IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII $62.55 Mill Creek $23.48 Battle Ground .nnnnnnnnnnnnnnnnnnllllnnnnnnnnnnnnnn $53.91 Tumwater $23.04 Calmas .nnnnnnnnnnnnnnnnnnnnnnnnnnnnnn $47.47 Calmas $22.53 Tukwila nnnnnnnnnnlllllnnnnnnl $30.00 Battle Ground $22.28 PA-Proposed $- $- $10.00 $20.00 $30.00 $40.00 $50.00 $60.00 $- $20.00 $40.00 $60.00 $80.00 $100.00 $120.00 $140.00 STORMWATER SOLID WASTE Covington IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII $2fi.07 Tulmwater IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII $77.g5 Mukilteo IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII $24.$4 Bonney Lake IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII $65.04 Port Angeles $18.22 Anacortes IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII $62.53 Monroe IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII $17.47 Aberdeen Illllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllln $60.84 Mill Creek nnnnnnnnnnnnnnnnnnnnnnnnnnlllllnnnnnnnnnnnnnnnnnnnnno $17.17 Oak Harbor nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnm $56.54 Tukwila IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII $17.00 Covington IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII $44.49 Oak Harbor IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII $15.45 MUKllteo IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII $42.75 Anacortes nnnnnnnnnnnnnnnnnnnnnnnnnnnnnlllllllllllllllllllllllln $14.38 Centralia nnnnnnnnnnnnnnnnnnlllllnnnnnnnnnnnnnnn $40.05 Battle Ground IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII $14.25 Port Angeles $39.97 Bonney Lake IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII $14.00 Calmas IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII $38.50 Kenmore IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII $13.95 Kenmore IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII $35.18 Aberdeen Illllllllllllllllllllllllllllllllllllllllllllnnnnnnnnnnnnnnnnl $13.26 Monroe nnnnnnnnnnnnnnnnlllllnnnnnnnnnnnm $35.00 Camas Illlllllllllllllllllllllllllllllllllllllllllllllllllnnnnnnnnnnnnl $13.16 Battle Ground IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII $33.40 Tumwater IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII $12.68 Tukwila IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII $32.51 Centralia nnnnnnnnnnnnnnnnnnnnllllllnnnnnnnnnnln $11.87 Arlington nnnnnnnnnnnnnnnnnnnnnnnnnnnnll $32.35 Mill Creek IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII 26.30 Arlington IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII $7.34 $ $- $5.00 $10.00 $15.00 $20.00 $25.00 $30.00 S- $20.00 $40.00 $60.00 $80.00 $100.00 RECYCLE YARD WASTE Anacortes $14.01 Tumwater $17.91 Kenmore $12.07 Centralia $16.77 Battle Ground $8.36 Anacortes $15.82 Oak(Harbor $8.00 Arlington $13.53 Calmas $6.86 Mulkilteo $13.38 Monroe ENNEMENMEMMMM $5.18 Kenmore $11.87 Centralia $ Monroe $10.02 Mulkilteo $- Mill Creek $9.79 Aberdeen $- Covington $9.61 Mill Creek $- Tukwila NNNNNNNNNNNNNNNNNNNNM $9.57 Covington $- Port Angeles MENEEMENEEMENEENEEM $8.88 Tumwater $- Camas MOMMMMMMMMMENEM $8.50 Bonney Lake $- Battle Ground $7,92 Arlington $- Oak Harbor $7.78 Tukwila $ Bonney Lake $7.36 PortAngeles $- Aberdeen $- $ $5.00 $10.00 $15.00 $- $5.00 $10.00 $15.00 $20.00 September 6, 2022 L - 7 ELECTRIC Tukwila IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII $186.19 Aberdeen IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII $166.88 Ana co rtes IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII $149.95 Oak Harbor IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII $149.95 Covington IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII $149.95 Tumwater IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII $149.95 Bonney Lake IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII $149.95 Kenmore IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII $147.12 Monroe IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII $146.86 M ukilteo IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII $146.86 Arlington IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII $146.86 Mill Creek IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII $138.54 Centralia IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII $130.99 Battle Ground IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII $125.16 Port Angeles $121.81 Camas IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII $118.08 $- $50.00 $100.00 $150.00 $200.00 Conclusion The results of the Affordability Index show that while overall annual costs to homeowners are low when compared to other similar cities, due to a lower than average median household income Port Angeles residents pay more for services and taxes as a percentage of their annual income. This is particularly problematic in terms of affordability of the utility to meet demands and expectations of customers as the Port Angeles utilities have the same need for capital, debt, maintenance and personnel as other similar utilities. Additionally, due to recent mandates Port Angeles has undertaken some very large capital projects that have resulted in high amounts of debt to the utilities that have been incorporated into the rates. The reduction of just one of these additional charges, in this example the combined sewer overflow, results in a 4.5% reduction in utility bill costs and changes the rank of Port Angeles in terms of total utility costs from one of the highest to average when compared to other cities of the same size. Also of consideration is the impact of lower than comparable family wage jobs in the Port Angeles area that contributes to the difficulty of residents to afford all of the household costs for services despite lower average overall costs in Port Angeles. The Port Angeles median income is 36.9%less than the average for comparable cities in this study and the average household costs for services are 20.0% less, leaving about a 17%gap between the average costs of cities of comparison. This difference is the source of what is driving the ability of Port Angeles residents to afford household services and should be heavily weighed when considering any rate or tax increases. September 6, 2022 L - 8 nog„r1��il��fJJJ„„�;l11%lr„ POR-T-ANGELES CITY COUNCIL WASH I N G T' O N , U .S, MEMO Date: September 6,2022 To: City Council From: Norm Gollub,Interim Community and Economic Development Director Subject: Planning Commission Title 17 Amendment proposal Summary: On July 13'staff presented the Planning Commission with proposed changes to Title 17 that would address the need for increased housing density and quality of life improvements in traditionally lower density residential zones. The Planning Commission unanimously adopted a motion to move forward with the proposal as a Planning Commission led effort. Staff continued discussions at the July 27 and August 10 Planning Commission meetings to identify a process and procedures for the proposed amendments that are supported by the Growth Management Act, RCW 36.70A. The Planning Commission then adopted a motion to follow staff s recommendation. That recommendation includes a public engagement process, 60-day notice to the Department of Commerce, a formal recommendation from the Planning Commission for code amendments, and then presentation of draft code amendments to City Council in March 2023. Funding:NA. Recommendation: Information Only. Background / Analysis: On June 6, 2022,Planning Commissioner Steven Luxton provided staff with proposed changes to several sections of Title 17 to be put on a future Planning Commission agenda in order to address the need for increasing housing density and quality of life in traditionally lower density residential zones. Changes included allowing up to 4 units on 7,000 square foot R7, Residential Lower Density lots (without subdivision) and the addition of a conditional use for commercial uses, defined as `corner shops"at intersections within that zoning district. Staff presented the proposal to the entire Planning Commission on July 13th and a motion was passed to move forward with the proposal as a Planning Commission led effort. After evaluating the City's Comprehensive Plan, staff found inconsistencies in the definitions provided in the Land Use Element and Future Land Use Map that conflicted with the proposal from the standpoint of allowed units per acre specified in the "Lower Density Residential" land use type. Coincidentally, staff was made aware that the City of Spokane had recently made changes that allowed up to four-unit multifamily development in traditionally single-family zones; the first ordinance of its kind in Washington State. After interviewing City of Spokane staff members and researching the history and context of the interim ordinance passed by the Spokane City Council, the Port Angeles staff found that the Building Residential Capacity code in the Growth Management Act(specifically 36.70.A.600) made allowances for and supported certain changes to zoning code that were exempt from judicial appeal if codified by April 1, 2023. This includes four units on one property in zones that did not previously allow the use. September 6, 2022 L - 9 At the July 27 and August 10 Planning Commission meetings, staff provided context for the proposed amendment and what work had previously been accomplished to provide more housing diversity, availability, and ease in the permitting process. Staff voiced support for the amendments,but also asked for time for further analysis and staff suggested changes, and a more robust public process. A discussion was led to identify a process and procedures for the proposed amendments that are supported by the Growth Management Act. The Planning Commission unanimously adopted a motion to follow staffs recommended process. Minutes are available on the City website's meetings and agendas section found here: Mootir� s or�das Dortr� olosl -official /obsito cit of a.us Amendments are scheduled to be presented to City Council in March 2023 after a public engagement process, 60-day notice to the Department of Commerce, and Planning Commission recommendation. Funding Overview: NA. August 10 Staff Presentation; Planning Commission agreed upon Title 17 Amendment Proposal September 6, 2022 L - 10 � I � I � I m i I�° I "w ® IIIWIII MID CL MID tm IN loop 0 1101mm r**a 01= m 0 1110mm E CT :3 vlomp in IMME IMME E 0 SOMME 13 m om E 16=1 Cal) FEE 0 '1' ED 13 M mmm (D CNI Ip � MO ® °W' N 0 BEEN 42 a) Lmn till 4:3 c (1) Eli ®C33 I„ go cy) Cii) too �G Ica" cc J go E- CIL cun ku HIV Q -70 CD 0 �u cc: Q) go Ca- In n ® E"O III ® m go C13 To :ry ti` : �EE NI"' N O '° ® N ® toku11 ® L. E � I"„ry�. E m6.. all IllU�i�- u»ui�i Clil J 0`1 0`1 i�`1 ll'i W W"W Clil Clil f i f Clil 01 I' Iu Clil ri lu m 1 01 42 01 42 — III III.III ® ,� � •� ® ® 07 Fn 0) — j (D co co 01 W W I N , Ory ® IN0 cm ca x Co �...I CI Lry ® I .. 64 0 Co CL D 0- V ului�i Co Clil ............ ® in ® 0 -0 cn a) ch L Clil 00 mmClil ® cn 0cn CU 41 ® l il ti cu .. cu cn �u ® Clil cn cn ® Oil ® Cu ® in01 01 CII II r curv' 01 w ....__ N cm N1 01 CM C C3 NI Clil � L � ® '... ICl, IllUii� u»ui�i lil 4-1 4-1 ............ G Cl CL Fn Clil mm ',u CD 4-1 cn Ca 4-1 01 4-1 Clil 4-5 ou Ile �u �,uil ® Oil � W 01 4-1 ai cn cn ca ry . . N ''' N • N ® ku t0 Clil Oil IllU�i� u»ui�i Cil t0 CO ............ 0„ t ���...... ' m m �mm mW I �G m mImIW W,W �m mW W „II IIIIIIIIIIIIIW W "Iil I mm�a� N I- lfl lfl c-I c-I c-I N O O ullll IIII rn • IIIIIIIIIII m�fiiNWN�� m Ln N 1i Ln O O NIIII m m Ln N O O NIN IIIIIIIIIIII CCil Ln N O O O 'O Wl Cil IIIIIIIIIII �� �IW mmumw L I) N ill O O O 000i�00000000000000iiiiiiiiiiiar W ol iii i W�II� N O O O �G ol m it N W' Illllllliilill N imam w II i � i � Cil m m pill m m uuuu uuuu � uuul uuuu �� ry "�" " IIIIIIIIIIW e ° ii � CIIl iirmi ,i�i�u i°� mm �m u»ui�i Clil ............ 4-J Clil 4-J 4-J Clil Ln Ln CIO V) 4- Cli -0 0 Clil Ln 01 4-j uClil Oil QJ CII Ln LA 0iii 4-J 01 0L Cli QJ I E E to I E 1 01 CIO CIO V) CM 4-J E C-4 01 o CIO CM Clil V) Cli 4-J E o 0 Cli Clil `1 w1 70 Cu 4-1 CIO ,....ry ® Ii lil mmClil in a) lil L. 01 lil c lu 01 in 01 cn IIIII E4-1 �� > _ CU s �cn .� o a) a) E 0 C.3 ','� w mw 01 00 ry Cliil CL Cw Oil CL s � x co: P-- CA ,r- con QD EE EE F- c 0 EE cac) E I & co: cn to So .0 co X-- on Z cl 73 0 0 (Z) C) EE C) Ey E 4-a cin 1 Ae co) 0 (01) (0: 0 CID Q C) = va c/) CID 0 /\ ( . �/ .\ 0 CID OD ictif co :Z1 -1 03 OD 00 cc/) 73 � � � / 0 CN L- \, \ . L PD OD 03 CID CNJ Cal) L- CNI S L— C) E= C) p q) Cin 4— 42 c;) a) 42 N W 0-1 0 LQ- C104 cm ly C.4 Ciii (65 0 z E C4 co: 4-1 co: 72 CQU) 0 E a) E 0 0 co: 0 Cau) 0 0� m>' cn M M to j a) C c' Lul- CD low to COM -3 0 ELI CUD 0 03 � � \ : \! CY) cr) 0 C.) (0: (0: LQ CO 0 E: C4 C4 LL C4 Cli cu E Luh E N P...................... �I I�° I IIIWIII �I P.........m �I I�° I N ;' LP............ CL d Aspect Consultant Agreement, PS ►-2017-05 Landfill Post Closure Consulting&Engineering Services Date Agreement Authorized by Council:June 20,2017 Agreement Expires: December 31, 2022 Billings Through:7/29/2022 2021-2022 2021-2022 Billings Amount % Task# Task 2017-2018 2018-2019 2019-2020 2020-2021 2021-2022 to Date Remainin Complete_ 1 monitoring&Reporting $115,000.00 120,750.00 161.840.00 133,127.00 139,783.00 $ 61,978.13 77,804.87 44%a Total $115,000.00 120,7 00.00 ET61,840.00 133,127.00 139,783.00 $61 978.13 $77,804.87 44% Total Contract Amount 2017-2022 $670 500.00 September 6, 2022 L - 22 ESIKI Engineering Services On-Call Electrical Engineering Services PSA-2021-24 Date Agreement Authorized by Council: June 20, 2021 Agreement Expires: December 31, 2022 Billings Through: May 24, 2022 Original Contract Billings to % Task# Task Amount Date Remaining Completed 1 2021 On-Call Electrical Engineering $40,000.00 $3,095.00 $36,905.00 8% Services 2 2022 On-Call Electrical Engineering $60,000.00 $3,095.00 $56,905.00 5% Services ,. oe ,Totals sio 0,000.001 $6,190.001 $93,810.00 6% September 6, 2022 L - 23 G OENGIN ERRS, INC BA for Olympic Discovery Trail Repair PSA-2021-41 Date Agreement Authorized by City Manager:October 18,2021 Agreement Expires: December 31,2022 Billings Through: December 3,2021 Contract Billings to % Task# Task Amount Date Remainin Complete ODT Biological Evaluation and Essential Fish 1 Habitat Assessment and Reporting $10.000.00 $5,603.25 $4,396.75 56% Totals $10.000.00 $5,603.25 $4,396.75 56% September 6, 2022 L - 24 PW 0410_02 [Revised 08/06] HDR ENGINEERING, INC. Cultural Resources Services PSA-2022-01 Date Agreement Authorized by City Council:May 03,2022 Agreement Expires: December 31,2023 Billings Through: Contract Billings to Task#1 Task Amou!2!__j Date Remainin Complete, 1 P'S#3 Force Main Replacement 60,000.00 $0.00[ $60,000.00 0.00% L--!--JDirected Services $85,280.00 $ 001 0.00%' T Totals $145 280.00 $0.001 $145,280.001 0.00% September 6, 2022 L - 25 PW 0410_02 [Revised 08/06] HE AD ENVIRONMENTAL CONSULTANTS,TS, INC. City Hall LID Parking Lot Retrofit Design Support PSA-2020-26 Date Agreement Approved by City Council:July 7,2020 Date Amendment Authorized by City Manager: December 21,2021 Agreement Expires: December 31,2022 Billings Through: 12/3/2021 Contract Billings to % Task# Task Amount Date Remaining Complete 1 Design Support I 1 ..677-001 $110 667.00 $0.00' 100% Totals $110,677.00 $110,667.00 $0.00 100% September 6, 2022 L - 26 PW 0410_02 [Revised OW06] JACOBS ENGINEERING GROUP, INC. Elwha Water Facility Engineering Support PSA-2019-21 Date Agreement Authorized by City Council: November 19,2019 Date Amendment 1 Authorized by City Manager: December 8,2020 Date Amendment 2 Authorized by City Manager: December 7,2021 Agreement Expires: December 31,2022 Billings Through: 3/11/22 ......... Contract Billings to % Task# Task Amount Date Remaining] Compete 1 Data Collection $3,568.00 $3,424.60 $143.40 96% 2 Fr—R unary Development of Strategies $7jpj,qQL. 0% 3 Site Visit 8 Planning Workshop 25,069A0 $14,186.71 $10,882.29 57% 4 ISCADA $8,564.00 $8,564.00 0% 5 Equipment Surplus Faciltyy DecommNssioningi $10,000.00 $10,00O.W 0% 9 Nanny Well $49,000.00 $58,174.38 -$9 174.338 119% 10 1 Project Management 21,178.00 $13,658.14 $7,519,86 64% 11 Technical Assistance/Directed Services $24,830.00 $2,53.84 $22,276.16 10% Amendment 2-Level of Service Industrial Water 12 Supply $25,000.00 $7,446.83 $17,553.17 ;30-%/. Future Tasks Below:F' 7 8, &11I Not Funded In 2020) 6 1 ElWha Surface Water Intake SI) F $0.00 $8,419.82 $8,419.82 0% 7 Fish Screen Structure $0.00 $834.69 -$84.69 0% 8 Effluent Distribution Structure EDS _ $0.00 _.. ) $20,157.84 -$20,157.84 0% 11 B Technical Assistance/Directed Services 0.00 $0.00 0% Totals $175,000.00 $128,856.85 $46,143.15 74% September 6, 2022 L - 27 PW 0410_02 [Revised 08/061 JRMA ARCHITECTS ENGINEERS Transfer Station Facility Evaluation PSA-2021-35 Date City Council Authorized City Manager to Execute Agreements for TS: March 16,2021 Date Agreement Authorized by City Manager:October 6,2021 Date Amendment 1 Authorized by City Council 3/16/2021 and signed City manager:April 5,2022 Date Amendment 2 AuthorizedAuthorized by City Council 3/16/2021 and signed by City manager:April 18,2022 Agreement Expires: December 31,2023 Billings Through: June 30,2022 Contract Amount= Billings to % Task# Task Amend. 1 & Date Remaining Complete 1 TS 1 acility Evaluation $141,564.00 $116,888.44 $24,675.56 83%� Totals $141,564.00 $116,888.44 $24,675.56 83% September 6, 2022 L - 28 PW 0410_02 [Revised 06/06] KENNEDY JENKS CONSULTANTS Waterwater Comprehenive Plan PSA-2020-49 Date Agreement Authorized by City Council: December 15,2020 Date Amended Authorized by City Manager:July 22,2022 Agreement Expires: December 31,2022 Billings Through: 5/27/2022 Contract Billings to ITaskO Task Amount Date Remainin Com fete 100 jProject Management $42,196.00 1 $40,279.76 $1,916.24 95% 200 _[Wastewater omprehensive Planning 294.165.00 1 $288,445.92 $5,719.08 98% 300 Agenc Coordination $3,744.00 ° Y $3�744.00 0% 400 Public Outreach Support 9,765.00 $9765.00 0% Totals ° $349,870.00 $328,725.68 $21,144.32 September 6, 2022 L - 29 PW 0410_02 [Revised 08/06] KENNEDY J NKS CONSULTANTS Wastewater Capacity Improvement Design Service PSA-2021-33 Date Agreement Authorized by City Council:November 3,2021 Agreement Expires: December 31,2023 Billings Through: 7/29/2022 Contract Billings to Task# Task Amount Date Remainin Complete 100-90 W Capacity Improvement Design Services 432,540 00 $117,708.44 $314.831.56 27%a Totals $432,540.00 $117,708.44 $314,831.56 27% September 6, 2022 L - 30 PW 0410_02 [Revised 081061 IK"ENNIEDY JENKS CONSULTANTS Wastewater Modeling Support Services PSA-2022-03 Date Agreement Authorized by City Manager:June 06,2022 Agreement Expires: December 31,2023 Billings Through: ww __www Contract Billings to Task# Task Amount Date RemainingCom lete 1 lWastewater Modeling Support Services $20,000.00 $20,000.00 0.00% I , ' 'Totals $20,000.00 $0.00 $20,000.00 0.00% September 6, 2022 L - 31 PW 0410_02 [Revised 08/06) KITSAP COUNTY 2020-2022 Stormwater ILA Kitsap Outreach Date Agreement Authorized: January 13, 2020 Agreement Expires: December 31, 2022 PSA-2019-50 2020 -2022 Stormwater ILA Kitsap Outreach Billings through: 6/30/2022 Task# L Task Contract Amount Billings to Date Remaining %Complete 1 2020 Stormwater ILA Kitsap Outreach $12,209.001 $8,895.261 $3,313.74 7P/ 2 2021 Stormwater ILA Kitsap Outreach $12,209.00 $8,731.54 $3,477.4-6 72% 3 2022 Stormwater ILA Kitsap Outreach $12,209.001 $2,535.321 $9,673.68 1 21% Totals $36,627.001 $20,162.121 $16,464.88 55% September 6, 2022 L - 32 KPFF CONSULTING ENGINEERS 2020 Decant Facility Design Support PSA-2020-13 Date Agreement Approved by City Council: May 5,2020 Date Amendment 1 Approved by City Manager: May 28,2021 Date Amendment 2 Approved by City Manager: December 27,2021 Agreement Expires: December 31,2022 Billings Through:6/30/2022 Contract Billings to % Task# Description Amount Date Remaininci Complete 1 Decan Facility Desi n Support-SW Funds 124,319.00 22,025.49 102,293.51 18% 2 Decan Facility Design Su ort-Water Funds 25,000.00 22,025.49 2,974.51 88% 3 Decan Facility Design Sup ort-WW Funds 25,000.00 22,025.49 2,974.51 88% 4 Decan Facili Design Support-Storm Funds 25,000.00 22,025.50 2,974.50 88% Totals $199,319.00 $88,101.97 $111,217.03 44% September 6, 2022 L - 33 PW 041002 [Revised 081061 LANDAU ASSOCIATES, INC. Kacee Way ODT Slope Evaluation PSA-2022-27 Date Agreement Authorized by City Manager:June 16,2022 Agreement Expires: December 31,2022 Billings Through: 7/26/2022 Contract Billings to % Task# Task Amount Date Remaining Com Mete _._.. Kacee Way ODT Slope Evaluation $10,000.00 $2,467.50 $7,532.50 24.68% p Totals $10,000.00 $2,467.50 $7,532.50 24.68% September 6, 2022 L - 34 PW 0410_02 [Revised 08/06] NTI SURVEYING 2022 Landfill Surveying Services PSA-2022-34 Date Agreement Authorized by City Manager:June 03,2022 Agreement Expires: December 31,2022 Billings Through: 5/31/2022 Contract Billings to Task# Task Amount Date Remaining Complete. 1 2022 Landfill Surveying Services 1 $4,000.00 1 $3,975.001 $25.001 99.38% Totals $4,000.00 $3,975.00 $25.00 99.38% September 6, 2022 L - 35 PW 0410_02 [Revised 08/06] OSBORN CONSULTING, INC Stormwater Permit Implementation Support PSA-2020-48 Date Agreement Authorized by City Council:October 20,2020 Date Amendment 1 Authorized by City Council:June 21,2022 Agreement Expires: December 31,2023 Billings Through: 6/30/2022 Contract Amount& Billings to % Task# Task Amend#1 Date Remaining Complete 1 2020, 2021,2022 Stormwater Permit Implementation $295.806.00 $282,712.55 $360,288.45 96% Totals $643n001.00 $282 712.55 $360,288.45 44% September 6, 2022 L - 36 PW 041002 [Revised 08/06] PACIFIC SURVE,Y & ENGINEERING, INC City Pier Sidewalk Repair and Shoreline Armoring PSA-2021-11 Date Agreement Approved by City Council: March 02,2021 Date Amendment Approved by City Manager November 15,2021 Agreement Expires: December 31,2022 Billings Through: 4/30/2022 Contract Billings to % 'Task# Task Amount Date Remaining Complete Project design, permitting, and bid advertisement 1 support services $49,350.00 $43,352.48 $5,997.52 88% Totals $49,350.00 $43,352.48 $5,997.52 88% September 6, 2022 L - 37 PW 0410_02 [Revised 06/06] PARAMETRIX, INC Peabody Creek Culvert PSA-2019-42 Date Agreement Authorized by City Council: December 17,2019 Date Amendment 1 Authorized by City Manager:June 15,2021 Date Amendment 2 Authorized by City Manager:June 21,2022 Agreement Expires: June 30,2023 Billings Through: 2/26/22 Contract Billings to Task# Task Amount Date Remaining Complete 1 Project-Management 19,524.90 ° � $10,884.50', $8,640.40 56/° '. 2 Preliminary Hydraulics Design Report $86,653.59 $70,510.21 $16,143.38 81% ' 3 jAgency&Stakeholders Coordination 19,073.54 $6,639.15 $12,434.39 35% 4 Preliminary 156% Design 24,467.18 $7,992.30 $16,474.88 33% Totals $149,719.21 $96,026.16 $53,693.05 64% September 6, 2022 L - 38 PW 0410_02 [Revised 08/06i PARAMETRIX, INC 16th Street LID Retrofit Project PSA-2020-30 Date Agreement Authorized by City Council:November 3,2020 Agreement Expires: December 31,2022 Billings Through:7/2/2022 Contract Billings to % Task#F Task Amount Date Remaining Complete 1 16th Street LID Retrofit $159,687.20 $99,971.21 $59,715.991 62.60% IL, Totals 1 $159,687.20 $99,971.21 $59,715.99 62.60% September 6, 2022 L - 39 PW 0410_02 [Revised 08/061 P ►RAMTRIX, IC Lincoln Street Safety Improvement PSA-2019-39 Date Agreement Approved by City Council: March 3,2020 Date Amendment 1 Authorized by City Manager:3/20/20 Date Amendment 2 Authorized by City Council:6/15/21 Date Amendment 3 Authorized by City Manager: 1/21/22 Agreement Expires: December 31,2022 Billings Through: 7/2/2022 Contract Amount original. $217,980.80 Billings to % Amd 1-$29,189.61 g 'Task#' Descri tion Amd2-$195,962.32 Date Remaining Complete 1 Lincoln Street Safety Improvement 443,132.73 $411,005.861 $32,126.87 93%I Totals $443,132.73 $411,�005�.86 $�32,1 .87 93% September 6, 2022 L - 40 PW 0410_02 [Revised 08/06] PA►RAMET IX, INC Signal Controller Upgrade PSA-2022-24 Date Agreement Authorized by City Council:July 19,2022 Agreement Expires: December 31,2023 Billings Through: Contract Billings to % Task# Task Amount I Date Remaining Com lete 1 TR0120-Signal Conroller Upgrades $221,996.62 $0.00 $221,980.02 0.00% 2 ITR1399-Traffic Signal Interconnection $41,277.16 $0.00 $41,277.161 0.00% Totals $263,257.18 $0.00 $263,257.18 0.00% September 6, 2022 L - 41 PW 0410_02 [Revised 08/061 RN2 ENGINEERING, INC. Water System Modeling Support Services PSA-2019-11 Date Agreement Authorized by City Manager:June 3,2019 Date Amendment 1 Authroized by City Council:December 17,2019 Date Amendment 2 Authroized by City Manager:November 30,2020 Date Amendment 3 Authroized by City Manager:December 27,2021 Agreement Expires: December 31,2022 Billings Through: 5/29/2022 Contract _ Amount& Billings to % Task# Task Amend#1-3 Date Remaining Complete W 1 Water System Model Calibration $22,000.00 $23,971.79 $1,971.79 109% 2 lrected Services 1 . '0 $1,421.93 $10,578.07 12% 3 iAmend#1 Task 1 Unidirectional Flushing Program m 4 ,5 5. $47,323.64, -$3,798.64 1091 4 Amerid#1 Task 2 Directed Services $16,475.00 $10,705.33'', $5,769.67 65% Totals $94,000.00 $83,422.69 $10,577.31 89% September 6, 2022 L - 42 PW 0410_02 [Revised 08/06) zPargent Engineers, Inc. Structural and Civil Engineering Services PSA-2019-38 Date Agreement Authorized by City Council: October 1, 2019 Date Amendment 1 Authroized by City Manager: 11/2/2021 Agreement Expires: December 31, 2022 Billings Through: 6/30/2022 Contract Amount+ Billings to % Task# Task Amend. 1 Date Remaining Complete Streets/Professional 1 Services/Bridge Inspections $30,414.00 $9,671.93 $20,742.07 32% Parks/Operations/Repair& Mtce 2 Account for 2020 $6,784.00 $6,336.21 $447.79 93% 3 City Pier Railing Replacement $37,232.00 $191583.77 $17,648.23 53% 4 Laurel Street Stairs $34,522.00 $238.78 $34,283.22 1% Direct Structural Engineering 5 Services $30,000.00 $3,818.70 $26,181.30 13% o, Totals $138,952.00 $39,649.39 99,302.61 29% September 6, 2022 L - 43 PW 0410_02 [Revised 8/06] RSO GROUP Local Road Safety Plan PSA-2021-43 Date Agreement Authorized by City Managed:October 27,2021 Agreement Expires:December 31,2022 Billings Through: 6/10/2022 Contract Billings to % Task JX Description Amount Date Remaining Complete 2021 to 2022-Update Safety analysis, Countermeasures, LRSP Document, Grant 1 Applications, and Directed Services $20,000.00 $19.717.50 $282.50 99% ' Totals $20,000.00 $19,717.50 $282.50 99% September 6, 2022 L - 44 PW 0410_02 [Revised 08/061 TECHNICAL SYSTEMS, INC SCADA Technical Suppot PSA-2020-03 Date Agreement Approved by City Council: April 7,2020 Date Amendment 1 Authorized by City Council:December 15,2020 Date Amendment 1 Authorized by City Council:December 07,2021 Agreement Expires: December 31,2022 Billings Through: 7/30/2022 ___.................................. ....... .._._._. Contract Contract Contract Amount Amend#1 Amend#2 Billings to Remaining % Task# Descr�tion 2020 2021 2022 Date 2022 2022 Complete 1.0 Maintenance and Technical Support 1.1 Wastewater SCADA Maintenance Support w_ 30000.. „ 30 000 30 000 4,770 25,230 I16% 1.2 Water SCADA Maintenance Support 30,000 35,000 35,000 510 34,490 1% 1.3 Solid Waste SCADA Maintenance Su ort 4,000 4,000 4,000 2,560 1,440 64% PP ........ . 2.0 6CADA En ineerin Technical Su port J31,000 0% 2.1 Elwha Water SCADA Maintenance Sub op r 15,000 15,000 2,100 12,900 Totals 95,000 $84,000 $84,,000 $9,940 74,060 12% 253.0 __ .. .. September 6, 2022 L - 45 Pw 0410_02[Revised 081061 VANIR CONSTRUCTION MANAGEMENT Inc. Race Street Complete Street PSA-2021-01 TR0209 Date Agreement Approved by City Council:March 16,2021 Agreement Expires: December 31,2022 Billings Through: 3/31/2022 Contract Billings to % Task# Task Amount Date Remaining Complete Construction Management Support 320,640.00 $35,935.00 $284 705.00 11% vi '� Totals $320,640.00 $35,935.00 $284,705.00 11% September 6, 2022 L - 46 PW 0410_02 [Revised 08106] WEST COAST COCK CONSULTANTS 2020 - 2022 Electrical Plan Review PSA-2020-07 Date Agreement Approved by City Council : June 2, 2020 Agreement Expires: December 31, 2022 Billings Through: 4/08/22 Original Contract Billings to % Task# Description Amount Date Remaining Completed' 1 2020 Electrical Plan Review $15,000.00 $1,141.60 $13,858.40 8% 2 $15,000.00 $1,839.45 $13,160.55 12%' 2021 Electrical Plan Review 3 2022 Electrical Plan Review $15,000.00 $687.50 $0.00 5% Totals $45,000.00 $3 668.55 $41.331.45 8% September 6, 2022 L - 47 PW 0410_02 [Revised 08/06]