HomeMy WebLinkAbout5.452 Original Contract
5. <lSc;0
L
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN THE
THE CITY OF PORT ANGELES
AND
CH2M Hill, INC.
:l:PJ
RELATING TO: Port Angeles Water Supply Study
THIS AGREEMENT is made and entered into thiscR I Jt day of f)&BJr].Ai), 1997, by and between THE CITY OF
PORT ANGELES, a non-charter code city of the State of Washington, (hereinafter called the "CITY") and CH2M Hill, Inc.,
a Colorado Corporation (hereinafter called the "CONSULTANT").
WHEREAS, the CITY desires to evaluate the long term drinking water supply strategies in light of the closure of Rayonier Pulp
mill, the Elwha Dam removal projects, current and future drinking water regulations, water rights issues and providing direct
or indirect service to customers between Morse Creek and the Elwha River, and
WHEREAS, the CITY desires to engage the professional services and assistance of a qualified consulting firm to perform the
scope of work as detailed in Exhibit A, and
WHEREAS, the CONSULTANT represents that it is in full compliance with the statutes of the State of Washington for
professional registration and/or other applicable requirements, and
WHEREAS, the CONSULTANT represents that it has the background, experience, and ability to perform the required work
in accordance with the highest standards of the profession, and
WHEREAS, the CONSULTANT represents that it will provide qualified personnel and appropriate facilities necessary to
accomplish the work;
NOW, THEREFORE, in consideration of the above representations and the terms, conditions, covenants and agreements set
forth below, the parties hereto agree as follows:
SCOPE OF WORK
The scope of professional services to be performed and the results to be achieved by the CONSULTANT shall be as detailed
in the attached Exhibit A, and shall include all services and material necessary to accomplish the work.
The CITY may review the CONSULTANT'S work product, and if it is not satisfactory, based on the criteria set forth in Exhibit
A, the CONSULTANT shall make such changes as may be required by the CITY. Such changes shall not constitute "Extra
Work" as related in Section XI of this Agreement.
The CONSULTANT agrees that all services performed under this Agreement shall be in accordance with the standards of the
profession and in compliance with applicable federal, state and local laws.
The Scope of Work may be amended upon written approval of both parties.
II OWNERSHIP OF DOCUMENTS
Upon completion of the work, all documents, exhibits, photographic negatives, or other presentations of the work shall become
the property ofthe CITY for use without restriction and without representation as to suitability for reuse by any other party unless
specifically verified or adapted by the CONSULTANT. However, any alteration or reuse of the documents, by the City or by
others acting through or on behalf of the City, will be at the City's sole risk.
1
.
III DESIGNATION OF REPRESENTATIVES
Each party shall designate its representatives in writing. The CONSULTANT'S representative shall be subject to the approval
of the CITY.
IV TIME OF PERFORMANCE
The CONSULTANT may begin work upon execution of this Agreement by both parties. The work shall be completed in
accordance with the schedule set forth in the attached Exhibit D.
V PAYMENT
The CITY shall pay the CONSULTANT as set forth in this section of the Agreement. Such payment shall be full compensation
for work performed, services rendered, and all labor, materials, supplies, equipment and incidentals necessary to complete
the work.
A. Payment shall be on the basis of the CONSULTANT'S cost for actual labor, overhead and profit plus CONSULTANT'S
direct non-salary reimbursable costs as set forth in the attached Exhibits Band C, respectively.
1. Labor costs shall be based on the hourly rates shown in Exhibit B. Hourly rates shall be based upon an
individual's hourly wage, times the total number of hours worked, times a multiplier of 3.05. The multiplier
shall include overhead and profit.
General clerical time shall be considered an overhead item, except where specific work items are
involved that require one hour or more continued effort, in which case time will be charged on the
basis of hours worked.
2. The direct non-salary reimbursable costs are those directly incurred in fulfilling the terms of this Agreement,
including, but not limited to, travel, subsistence, telephone, CADD computer, reproduction and printing,
supplies and fees of outside services and consultants. Ten percent (10%) overhead and profit may be added
to direct non-salary reimbursable costs.
B. The CONSULTANT shall submit invoices to the CITY on a monthly basis. Invoices shall detail the work, hours,
employee name, and hourly rate; shall itemize with receipts and invoices the non-salary direct costs; shall indicate
the specific task or activity in the Scope of Work to which the costs are related; and shall indicate the cumulative total
for each task.
C. The CITY shall review the invoices and make payment for the percentage of the project that has been completed less
the amounts previously paid.
D. The CONSULTANT invoices are due and payable within 30 days of receipt. In the event of a disputed billing, only the
disputed portion will be withheld from payment.
E. Final payment for the balance due to the CONSULTANT will be made upon the completion of the work and
acceptance by the CITY.
F. Payment for "Extra Work" performed under Section XI of this Agreement shall be as agreed to by the parties in writing.
VI MAXIMUM COMPENSATION
Unless otherwise agreed to in writing by both parties, the CONSULTANT'S total compensation and reimbursement under this
Agreement, including labor, direct non-salary reimbursable costs and outside services, shall not exceed the maximum sum
of $25,810 for phase 1 ofthe study.
2
VII EMPLOYMENT
Employees of the CONSULTANT, while engaged in the performance of any work or services under this Agreement, shall be
considered employees of the CONSULTANT only and not of the CITY, and claims that may arise under the Workman's
Compensation Act on behalf of said employees while so engaged, and any and all claims made by a third party as a
consequence of any negligent act or omission on the part of the CONSULTANT'S employees while so engaged, on any of
the work or services provided to be rendered herein, shall be the sole obligation and responsibility ofthe CONSULTANT.
In performing this Agreement, the CONSULTANT shall not employ or contract with any CITY employee without the City's
written consent.
VIII NONDISCRIMINATION
The CONSULTANT shall comply with all applicable federal, state and CITY nondiscrimination regulations and with the CITY'S
Equal Opportunity/Affirmative Action clause, which is set forth in the attached Exhibit E.
IX SUBCONTRACTS
A. The CONSULTANT shall not sublet or assign any of the work covered by this Agreement without the written consent
of the CITY.
B. The CONSULTANT will be using the firms submitted with its proposal as subcontractors. Subcontractors other than
those listed shall not be permitted without the written consent of the CITY.
C. In all solicitation either by competitive bidding or negotiation made by the CONSULTANT for work to be performed
pursuant to a subcontract, including procurement of materials and equipment, each potential subconsultant or supplier
shall be notified by the CONSULTANT of Consultant's obligations under this Agreement, including the
nondiscrimination requirements.
X CHANGES IN WORK
Other than changes directed by the CITY as set forth in Section I above, either party may request changes in the scope of work.
Such changes shall not become part of this Agreement unless and until mutually agreed upon and incorporated herein by
written amendments to this Agreement executed by both parties.
XI EXTRA WORK
The CITY may desire to have the CONSULTANT perform work or render services in connection with this project, in addition
to the Scope of Work set forth in Exhibit A and minor revisions to satisfactorily completed work. Such work shall be considered
as "Extra Work" and shall be addressed in a written supplement to this Agreement. The CITY shall not be responsible for
paying for such extra work unless and until the written supplement is executed by both parties.
XII TERMINATION OF AGREEMENT
A. The CITY may terminate this Agreement at any time upon not less than ten (10) days written notice to the
CONSULTANT. Written notice will be by certified mail sent to the consultant's designated representative at the
address provided by the CONSULTANT.
B. In the event this Agreement is terminated prior to the completion of the work, a final payment shall be made to the
CONSULTANT, which, when added to any payments previously made, shall compensate the CONSULTANT for the
percentage of work completed.
C. In the event this Agreement is terminated prior to completion of the work, documents that are the property of the CITY
pursuant to Section II above, shall be delivered to and received by the CITY prior to transmittal of final payment to the
CONSULTANT.
3
XIII INDEMNIFICATION/HOLD HARMLESS
The CONSULTANT agrees to indemnify the CITY from any claims, damages, losses, and costs, including, but not limited to,
attorney's fees and litigation costs, arising out of claims by third parties for property damage and bodily injury, including death,
carused solely by the negligence or willful misconduct of the CONSULTANT, CONSULTANT employees, affiliated
corporations, officers, and subcontractors in connection with the work performed under this Agreement.
The CITY agrees to indemnify the CONSULTANT from any claims, damages, losses, and costs, including, but not limited to,
attorney's fees and litigation costs, arising out of claims by third parties for property damage and bodily injury, including death,
caused solely by the negligence or willful misconduct of the CITY, CITY's employees, or agents in connection with the work
performed under this Agreement.
If the negligence or willful misconduct of both CONSULTANT and CITY (or a person identified above for whom each is liable)
is a cause of such damage or injury, the loss, cost, or expense shall be shared between the CONSULTANT and the CITY in
proportion to their relative degrees of negligence or willful misconduct and the right of indemnity shall apply for such proportion.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability
for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent
negligence ofthe CONSULTANT and the CITY, its officers, officials, employees, and volunteers, the CONSULTANT'S liability
hereunder shall be only to the extent of the CONSULTANT'S negligence. It is further specifically and expressly understood
that the indemnification provided herein constitutes the CONSULTANT'S waiver of immunity under Industrial Insurance, Title
51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The
provisions of this section shall survive the expiration or termination of this Agreement. However, the CONSULTANT espressly
reserves its rights as a third person set forth in RCW 51.24.035.
XIV INSURANCE
The CONSULTANT shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to
persons or damage to property which may arise from or in connection with the performance of the work hereunder by the
CONSULTANT, its agents, representatives, employees or subcontractors.
The CONSULTANT shall provide a Certificate of Insurance evidencing:
1. Automobile Liability insurance with limits no less than $1,000,000 combined single limit per accident for bodily injury and
property damage; and,
2. Commercial General Liability insurance written on an occurrence basis with limits no less than $1,000,000 combined single
limit per occurrence and $2,000,000 aggregate for personal injury, bodily injury and property damage. Coverage shall include
but not be limited to: blanket contractual; products/completed operations; broad form property damage; explosion, collapse
and underground (XCU) if applicable; and employer's liability; and,
3. Professional Liabilitv insurance with limits no less than $1,000,000 limit per occurrence.
Any payment of deductible or self insured retention shall be the sole responsibility of the CONSULTANT.
The CITY shall be named as an additional insured on the Commercial General Liability insurance policy, as respects work
performed by or on behalf of the Consultant and a copy of the endorsement naming the CITY as additional insured shall
be attached to the Certificate of Insurance. The CITY reserves the right to review a certified copy of all required insurance
policies in the CONSULTANT's office.
The CONSULTANT'S insurance shall contain a clause stating that coverage shall apply separately to each insured against
whom claim is made or suit is brought, except with respects to the limits of the insurer's liability.
The CONSULTANTS insurance shall be primary insurance as respects the CITY, and the CITY shall be given thirty (30) days
prior written notice of any cancellation, suspension or material change in coverage.
4
XV APPLICABLE LAW
This Agreement shall be construed and interpreted in accordance with the laws of the State of Washington, and in the event
of dispute the venue of any litigation brought hereunder shall be Clallam County.
XVI EXHIBITS AND SIGNATURES
This Agreement, including its exhibits, constitutes the entire Agreement, supersedes all prior written or oral understandings,
and may only be changed by a written amendment executed by both parties. The following exhibits are hereby made a part
of this Agreement:
Exhibit A - Scope of Work
Exhibit B - Consultant Labor Costs
Exhibit C - Non-salary Reimbursable Costs
Exhibit 0 - Schedule for the Work
Exhibit E - Equal Opportunity/Affirmative ActionlFacilities Nondiscrimination
In WITNESS THEREOF, the parties hereto have executed this Agreement as of the day and year first written above.
GJ~:~,.~r-
CH2M HILL, INC.
~-i~
1/, f,
TITLE:
APPROVED AS TO FORM'
c2,~~
CRAIG K~TSON, CITY ATTORNEY
ATTEST:
b~\l>)~ -<-~
BECKY UPTO ,CI CLERK
Flle:N.\PROJECTS\H20STUDY\CONSUL nCONTRACT.WPD
5
Exhibit A
Scope of Services
for the
Port Angeles Water Supply Study
This scope of work includes engineering services to be provided by CH2M HILL,
hereinafter referred to as "CONSULTANT" to the City of Port Angeles, hereinafter referred
to as the "CITY," including: labor, materials, equipment, supplies, and related work
necessary to conduct and complete the work described herein. In general, this scope of
work describes a study to evaluate the CITY's long-term alternative drinking water supply
strategies in light of the recent closure of the Rayonier Pulp mill, the potential removal of
the Elwha dams, current and future drinking water regulations, water rights issues,
ultimate direct service to all customers between Morse Creek and the Elwha River, and
other related issues.
The work shall be divided into two project phases, Phase 1 and an optional Phase 2. Phase
1 will include brief discussions of the relevant issues and conceptual development and
evaluation of the City's alternatives for meeting its long-term drinking water supply needs.
This first phase will permit the City to select a preferred supply strategy based on the
conceptual development and evaluation of the identified alternatives. If determined to be
necessary, Phase 2 will include a more thorough, detailed development of one or possibly
two of the supply alternatives. The purpose of the second phase will be to further refine the
preferred alternative(s), as established from Phase I, and to clearly define the specific
activities of the City's long-term supply strategy. The work task for Phase 1 will be as
follows:
Phase 1
1. Relevant issues.
2. Evaluation criteria.
3. Long-term "build out" demand projections.
4. Supply alternatives development and evaluation.
5. Water rights.
6. Implementation.
7. . Review Meetings.
8. Lower Elwha S'Klallam Tribe Coordination.
9. Project management (invoices, monthly status reports, etc).
10. Final report.
Phase 2
The scope of Phase 2, if determined to be necessary, will be determined upon completion of
Phase 1. I
The budget for the work associated with Phase 1 of this scope is presented as Exhibit B. The
work tasks listed above are described in the following sections. In general, Tasks 1 through
6 listed above relate to the headings of the final report that will be prepared.
1. Relevant Issues
The issues driving the need for the City to examine its current and long-term supply
strategies will be summarized. These issues include the proposed Elwha dam removal, the
Rayonier Mill closure, regulatory impacts on the Elwha Ranney collector, the declining
yield of the Elwha Ranney collector, the economic performance of the Morse Creek
hydropower project, and water rights issues. Because of ongoing work at the Rayonier Mill
site to dismantle and salvage equipment and materials (including the Rayonier Mill raw
water treatment plant) some decisions must be made very soon regarding the long-term
supply strategy the City will pursue for its municipal and industrial customers.
2. Evaluation Criteria
Primary criteria or performance requirements will be developed for the purpose
preliminarily screening potential supply alternatives to a maximum of four alternatives.
Each of the supply alternatives to be developed and evaluated must meet each of the
primary criteria. Secondary criteria, such as project cost, reliability, flexibility, redundancy,
etc, will be used to evaluate the relative merits of supply alternatives.
3. Long-Term Demand Projections
Long-term demand projections that reflect the supply needs for 40 years into the future (the
year 2037) will be developed for the area between Morse Creek and the Elwha River. These
buildout demand projections will reflect the ultimate water usage needs of the region. The
demand projections will be broken down into estimates for the City, Clallam County PUD
No.1, Black Diamond Water District, and Dry Creek Water Association. Population and/ or
service connection growth rates that have been developed in the respective water system
plans of each of these water systems will be used to develop the 40-year demand
projections. Long-term demand projections will serve as one of the primary alternatives
screening criteria such that any supply strategy the City pursues must include meeting the
long-term supply needs of its current and future customers.
A brief memorandum (lor 2 pages) will be developed including the demand projections in
tabular form for preliminary review and concurrence by the City.
4. Supply Alternatives Identification and Evaluation
The supply alternatives will be developed based on meeting the preliminary screening
criteria. As many as four supply alternatives will be developed for evaluation. The supply
alternatives will be described in the text, identified on a location map, provided with cost
estimates, and evaluated based on the developed criteria. Estimated project costs will be
developed for each of the supply alternatives. The project costs will be "order-of-
magnitude" in precision and will be suitable for alternatives comparison purposes as well
as long-term planning.
2
A brief memorandum will be developed (lor 2 pages) including a summary of the primary
and secondary evaluation criteria, the supply alternatives to be evaluated, and water rights
(Task 5). This memorandum will be prepared prior to undertaking evaluation of the supply
alternatives. This memorandum will be sent to the City prior to the first review meeting
and the City's input regarding this issue will be discussed during the meeting.
5. Water Rights
A summary of all the certificated water rights and permits for the CITY and the adjacent
water systems will be prepared. Water rights will be compared to projected demands in
tabular form. Specific issues relating to these rights, including the Morse Creek water right
issue, will be briefly discussed in the text.
6. Implementation
This task will include a summary description of the tasks and activities the City must
undertake to either pursue its long-term supply strategy and/ or to further refine the
strategy. The scope of this implementation strategy task will be somewhat dependent on
the City's specific needs for Phase 2 of this project as well as the results of the Phase 1
evaluation.
7. Review Meetings
Two review meetings will be held in Port Angeles. The first review meeting will be held to
get the CITY's input and to establish concurrence of the evaluation criteria and the supply
alternatives to be evaluated. The CITY will have received the two intermediate
memorandums for its review prior to the first meeting.
A second meeting will be held to discuss the results of the evaluation, present these results
and/ or the final report to the CITY and possibly other stakeholders identified by the CITY,
and discuss the scope of Phase 2 of the project, if necessary.
8. Lower Elwha S'Klallam Tribe Coordination
The Lower Elwha S'Klallam Tribe (Tribe) is a key stakeholder in the CITY's overall strategy
to meet its current and projected long-term future supply needs. Any supply strategy
undertaken by the CITY should be developed in conjunction with the Tribe's objectives for
maintaining adequate flow in the Elwha River to support a healthy fish population. In
essence, the Tribe's needs as they relate to Elwha River flow will be considered as possible
evaluation criteria for the CITY's supply strategy, and this criteria will be addressed in the
report to be prepared as part of this project.
It is understood that the Tribe's specific needs and concerns as they relate to the Elwha
River are currently being developed. The CONSULTANT will work with the Tribe and its
advisor to ensure that the CITY's supply strategy takes into account the Tribe's objectives.
Specifically, the CONSULTANT will attend up to three meetings with the CITY and the
Tribe to ascertain the Tribe's specific needs and to ensure that the CITY's supply strategy is
3
communicated to, and if possible, accepted by the Tribe. In addition to the three meetings
designated for coordinating with the Tribe, the CONSULTANT will work directly with the
Tribe and/or its advisor to ensure that the Tribe's needs and concerns are considered in the
CITY's supply strategy.
9. Project Management
A monthly status report of the activities related to this project, including a table showing
current and project-to-date billings, will be prepared and submitted along with a monthly
invoice.
10. Final Report
Five copies of the draft supply study report will be prepared and submitted to the CITY for
its review. The CONSULTANT will make revisions provided by the CITY to the draft
report and submit 10 comb-bound copies of the final supply study report. The supply
study report will summarize the results of the task described above.
4
Exhibit B
Fee Estimate for Phase 1 of the
Port Angeles Water Supply Study
Senior Project Drafting Accounting Expenses Task
Tasks Engineer Engineer Technician Staff Clerical (10% of Labor) Totals
1. Relevant issues. 2 18 $177 $1,947
2. Evaluation criteria. 2 18 $177 $1,947
3. Long-term "bUlldout" demand projections. 2 24 $228 $2,508
4. Supply alternatives development and evaluation. 2 24 20 $228 $4,208
5. Water rights. 1 16 $148 $1,628
6. Implementation. 4 16 $184 $2,024
7. Review Meetings. 16 20 $362 $3,982
8. Lower Elwha S'Klallam Tribe Coordination. 6 12 $174 $2,000
9. Project management (invoices, monthly status reports, etc). 1 12 14 4 $204 $2,244
10. Final report. 4 24 10 $302 $3,322
TOTALS 40 184 20 14 14 $2,184 $25,810
PA Supply Study Fee Estlmate.xls
11/4/97
Exhibit C
Schedule of Non-Salary Reimbursable Costs
Indirect Expenses (no mark-up of indirect expenses)
Communications.................$1.25/labor hour
Microcomputers...................$4.1O/labor hour
Direct Expenses (all direct expenses marked up 10%)
Reproduction....................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..$0. 06/page
Blueline & Blackline............... ............... .................. ......... ..... .$0.25/sq. foot
Color Copier........................................................................ ..$0.90/page
Fleet Vehicles (If used on project to travel to Port Angeles) ................. .$0.39/mile or $24/day
Personal Auto (if used on project to travel to Port Angeles)... . . . . . . . . . . . . . . ..$0.315/mile (IRS rate)
Photography (if necessary). ..... ......... ............... ............. ...film development at cost
Rental Vehicle (if used on project to travel to Port Angeles). . . . . . . . . . . . . . . $34/day plus tax
1 .
1_. 'i'-' ,--:: '")!..
....
<, ,
,"
l ,. ", ,.,.
. ~ '''' ,-,' '" ""
Exhibit 0
Project Schedule
Project Tasks Estimated Task Completion Dates
1. Relevant issues. December 19, 1997
2. Evaluation cntena. January 9, 1998
3. Long-term "buildout" demand projections. January 23, 1998
4. Supply alternatives development and evaluation. February 20, 1998
5. Water nghts. January 23, 1998
6. Implementation. March 20, 1998
7. Review Meetings. January 30, 1998 and April 3, 1998
8. Lower Elwha S'Klallam Tnbe Coordination. Throughout Project
9. Project management (invoices, monthly status reports, etc). Throughout Project
10. Final report. May 1, 1998
.
EXHIBIT E
EQUAL OPPORTUNITY/AFFIRMATIVE ACTION/FACILITIES NONDISCRIMINATION
(The following clause is applicable unless, and to the extent that, this contract is exempt under the rules, regulations, and
relevant orders of the Secretary of labor, including 41 CFR, Ch, 60.)
During the performance of this contract, the Consultant/Contractor agrees as follows:
a.
The Consultant/Contractor will not discriminate against any
employee or applicant for employment because of race, color,
religion, sex, Vietnam era veteran status, disabled veteran
condition, physical or mental handicap, or national ongln. The
Consultant/Contractor will take affirmative action to ensure that
applicants are employed, and that employees are treated dunng
employment, without regard to their race, color, religion, sex, or
national ongin The Consultant/Contractor will take affirmative
action to employ, advance in employment, and otherwise treat
qualified speCial disabled or Vietnam era veterans and
handicapped Individuals without dlscnmlnatlon based upon their
disability or veterans' status or physical or mental handicap in all
employment actions. Such actions shall Include, but not be limited
to, the following. employment, upgrading, demotion, or transfer,
recruitment or recruitment advertiSing, layoff or termination, rates
of payor other forms of compensation, and selection for training,
including apprenticeship. The Consultant/Contractor agrees to
post In conspicuous places, available to employees and applicants
for employment, notices to be provided by the local United States
Department of Labor Office setting forth the provisions of thiS
Equal Opportunity/Affirmative Action clause.
b.
The Consultant/Contractor will, in all soliCitations or
advertisements for employees placed by or on behalf of the
Consultant/Contractor, state that all qualified applicants will receive
conSideration for employment without regard to race, color,
religion, sex, physical or mental handicap, or national origin, and
that the Consultant/Contractor is under the legal obligation to take
affirmative action to employ, advance in employment, and
otherwise treat qualified speCial disabled or Vietnam era veterans
and handicapped indiViduals without discrimination based upon
their disability or veterans' status or physical or mental handicap in
all employment actions. All SUitable employment openings existing
at contract award or occurring during contract performance Will be
listed at the state employment source office in the locality where
the opening occurs, prOVided that this listing requirement shall not
apply to openings that the Consultant/Contractor intends to fill from
within ItS own organization or under a customary and traditional
employer-Union hlnng agreement.
c
The Consultant/Contractor Will send to each labor union or
representatIVe of workers with which he has a collective bargaining
agreement or other contract or understanding, a notice, to be
prOVIded by the agency Corrtractlng Officer, advising the said labor
union or workers' representative of the Consultant/Contractor's
commitments under this Equal OpportUnity/Affirmative Action
clause, and shall post copies of the notice in conspIcuous places
available to employees and applicants for employment.
The Consultant/Contractor will comply With all provisions of
Executive Order No 11246 of September 24, 1965, and of the
rules, regulations, and relevant orders of the Secretary of Labor,
including, but not limited to, the rules, regulations and orders
issued by the Secretary of Labor under the Vietnam Era Veterans'
Readjustment ASSistance Act of 1972, and the Rehabilitation Act
of 1973 (29 USC 793), as amended.
d
e
The Consultant/Contractor will furnish all information and reports
required by Executive Order No. 11246 of September 24, 1965,
and by the rules, regulations, and orders of the Secretary of Labor,
or pursuant thereto, and will permit access to his books, records,
and accounts by the contracting agency and the Secretary of labor
for purposes of Investigations to ascertain compliance With such
rules, regulations and orders.
The Consultant/Contractor will not, on grounds of race, color,
religion, sex, physical or mental handicap, or national ongin
1. Deny an indiVidual any services or other benefits
prOVided under this agreement,
2 PrOVIde any service(s) or other benefits to an individual
which are difference, or are prOVided In a different
manner from those provided to others under thiS
agreement,
3. Subject an indiVidual to segregation or separate
treatment In any manner related to the receipt of any
service(s) of other benefits provided under thiS
agreement;
4. Deny any IndiVidual an opportunity to participate In any
program provided by thiS agreement through the
prOVISion of services or otherwise, or afford an
opportunity to do which is difference from that afforded
others under this agreement The
Consultant/Contractor, In determining (1) the types of
services or other benefits to be prOVided or (2) the class
of indiViduals to whom, or the situation In WhiCh, such
services or other benefits Will be prOVided or (3) the
class of IndiViduals to be afforded an opportUnity to
participate in any services or other benefits, Will not
utilize criteria or methods of administration which have
the effect of subjecting Individuals to dlscnmlnatlon
because of their race, color, sex, religion, national
angin, creed, or the presence of any sensory, mental or
phYSical handicap.
g
In the event of Consultant/Contractor noncompliance With the
nondlscnminatlon requirements of thiS contract or with any of the
said rules, regulations, or orders, this contract may be canceled,
terminated or suspended, In whole or In part, and the
Consultant/Contractor may be declared ineligible for further
government contracts in accordance with procedures authorized
In Executive Order No. 11246 of September 24, 1965, and such
other sanctions may be imposed and remedies Invoked as
prOVIded In Executive Order No. 11246 of September 24, 1965, or
by rule, regulation, or order of the Secretary of Labor, or as
otherwise provided by law.
The Consultant/Contractor Will Include the proviSions of
paragraphs a through g in every subcontract unless exempted by
the rules, regulations, or orders of the Secretary of Labor.
6
\"
'. ,
i '
~ORT.ANGELES
WAS H I N G TON, U. S. A.
PUBLIC WORKS & UTILITIES DEPARTMENT
August 23, 1999
Mr. Phil Martinez
CH2M Hill
P.O. Box 91500
Bellevue, WA 98009-2050
RE: Contract Amendment, Water Supply Study Project No. 97-17
Dear Phil:
Enclosed is your signed original copy of the referenced amendment.
Very truly yours, 1/
1\. -L.~
~~e\worthY, P.E.
City Engineer
GWK gk
Attachments Contract Amendment
Copy Glenn Cutler
--7 City Clerk, Signed Ong
Disk N \PROJECTS\97-16\CH2-AMND WPD
File: 97-16 04a
321 EAST FIFTH STREET · POBOX 1150 · PORT ANGELES WA 98362-0217
PHON E 360-417-4805. FAX 360-417-4542 · TTY 360-417-4645
E-MAIL PUBWORKS@CI PORT-ANGELES WA US
5. </Q..,
.~
--
o~._.
5. -'l5:L
CH2M HILL
777 108th Avenue NE
CH2MHILL
Bellevue, WA
98004-5118
PO Box 91500
Bellevue, WA
98009-2050
Tel 425 453 5000
Fax 425 462 5957
August 20, 1999
Proud Sponsor of
NatIonal Engmeers Week 2000
Mr. Gary Kenworthy
City Engineer
City of Port Angeles
321 East 5th Street
Port Angeles, W A 98362-1150
Subject: Additional Work under Contract No. 97.16 (Water Supply Study)
Dear Gary:
This letter describes the budget status of the Port Angeles Water Supply Study contract
(City Contract No. 97.16 dated October 21,1997) and subsequent amendments and serves as
a contract amendment for additional work. The scope and budget presented as
Attachments A and B to this letter describe the additional work to be completed by
CH2M HILL.
Budget Status of Current Work
Approximately $4,000 remains unspent, as of August 20, 1999, per Contract No. 97.16 and
its amendments. All work associated with the current contract and subsequent
amendments is now complete with the exception of the council meeting presentation, which
has been transferred into the scope and budget for the additional work. Thus, this
remaining $4,000 is available for funding the additional work described herein.
Additional Work
The scope of additional work to be completed by CH2M HILL is presented in Attachment A
to this letter. The budget for this additional work is presented in Attachment B to this letter.
The terms and conditions of the original contract remain the same for this additional work.
Mr. Gary Kenworthy
Page 2
August 20, 1999
Schedule. Draft technical memorandums for Tasks 1 and 2 shall be completed within 6
working days of written authorization by the City to proceed (signing of this letter
amendment). Final technical memorandums for Tasks 1 and 2 shall be prepared and
submitted to the City within 3 working days of receipt of City review comments. The time-
frame for Task 3 is dependent upon when the meeting with the City and federal agencies is
scheduled. Task 4 will be undertaken when directed by City staff.
If you have any questions or need additional information please call me at (425) 453-5005
ext. 5662.
Sincerely,
~~ILLJ.
Phi! :rooez
Project Manager
~
Enclosures (Attachments A and B)
Agreed to by:
cmM~~
By: ~.
Title: Jh CJL f('f:.6,M-
Date: (j / ~/ 1'1
I I
City of Port Angeles
By: ~,~~
Title: Ci ty Manager
Date:
8-23-99
Attachment A
Scope of Work
The scope of work to be completed by CH2M HILL for the City of Port Angeles (City) for
additional work responding to questions by Senator Slade Gorton and his staff and information
requested by City staff is presented herein. The scope of the original Contract No. 97.16 is
hereby amended to include these additional tasks. The budget for these additional work tasks is
presented as Attachment B to the amendment letter. The additional work tasks for this project are
described as follows.
Task 1.
Schedule of Activities and Expenditures
CH2M HILL will prepare a proposed schedule of preliminary design, permitting, property
acquisition, and final design activities for the facility improvements to mitigate the effects of
removal of one or both of the Elwha dams on the City's municipal and industrial supply system.
A bar schedule (Gantt chart) will be prepared using Microsoft Project software displaying the
timing of activities related to each of the facility improvements for the Rayonier Site mitigation
alternative, as described in the Preliminary Evaluation of Elwha Dam Removal Mitigation
Alternatives and Integration with Regional Supply Objectives report submitted to the City in
August 1999. The schedule will also include similar activities pertaining to the industrial supply
and treatment facilities as described in the Dep~ment of the Interior's Water Quality Analysis
and Mitigation Measures report, dated March 1997. The timing for the expenditure offunds for
preliminary design, permitting, property acquisition, and final design of these facility
improvements will be summarized in a separate table, on an annual basis. The assumed
combined total length of time for the Gantt chart and expenditure table will be two years.
This task will be packaged as a separate "technical memorandum" addressed to the City. Five
staple-bound copies of the draft technical memorandum will be submitted to the City for its
review. Ten staple-bound copies ofthe final technical memorandum, including revisions per City
review comments, will be submitted to the City.
Task 2.
Rationale for Permanent Treatment
A discussion supporting the need for permanent surface water treatment, as opposed to the
temporary treatment proposed by the Department of the Interior in their Water Quality Analysis
and Mitigation Measures report, will be prepared. This discussion will include previous
substantiation presented as part of the Preliminary Evaluation of Elwha Dam Removal Mitigation
Alternatives and Integration with Regional Supply Objectives report as well as additional, more
detailed, discussion relating to the "critical water quality impact indicators" listed in Tables 4 and
5 on page 29 of the Water Quality Analysis and Mitigation Measures report. Thus, this task will
include specific discussion and reference to the mitigation facility improvements for the City, as
proposed by the Department of Interior in the Water Quality Analysis and Mitigation Measures
report.
In addition, this task will include a discussion of how the phased approach of removing the Elwha
dam 12 years prior to the Glines Canyon dam affects the "temporary vs. permanent treatment"
issue. As part of this activity, the drainage areas that will cease to be "buffered" by the existing
impoundments behind the two dams will be measured in terms of area and described qualitatively
in terms of human activities and natural conditions. The characteristics of these drainage areas
will be used to support the contention that removal of the Elwha dam, only, represents a
significant changed condition for the existing City supply facilities, warranting permanent
treatment for the City's municipal supply.
This task will be packaged as a separate "technical memorandum" addressed to the City. Five
staple-bound copies of the draft technical memorandum will be submitted to the City for its
review. Ten staple-bound copies of the final technical memorandum, including revisions per City
review comments, will be submitted to the City.
Task 3.
Meetings
CH2M HILL will participate in a meeting between City staff, the Bureau of Reclamation, and the
National Park Service in an attempt to develop a consensus approach regarding municipal and
industrial supply and treatment facilities to mitigate the effects of Elwha dam removal that should
be implemented. It is understood that National Park Service staff will schedule the meeting. This
task will include preparation for the agency meeting involving a visit to Port Angeles by
CH2M HILL's project manager and senior engineer for a separate preliminary meeting to
develop the strategy for presenting and supporting the City's position. Part of this activity will
include prioritizing the previously identified mitigation improvements to ensure that federal
funding is directed toward the most critically-needed facility improvements.
For the purposes of budgeting CH2M HILL's attendance at the meeting with the City and federal
agencies, it is assumed the meeting will be held in Port Angeles. It is understood that a video
teleconference, possibly interconnected using CH2M HILL facilities and equipment, is an
alternative approach for the meeting. The estimated expenses for this video teleconference is
included in the budget. The budget presented in Attachment B for CH2M HILL's involvement in
the meeting is adequate to cover this potential alternative. CH2M HILL will participate in a
follow-up telephone conference with City staff to determine the most effective course of action
based on the results of the meeting. Finally, CH2M HILL will prepare a presentation to the City
Council or other group, as directed by City staff. The budget, as presented in Attachment B, and
the scope for this activity are the same as for the previous amendment to Contract No. 97.16. In
summary, the activities associated with this Task 3 are:
1. Preliminary meeting with City staff
2. Meeting with City and federal agencies
3. Follow-up telephone conference
4. City Council presentation
Task 4.
Public Assistance Funding Options
CH2M HILL will prepare a brief summary in the form of a memorandum to the City regarding
public assistance options to assist in the payment of mitigation facilities, deemed necessary by the
City, but not paid for by the federal government. The memorandum will consist primarily of a
table listing the funding agencies, type of funding (loan or grant), magnitude and key funding
characteristics, major eligibility criteria, and brief comments regarding the applicability of each
funding option to the City and the mitigation improvements. The purpose of this task is to
identify funding options that warrant further consideration and not describe, in detail, each
2
fundmg option. Ten staple-bound hardcopies of the final memorandum will be provided to the
City along with the electronic file (MIcrosoft Word).
3
, 1'1
Attachment B
Budget for Additional Work Under Contract No. 97.16
Labor Hours
Senior Project
Task Engineer Manager Technician Office Expenses Total
1. Schedule of Activities and Expenditures 5 12 3 $102 $2,085
2. Rationale for Permanent Treatment 5 20 5 4 $180 $3,420
3 Meetlnas
Preliminary Meeting wI City Staff 8 8 $196 $2,044
Meeting wI City and Federal Agencies 8 10 $1,208 $3,254
Follow-up Telephone Conference 2 3 $30 $591
City Council Presentation ~ 12 g $320 $2.654
Task 3 Subtotal 26 33 2 $1,754 $8,543
4 Public Assistance Funding Options 4 12 $96 $1,812
Total 40 77 5 9 $2,132 $15,860
Remaining Authorized Budget $4,000
Budget for Additional Work $11,860
5. Q5:L,
CH2M HILL
777 108th Avenue NE
--
~
Bellevue, WA
98004-5118
CH2MHILL
PO Box 91500
Bellevue, WA
98009-2050
Tel 425.453.5000
Fax 425.468.3100
December 10, 1999
Proud Sponsor of
National Engmeers Week 2000
Mr. Gary Kenworthy
City Engineer
City of Port Angeles
321 East 5th Street
Port Angeles, WA 98362-1150
Subject: Technical Assistance for Elwha Dam Removal Project
(Amendment to Contract No. 97.16 [Water Supply Study])
Dear Gary:
This letter serves as an amendment to the original Port Angeles Water Supply Study
Contract (City Contract No. 97.16 dated October 21, 1997) and subsequent amendments.
The scope and budget presented as Attachments A and B to this letter describe the
additional work to be completed by CH2M HILL. Except as herein modified, the original
Contract shall remain in effect.
In general, the attached scope and budget are for ongoing technical assistance related to
impacts to the City of Port A-Ilgeles' water system as a result of the removal of the Elwha
dams. Attachment A, Scope of Work, describes how CH2M HILL will provide technical
support to Port Angeles in a series of meetings that are anticipated among the various
stakeholders in the Elwha Dam Removal Project. The scope includes attendance at the
meetings by two CH2M HILL staff engineers; however, the actual number of meetings and
CH2M HILL attendees will be determined, as directed by City staff, on a cases-by-case basis
for each meeting.
The budget presented in Attachment B is based on the scope described in Attachment A and
provides an overall "noHo-exceed" limit by CH2M HILL for labor and expenses related to
the meetings and preparation for the meetings.
Mr. Gary Kenworthy
Page 2
December 10, 1999
It is understood that as this phase of the project is further defined, the scope of
CH2M HILL's technical assistance to the City of Port Angeles may also need to be further
amended. Similarly, the budget for these assistance services may also need to be amended.
If you have any questions or need additional information please call me at (425) 453-5005
ext. 5662.
Sincerely,
CH2M HILL
fhyj.~
Phil Martinez, PE
Project Manager
Enclosures (Attachments A and B)
Agreed to by:
CH2M HIL
City of Port Angeles
By, 9 {u.~.A-~
Title: "--n'-1..d~ .
Date: 1 :;.., - .:l.-;;... - 9 ~
By:
Title:
_l/o.. Pf\(!>. ~
1'2.--/3--;71
Date:
/
<
, ,
Attachment A
Scope of Work
CH2M HILL agrees to furnish the City of Port Angeles (City) the following technical
assistance services to support the City's efforts in negotiating and planning with federal and
state agencies for the water system facilities to be implemented as mitigation for the
removal of the Elwha dams.
1. Meetings with Agencies and Stakeholder
This task is based on several key assumptions:
· Meetings will be held in Port Angeles.
. Meetings will be arranged, scheduled, and led by City staff or others. Meeting
agendas and minutes will prepared and distributed by City staff or others.
. One meeting per month for a period of six months is budgeted.
. Two CH2M HILL staff engineers (Scott Trusler and Phil Martinez) will attend each
meeting. It is understood that in some cases only one CH2M HILL staff person will
need to attend a particular meeting. This need will be determined by City staff.
. Meetings will be attended without need for overnight accommodations (no lodging
is budgeted).
· Two 8-hour days are budgeted for each meeting (covers travel and meeting time).
CH2M HILL has ongoing working relationships with the Bureau of Reclamation, DOH,
Ecology, and other interested agencies of this project and may be able to provide other
services related to meeting arrangement and facilitation. Such services are available upon
the request and direction by City staff.
2. Meeting Preparation
In general, CH2M HILL's meeting preparation is not expected to include extensive use of
visual aids such as slides or flip charts. The budget presented in Attachment B is based on
the use of black and white text or table handouts. If more extensive visual aids are
necessary, they will be prepared by City staff; CH2M HILL can provide input and review as
requested. Although the level of effort for preparing for each meeting will differ, the budget
presented in Attachment B is based on a uniform level for each meeting.
3. Meeting Follow-Up
The level of effort for follow-up activities for each meeting is expected to be variable. Such
activities may range from a meeting with City staff on-site directly after the main meeting to
a telephone conference to preparation of memoranda addressing issues that are identified
during the meeting. Thus, a uniform allowance for meeting follow-up activities are
presented in Attachment B.
4. Project Administration
The budget for this activity is based on the preparation of monthly invoices and status
reports describing work completed and work anticipated. The Contract budget will also be
summarized.
2
.
Attachment B
Budget (Six Meetings over Six Months)
Labor Hours
Scott Phil Office
Task Description Trusler Martinez Clerical Expenses Total ($)
1 Meetings 48 48 0 $1,176 $13,272
2 Meeting Preparation 24 36 0 $460 $7,840
3 Meeting Follow-Up 12 24 0 $216 $4,572
4 Project Administration 0 12 12 $144 $1,476
Total 84 120 12 $1,996 $27,160
5. </5~
;
CH2M HILL
777 108th Avenue NE
Bellevue, WA
98004-5118
@[}[]22[NflJ [J=\] ~ II
Mailing address
PO Box 91500
Bellevue, WA
November 30, 1998
98009-2050
Tel 425.453.5000
Fax 425.462.5957
Mr. Bob Titus
Deputy Director of Utility Services
City of Port Angeles
321 East 5th Street
Port Angeles, W A 98362-1150
Subject:
RevIsed Scope for Port Angeles Water Supply Study
Contract No. 97.16
Dear Bob:
This letter describes the budget status of the Port Angeles Water Supply Study (City Contract No.
97.16 dated October 21,1997) and additional work to be performed by CH2M HILL related to
muniCIpal water facility improvements needed in the event of removal of the Elwha dams. The work
described in this revised scope IS a natural extension of supply strategy outhned in the Supply Study
report. The terms and conditIons of the original contract remain the same for the addItIonal work
descnbed herein.
A draft of the Port Angeles Water Supply Study was prepared and submitted to the City in April
1998. No reVIsions to the draft report were requested by the CIty and the work on the original scope
of the Supply Study is considered complete.
The onginal budget for the Supply Study project was $25,810. Prior to the joint PUD/City meeting
which I attended on November 20,1998, $16,224 dollars of the budget had been spent, leaving $9,586
unspent. Per your wntten authorization letter dated November 13, 1998, we will spend up to $750
for my preparation for, and participation in, the joint meeting. The resulting remammg budget
available for additional work related to the removal of the Elwha dams IS $8,836.
The scope of the addItional work to be completed, referred to herein as EZwha Dams MItigation
FaCIlIties Report, mcludes preparatIon of a bnef report m the form of a technIcal memorandum
addressed to the CIty and PUD. The report wIll be approximately 4 to 6 pages in length. An outline
of the report wIll be prepared for reVIew by the CIty and the PUD. A draft of the fmal report WIll be
prepared for reVIew by the City and the PUD. Twenty copies (staple-bound) of the fmal reVIsed
report wIll be prepared and submItted to the CIty. The content of the report will mclude:
· A brief descnption of the City's expected supply and treatment strategy in the event the
Elwha dams are not removed. This description will provide a baseline for contrastmg the
City's supply and treatment system needs in the event of dam removal.
· IdentIfIcation of the major municipal water facIlities needed to effectively mitigate the effects
on the City of Port Angeles (and its major wholesale customer, the PUD) assocIated WIth the
removal of the Elwha dams.
,
Mr. Bob Titus
Page 2
November 30, 1998
. Substantiation of how removal of the Elwha dams creates the need for each of the identified
major facility improvements.
. Concept-level total project cost estimates for each of the Identified major facility
improvements.
The report described herein IS intended to serve as a concept-level description of the City's facility
needs ill the event the Elwha dams are removed. The budget for preparing this Elwha Dams
Mitigation Facilities Report is set at a maximum combined total of $5,000 for labor and expense
charges.
Subsequent study and evaluation beyond the scope of work described herein will eventually be
necessary to further define the specific characteristics and component elements of the new facilities.
Furthermore, as the City undertakes future negotiations regarding facility improvements, more
thorough substantiation of the need for the new facilities, based on risk analysIs associated WIth dam
removal, may be warranted.
Please gIve me a call if you have any questIons or need additional information.
Sincerely,
/JJ~7t~LL
MrJ
Phil Martinez, PE
Project Manager
Agreed to by:
:;2MifiO
TItle: _fJ: Ce. ff'l-! 5f W-
/2. 'J I / r &
I '
City of Port Angeles
By:
a~
~~
\
\1. ~ ~8-
G~
Title:
0---
Date:
Date:
<:2t g
5.<I~
CH2M HILL
777 108th Avenue NE
'it
Bellevue, WA
98004-5118
PO Box 91500
Bellevue, W A
98009-2050
Tel 425.453.5000
May 20,1999
Fax 425.462.5957
Proud Sponsor of
National Engmeers Week 2000
Mr. Jack Pittis
Director of Public Works
City of Port Angeles
321 East 5th Street
Port Angeles, W A 98362-1150
Subject: Expansion of Scope and Budget for Contract No. 97.16 (Water Supply Study)
Dear Jack:
This letter describes the budget status of the Port Angeles Water Supply Study contract
(City Contract No. 97.16 dated October 21, 1997) and additional work to be completed by
CH2M HILL related to the evaluation of municipal water facility improvements alternatives
needed in the event the Elwha river dams are removed. The scope and budget presented as
Attachments A and B to this letter describe the expansion of the scope and budget of the
original contract.
Status of Current Work
The scope, but not the budget, of the original contract was revised per the November 30,
1998 change-of-scope letter from CH2M HILL to the City. This change of scope resulted in
the draft Elwha Dams Mitigation Facilities Report, which was submitted to the City on January
27,1999. We understand that this draft report will not be finalized as a separate document,
but instead will serve as a basis for work to be completed as part of the additional work
described in Attachment A.
The final Water Supply Strategy report was submitted to the City on April 30, 1999. This final
report included revisions per City comments to the April 1998 draft Water Supply Study
report. We understand the City will direct us to revise the Water Supply Strategy report one
additional time to include revised water usage information from Rayonier and
documentation to be prepared by the Lower Elwha S'Klallam Tribe.
Approximately $3,500 remains from the original contract budget. A portion of these funds
will be used to undertake the final revision of the Water Supply Strategy report.
Mr. Jack Pittis
Page 2
May 20, 1999
Additional Work
In addition to the already-completed and soon-to-be completed work described above,
additional work will be completed. This additional work includes evaluation of three water
supply and treatment alternatives, related primarily to the location of a surface water
treatment plant, needed to mitigate the effects of removal of the Elwha river dams. In
addition to evaluating of three water supply and treatment alternatives, their integration
with the City's regional water supply objectives will be described as well.
The detailed scope of this additional work is presented as Attachment A. The budget for
this additional work is presented as Attachment B. The terms and conditions of the original
contract remain the same for this additional work. The not-to-exceed labor and expenses
total for this additional work, as presented in Attachment B, is $12,119. A draft report
summarizing this additional work will be submitted to the City by July 12, 1999.
If you have any questions or need additional information please call me at (425) 453-5005
ext. 5662.
Sincerely,
L~~L), /){A--L ~
CI;~I-;:;rtinez, P {' yrn' ':J
Project Manager
Enclosures
c: Bob Titus
Agreed to by:
CH2MHIL~_
BY:~_
() U. p~~( c1~
Date: ~! 2v, 1171
t
City of Port Angeles
By: ~ ~-~
Title' ~O), J
Date:
Title:
Attachment A
Scope of Work
The scope of work to be completed by CH2M HILL for the City of Port Angeles (City) for this
additional project activity entitled "Elwha Mitigation Alternatives/Regional Water Supply
Strategy" is presented herein. The scope of the original Contract No. 97.16 is hereby amended to
include these additional tasks. The budget for this additional work is presented as Attachment B.
The work tasks for this project are described as follows.
Task 1.
Description of Mitigation Alternatives
Several water supply and treatment alternatives were described in the draft (April 1998) and final
(May 1999) versions of the Water Supply Strategy report prepared by CH2M HILL. These
included supply and treatment alternatives are ones the City may choose to pursue in the event the
Elwha river dams are removed. City staff have identified three preferred alternatives that it
believes will effectively mitigate the effects of dam removal and integrate into its regional supply
objectives. These mitigation alternatives are based on the water supply and treatment alternatives
described in the Water Supply Strategy report and are differentiated primarily by the location of a
permanent surface water treatment plant that is a common component to each. These three
alternatives are:
1. Treatment plant located on the site of, the Rayonier Paper mill or the old Rayonier
raw water treatment plant.
2. Treatment plant located west of the City limits and east of the Elwha river, out of the
Elwha river floodplain.
3. Treatment plant located adjacent to the east bank of the Elwha river within the
floodplain.
Each alternative will be conceptually developed. Connecting raw water and finished water
pipeline requirements will be described. A cursory assessment and description of the surface
water treatment plant and its component process elements, considered to be the same for each of
the alternatives, will be discussed. The specific process elements of the required treatment cannot
be fully assessed at this time without further detailed analysis.
Task 2.
Rationale for Mitigation Facilities
A brief discussion of the rationale for the mitigation facilities necessary as a result of the removal
of the Elwha river dams will be presented. This discussion will be mostly extracted from text
prepared as part of the draft Elwha Dams Mitigation Facilities Report completed in January 1999.
This rationale description presents the City's assessment, based on currently available
information, of the facilities needed to continue to reliably supply a high quality water to its
current and future retail and wholesale customers if the Elwha dams are removed.
Task 3.
Cost Estimates
Initial capital, concept -level cost estimates will be prepared for each of the mitigation alternatives
described. These estimates will be developed in second-quarter 1999 dollars. Cost estimates for
the facility improvements, such as connecting pipelines and pump stations, related to the
integration of these alternatives with the City's regional water supply strategy will be developed
as separate items and included in the cost estimate totals. Land, permit acquisition, negotiations
with federal and state agencies, and water rights costs will not be estimated, but will be
considered to be included in the project contingency which will be estimated at 30 percent of the
estimated cost of construction.
Task 4.
Regional Supply Objectives
A brief description ofthe City's regional water supply objectives will be presented. This
description will be extracted primarily from the final Water Supply Strategy document.
Task 5.
Integration of Alternatives with Regional Supply
Objectives
Descriptions of how each ofthe mitigation alternatives could be integrated with the City's
regional supply objectives will be presented. Needed facility improvements to supply adjacent
systems such as the PUD No. 1 of Clallam County, Dry Creek Water Association, Black
Diamond, and the lower Elwha S'Klallam Tribe will be described. A regional location map,
similar to that presented as Figure 2 of the Water Supply Strategy report, displaying the facilities
of the mitigation alternatives and their integration with the regional supply objectives will be
prepared. Three separate location maps, one for each mitigation alternative, will be prepared.
Each of the maps will show the general location of facilities such as the treatment plant, supply
intake(s), raw water supply and finished water pipelines, and connecting facilities to adjacent
water systems.
Task 6.
Evaluation of Mitigation Alternatives
The three mitigation alternatives will be evaluated based on their relative advantages and
disadvantages to the City and its regional supply objectives. Specific evaluation criteria will
include initial capital cost, supply system reliability/redundancy, and suitability for integration
with the City's regional supply objectives. The mitigation alternatives will be ranked subjectively
based on this evaluation to facilitate selection of the preferred alternative.
Task 7.
Report Preparation
A report of approximately 10 to 15 pages, including tables and figures, summarizing the results of
this evaluation, will be prepared. Ten comb-bound copies of a draft of this report will be
prepared and submitted to the City for its review no later than July 12, 1999. Twenty comb-
bound copies of the final version of the report, including revisions based on the City's review
comments, will be prepared and submitted to the City 10 working days after receipt of review
comments.
Task 8.
Meeting/Presentation of Results
A single meeting is budgeted for CH2M HILL's project manager and senior treatment engineer to
discuss the development of the report and/or to present it to City staff and/or the City Council.
,
Presentation materials will be limited to overheads of the report figures and approximately 10
Powerpoint slides.
...
..
Attachment B
Budget for Elwha Mitigation Alternatives/Regional Water Supply Strategy
labor Hours
Task Senior Engineer Proiect Manager Technician Office Expenses Total
Description of Mitigation Alternatives 1 4 $30 $537
Rationale for Mitigation Alternatives 1 4 $30 $537
Cost Estimates 1 14 $90 $1,527
Regional Supply Objectives 1 6 $42 $735
Integration of Alternatives with Regional Supply Strategy 1 6 14 $126 $1,911
Evaluation of Mitigation Alternatives 2 16 $108 $1,866
Report Preparation 4 14 6 $408 $2,520
Meeting/Presentation of Results 8 12 2 $200 $2,486
Total 19 76 14 8 $1,034 $12,119