HomeMy WebLinkAbout5.382 Original Contract
. . " -". t
5. 8&:L
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN THE
THE CITY OF PORT ANGELES
AND
CH2M HILL, INC.
RELATING TO: Rehabilitation of the Mill Creek Water Pump Station
THIS AGREEMENT is made and entered into this ~ day of ~ 111 Q _, 199~ by and between THE CITY
OF PORT ANGELES, a non-charter code city of the State of Washingto'h[" (hereinafter called the "CITY") and CH2M Hill,
Inc., a Colorado Corporation (hereinafter called the "CONSUL TANT").
WHEREAS, the CITY desires to rehabilitate the Mill Creek Water Pump Station, 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 cntena 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 wntten approval of both parties.
II OWNERSHIP OF DOCUMENTS
Upon completion of the work, all documents, exhibits, photographic negatives, or other presentations of the work shall
become the property of the CITY for use without restnction 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 wrltmg. 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 0
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 m 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 $197,600.
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 anse under the Workman's
Compensation Act on behalf of said employees while so engaged, and any and all claims made by a third party as a
consequence of any negligent act or omission on the part of the CONSULTANT'S employees while so engaged, on any of
the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT.
In performing this Agreement, the CONSULTANT shall not employ or contract with any CITY employee without the City's
written consent
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 of the CONSULTANT and the CITY, its officers, officials, employees, and volunteers, the
CONSULTANT'S liability hereunder shall be only to the extent of the CONSULTANT'S negligence. It is further specifically
and expressly understood that the indemnification provided herein constitutes the CONSULTANT'S waiver of immunity
under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. ThiS waiver has been mutually
negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement.
However, the CONSULTANT 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 Liabilitv insurance with limits no less than $1,000,000 combined single limit per accident for bodily injury
and property damage, and,
2. Commercial General Liability insurance written on an occurrence basis with limits no less than $1,000,000 combined
single limit per occurrence and $2,000,000 aggregate for personal injury, bodily injury and property damage. Coverage
shall include but not be limited to: blanket contractual; products/completed operations; broad form property damage;
explosion, collapse and underground (XCU) if applicable; and employer's liability; and,
3. Professional Liability insurance with limits no less than $1,000,000 limit per occurrence.
Any payment of deductible or self insured retention shall be the sole responsibility of the CONSULTANT
The CITY shall be named as an additIOnal insured on the Commercial General liability insurance policy, as respects work
performed by or on behalf of the Consultant and a copy of the endorsement naming the CITY as additional insured
shall be attached to the Certificate of Insurance. The CITY reserves the fight to review a certified copy of all required
Insurance policies in the CONSULTANT's office.
The CONSULTANT'S insurance shall contain a clause stating that coverage shall apply separately to each insured
against whom claim is made or suit is brought, except with respects to the limits of the Insurer's liability
The CONSULTANT'S insurance shall be primary insurance as respects the CITY, and the CITY shall be given thirty (30)
days prior written notice of any cancellation, suspension or material change in coverage.
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 D - Schedule for the Work
Exhibit E - Equal Opportunity/Affirmative Action/Facilities Nondiscrimination
In WITNESS THEREOF, the parties hereto have executed this Agreement as of the day and year first written above.
CITY OF PORT ANGELES
~v-J< ~ "^cr~
M YO
TITLE:
t/'
D AS TO FORM:
ATTEST:
/'Jo&,~, -LdPn~
BECKY UPT , CI ~ CLERK -
File C \WP\WP60DATA\WATERIMILLCKPS\CONTRACT WPD
5
. J I'
, .
Exhibit A
Scope of Work
The scope of work presented herein pertains to hydraulic evaluations and design of the Mill
Creek pump station and other miscellaneous water system tasks.
Task 1. Hydraulic Evaluations and pun Intertie
The primary objective of this task is to assess the feasibility of supplying water to the PUD
system through the City's low or medium pressure zone instead of through the high pressure
zone.. Decisions on this intertie directly impact the sizing ofthe Mill Creek pump station.
Strategy/Review Meetings. Meet with City staff to outline the objectives of the modeling
effort and establish the criteria for evaluation. Attend a second meeting to review results of
modeling effort.
pun Model Incorporation and Verification. Obtain and review the PUD Comprehensive
Water System Plan and hydraulic model. Input and convert the PUD water system model to
be compatible with the City's current hydraulic model. Calibrate the model using fire
hydrant data to confirm the compatibility, integration, and accuracy of the combined model.
Hydraulic Evaluations. Identify potentiallocation(s) of a PUD intertie. Conduct EP ANET
modeling runs to evaluate the benefits and negative effects to the City of a lower zone intertie
to the PUD system, including:
. Compatibility with City's pressure zones
. Reduction of demand and pumping to the high zone
. Effect on storage requirements within the City system and the combined
systems
. Effect on storage requirements in the low and medium zones
. Effect on fire flows
Cost Comparison. Estimate the cost of an intertie to the PUD system and the associated
savings of reduced pumping to the high zone and reduced high zone storage capacity
requirements. Compare to the capital and operating cost of a larger Mill Creek pump station.
Evaluation Report. Develop recommendations for the intertie, if appropriate, and for the
sizing of the design flows for the Mill Creek pump station. Prepare a technical memorandum
describing the results of the evaluation, including the cost comparison, non-cost issues such
as reliability, and compatibility with GMA goals.
Task 2. Mill Creek Pump Station Rehabilitation Predesign
Further develop the proposal for the rehabilitation and expansion or replacement of the Mill
Creek pump station and prepare a predesign report including the following tasks:
c \pa\water\scope2 doc
1
Pnnted 5/30/95
Site Evaluation VisitYKickoff Meeting. A visit to the Mill Creek pump station will be made
by CH2M HILL staff persons specializing in the areas of motor control and other electrical
gear, architectural/structural and code issues, and pumps and piping. Issues and concerns
resulting from the site visit will be discussed with the City during a meeting on the same day.
Facility Evaluation. Complete an evaluation of the condition and integrity of the existing
pump station including structural integrity, condition of equipment and piping, conformance
with building codes, operating history and reliability, ventilation, power supply, and
electrical condition. Review property maps and assess existing site conditions to evaluate
alternative locations for a replacement pump station.
Design Criteria. Develop pump and piping design criteria based on the site evaluation and
on the modeling completed during Task 1. Additional computer modeling will be performed
for this task, as necessary, to evaluate the proposed design.
Instrumentation and Control. Work with the City and Instrumentation and Control (I&C)
vendors to develop a long-term approach and strategy for an integrated control and
monitoring system. Prepare a schematic drawing and recommend the architecture for the
overall I&C system for the water system. Determine the I&C features of the rehabilitated
Mill Creek pump station that will be included in the system-wide I&C strategy.
Alternatives Cost Estimate. A cost estimate will be prepared for rehabilitating and
expanding the existing Mill Creek pump station, including any improvements required to
meet local building and fire codes. Cost estimates will also be prepared for alternatives for a
new pump station on the Peabody reservoir site to replace the existing Mill Creek pump
station.
Predesign Report. Evaluate alternative concepts for a new pump station and rehabilitation
ofthe existing pump station and compare the alternatives based on estimated cost, facility
longevity, operation and maintenance costs, and reliability. Recommend an approach for
final design of a replacement pump station or rehabilitation of existing pump station. Prepare
a report and predesign drawings of the recommended concept.
Task, 3. Mill Creek Pump Station Rehabilitation Final Design
The final design for the Mill Creek pump station will be based on the results of the hydraulic
modeling and predesign report in Tasks 1 and 2. For purposes of project budgeting, it is
assumed that a new pump station will be necessary. The project scope and budget for this
task will be reassessed after the conclusion of Tasks 1 and 2 and readjusted to reflect any
changes in the design concept.
c \pa\water\scope2 doc
2
PrInted 5/30/95
Detailed Design. Prepare final design drawings and specifications for the recommended
pump station design. It is assumed that 13 drawings will be necessary to define this design,
including the following:
. Site Plan and index to drawings
. Legend
. Site plan and details
. Yard piping and details
. Structural plan and details
. Structural elevations
. Mechanical plan and details
. Mechanical details
. Electrical plan and details
. Electrical one-line diagram
. Process instrumentation and control diagram
. Control panel elevation and wiring diagram
. Standby generator
It is assumed that surveying, preparation of base maps, and geotechnical analysis will not be
required or will be performed by others for the City.
Task 4. Elwha Supply Pipeline Valve Installation
Investigate the installation of a valve or other control device on the Elwha supply pipeline to
provide for emergency shutoff to reduce the risk from loss of water during a pipeline break or
other emergency. Review drawings and existing conditions. Perform hydraulic modeling or
surge analysis as required to assess options. Recommend a proposed approach for the
emergency shutoff.
Compilation and Review of Data. Review the existing information, including maps and
design drawings, for the Elwha supply pipeline from the Elwha Ranney collector to Black
Diamond reservoir. A review of the existing information will be undertaken to evaluate the
potential location of a new line valve(s) and mechanical design issues.
Alternatives Analysis. Evaluate the alternatives for emergency isolation of the pipeline
including manual valves versus automatic shutoff. Automatic shutoff must consider the type
of condition that will trigger the operation of the valve, the instruments for detecting this
condition, alarming, signal transmission, electric versus spring-loaded operators, etc.
Valving Recommendation. A technical memorandum summarizing the results of the
analysis and recommendations regarding an emergency control scheme will be prepared.
c \pa\water\scope2 doc
3
Pnnted 5/30/95
Final Design and Specifications. The scope of detailed design tasks, if any, is dependent on
the valving recommendation and the participation level of the City in the design. Therefore,
detailed design of the emergency valve is not part of this scope of work. The scope of work
and budget for this task could be added by amendment to this Agreement at a later date.
Task 5. Overall Project Management
Project management activities involve the oversight and coordination of all the tasks under
this agreement. .
Project Oversight. Provide overall management of the project to maintain project budget
and schedule. Prepare monthly status reports and submit documentation of progress and
expenditures to the City.
Project Meetings. Attend regular meetings with City staff, regulatory agencies, adjacent
purveyors, and others as necessary to properly execute the work under this agreement and
maintain close coordination with the city.
Task 6. Miscellaneous (City Directed) Services
Provide miscellaneous consulting services in areas presented herein on an as-needed basis.
Services shall only be provided upon specific request by the City.
Morse Creek Water Right. Assist the City in its negotiations with the Department of
Ecology to restore and secure the Morse Creek water right.
Development Standards. Review existing and proposed water system development
standards for conformance with the city's water system goals and policies and new
Comprehensive Water System Plan.
PUD and Other Water System Contracts. Review contracts the City proposes to enter into
with the PUD, adjacent purveyors, developers, and others for conformance with water system
policies, design standards, the Water System Plan, and the City's Comprehensive Plan
Hydraulic Analyses. Perform miscellaneous water system hydraulic analyses of proposed
developments or other new water uses to assess impacts of increased flow withdrawals on the
existing water system. Recommend changes necessary to mitigate impacts.
Elwha Dam Removal. Provide technical assistance, analysis, and expert witness services to
assure City of Port Angeles interests are considered in the dam removal project.
Undefined Assistance. Provide additional services on as as-requested basis for
miscellaneous water system tasks.
c \pa\water\scope2 doc
4
PrInted 5/30/95
Exhibit B
Estimated Total Cost
City of Port Angeles
PM/SrE PE
Tasks E6 E4 E2/T4 Office Expenses Total
Labor Cost - Average Dally Rate @ mult. 113 83 65 38
1. Hydraulic Evaluations and PUD Intertie
Strategy/Review Meetings 2 2 $150 $2,998
PUD Model Incorporation and Venflcatlon 2 6 $500 $5,428
Hydraulic Evaluation 2 7 $500 $5,948
Cost Companson 1 1 3 $100 $3,228
Evaluation Report 1 2 2 $400 $2,952
SUBTOTAL: $20,554
2. Pump Station Rehabilitation Predesign
Site Evaluation Visit/Kickoff Meeting 3 1 1 $300 $4,196
FaCIlity Evaluation 1 1 1 $200 $2,288
Design Critena 1 1 2 1 $300 $3,212
Instrumentation and Control 1 2 $200 $2,144
Alternatives Cost Estimates 1 2 $200 $2,144
Predeslgn Report 1 1 4 1 $400 $4,352
SUBTOTAL: $18,336
3. Pump Station Rehabilitation Final Design
Kickoff Meetlng/Cntena Review 1 1 1 $2,088
Detailed Design (1) 15 25 60 20 $8,000 $75,440
SUBTOTAL: $77 ,528
4. Elwha Supply Pipeline Valve Installation
Compilation and Review of Data 1 1 $1,184
Alternative AnalysIs 1 2 2 $3,272
Valvlng Recommendation 1 1 1 $1,728
Final Design and Specifications (1) 5 5 30 1 $23,744
SUBTOTAL: $29,928
5. Overall Project Management
Project Management 5 3 8 $8,512
Meetings 5 2 $5,560
SUBTOTAL: $14,072
6. Miscellaneous (City Directed) Services
Morse Creek Water Right 5 1 2 1 $50 $6,578
Development Standards 4 3 1 $100 $5,580
Peabody Heights Reservoir Plans 2 1 6 1 $200 $6,096
PUD and Other Water System Contracts 3 $50 $2,762
Hydraulic Analyses 1 4 1 $400 $3,688
Elwha Dam Removal 4 1 1 $200 $5,000
Undefined Assistance 4 1 4 3 $200 $7,472
SUBTOTAL: $37,176
Subtotal of all Tasks $197,594
(1) Actual design cost Will depend on results of predeslgn effort Scope and fee Will be adjusted
once actual design requirements are defined.
File PASCOPE2 XLS
Pnnted 5/30/95
95RATES XLS-5/30/95
Exhibit B
1995 Average Billing Rates
CH2M HILL - Seattle Region
LABOR REPRESENTATIVE LABOR
GRADE PERSONNEL RATE
EO Project Engineer 5000
E1 Project Engineer 5700
E2 Project Engineer 6500
E3 Project Engineer 7300
E4 Project Manager 8300
E5 Project Manager 9800
E6 Sr Project Manager 113.00
TA Technical Aide 3300
T1 Technician 3900
T2 Technician 4600
T3 Technician 5400
T4 Designer 6600
T5 Designer 7800
OFFICE Clencal 3800
To J",('~ ?ittis F::-om ?hi 1 Martinez:SEA Wee. 31 May 1995 12 21 08 Page 1
Exhibit C
Summary of Direct Operating Expenses
The summary presented herem Includes common charges. but is not comprehensive with
resoect to all exoense charaes aoolicable to this aareement.
Communications
1.50 per hour of total project labor charged
Computers
General Purpose
CAD
GIS
Graphics
Mainframe
$8.5/hr
$14.5/hr
$37/hr
$15/hr
$32/h r
Reprographics
Production copiers
Publisring copiers
Englneenng Large Document Copier
Canon Color
$0. as/copy
$0 03/copy
$0. 23/copy
$0. go/copy
Travel
Fleet Vehicles
Fleet Trucks
$O.35/mile
$O.SO/mile
"
Exhibit D
Schedule for the Work
City of Port Angeles
Tasks Estimated Completion Dates
1. Hydraulic Evaluations and PUD Intertie
PUD Comp Plan and Model Aqulsltion June 30, 1995
Strategy/Review Meetings July 14, 1995
PUD Model Incorporation and Venficatlon August 4, 1995
Hydraulic Evaluation September 8, 1995
Cost Companson Septermber 22, 1995
Evaluation Report October 6, 1995
2. Pump Station Rehabilitation Predesign
Site Evaluation VISIt/KiCkoff Meeting November 3, 1995
FaCIlity Evaluation November 17, 1995
Design Cntena December 1, 1995
Instrumentation and Control December 8, 1995
Alternatives Cost Estimates December 15, 1995
Predeslgn Report December 29, 1995
3. Pump Station Rehabilitation Final Design
Kickoff Meeting/Cntena Review January 10, 1996
Detailed Design Apnl 15, 1996
4. Elwha Supply Pipeline Valve Installation
Compilation and Review of Data August 4, 1995
Alternative AnalysIs September 1, 1995
Valvlng Recommendation September 8, 1995
Final Design and Specifications December 7, 1995
5. Overall Project Management
Project Management throughout project
Meetings throughout project
6. Miscellaneous (City Directed) Services
Morse Creek Water Right as directed
Development Standards as directed
Peabody Heights Reservoir Plans as directed
PUD and Other Water System Contracts as directed
Hydraulic Analyses as directed
Elwha Dam Removal as directed
File SCHEDULE XLS
Pnnted 5/30/95
"
.
.
EXHIBIT E
Equal Opportunity/Affirmative Action/Facilities Nondiscrimination
(The followmg clause IS applicable unless, and to the extent that, this contract IS exempt under the rules, regulations, and relevant order of the
Secretary oflabor, mcluding 4lCFR Ch. 60.)
Dunng the performance of this contract, the Consultant agrees as follows:
a. The Consultant will not disc:nmmate agamst 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 origin. The Consultant will take affirmaUve
acUon to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color,
religion, sex. ornaUonal origin. The Consultant WIll take affirmaUve acUon to employ, advance m employment, and otherwise treat
qualified specIal disabled or Vietnam era veterans and handicapped individuals without discrimmauon based upon their disability
or veterans' status or phystcal or mental handicap m all employment actions. Such actions shall include, but not be limited to, the
followmg: employment, upgrading, demouon, or transfer, recruitment or recruitment advertJ.smg; layoff or temnnation; rates of pay
or other forms of compensation; and selecuon for training, mcluding apprenUceship. The Consultant agrees to post in conspicuous
places, avatlable to employees and applIcants for employment, notices to be provided by the local United States Department of Labor
Office setung forth the provisions of this Equal Opportunity/Affirmative AcUon clause.
b, The Consultant will in all solicitations or adverttsements for employees placed by or on behalf of the Consultant, state that all qualified
applicants wtll receive consideraUon for employment WIthout regard to race, color, religion, sex. phYSICal or mental handicap, or
naUonal origm, and that the Consultant IS under the legal obligaUon to take affirmative acUon to employ, advance in employment, and
otherwtse treat qualified special disabled or Vietnam era veterans and handicapped individuals without discnmination 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 occumng during contract performance will be listed at the state employment source office in the locality
where the openmg occurs, provided that this listing reqwrement shall not apply to openings that the Consultant intends to fill from
within Its own organization or under a customary and traditional employer-union hiring agreement
c. The Consultant WIll send to each labor union or representative of workers with which he has a collective bargaining agreement or
other contract or understanding. a notice, to be provided by the agency Contracting Officer, adVIsing the smd labor umon or workers'
representaUve of the Consultant's commttments under this Equal Opportunity/Affirmauve Action clause, and shall post copies of the
noUce m COnspICUOUS places avatlable to employees and applicants for employment.
d The Consultant wtll comply with all provisions of ExecuUve Order No. 11246 of September 24, 1965, and of the rules, regulations,
and relevant orders of the Secretary of labor, mcludmg, but not limited to, the rules, regulations and orders ISSUed by the Secretary
oflabor under the Vietnam Era Veterans' Readjustment AssIStance Act of 1972, and the Rehabtlitauon Act of 1973 (29 USC 793),
as amended.
e. The Consultant WIll furnish all informaUon and reports reqwred by ExecuUve Order No. 11246 of September 24, 1965, and by the
rules, regulatJ.ons 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 ascertam compliance WIth such rules,
regulauons and orders.
f The Consultant WIll not, on grounds of race, color, religion, sex. phYSical or mental handicap, or national ongm:
Deny an mdividual any serVIceS or other benefits proVIded under this agreement;
2. ProVIde any servtce( s) or other benefits to an mdtvidual which are different, or are provided in a dtfferent manner from those
provided to others under this agreement;
3. Subject an individual to segregation or separate treatment m any manner related to the receIpt of any service(s) or other
benefits provided under this agreement;
1
"
...... \. 1'... ..
4 Deny any inchvidual an opportunIty to partJ.cipate m any program proVIded by this Agreement through the provision of
services or othcmse, or afford an oppOrtunIty to do which is different from that afforded other under this Agreement The
Consultant, in detemunmg (1) the types of SCIVlCCS or other benefits to be proVIded. or (2) the class of individuals to whom.
or the SItuatlon in which. such services or other benefits WIll be provided. or (3) the class of individuals to be afforded an
opportunity to partlcipate m any services or other benefits, WIll not utilize cnteria or methods of admimstratlon which have
the effect of subjectIng inchviduals to discmmnatlon because of their race, color, sex, religion. natlonal ongm, creek, or the
presence of any sensory, mental or phYSICal handicap.
g. In the event of Consultant noncompliance WIth the nondiscrimination requirements of this Agreement or WIth any of the said rules.
regulations, or orders, this Agreement may be canceled, terminated or suspended. in whole or in part, and the Consultant may be
declared ineligible for further government contracts m accordance with procedures authorized in Executive Order No. 11246 of
September 24, 1965, and such other sanctlons may be imposed and remedies invoked as provided ~ 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.
f The Consultant WIll include the proVIsions of paragraphs (a) through (g) in every subcontract unless exempted by the rules.
regulatlons, or orders of the Secretary of Labor.
PW-410 01 [E) [2194]
2
ADDENDUM NO.1
TO
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN THE
5.3g;c,
CITY OF PORT ANGELES
and
CH2M Hill J INC.
RELATING TO: Rehabilitation of the Mill Creek Water Pump Station
THI ADDENDUM NO.1 to the above referenced agreement is made and entered into this ~~A day of
, 1996, by and between the CITY OF PORT ANGELES, a non-charter code city of the State of
Washin n (hereinafter called the "CITY"), and CH2M Hill, Inc., a Washington Corporation (hereinafter called the
"CONSUL.: ANT").
WHEREAS, the original agreement did not include professional services during the construction of the Mill Creek water pump
station or for engineering services to evaluate and solve telemetry and alarm problems and improve the SCADA system in
the water system in general; and
WHEREAS, the CITY does not have personnel with the type of experience necessary to fully evaluate shop drawings, review
installation of the instrumentation and coordinate submittals for consistency with the original engineering drawings as
developed by the CONSULTANT or to evaluate effective long term solutions to alarm and SCADA systems;
WHEREAS, the City's Water Comprehensive Plan contains a project for the improvement and upgrading of the Water
System Control Systems;
NOW, THEREFORE, in consideration of the above representations and the mutual agreements set forth herein, the original
agreement between the parties shall be amended as follows:
1. Section I SCOPE OF WORK and Exhibit "A" shall be amended by including Exhibit F and Exhibit G, attached, to provide
construction services on the Mill Creek Water Pump Station in the amount of $41,685.
2. Section I SCOPE OF WORK and Exhibit "A" shall be amended by including Exhibit H and Exhibit I, attached, to provide
evaluate water system alarms and SCADA system in the amount of $48,565.
3 Section VI MAXIMUM COMPENSATION and Exhibit "B" shall be amended by increasing the maximum compensation from
$197,600 to $287,850.
In WITNESS THEREOF, the parties hereto have executed this Agreement as of the day and year first written above.
CONSULTANT
APPRPYj:,ABTO FORM: ,
, ~,KJ~
- CRr'\IG D. KN1JT~QN. CITY ATTORNEY
ATTEST:
;
nJ ~.Q>~. LJr1"A.
BECKY UPT , CI LERK -
F
"
F\\eN \PRO~EC TS\M/tlGKPSlCONSUL T\AGMTADD1 WPD
'" ,J., , 111 ~ \.
Exhibit F
Scope of Services
The scope of services presented herein pertains to the engineering services to be provided
by CH2M HILL during construction of the improvements at the Mill Creek pump station.
The budget corresponding to each of the tasks is presented in Exhibit G.
Task 1. Bidding
CH2M HILL design staff will answer questions from potential bidders relating to the
project, prepare addenda, as necessary, and transmit such addenda to the City for its
distribution to all plan centers and plan holders. City staff will conduct a reference search
of the selected Contractor, if such a search is necessary.
Task 2. Preconstruction Meeting
A single CH2M HILL staff person from the design team will coordinate all of CH2M HILL's
construction service activities. This same person will attend a pre construction meeting to be
held in Port Angeles, and attended by the City and the Contractor.
Task 3. Shop Drawing and Payment Request Review
CH2M HILL will provide technical review of shop drawing submittals and monthly
payment requests from the Contractor. It is understood that City staff will coordinate the
receipt, tracking, filing, and distribution of the submittals for technical review.
Task 4. On-Site Inspection
CH2M HILL will provide on-site inspection services, as needed, and as directed by City
staff. It is understood that CH2M HILL will be requested to provide technical inspection
services for mechanical piping, the sodium hypochlorite system, electrical equipment, and
instrumentation and controL The budget for inspection services from the Bellevue office is
based on a total of 20 on-site inspection visits. The City will provide day-to-day on-site
inspection services for the project.
Task 5. PLC Programming
CH2M HILL instrumentation and control staff will program the programmable logic
controller (PLC) to be installed in the RTD cabinet. CH2M HILL will install the program
and trouble-shoot the PLC on-site during equipment start-up procedures.
Task 6. Change Orders
CH2M HILL provide technical assistance for preparing change orders to ammend the
'. . contract between the City and the Contractor, if any change orders are needed. The budget
for this task is based on the need for three change orders at approximately 10 hours per
change order.
Task 7. Record Drawings
Record drawings will be produced by CH2M HILL from the bidding document drawings
and provided to the City. It is understood that the City will provide a single hard copy of
the bidding document drawings with detailed corrections shown in red, as marked-up by
its on-site inspection staff, showing how the final installation differs from the original
design plans. An electronic version of the record drawings will be provided by CH2M
HILL to the City in AUTOCAD format in addition to a single 11" x 17" paper copy.
Approximately 2.5 hours per drawing is estimated for preparing record drawings and
converting to AUTOCAD format.
2
Exhibit G
Budget for Engineering Services During Construction
Mill Creek Pump Station Project
$1101hr $75/hr $95/hr $75/hr $110/hr $75/hr $50/hr
Tasks Peterson Martinez Geist Badgeley Storbo Draft Tech Clerical Expenses Total
1. Bidding 3 4 4 4 2 10 $1,960
2. Preconstruction Meeting 10 $750
3. Shop Drawing/Pay Requests 3 22 16 16 2 2 $4,905
4. On-Site Inspection 80 40 40 $12,800
5. PLC Programming 8 60 2 $6,400
6. Change Orders 2 12 4 4 2 10 $2,230
7. Record Drawings 6 50 2 $3,050
Subtotal 8 142 124 64 6 70 6 $32,095
"
Expenses
Communication $840 $840
CAD Computer $1,050 $1 ,050
Other Computer $500 $500
Travel $1,800 $1 ,800
Service Center (copying, mailing, and cameras) $400 $400
Subtotal " '$4,59~ '
" "
, , " ,,' '" ,
Undefined Construction Service Contingency $5,000
Total Proiect Cost $41,685
pa-sdc-budget.xls
8/19/96
Exhibit H
Scope of Services
The scope of services presented herein pertains to the engineering services to be provided
by CH2M HILL for the following tasks:
. Assist the City in resolving current telephone line communication problems
between the Black Diamond and Peabody reservoirs and the Elwha supply
facility.
· Conduct a radio system frequency search and an application for FCC licensing
for the future radio-based SCADA system. Coordinate the search with Canadian
authorities.
· Conduct a radio system path analysis for the future radio-based SCADA system.
· Design a phone modem-based SCADA System and prepare a bid document for
providing equipment and installation
The budget corresponding to the tasks described herein is presented in Exhibit 1.
1. Troubleshoot Existing Phone Line Problems
It appears that there is an existing phone-line problem between the Black Diamond and
Peabody Heights reservoirs and the Elwha supply facility that is adversely affecting
alarming and Elwha pump control. It is understood that the City will contract directly with
Technical Systems, Inc. (TSI) to work with the local phone company to identify the phone-
line problems. CH2M HILL will coordinate with TSI and advise the City on this issue.
2. Preliminary Activities for Future Radio-Based SCADA
System
In preparation for eventually basing SCADA communication on radio frequencies, two
main preliminary activities are necessary:
,
· A search of available frequencies and FCC license application is necessary
· A path analysis to determine the topographic feasibility of radio communications
between the remote sites and the central computer
2.1 Frequency Search and FCC License Application
CH2M HILL will subcontract with Technical Systems, Inc. (TSI) to conduct a frequency
search and FCC licensing application for the necessary radio frequency, or frequencies, to be
used for a radio-based Water SCADA system. Upon completion of the frequency search, a
meeting will be held in Port Angeles to discuss the results. The meeting will be attended by
City, CH2M HILL, and TSI staff.
2.2 Radio Path Analysis
CH2M HILL will subcontract with TSI to provide a radio path analysis for up to 22 remote
Sewer & Water SCADA system sites, one master radio site location, and three possible
additional locations for repeater antennae. It is understood that the City will provide the
precise location of each water and sewer facility to be ultimately included in the SCADA
system and the locations of possible additional repeater antennae locations on a topographic
map generated from the City's recent flight survey. CH2M HILL will subcontract with TSI
to provide on-site radio path testing, documentation of signal strengths, and a final
summary report
It is anticipated that the preferred location of the repeater antenna is the existing City-
owned radio tower at the E Street reservoir site. However, if additional repeater antennae
are necessary, additional path analyses will be conducted based on the repeater site
locations provided by the City.
A meeting will be held in Port Angeles to present the final results of the path analysis.
3. SCADA System Design
The SCADA system will be designed and installed in a phased approach. The work
presented herein comprises the first phase of the SCADA system. The SCADA system will
include the following facility sites:
. Corp Yard (central computer location)
. Elwha Pump Station
· Peabody Heights Reservoir /Mill Creek Pump Station
. Black Diamond Reservoir
· Mill Creek Reservoir /Scrivner Booster Station
This initial SCADA system will be designed based on telephone line communication using
modems and dedicated phone lines. It is understood that the City might desire to switch to
a radio-based SCADA system in the future if it is feasible. The budget for the design
presented herein does not include the cost of replacement of the initial phone modems with
radios and antenna equipment.
3.1 Field Verification
CH2M HILL staff will visit each of the SCADA facility sites to establish the method for
connecting the SCADA equipment to existing equipment and to document additional
requirements to make the connections. The budget for this task is based approximately on a
single day per facility site.
3.2 Panel and Wiring Diagrams
CH2M HILL will design the RTU panels and develop wiring diagrams for each of the sites
presented herein.
2
3.3 Plan and Elevation Drawings
CH2M HILL will develop a single drawing sheet for each site comprised of a plan, and an
elevation drawing if necessary, providing the needed installation information. Demolition
drawings will also be prepared for disconnection of the existing alarm system components
at the Police Dispatch Center and installation of a programmable automatic alarm dialer
system at the Corp Yard.
3.4 Technical Specifications and Legal Requirements
CH2M HILL will prepare specifications for the new SCADA system and include them with
the drawings and diagrams as a submittal to the City for preparation of the bid document.
CH2M HILL will make revisions to a hard copy of the "front-end legals" of an appropriate
previous Port Angeles bid document and submit those revisions to the City. It is
understood the City will bind and print the bid document and make all necessary copies.
3
. .
Exhibit I
Budget for Engineering Services
SCADA System Design & Radio System Investigation
$75/hr $95/hr $75/hr $110/hr $75/hr $50/hr Expenses
Tasks Martinez Geist Fox Peterson Draft Tech Clerical (TS!) Total
1. Troubleshoot Exsting Phone Problems 1 5 $550
2. Preliminary Activities for Future Radio-Based SCADA System
2.1 Frequency Search and FCC License Application 4 16 8 $3,200 $5,620
2.2 RadiO Path Analysis 12 40 16 $10,000 $15,900
3. SCADA System Design
3.1 Field Verification 10 1 44 $4,145
3.2 Panels and WIring Diagrams 2 32 32 $4,990
3.2 Plan and Elevation Drawings 2 16 32 $3,790
3 3 Technical Specifications and Legal ReqUIrements 16 17 47 8 10 24 $9,170
Subtotal 43 83 163 8 74 24 $13,200 $44,165
Expenses
Communication $790 $790
CAD Computer $1,110 $1,110
Other Computer $500 $500
Travel $1,500 $1,500
Service Center (copying, mailing, and cameras) $500 $500
Subtotal . . : '" $4AOO
..
Total Proiect Cost $48,565
SCADAD-1 XLS
8/19/96
-r,
,
ADDENDUM NO. 2
TO
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN THE
5.~g~
CITY OF PORT ANGELES
and
CH2M Hill , INC.
RELATING TO: Rehabilitation of the Mill Creek Water Pump Station, etc.
THIS ADDENDUM NO. 2 to the above referenced agreement is made and entered into this 20TH day of Januarv , 1998,
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 original agreement did not include the development of an engineering report for covering our open
reservoirs; and
WHEREAS, the CITY does not have personnel with the type of experience necessary to fully develop the engineering report;
and
WHEREAS, the City's Water Comprehensive Plan contains a project for the installation and operation of a water system
corrosion control system and the covering of our reservoirs; and
WHEREAS, the State Department of Health requires that an engineering report with detailed analysis of alternatives be
submitted for review prior to design of covers for the reservoirs;
NOW, THEREFORE, in consideration of the above representations and the mutual agreements set forth herein, the original
agreement between the parties shall be amended as follows:
1. Section I SCOPE OF WORK and Exhibit "An shall be amended by including Exhibit J, attached, to provide professional
services for an engineering report to cover our reservoirs in the amount of $12,500.
2 Section VI MAXIMUM COMPENSATION and Exhibit "An shall remain $287,850.
In WITNESS THEREOF, the parties hereto have executed this Agreement as of the day and year first written above.
CITY OF PORT ANGELES
CONSULTANT
q~~~
MAYOR
~;:!~~
v
ATTEST:
/~
, CITY ATTORNEY
~O~~ 4fJm
BECKY UP N, CL K ~
FlleN IPROJECTSI95.17MCICONSUL nAGMTADD2 WPD
.,
..
1
2
3
4
5
6
$20,554
$18,336
$77,528
$29,928
$14,072
$37,176
______ $f;),??8 _ _
$19,267
$27,581
$78,806
$7,919
$13,884
$37,637
$0
- - ----- - --- -- -- - --
$19,267
$27,581
$78,806
$7,919
$13,712
$37,637
$0
- --- - $0-
$3,981
--- -$6-;419-
- $0
--$1,612
-- $0
-$6,908
--Sf 0,982-
$7,7jS
$0
184 922
7
$4,145
$4,990
$3,790
$9,170
$4,400
$48,565
$15,518
$0
$0
$0
$0
$15,518
TOTAL
MAXIMUM CONTRACT COMPENSATION
AMOUNT PAID REIMBURSABLES
TOTALS
ORIGINAL CONTRACT
MILL CREEK PUMP STATION
$CADA SYSTEM
~
CH2M HILL
it
777 108th Avenue NE
Bellevue. WA
98004-5118
CH2MHILL
Mailing address
PO Box 91500
,,.."
Bellevue. WA
February 3,1998
98009-2050
Tel 425 453.5000
Fax 425.462.5957
Mr. Jack Pittis
Director of Public Works
City of Port Angeles
P.O. Box 1150
321 East 5th Street
Port Angeles, W A 98362
Dear Jack:
Subject: Reservoir Covering Engineering Report
This letter is prepared to summarize the scope and budget for the Engineering Report
required as part of the City's Bilateral Compliance Agreement with the DOH (Docket #
7207) and as authorized in Addendum No.2, dated January 20, 1998, of the original Mill
Creek Pump Station Agreement. The Engineering Report, Task 2.1 of the Agreement, is due
to the DOH by March 31, 1998 and will summarize the reservoir covering options and make
a definitive recommendation for each of the three reservoirs (Jones Street, Black Diamond,
and Peabody Heights).
The study will include evaluation of alternative methods of covering for Jones Street, Black
Diamond, and Peabody Heights reservoirs, including: free-spanning aluminum domes,
concrete covers, steel covers, and floating covers (Peabody Heights only).
It is our understanding that structural covers are preferred by the City for Jones Street and
Black Diamond reservoirs because of their durability, long service life, and lower ongoing
maintenance requirements. Thus, the evaluation for these reservoirs will focus on this
approach. Floating covers will not be considered for these two reservoirs. It is recognized
that a floating cover is likely to be the most practical option for Peabody Heights; however,
the feasibility of structural covers will also be addressed. The covering methods will be
evaluated based on the following primary criteria:
· Cost: Initial capital cost estimates will be prepared and long-term maintenance
costs will addressed qualitatively.
· Impacts to Existing Reservoir Structures: The structural impacts of each
covering method on the existing reservoir structures, including the cover weight
and superimposed loads (snow and seismic loads), will be evaluated and
documented.
.
:-
Mr. Jack Pittis
Page 2
February 3, 1998
Other issues such as visual impacts, impacts on disruption of reservoir service during
construction, construction impacts to surrounding neighbors, and permitting requirements
will be addressed, but are not anticipated to effect the recommended covering method.
One or two site inspection visits are anticipated. Because the Peabody Heights Reservoir is
a dam-type structure, the covering method will be coordinated with the Washington State
Department of Ecology's Dam Safety Section. Covering methods will be recommended for
all three reservoirs based on the evaluation. A draft report will be submitted for the City's
review by March 6, 1998.
The fee proposal for this task is $12,500 and is understood to be funded from the remaining
budget for the Mill Creek Pump Station Agreement under the terms of the existing contract
(not including the budget for Amendment 1 for the engineering construction services and
SCADA system design).
Please give me a call at (425) 453-5005 ext 5662 if you need additional information or have
any questions.
Sincerely,
Project Manager
CITY OF PORT ANGELES
APP~ Mx>"7-
~3,~
CH2M HILL
Approved by:
~.u Q",