HomeMy WebLinkAbout5.374 Original ContractAGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN THE
THE CITY OF PORT ANGELES
AND
BROWN AND CALDWELL
RELATING TO: WASTEWATER SYSTEM IMPROVEMENTS
THIS AGREEMENT is made and entered into this day of G2
199•y and between THE CITY OF PORT ANGELES, a non charter code city of the State
of Washington, (hereinafter called the "CITY") and BROWN AND CALDWELL, a California
corporation (hereinafter called the "CONSULTANT').
WHEREAS, the CITY desires to increase the functional flexibility of its operating wastewater
treatment facilities; meet regulatory requirements for reporting related to combined sewer
overflows (CSOs), residual solids managment, and plant performance; and more fully develop
its composting and silviculture programs; 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 usual and customary professional standards
under similar circumstances; 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:
I 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.
e: \user \6621 \Ietters\pittis42.wpw
Agreement- -Page 1 of 7
November 29, 1994
5. 37
ti
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 at the time CONSULTANTs work is rendered
and in compliance with applicable federal, state and local laws.
The Scope of Work may be amended upon written approval of both parties.
II OWNERSHIP OF DOCUMENTS
Upon completion of the work, all documents, exhibits, photographic negatives, or other
presentations of the work shall become the property of the CITY for use without restriction
and without representation as to suitability for reuse by any other party unless specifically
verified or adapted by the CONSULTANT. CONSULTANT shall retain one file copy of
all documents.
III DESIGNATION OF REPRESENTATIVES
Each party shall designate its representatives in writing. The CONSULTANTS representative
shall be subject to the approval of the CITY.
W 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 B and 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 3.2775. The multiplier shall include overhead
and profit.
e: \user \6621 \letters\pittis42.wpw
Agreement- -Page 2 of 7
November 29, 1994
General clerical time shall be considered an overhead item, except where specific
work items are involved that require one -half 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 CONSULTANTS total compensation
and reimbursement under this Agreement, including labor, direct non -salary reimbursable
costs and outside services, shall not exceed the maximum sum of $296,411.70.
VII EMPLOYMENT
Employees of the CONSULTANT, while engaged in the performance of any work or services
under this Agreement, shall be considered employees of the CONSULTANT only and not
of the CITY, and claims that may arise under the Workman's Compensation Act on behalf
of said employees while so engaged, and any and all claims made by a third party as a
consequence of any negligent act or omission on the part of the CONSULTANT'S employees
while so engaged, on any of the work or services provided to be rendered herein, shall be
the sole obligation and responsibility of the CONSULTANT.
e: \user \6621 \letters\pittis42.wpw
Agreement -Page 3 of 7
November 29, 1994
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.
e: \user \6621 \letters\pittis42.wpw
Agreement -Page 4 of 7
November 29, 1994
ti
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 services rendered up to
the date of termination.
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.
XIII INDEMNIFICATION /HOLD HARMLESS
The CONSULTANT shall defend, indemnify, and hold the CITY, its officers, officials, employees,
and volunteers harmless from any and all claims, injuries, damages, losses, or suits including
attorney fees, to the extent arising out of the Consultant's negligent performance of this
Agreement, except for injuries and damages caused by the negligence of the City.
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.
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,
e:\useA6621\letters\pittis42.wpw
Agreement- -Page 5 of 7
November 29, 1994
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 right to receive a certified copy of all required insurance
policies.
The CONSULTANTS 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.
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
e: \user \6621 \(etters\pittis42.wpw
Agreement- -Page 6 of 7
November 29, 1994
In WITNESS THEREOF, the parties hereto have executed this Agreement as of the day
and year first written above.
CITY OF PORT ANGELES BROWN AND CALDWELL
ceknAe-tk /0/
144y#1 Name 61 7 7
APPROVED AS TO FORM:
(/,,„do
ATTEST:
e:\ user \6621 \letters\pittis42.wpw
Craig Knutson, City Attorney
Becky Up Clerk
Title
Agreement -Page 7 of 7
November 29, 1994
EXHIBIT A
SCOPE OF WORK
This consulting agreement covers a diverse collection of engineering planning and design
services anticipated by the city to occur generally in the next twelve months, roughly
corresponding to calendar year 1995. Individual task scope descriptions are included below.
Anticipated task scheduling is as shown in Exhibit D.
Task 1.0 Project Management and Coordination
To manage, administer, and provide ongoing coordination for the project. Includes technical
and financial management of the contract; liaison with the city, operational staff, design
team and subconsultants.
Assumes a twelve -month overall schedule with administration and invoicing over that
period, with a higher intensity coordination period during the first three months for the
period of initial predesign report preparation for the outfall diffuser study of Task 2.
1. Prepare a project management plan that covers the predesign phase of work.
The plan would define the design team, project schedule, scope of service,
project control reports, method of estimating completion of work, invoicing,
records storage, project filing, and calculation filing.
2. Prepare subconsultant agreements.
3. Utilize the program schedule prepared under Item 1 above to monitor the
progress of the work in relation to established time and budget constraints.
Update and coordinate schedule revisions with the city.
4. Prepare monthly progress reports for submittal with progress payment invoices
with backup as required by the city. Progress reports will identify budget
status, progress status, major activities of the previous month, out of scope
work, upcoming activities, and issues or complications which could prevent
meeting milestones.
5. Prepare scope development documents for follow up work..
Exhibit A -Page 1 of 12
November 29, 1994
e: \user \6621 \agree \exhiba.wpw
Task 2.0 Predesign Study for Outfall Diffuser Replacement
The Port Angeles Treatment Plant has an existing 27 -inch diameter concrete cylinder pipe
outfall which extends 3500 feet offshore into Port Angeles Harbor. It terminates in an
existing diffuser which has been severely damaged and no longer functions to adequately
diffuse and mix plant effluent with the receiving waters. The work covered by this scope of
services includes consulting services for the predesign of a new diffuser section on the end
of the existing outfall pipe. Work does not include evaluation of the condition or
replacement of the outfall.
The outfall system will be designed to the chronic and acute dilution factors calculated for
the latest NPDES permit (November 30, 1993). These dilution factors were used to
calculate the permit effluent limits for the plant at its design flow of 6.7 mgd. The
objective of the predesign is to configure an outfall diffuser that will allow the plant to
consistently meet discharge limits developed from these dilution factors.
The outfall system will accommodate the existing design flow range of from 1 to 13.4 mgd
for the current planning period (through the year 2010). The predesign will examine
alternatives which could accommodate projected area saturation flows of up to 21 mgd with
minimal diffuser conversion cost.
Subtask 2.1 Mixing Zone Data Gathering
Ambient velocity data will be gathered for the mixing zone according to the
comments in the WDOE scope proposal review letter dated October 13, 1994, and
the current WDOE Permit Writer's Manual. The velocity data for the neap and
spring tide conditions will be gathered with two meters placed at the center of the
existing diffuser section and at two different depths: 1/3 diffuser depth and 2/3
diffuser depth. The meters will be placed for a continuous duration to record the
velocities throughout an entire neap tide to spring tide cycle (expected to be no
greater than 30 days). The position of the meters will be marked at the water's
surface with brightly colored buoys and flags. The measured data will consist of
magnitude and direction at discrete time intervals. Analysis of the data will
approximate the cumulative frequency distribution for the mixing zone velocities. A
brief summary report will be written summarizing the data and identifying the 10th,
50th, and 90th percentile velocities for input to Task 2.2.
The city will be responsible for notifying the following organizations and persons of
the placement of the meters to avoid damage during the data gathering period: U.S.
Coast Guard, local fisheries representatives, pulp mills, ferry companies, and tug boat
companies.
Exhibit A -Page 2 of 12
November 29, 1994
e: \user \6621 \agree \exhiba.wpw
Subtask 2.2 Outfall Hydraulics and Diffuser Modeling
2.2.a Modeling
Appropriate models will be selected for the diffuser and for the outfall
hydraulics.
Exhibit A -Page 3 of 12
November 29, 1994
The outfall system will be designed to the chronic and acute dilution factors
calculated for the latest NPDES permit (November 30, 1993). These dilution
factors were used to calculate the permit effluent limits for the plant at its
design flow of 6.7 mgd. The diffuser modeling will follow the guidelines of
the WDOE Permit Writer's Manual. The objective of the predesign is to
configure an outfall diffuser that will allow the plant to consistently meet
discharge limits developed from these dilution factors. If these permitted
limits will be difficult to achieve from the plant, the predesign will consider
diffuser configurations which would achieve better dilution at acute and
chronic boundaries. The objective of the predesign is to configure an outfall
diffuser that will allow the plant to consistently meet discharge limits
developed from these dilution factors.
The outfall system will accommodate flows between 1 and 13.4 mgd for the
current planning period (through the year 2010). Predesign studies will also
examine alternatives which could accommodate projected area saturation
flows of up to 21 mgd with minimal diffuser conversion cost.
2.2.b Documentation
The following documentation will be produced: a bibliography, a
summarization of water body data used in the modeling, description of the
models employed, modeling input and output, graphical output of hydraulic
grade back to the plant chlorine contact channel overflow weir for various
diffuser options, acute and chronic dilution factors for the defined flow cases,
and diffuser recommendations. Documentation will be as part of the
predesign report and not a separate report.
Subtask 2.3 Diffuser Permitting
This task addresses permitting issues relating to replacing or extending the existing
Port Angeles WWTP outfall in the Strait of Juan de Fuca. Brown and Caldwell will
assist the city in submitting the following permit applications:
e: \user \6621 \agree \exhiba.wpw
Department of Army Permit -Corps of Engineers, Seattle District
Hydraulic Project Approval Washington Department of Fisheries
Temporary Exceedance of Water Quality Standards-
Washington Department of Ecology
Marine Land Lease Washington Department of Natural Resources
Shoreline Substantial Development Permit Jefferson County
Although the Corps needs to make a ruling, this task assumes the diffuser extension
would qualify under the Nationwide Permit Program (NPP) and one meeting with
the Corps will be necessary.
This task assumes the city has the proper marine land lease documents and legal
description for the existing outfall and no more than 12 hours would be necessary for
a new legal description for a new land lease.
Brown and Caldwell will inform the Coast Guard and Office of Archaeology and
Historic Preservation as to the project description and solicit their input as to
shipwrecks and marine related cultural resources and meet with Port Angeles
Planning Department staff once.
Diffuser permitting work needs to proceed during both the predesign and design
phases to ensure the resource agencies have sufficient opportunity to provide input
at successive stages of design. The budget scope for the predesign period is intended
to give the resource agencies preliminary information as to the location and
configuration of the diffuser and receive their input relating to location and design.
Subtask 2.4 Site Survey and Inspection
Conduct a video camera dive survey of the existing diffuser and adjacent areas to
determine the best location for the new diffuser. Gather bathymetric data using a
magnetometer or side -scan survey equipment for the existing outfall location and
adjacent new diffuser locations. Install a marker buoy system of sufficient quality
that it can be anticipated to remain in place for up to two years. Report on any
underwater obstructions that would influence site selection. Develop survey
coordination for nearest outfall shoreline reference point and existing beginning and
end of diffuser.
Subtask 2.5 Geotechnical Investigation
The original treatment plant and outfall installation contract (1967) took four borings
along the outfall length. Boring logs showed a layer of one and one -half feet (at the
diffuser) to six feet of silty fine clay and sand over a base of cemented sand and
gravel (glacial till). This task has been set up to accommodate additional future
geotechnical investigations if deemed necessary, but initially, no scope is included for
Exhibit A -Page 4 of 12
November 29, 1994
e: \user \6621 \agree \exhiba.wpw
this service and it is assumed that no additional borings will be required. The owner
acknowledges that some additional risk is incurred by not conducting additional site
specific borings.
Subtask 2.6 Analysis of Diffuser Options
Diffuser options will be identified including the base materials for construction: need
and means for additional corrosion protection; need and means of providing for
protection from physical damage related to undersea scour and damage from ship
anchors or identified risks such as log raft tow chains; ways of staging connection into
the existing active outfall; and alternatives to allow the diffuser system to
accommodate future increased flows. Composite systems will be evaluated and a
recommended system selected. Cost estimates will only be developed for the two
most promising systems.
Subtask 2.7 Preliminary Construction Sequence
A preliminary construction schedule and sequence will be developed. They will be
sufficiently detailed to determine whether special hardware or interim structures need
to be incorporated into the detailed design to allow diffuser replacement.
Subtask 2.8 Quality Control Reviews and Special Meetings
2.8.a Special Meetings
Two special meetings are budgeted:
Exhibit A -Page 5 of 12
November 29, 1994
1. A kickoff brainstorming meeting. Attendees will include engineers
from at least three separate recent outfall diffuser design projects that
used various outfall and diffuser designs and a general contractor that
specializes in underwater construction. The city and state are
encouraged to attend. The objective will be to quickly create a
diffuser options list, to assimilate the information that is available on
diffuser materials, construction techniques, protection options, and
create advantage /disadvantage lists for each alternative.
2. An allowance is included for a closing information meeting and
presentation, whether to city staff, city council, WDOE, or agencies
from whom permits must be obtained.
2.8.b In -House Quality Control Reviews
The objective of such reviews is to ensure that the work of all individuals is
well integrated into the project; is technically sound; and that the product is
e: \user \6621 \agree \exhiba.wpw
constructable. The reviews, which use senior personnel outside of the normal
design team, also help to bring new ideas and a broader experience into the
design.
Two sessions are scheduled, each having a single outside reviewer. The first
session, held at approximately 25 percent completion, would focus on breadth
of alternatives under consideration and adequacy of acquired data to complete
the design. The second, at 90 percent completion, would review initial drafts
of the predesign report.
Subtask 2.9 Cost Estimating
A predesign level cost estimate -10 percent/ +20 percent) of the recommended plan
will be developed utilizing Brown and Caldwell's BAC -PAC cost estimating data base
program.
Subtask 2.10 Predesign Report
The predesign report will summarize the activities of the predesign and present costs
for the recommended program. Six copies each of a draft report and a final report
will be submitted. The final report will incorporate responses to any residual issues
identified by the city, state or internal reviews.
Task 3.0 As- Building of WWTP Expansion Drawings
Field markups from the Port Angeles WWTP expansion consist of about four complete
drawing sets from various sources or a total of about 1,400 drawings that need to be checked
and examined for conflicting information. Other material that need to be incorporated onto
the as -built drawings include over one hundred PCMs or Contractor Mods which were
incorporated into the project by change orders. In all cases, discretion is needed as to
where modifying the document drawings at this time really adds value to the set for the
city's future purposes.
As- building services include:
1. Incorporating contractor markups that are necessary to understand the plant's
operation. Includes wiring, piping, and layout changes that are markedly
different from the original drawings and in particular, that are buried or not
easily observable by walking into the room for verification.
2. Would not include redrawing any piping to match the exact dimensions of the
contractors submitted pipe fabrication drawings. If word processing
specification schedules are affected, they too will be edited and included.
Exhibit A--Page 6 of 12
November 29, 1994
e: \user \6621 \agree \exhiba.wpw
3. Updating document drawings to include addenda changes.
4. Integrating drawings or repackaging sketches generated as part of change
orders during the construction period into the document drawing set.
5. Printing and delivery of as -built and original markup materials to the city.
Deliverable products will include:
1. Vellums of all drawings. Ones which have been altered will include a
footnote indicating "DRAWING AMENDED TO INCLUDE AS-
CONSTRUC rED INFORMATION, MONTH, 1994." Drawings not requiring
changes will be taken from our flat file drawers unaltered with the sole
exception that all drawings will have the professional stamp removed. The
latter is required because as- builts are used by owners to document
subsequent plant changes that may not have been engineered or implemented
by Brown and Caldwell. The city's existing bound sets of documents
constitute legal protection for the city on the original design.
2. Updated CAD electronic files of all drawings, and if amended, specification
schedules.
Task 4.0 One -Year Certification Reporting
The Department of Ecology requires a one -year plant certification program inclusive of
quarterly reporting to document plant performance of all unit processes during the first year
of plant operations. This requires special laboratory testing by plant personnel and data
analysis and reporting by the consultant. Department of Ecology requirements also include
implementing corrective action plans where processes are found deficient. This task
completes the one -year certification reporting process begun under the previous agreement.
Work already completed includes finalizing project performance standards, setting up a
laboratory testing program and schedule for the plant, drafting a standard report format and
submission of the first quarter's report. This task provides for completion and submission
for the second, third and final certification reports. Work includes:
1. Monitor the performance of the plant during the certification period, to
include up to three visits to the plant site by a Brown and Caldwell engineer
and operations specialist. Each visit one day.
2. Provide operational assistance /training as needed during the certification
period.
Exhibit A -Page 7 of 12
November 29, 1994
c: \user \6621 \agree \exhiba.wpw
3. Develop three quarterly reports during the certification period based upon
testing and performance data prepared by plant staff and submitted to Brown
and Caldwell in a timely manner.
4. Corrective action plans, if any, to make the process meet performance
standards which are limited to changes to plant operational procedures will
be submitted to plant staff for implementation. Corrective action plans, if
any, which may require modifications to the plant and whose scope is
unknown at this time, are not budgeted under this task. Such modifications
will be discussed with the city, and if authorized, be implemented as a
directed service under Task 9.0.
Task 5.0 Phase 2 Composting Facility
Background: A Feasibility Study and Preliminary Design report was prepared by Brown and
Caldwell (June 16,1992). Design of facilities was divided into Phase 1 and Phase 2. Phase
1 included site drainage, paving, grading and installation of a pre engineered metal building
which would allow sludge processing using the un- aerated static pile composting method.
Phase 1 also included obtaining permits relative to the Phase 1 facilities.
Phase 2 work includes preparation of bidding documents, assistance with bidding and
construction support to upgrade the composting facilities to include greater capacity through
process improvements and to incorporate features required for the permanent facility which
were identified during the permitting process under Phase 1. The Phase 2 design will add
building lighting, electrical service, fire alarm system, biofilter odor control, compost
aeration system and controls, and all services and equipment necessary to conduct aerated
static pile composting, using both yard waste and digested and dewatered wastewater
biosolids. Included with the facility will be compost mixing equipment.
Subtask 5.1 Phase 2 Detailed Design
The level of effort associated with preparation of bidding documents inclusive of
plans and specifications is based upon the following assumed drawing list.
Vicinity Map and Index of Drawings
Civil Site Plan
Compost Building Plans and Details
Blower System Plan, Elevations and Sections
Biofilter Plan and Sections
Biofilter Equipment and Details
Electrical Site Plan
Electrical Plan 1
Exhibit A -Page 8 of 12
November 29, 1994
e: \user \6621 \agree \exhiba.wpw
Electrical Plan 2
One -line Diagram
Technical specifications will be prepared using the WSDOT /APWA format.
25 copies of the bid documents will be delivered to the city for distribution.
Subtask 5.2 Assistance During Bidding and Construction
Construction activities include 20 hours during the bidding and award period and 160
hours of field inspection /monitoring during construction (20 weeks at 8 hours per
week).
Subtask 5.3 Permitting and Agency Coordination
Updating of permits obtained during Phase 1:
Exhibit A -Page 9 of 12
November 29, 1994
1. Clallam County Environmental Health Division: Permit to Construct
Phase 1.
2. Olympic Air Pollution Control Authority: Notice of Construction
Approval Phase 1.
3. City of Port Angeles Building and Utilities Department: Phase 1
review.
4. Washington State Department of Ecology (Water Quality and Solid
Waste Division): Limited to concerns covered by permit 1 above.
Coordination with the above agencies and updating of application
information will be conducted as necessary to gain approvals for Phase
2 permits.
NPDES biosolids utilization permits and updating of the city's Residual Solids
Management Plan are covered under Task 8 of this agreement.
Subtask 5.4 O &M Manual /Quality Assurance Plan Update
The Phase 1 Composting Facility Operations and Maintenance Manual and Quality
Assurance Plan November, 1994. will be updated to include Phase 2 facilities and
operating procedures. 10 copies will be provided to the city for distribution.
e: \user \6621 \agree \exhiba.wpw
Task 6.0 Alternative Biosolids Disposal
Alternative biosolids disposal methods look at ways of treating and disposing of biosolids
other than through the city's composting program.
Subtask 6.1 Silviculture
Previous investigatory work on silviculture examined functional suitability and
ownership of commercial tree growing lands (public and private) within a 40 mile
radius of Port Angeles. A suitable site near Pysht, owned by Merrill and Ring was
identified. Brown and Caldwell participated in informational discussions with the
city, landowners, the County Health Department and the Clallam County Biosolids
Task Force. As an outcome of the initial investigatory work, the city determined
that the following silviculture related activities should be included in this agreement:
Exhibit A -Page 10 of 12
November 1994
1. Assist the city to obtain a permit from the Clallam County Health
Department for one biosolids silvicultural application site. The
permitted site would be held in reserve as a backup to the composting
program. If, as a result of item 1 above, the city wishes to permit
more than one site, permitting effort for the second site would be
compensated under Task 9.0 Directed Services.
The permit would be based upon a two stage silviculture application
program. The first stage would allow the city to temporarily recycle
biosolids at the site. The anticipated need for the first stage of
implementation would be for short-term biosolids application to
accommodate equipment outages or short-term shutdown of biosolids
equipment at the treatment plant or at the composting facilities.
Because of the short -term nature of the application, acreage
requirements would be low and access would be from existing
infrastructure.
The second stage implementation plan would cover permanent
operation of a silviculture application program at the site as a full
alternative reuse method to composting, the city's primary biosolids
reuse method.
2. Assist the city in preparation of a contract for the selected land owner.
3. Assist the city in implementing the permitted plan, should it be
required during the period covered by this agreement, to the extent
allowed by the task budgets following completion of work items 1 and
2.
e: \user \6621 \agree \exhiba.wpw
This scope assumes that a land application permit from Clallam County can be
obtained with minimal field effort, i.e., does not include site surveying, surface and
groundwater investigations, etc. Such services, if required, would be authorized
under Task 9.0 Directed Services.
Subtask 6.2 Thermophilic Digestion Analysis
Recent Brown and Caldwell pilot studies for the City of Vancouver, Canada showed
that biosolids meeting Class A disposal requirements were achievable from their
newly designed anaerobic digestion facilities. The City of Port Angeles directed that
a brief (two -day) analysis be conducted to determine whether the Port Angeles
digesters, as now configured have the capability to run in a thermophilic mode. The
data would be used as planning information for future plant modifications. A letter
report will be provided.
Task 7.0 Plant O &M Assistance
Subtask 7.1 Stranco Proposal Implementation
The city has expressed a preference to consolidate chlorination /dechlorination
controls with one controller vender Stranco) who is willing to guarantee satisfaction
and to accept unit responsibility. City and Brown and Caldwell positions on this
changeover are summarized in an October 26, 1994 letter to the city. This subtask
budgets a total of 45 Brown and Caldwell hours for assistance with this effort.
Subtask 7.2 Final PCM Implementation
At the close of the WWTP expansion project, a final proposed change modification
(PCM) document was prepared with all parties agreeing that field implementation
would be by the city in order to facilitate closeout of the expansion contractor. This
subtask budgets 30 Brown and Caldwell hours for assistance to the city with their
efforts to carry out these construction modifications.
Task 8.0 NPDES Permit Assistance
The city's NPDES permit lists numerous reporting and analysis requirements for city
implementation. On October 19, 1994. The city reviewed the listed NPDES requirements
and indicated that Brown and Caldwell should budget for assistance in the following areas:
1. Assistance in documenting baseline CSO activity and effluent characterization.
NPDES item S 12). 40 hours budgeted.
Exhibit A--Page 11 of 12
November 29, 1994
e: \user \6621 \agree \exhiba.wpw
2. Assistance in updating the residual solids management plan to include
silvicultural information. 30 hours budgeted.
3. Assistance in updating the CSO Reduction Plan if WDOE provides review
comments to the draft submittal made in January, 1994. 40 hours budgeted.
Task 9.0 Directed Services
The city has established a budgeted amount of $30,000 for special services not otherwise
covered by specific tasks of this agreement. Such services shall be undertaken only when
so directed by the city.
Exhibit A -Page 12 of 12
November 29, 1994
e: \user \6621 \agree \exhiba.wpw
Otner
Total Direct Indirect Direct
Task Description Labor Labor Costs Subs Fee Task Total
1.0 Management and Coordination 9,893.73 18,303.40 1,119.00 4,229.57 33,545.69
2.0 Predesign Study for Outfall Diffuser Replacemen 23,510.49 43,494.41 15,200.00 3,600.00 10,590.73 96,395.63
3.0 As- building of WWTP Plant Expansion Drawings 3,757.69 6,951.72 1,758.50 1,606.41 14,074.32
4.0 One -year Certification Reporting Program 4,135.71 7,651.06 978.50 1,768.01 14,533.28
5.0 Composting Facility Phase 2 20,176.79 37,327.06 6,205.00 8,625.58 72,334.43
6.0 Alternative Biosolids Reuse 3,557.09 6,580.62 857.00 1,520.66 12,515.37
7.0 Plant O &M Assistance 2,907.84 5,379.50 200.00 1,243.10 9,730.45
8.0 NPDES Permit Assistance 3,952.42 7,311.97 328.50 1,689.66 13,282.54
9.0 Directed Services 30,000.00 30,000.00
c:\s \portan \95scope.xls
EXHIBIT B
COMPENSATION PORT ANGELES 1995 ENGINEERING SERVICES
Totals 71,891.75 132,999.73 56,646.50 3,600.00 31,273.72 296,411.70
Project Port Angeles 1995 Engineering Agreement Latest revision 11/8/94
Job No
Task 1 0
Title Management and Coordination
1.0 TOTAL LABOR
Name Rate Hours Subtotal Total
Professional
Doug Schneider 36.04 230 8,289 20
Andy Lukas 20 69
Zimn Moore 24 14
Gary Hess 26.44
Render Denson 31.04
Dave Vogt 31
Bill Faisst 44 24
Garr Jones 60 10
Other 30 00
Technical
CAD operator 24 00
Project Asst 15 00 56 840 00
Other 20 00
Clerical
Word processor 16 00 24 384 00
Subtotal direct labor 9,513 20
2.0 DIRECT COSTS
Salary scale adjustment 4% 380 53
Indirect labor cost 185% 18,303 40
Total labor 28,197 12
Item Rate Units Quantity Subtotal
Computer charges $10 00 Hours 43 430 00
CAD charges $20 00 Hours
Word processing charges $10 00 Hours 24 240 00
Mileage $0 29 Miles 600 174 00
Tele /fax/mail Lump 50 00
Photocopies Lump 50 00
Perdiem /travel Lump 150 00
Printing Lump
Other parking /film /etc Lump 25 00
Subtotal 1,119 00
Subconsultants
Subtotal
Total direct costs 1,119 00
3.0 FEE (15% of total labor 15% subs) 4,229 57
4.0 TOTAL ESTIMATED TASK COST $33,545 69
ti
Task I 1 (Administration and Coordination
Port Angeles 1995 Engineering Agreement
Subtask
AL
BF
DS
DV
GH
GJ
RD
ZM
CADD
CI
PA
Pro
Tech
Descriotion
Project Management Plan
Subconsultant Agreements
Progress Monitoring /Invoice Prep
Coordination /Mgr Review
I Scope Development
Andy Lukas
Bill Faisst
Doug Schneider
Dave Vogt
Gary Hess
Garr Jones
Render Denson
Zimne Moore
Cadd Operator
Clerical
Project Assistant
Other professional
Other technical
AL BF DS DV GH
0 0
24
161
961
70
24
230
0 0
GJ RD
0
0
ZM CADD PA Pro Tech CI
36
20
0 0 56 0 0
12
12
24
Project
Job No
Task
Title
2.0 DIRECT COSTS
Port Angeles 1995 Engineering Agreement
2.0
Predesign Study for Outfall Diffuser Replacement
Latest revision 11/8/94
1.0 TOTAL LABOR
Name Rate Hours Subtotal Total
Professional
Doug Schneider 36 04 124 4,468 96
Andy Lukas 20 69 104 2,151 76
Zimn Moore 24 14
Gary Hess 26 44
Render Denson 31 04 70 2,172 80
Dave Voigt 31 05 32 993 60
Bill Faisst 44 24 48 2,123.52
Garr Jones 60 10 26 1,562 60
Other 30 00 172 5,160 00
Technical
CAD operator 24.00 99 2,376 00
Project Asst 15 00 43 645 00
Other 20.00 6 120.00
Clerical
Word processor 16 00 52 832.00
Subtotal direct labor 22,606.24
Salary scale adjustment 4% 904.25
Indirect labor cost 185% 43,494 41
Total labor 67,004 90
Item Rate Units Quantity Subtotal
Computer charges $10 00 Hours 93 930 00
CAD charges $20 00 Hours 84 1,680 00
Word processing charges $10 00 Hours 52 520 00
Mileage $0 29 Miles 1000 290 00
Tele /fax/mail Lump 200 00
Photocopies Lump 150 00
Perdiem /travel Lump 5,000 00
Printing Lump 480 00
Other (current meter, boat, expendable) Lump 5,950 00
Subtotal 15,200 00
Subconsultants
Surveying 1,000 00
Diving 2,600 00
Subtotal 3,600 00
Total direct costs 18,800 00
3.0 FEE (15% of total labor 15% subs) 10,590 73
4.0 TOTAL ESTIMATED TASK COST $96,395 63
Task 21 Predesign Study for Outfall Diffuser Replacement
Port Angeles 1995 Engineering Agreement I
Subtask
21
22
23
24
25
26
2.7
28
29
210
AL Andy Lukas
BF Bill Faisst
DS Doug Schneider
DV Dave Voigt
GH Gary Hess
GJ Garr Jones
RD Render Denson
ZM IZimne Moore
1
CADD ICadd Operator
CI I Clerical
PA Project Assistant
Pro Other professional
Tech 'Other technical
Description
Mixing Zone Data Gathering
Outfall Hydraulics and Difusser Modeling
Diffuser Permitting
Site Survey and Inspection
Geotechnical Investigation
Analysts of Diffuser Options
Preliminary Construction Sequence
Quality Control Reviews /Spec Meetings
Cost Estimating
Predesign Report
AL BF
8 32
80 12
4
1
1
1
DS I DV GH GJ RD
1
6
6 50
8
40 16
2
1
8 30' 8
1
8 321 8
104 48 124 32 0
2
24
4
8
8
26 70
ZM
0
CADD PA
1
1
1
25
3
2
1
1
20 20
12
20 24 40
16
32 16 16
99 43 172
Pro Tech
I 68
CI
I 12
6 6
6
4
2
15
12
52
Project Port Angeles 1995 Engineering Agreement Latest revision 11/8/94
Job No
Task 3 0
Title As- building of WWTP Plant Expansion Drawings
1.0 TOTAL LABOR
Name Rate Hours Subtotal Total
Professional
Doug Schneider 36 04 24 864 96
Andy Lukas 20.69
Zimri Moore 24 14
Gary Hess 26 44
Render Denson 31 04
Dave Vogt 31 05
Bill Faisst 44 24
Garr Jones 60 10
Other 30 00
Technical
Lead CAD Operator 30.79 80 2,463 20
Project Asst 15 00 3 45.00
Other 20.00 4 80.00
Clerical
Word processor 16 00 10 160 00
2.0 DIRECT COSTS
Subtotal direct labor 3,613 16
Salary scale adjustment 4% 144 53
Indirect labor cost 185% 6,951 72
Total labor 10,709 41
Item Rate Units Quantity Subtotal
Computer charges $10 00 Hours 4 40.00
CAD charges $20 00 Hours 68 1,360.00
Word processing charges $10 00 Hours 10 100 00
Mileage $0 29 Miles 150 43 50
Tele /fax/mail Lump
Photocopies Lump 15 00
Perdiem /travel Lump
Printing Lump 200 00
Other parking /film /etc Lump
Subtotal 1,758 50
Subconsultants
Subtotal
Total direct costs 1,758 50
3.0 FEE (15% of total labor 15% subs) 1,606 41
4.0 TOTAL ESTIMATED TASK COST $14,074 32
Task 1 31As- budding of WWTP Plant Expansion Drawings I I I I
Port Angeles 1995 Engineering Agreement I I I I
I I I I I I
Subtask Description I AL BF DS DV GH GJ RD ZM CADD PA
1
As-Building 1 24 I
1 1
I I
I I
AL
BF
DS
DV
GH
GJ
RD
ZM
CADD
CI
PA
Pro
Tech
Andy Lukas
Bill Faisst
Doug Schneider
Dave Vogt
Gary Hess
Garr Jones
Render Denson
Zimne Moore
I
Cadd Operator
Clerical
Project Assistant
Other professional
Other technical
1 1
I
01 0
24 0 01 0 0 0
1
1
I I
I I
80 3 4 10
1 I
I I
I I
I 1
80 3 0 4
I
I
I
I
I
I
I
Pro Tech CI
10
Project
Job No
Task:
Title
2.0 DIRECT COSTS
Port Angeles 1995 Engineering Agreement
40
One -year Certification Reporting Program
Latest revision 11/8/94
1.0 TOTAL LABOR
Name Rate Hours Subtotal Total
Professional
Doug Schneider 36 04 16 576 64
Andy Lukas 20 69
Zimn Moore 24.14
Gary Hess 26 44
Render Denson 31 04
Dave Voigt 31 05
Bill Faisst 44 24
Woodie Muirhead 36 00 90 3,240 00
Other 30.00
Technical
CAD operator 24 00
Project Asst 15.00
Other 20 00
Clerical
Word processor 16.00 10 160 00
Subtotal direct labor 3,976 64
Salary scale adjustment 4% 159 07
Indirect labor cost 185% 7,651.06
Total labor 11,786 76
Item Rate Units Quantity Subtotal
Computer charges $10 00 Hours 16 160 00
CAD charges $20 00 Hours
Word processing charges $10 00 Hours 10 100 00
Mileage $0.29 Miles 150 43 50
Tele /fax/mail Lump
Photocopies Lump 50 00
Perdiem /travel Lump 600 00
Printing Lump
Other parking /film /etc Lump 25 00
Subtotal 978 50
Subconsultants
Subtotal
Total direct costs 978 50
3.0 FEE (15% of total labor 15% subs) 1,768 01
4.0 TOTAL ESTIMATED TASK COST $14,533 28
Task 1 41 One -year Certification Reporting Program
Port Angeles 1995 Engineering Agreement 1
1
Subtask Description I 1 AL BF DS DV
AL
BF
DS
DV
GH
GJ
RD
ZM
CADD
CI
PA
Pro
Tech
1 1
I One -Year Certification I 16
Andy Lukas
Bill Faisst
Doug Schneider
Dave Voigt
Gary Hess
Garr Jones
Render Denson
Zimne Moore
1
Cadd Operator
Clerical
Prolect Assistant
Other professional
Other technical
0
0
GH GJ RD
90
ZM
1
1
161 0 0 90 0 0 01
1
1
CADD PA Pro Tech CI
10
1
1
0 0 0 101
Project Port Angeles 1995 Engineering Agreement Latest revision 11/8/94
Job No
Task 5 0
Title Composting Facility Phase 2
1.0 TOTAL LABOR
Name Rate Hours Subtotal Total
Professional
Doug Schneider 36 04 11 396 44
Andy Lukas 20.69
Zimn Moore 24 14 362 8,738 68
Gary Hess 26 44 48 1,269 12
Render Denson 31 04 8 248 32
Dave Vogt 31 05 4 124 20
Bill Faisst 44 24
Garr Jones 60 10
Other 30 00 120 3,600 00
Technical
CAD operator 24 00 196 4,704 00
Project Asst 15 00
Other 20 00
Clerical
Word processor 16 00 20 320.00
2.0 DIRECT COSTS
Subtotal direct labor 19,400 76
Salary scale adjustment 4% 776 03
Indirect labor cost 185% 37,327 06
Total labor 57,503 85
Item Rate Units Quantity Subtotal
Computer charges $10 00 Hours 83 830 00
CAD charges $20 00 Hours 167 3,340 00
Word processing charges $10.00 Hours 20 200 00
Mileage $0 29 Miles 1500 435 00
Tele /fax/mail Lump 300 00
Photocopies Lump 200 00
Perdiem /travel Lump 300 00
Printing Lump 600 00
Other parking /film /etc Lump
Subtotal 6,205 00
Subconsultants
Subtotal
Total direct costs 6,205 00
3.0 FEE (15% of total labor 15% subs) 8,625 58
4.0 TOTAL ESTIMATED TASK COST $72,334 43
Task I 51 Composting Facility Phase 2
Port Angeles 1995 Engineering Agreement
Subtask
51
52
531
54
Description
Detailed Design
I Vicinity Map and Index of Drawings
(Civil Site Plan
(Compost Bldg Plan and Details
Blower System Plan, Elev and Details
Biofilter Plan and Sections
Biofilter Equipment and Details
Electrical Site Plan
Electrical Plan 1
Electrical Plan 2
One -line Diagram
Specifications 8
Compost engineer coordination I
1
Assistance During Bidding and Construction
Permitting and Agency Coordination
O&M Manual and QAP Update
I I
Credit for work anticipated done under previous
agreement and prior to this authorization
1
1
AL Andy Lukas
BF Bill Faisst
DS Doug Schneider
DV I Dave Vogt
GH IGary Hess
GJ I Garr Jones
RD I Render Denson
ZM IZimne Moore
1
CADD Cadd Operator
CI Clerical
PA Prolect Assistant
Pro Other professional
Tech I Other technical
1
I AL BF DS DV
I I
I 1
I 41
1 8
3 I
0
01 11
GH GJ RD ZM CADD PA
16
24
41 48 0
I I
I I
I I
I I
8
1
31 2
2
24 24
45 32
201 401
201 401
1 161
32
32
16
56
24
1801
1
501
-60
81 362
-40
196
Pro Tech CI
1 I
1 1
1 1 I
1
1
20
20
16
24
24
16
0 120
12
8
1
1 I
01 20
Project
Job No
Task.
Title
2.0 DIRECT COSTS
Port Angeles 1995 Engineering Agreement
60
Alternative Biosolids Reuse
1.0 TOTAL LABOR
Name Rate Hours Subtotal Total
Professional
Doug Schneider 36 04 19 684 76
Andy Lukas 20 69
Zimn Moore 24.14
Gary Hess 26 44 8 211 52
Render Denson 31.04
Dave Voigt 31 05
Bill Faisst 44 24
Garr Jones 60 10
Steve Wilson 36 50 56 2,044 00
Technical
CAD operator 24 00
Project Asst 15 00
Other 20 00 12 240 00
Clerical
Word processor 16 00 15 240 00
Subtotal direct labor 3,420.28
Salary scale adjustment 4% 136 81
Indirect labor cost 185% 6,580 62
Total labor 10,137 71
Item Rate Units Quantity Subtotal
Computer charges $10 00 Hours 12 120 00
CAD charges $20 00 Hours
Word processing charges $10 00 Hours 15 150 00
Mileage $0 29 Miles 300 87 00
Tele /fax/mail Lump 15 00
Photocopies Lump 10.00
Perdiem /travel Lump 450 00
Printing Lump
Other parking /film /etc Lump 25 00
Subtotal 857 00
Subconsultants
Latest revision 11/8/94
Subtotal
Total direct costs 857 00
3.0 FEE (15% of total labor 15% subs) 1,520 66
4.0 TOTAL ESTIMATED TASK COST $12,515 37
Task 1 61 Alternative Solids Reuse
Port Angeles 1995 Engineering Agreement
1
Subtask Description
6 1 Silviculture Permitting
1
6 21 Thermophillic Digestion Analysis
AL Andy Lukas
BF Bill Faisst
DS I Doug Schneider
DV Dave Vogt
GH Gary Hess
GJ Garr Jones
RD Render Denson
ZM 1Zimne Moore
SW ISteve Wilson
CADD Cadd Operator
CI Clerical
PA Project Assistant
Pro Other professional
Tech Other technical
AL BF I DS
3
1
I
1
1
1 1
I 1
1 1
1 1
16
1
DV GH GJ I RD ZM
1
8 1
1
1
1
01 0 19 0 8 0 0 0
1
1
CADD PA SW
1
1
1
01 0 56 121 15
1
1
Techl CI
561 12 12
3
Project Port Angeles 1995 Engineering Agreement Latest revision 11/8/94
Job No
Task 7 0
Title Plant O &M Assistance
1.0 TOTAL LABOR
Name Rate Hours Subtotal Total
Professional
Doug Schneider 36 04 75 2,703 00
Andy Lukas 20.69
Zimri Moore 24 14
Gary Hess 26 44
Render Denson 31 04
Dave Vogt 31 05
Bill Faisst 44 24
Garr Jones 60 10
Other 30 00
Technical
CAD operator 24 00
Project Asst 15 00 3 45 00
Other 20 00
Clerical
Word processor 16 00 3 48 00
Subtotal direct labor 2,796 00
2.0 DIRECT COSTS
Salary scale adjustment 4% 111 84
Indirect labor cost 185% 5,379 50
Total labor 8,287 34
Item Rate Units Quantity Subtotal
Computer charges $10 00 Hours 12 120 00
CAD charges $20 00 Hours
Word processing charges $10 00 Hours 3 30 00
Mileage $0 29 Miles
Tele /fax/mail Lump 25 00
Photocopies Lump 25 00
Perdiem /travel Lump
Printing Lump
Other parking /film /etc Lump
Subtotal 200 00
Subconsultants
Subtotal
Total direct costs 200 00
3.0 FEE (15% of total labor 15% subs) 1,243 10
4.0 TOTAL ESTIMATED TASK COST $9,730 45
Project Port Angeles 1995 Engineering Agreement Latest revision 11/8/94
Job No
Task 8 0
Title NPDES Permit Assistance
1.0 TOTAL LABOR
Name Rate Hours Subtotal Total
Professional
Doug Schneider 36 04 80 2,883 20
Andy Lukas 20 69
Zimn Moore 24 14
Gary Hess 26.44 30 793 20
Render Denson 31 04
Dave Vogt 31 05
Bill Faisst 44 24
Garr Jones 60 10
Other 30 00
Technical
CAD operator 24.00
Project Asst 15 00 4 60 00
Other 20.00
Clerical
Word processor 16 00 4 64 00
Subtotal direct labor 3,800 40
2.0 DIRECT COSTS
Salary scale adjustment 4% 152.02
Indirect labor cost 185% 7,311.97
Total labor 11,264 39
Item Rate Units Quantity Subtotal
Computer charges $10 00 Hours 17 170 00
CAD charges $20 00 Hours
Word processing charges $10 00 Hours 4 40 00
Mileage $0 29 Miles 150 43 50
Tele /fax/mail Lump 25 00
Photocopies Lump 25 00
Perdiem /travel Lump
Printing Lump
Other parking /film /etc Lump 25 00
Subtotal 328 50
Subconsultants
Subtotal
Total direct costs 328 50
3.0 FEE (15% of total labor 15% subs) 1,689.66
4.0 TOTAL ESTIMATED TASK COST $13,282 54
Project Port Angeles 1995 Engineering Agreement Latest revision 11/8/94
Job No
Task 9 0
Title Directed Services
1.0 TOTAL LABOR
Name Rate Hours Subtotal Total
Professional
Doug Schneider 36 04
Andy Lukas 20 69
Zimri Moore 24 14
Gary Hess 26 44
Render Denson 31 04
Dave Voigt 31 05
Bill Faisst 44 24
Garr Jones 60 10
Other 30 00
Technical
CAD operator 24 00
Project Asst 15 00
Other 20 00
Clerical
Word processor 16 00
2.0 DIRECT COSTS
Subtotal direct labor
Salary scale adjustment 4%
Indirect labor cost 185%
Total labor
Item Rate Units Quantity Subtotal
Computer charges $10 00 Hours
CAD charges $20 00 Hours
Word processing charges $10 00 Hours
Mileage $0 29 Miles
Tele /fax/mail Lump
Photocopies Lump
Perdiem /travel Lump
Printing Lump
Other -for as directed services Lump 30,000 00
Subtotal 30,000 00
Subconsultants
Subtotal
Total direct costs
3.0 FEE (15% of total labor 15% subs)
4.0 TOTAL ESTIMATED TASK COST
30,000 00
$30,000.00
Mileage
Computer Chargeouts:
Reproduction
FAX
Binders
VHS Tapes
Film
CAD
Graphics
Engineering
Word Processing
Exhibit C -Page 1 of 1
November 29, 1994
EXHIBIT C
BROWN AND CALDWELL
OTHER DIRECT CHARGE RATES
$0.29 per mile (increases each year per IRS reimbursement rate)
$20.00 per hour
$20.00 per hour
$10.00 per hour
$10.00 per hour
$0.07 per copy for lots over 100
$0.15 per copy up to 100
$2.00 per page (no telephone charges added)
$4.01 per binder
$6.67 per tape
$1.00 per print
e: \user \6621 \agree \exhibc.wpw
Page 1 of 1
Tasks
Task 1
Project Management and Coordination in
Task 2
Predesign Study for Outfall Diffuser
Replacement
Task 3
As- Building of WWTP Expansion
Drawings
Task 4
One -Year Certification Reporting
Task 5
Phase II Composting Facility
Task 6
Alternative Biosolids Disposal
Task 7
Plant O &M Assistance
Task 8
NPDES Permit Assistance
Task 9
Directed Services
1/1
1/1
Submit 3rd Quarter's Report
1/1 2/28
1/1
1/1
Jan Feb Mar
4th Quarter Plant Operation
Exhibit D
Port Angeles 1995 Engineering Services
Submit Mixing Zone Study
3/30
3/31
Submit 4th Quarter's Report
Mlimililli
3/31 5/31
3/31
3/31
Apr May
4/30
1995
Jun Jul
Submit Engineering Report
6/30
6/30
11/29/1994
h:\projectslportangleng1995.m14
Aug Sep Oct Nov Dec
U
12/31
U
12/31
12/31
I
e
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 order of the
Secretary of labor, including 41 CFR, Ch. 60
During the performance of this contract, the Consultant agrees as follows
a The Consultant 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 origin. The Consultant will take affirmative
action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color,
religion, sex, or national ongin. The Consultant will 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. 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 pay
or other forms of compensation; and selection for training, including apprenticeship. The Consultant 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 will in all solicitations or advertisements for employees placed by or on behalf of the Consultant, 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 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 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 said labor union or workers'
representative of the Consultant's commitments under this Equal Opportunity/Affirmative Action clause, and shall post copies of the
notice m conspicuous places available to employees and applicants for employment
d The Consultant will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations,
and relevant orders of the Secretary of labor, including, but not limited to, the rules, regulations and orders issued by the Secretary
of labor under the Vietnam Era Veterans' Readjustment Assistance Act of 1972, and the Rehabilitation Act of 1973 (29 USC 793),
as amended.
e The Consultant will furnish all information and reports required by Executive Order No 11246 of September 24, 1%5, 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.
f. The Consultant 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 different, or are provided in a different manner from those
provided to others under this agreement;
3. Subject an individual to segregation or separate treatment in any manner related to the receipt of any service(s) or other
benefits provided under this agreement;
1
g.
Pw- 410.01 [El [2194)
4 Deny any individual an opportunity to participate m any program provided by this Agreement through the provision o
services or otherwise, or afford an opportunity to do which is different from that afforded other under this Agreement. Tht
Consultant, 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 al
opportunity to participate in any services or other benefits, will not utilize criteria or methods of administration which hay(
the effect of subjecting individuals to discrimination because of their race, color, sex, religion, national origin, creek, or thc
presence of any sensory, mental or physical handicap.
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 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.
f The Consultant 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.
2