Loading...
HomeMy WebLinkAboutAgenda Packet 04/10/2000 UTILITY ADVISORY COMMITTEE ROLL CALL Call to Order: ~ .' ~2) f r~ Members Present: Orville Campbell, Chairman L/-/'~' Larry Williams Dean Reed, Vice Chairman t_~-- Glenn Wiggins (Alternate) Larry Doyle . ~[~,... , REOUESTFOR AGENDA ITEMS UTILrR' ADVISORY CoHMr'r'rlEE PUBLIC WORKS CONF~'RENCE ROOM PORT ANGELES, WA 983~~' APRIL I O, ~'000 3:00 P.M. I. CALL TO ORDER II. ROLL CALL III. APPROVAL Of MINUTES OF MARCH 6, 2000, REGULAR MEETING. IV, DISCUSSION ITEMS A. ELECTRIC UTIUTY RURAL ECONOMIC REDE'VELOPHENT FUND a. ~IAINTENANCE AND OPERATION AGREEMENT FOR DAISHOWA TRANSMISSION LIN~ C. UTILITY HOOK UP OUTSIDE OF CIT~ AND UGA D. COMPREHENSIVE SOLID WA~E MANAGEMENT PLAN V. INFORMATION ONLY ITEMS A. VACANCY ON UAC B. ELECTRICAL DISTRISUTION DESIGN C. BIOSOLIDS DISTRIBUTION TO FARM SITES VI. LATE ITEMS VII. NEXT MEE'T}NG - MAY 8, 2000 VIII. ADJOURNMENT poR?A WASHINGTON, U.S.A. PUBLIC WORKS DEPARTMENT DATE: April 10, 2000 To: Utility Advisory Committee FROM: Scott McLain, Power Manager SUEJECT: Contribution to Electric Utility Rural Economic Development Revolving Fund for 2000 Last year, the City established the Electric Utility Rural Economic Development Revolving Fund (Fund) and the Light Utility contributed $50,000 into the fund. By contributing this amount to the Fund, the Light Utility was able to receive a credit of $25,000 on its fourth quarter excise tax return for 1999. The Light Utility is contributing $50,000 to the City's economic development efforts in 2000 and would like to have these funds designated to the Electric Utility Rural Economic Development Revolving Fund so we may receive the $25,000 credit for 2000. Applications for this credit are accepted starting May 1, 2000, and we would like to be prepared to submit our request as soon as possible as funds are limited to $350,000 per year for the entire State. When the Fund was created in 1999, the Economic Development Steering Cormnittee was designated as the board that oversees the fund. This board needs to designate funding of the City's Economic Development fund (Timothy Smith salary and expenses) as the qualifying project designed to achieve job creation or business retention. Action to be taken: Recommend transfer of $50,000 from Light Fund to Electric Utility Rural Economic Development Revolving Fund. N:',PWKS~LIGHT~OWM~4EMOS~UAC44EDF. WPD · po ;AN m s ~ W A S H I N G T O N, U.S.A. ~ PUBLIC WORKS DEPARTMENT DATE: April 10, 2000 TO: Utility Advisory Committee FROM: Scott McLain, Power Manager SUBJECT: Maintenance and Operation Agreement for Daishowa Transmission Lines Since the transfer of the Elwha and Glines Generating Projects to the Federal Government at the end of February, a new Maintenance and Operation agreement is necessary for the transmission lines serving the project. These lines transmit power generated at the projects back to the BPA substation and also supply power to the Daishowa mill from the BPA substation. Transmission lines 1 and 2 have remained the property of Daishowa While line 3 (between Elwha and Glines dams) is the property of the Department of the Interior. Parties to the agreement include the City of Port Angeles, Clallam PUD, Daishowa America, and the United States Department of the Interior. Since both the City and Clallam PUD have distribution facilities underbuilt on the transmission lines, the agreement is for the City to maintain the transmission line within the City limits, and the PUD to maintain the lines outside of the City. Clallam PUD will be providing dispatching services during any maintenance on the lines. The City will be installing the PUD radio operating frequency in our equipment to facilitate communications during maintenance periods. All costs for upgrading radios and time and materials while performing maintenance on these lines will be paid for by Daishowa or the Depmtment of the Interior. Action to be Taken: Recommend that the City sign the attached Maintenance Agreement and Operating Agreement for the Daishowa Transmission Line. Attachments: Maintenance Agreement Operating Agreement N:~PWKS~LIGHT~POWIvBM EM OS\UAC44DAI.WPD .REV/SFD DRA FT:t¢RM:n¢/2-28-OO TRANSMISSION LINES NO. 1 AND NO. 2 MAINTENANCE AGREEMENT Agreement Number This Agreement, made and entered into this. day of , 20 , by and between Public Utility District No. 1 of Clallam County, a municipal corporation (hereinafter called the "District"), Dalshowa America Company Ltd., a corporation organized under the laws of the State of Washington (hereinafter called the "Company"), and the City of Port Angeles, a Washington State municipality (hereinafter called "City"), is for the maintenance of electric transmission lines. WHEREAS, the Company owns an electric transmission line extending from the Elwha Dam to the Company's mill at Port Angeles, Washington (Transmission Line No. 1), and WHEREAS, the Company owns an electric transmission line extending from the Elwha Dam to the Bonneville Power Administration's Port Angeles Substation with a tap from Pole No. 87 to the Company's mill at Port Angeles, Washington (Transmission Line No. 2), and WHEREAS, the District owns and operates electric distribution facilities on portions of Transmission Line No. 1 and both electric transmission and distribution facilities on portions of Transmission Line No. 2; WHEREAS, The City owns and operates electric distribution facilities on 2ortions of both Transmission Line No. 1 and Transmission Line No. 2. Transmission Lines NO. I an~ No. 2 Maintenance Agreement Number__ - Page 1 NOW THEREFORE, it is agreed by and between the District, the Company, and the City as follows: '1. DURATION OF AGREEMENT 1.1 This Agreement shall become effective upon signature by all parties and shall continue in effect for a period of ten (10) years unless it is terminated earlier pursuant to Section 7 of this Agreement. Other applicable terms of this Agreement remain in effect and are intended to be part of any Facilities Agreement andfor any Operational Agreements. 2. RESPONSIBILITY 2.1 The District shall be the Responsible Party for providing maintenance and emergency response for those portions of Transmission Lines No. 1 and No. 2 with District facilities (Transmission Line No. 1 west of Pole No. 93 and Transmission Line No. 2 west of Pole No. 62 and east of Pole No. 182). 2.2 The City shall be the Responsible Party for providing maintenance and emergency response for those portions of Transmission Lines No. 1 and No. 2 with City facilities (Transmission Line No. 1 east of Pole No. 93 and Transmission Line No. 2 between Pole No. 62 and Pole No. 182). 3. SCHEDULED, MAINTENANCE 3.1 The Responsible Party shall perform the following scheduled maintenance, unless informed by the Company in writing prior to December 1, for maintenance Transmission Lines NO, t and NO. 2 Maintenance Agreement Number __ - Page 2 during the following calendar year. The Responsible Party shall perform all scheduled maintenance on a unit-cost basis determined by competitive bid, plus the Responsible Party's administrative and general costs, or with the Responsible Party's crew at its cost. Maintenance shall include the cost of any replacement, relocation, or repair required to maintain the system. 3.2 The Responsible Party shall provide the Company the estimated costs associated with the scheduled maintenance for the following fiscal year by July 1 of the current year, The estimated cost supplied by the Responsible Party for scheduled maintenance during the next fiscal year shall be based on the best information available to the Responsible Party at the time. However, competitive bid pricing of scheduled maintenance for the following year will not be available at the time the cost estimates are prepared by the Responsible Party. To allow for this uncertainty, the Responsible Party shall be pre-authorized to exceed the estimated costs by up to 20 percent without any additional authorization from the Company. If the scheduled maintenance costs for the year are expected by the Responsible Party to exceed the cost estimate by more than 20 percent, the Responsible Party shall provide a revised cost estimate to the Company. The Company shall have 30 days after receipt of the revised cost estimate to either approve the revised cost estimate or reduce the amount of scheduled maintenance so as not to exceed the approved budget for scheduled maintenance. Transmission Lines NO. 1 and NO. 2 Maintenance Agreement Number - Page 3 3.3 Should the Company elect to reduce the scheduled maintenance to a level that, in the opinion of the Responsible Party, is no longer protective of life or property, the Responsible Party may perform whatever maintenance that may be required to make the Responsible Party's distribution facilities safe. The work required to make the Responsible Pady's distribution facilities safe may require the removal of a portion of the transmission facilities. Upon 30 days written notice to the Company, the Responsible Party may remove that portion of the transmission facilities required to make the Responsible Party's distribution system safe and bill the Company for the costs associated with the removal of said transmission facilities. 3.4 Should the Company elect to reduce the scheduled maintenance for those transmission facilities without distribution facilities to a level that is not protective of life or property, the Responsible Party may terminate this Agreement pursuant to Section 7.2 of this Agreement. 3.5 For those repairs that include the distribution system, the Company shall pay 75 percent of the total repair cost, and the District shall pay 25 percent of the total repair cost, for those facilities for which the District has maintenance responsibility. For those facilities for which the City has maintenance responsibility, the Company shall be responsible for all costs associated with the pole and transmission facilities, and the City shall be responsible for the costs associated with the distribution facilities. Transmission Lines No, 1 and NO, 2 Maintenance Agreement Number__ - Page 4 3.6 Should the repairs be limited to the transmission facilities associated with either Transmission Line No. 1 or Transmission Line No. 2, the Company shall be responsible for 100 percent of the cost of repairs. 3.7 All scheduled maintenance shall be billed to the Company on a quarterly basis. The billing period may be changed at the Responsible Party's discretion based on the billing amount. During periods of Iow billing amounts, the billing pedod may be increased; and during high billing amounts, the billing period may be decreased. Under no circumstances will the average billing period be less than one (1) month. 3.8 The tasks included in scheduled maintenance are listed below. For those activities in the maintenance schedule with multiple-year schedules, the Company shall inform the Responsible Party of the number of years to the next scheduled maintenance. Maintenance Activity Frequency Trail Maintenance Twice per year Ground inspection Every year Aerial inspection Every three (3) years Right-of-way clearing Every three (3) years Pole testing and treating Every seven (7) years Pole replacement As needed Transmission Lines No. 1 and No. 2 Maintenance Agreement Nu~nber __ - Page 5 4. EMERGENCY MAINTENANCE 4.1 The Responsible Party will respond to all emergency repairs associated with Transmission Lines No. 1 and No. 2. The Responsible Party may respond to an emergency condition with either its own forces or contract crews the Responsible Party may have on its property. The Responsible Party will respond to the emergency condition as rapidly as possible in the order of priority as determined by the District's dispatcher. The District's dispatcher shall determine the priority of multiple emergency conditions on, but not limited to, the following factors: Threat to life or property Number of District customers affected Time required to complete the repairs a Resources available to respond to the emergency condition 4.2 Upon responding to an emergency condition on either Transmission Line No. 1 or Transmission Line No. 2, the Responsible Party shall proceed to complete the necessary repairs. The Company shall reserve the right to delay the repairs on these sections of the line without the Responsible Party's facilities. Once the Company has delayed the repairs of either Transmission Line No. 1 or TransmissiQn Line No. 2, the Responsible Party shall schedule said repairs for the first available time without the disruption of work scheduled for the Responsible Party's customers. 4.3 The District shall be authorized to proceed with repairs up to $25,000 on Transmission Line No. I west of Pole No. 93 and on Transmission Line No. 2 Transmission Lines No. I and No. 2 Maintenance Agreement Number__ - Page 6 west of Pole No. 62. For repairs between $25,000 and $100,000, the District will provide the Company with an estimate of repair costs; and if District facilities are attached to structures in the area to be repaired, the Company shall provide direction for repairs within 24 hours of the District providing the Company with an estimate for the cost of repairs. Failure of the Company to provide the District with direction for the repairs within 24 hours shall result in the District restoring the distribution system to service and abandoning the transmission facilities in the repair area. 4.4 For those portions of Transmission Line No. 1 west of Pole No. 93 and of Transmission Line No. 2 west of Pole No. 62 without any distribution facilities, the Company shall have five (5) calendar days to provide the District with direction for repairs with cost estimates between $25,000 and $100,000. 4.5 For repairs exceeding $100,000, the District will provide the Company with an estimate of the repair costs, and the Company shall provide the District direction for repairs within 48 hours of the District providing the Company with an estimate of the repair costs, for those structures that support the District's distribution facilities. Failure of the Company to provide the District with direction for repairs within 48 hours shall result in the District restoring the distribution system to service and abandoning the transmission facilities on those structures with distribution facilities. Transmission Lines No. 1 and No. 2 Maintenance Agreement Number__ - Page 7 4.6 For those portions of Transmission Line No. 1 west of Pole No. 93 and of Transmission Line No. 2 west of Pole No. 62 with only transmission facilities, the Company shall have ten (10) calendar days to provide the District with direction for repairs with cost estimates above $100,000. 4.7 Should the District proceed with abandoning the transmission facilities due to the lack of direction from the Company within the specified timeframe, the Company shall retain the right to request the District to install the abandoned transmission facilities. The Company shall be responsible for all costs associated with the installation of the abandoned transmission facilities, together with any District costs for repairs to the distribution system that exceed 25 percent of the original estimate of said repairs. 4.8 For those repairs that include the distribution system, the Company shall pay 75 percent of the total repair cost, and the District shall pay 25 percent of the total repair cost. 4.9 Should the repairs be limited to the transmission facilities associated with Transmission Line No. 1 west of Pole No, 93 and of Transmission Line No. 2 west of Pole No. 62, the Company shall be responsible for 100 percent of the cost of repairs. 4.10 If it is determined during the process of completing repairs to Transmission Line ~1o. 1 west of Pole No. 93 and Transmission Line No. 2 west of Pole No. 62 that Transmissio~ Lines NO. I and No. 2 Maintenance Agreement Number -- - Page 8 the actual repair cost will exceed the cost estimate by more than 20 percent, the District shall immediately inform the Company and request direction for completing repairs to the line. 4.11 Should the Company fail to provide the District with additional direction for completion of the repairs within 24 hours, the District shall complete the repairs and the Company shall be responsible for its share of the total cost of repair. 4.12 The Responsible Party shall be authorized to proceed with repairs up to $50,000 on Transmission Line No. 1 north of Pole No. 93 and on Transmission Line No. 2 east of Pole No. 62. For repairs between $50,000 and $100,000, the Responsible Party will provide the Company with an estimate of repair costs; and if distribution facilities are attached to structures in the area to be repaired, the Company shall provide direction for repairs within 24 hours of the Responsible Party providing the Company with an estimate for the cost of repairs. Failure of the Company to provide the Responsible Party with direction for the repairs within 24 hours shall result in the Responsible Party restoring the distribution system to service and abandoning the transmission facilities in the repair area. 4.13 For those ~ortions of Transmission Line No. 1 north of Pole No. 93 and Transmission Line No. 2 east of Pole No. 62 without any distribution facilities, the Company shall have five (5) calendar days to provide the Responsible Party with direction for repairs with cost estimates between $50,000 and $100,000. Transmission Lines No. 1 and No. 2 Maintenance Agreement .Number - Page 9 4.14 For repairs exceeding $100,000 the Responsible Party will provide the Company with an estimate of the repair costs, and the Company shall provide the Responsible Party direction for repairs within 48 hours of the Responsible Party providing the Company with an estimate of the repair costs, for those structures that support the distribution facilities. Failure of the Company to provide the Responsible Party with direction for repairs within 48 hours shall result in the Responsible Party restoring the distribution system to service and abandoning the transmission facilities on those structures with distribution facilities. 4.15 For those portions of Transmission Line No. 1 north of Pole No. 93 and on Transmission Line No. 2 east of Pole No. 62 with only transmission facilities, the Company shall have ten (10) calendar days to provide the Responsible Party with direction for repairs with cost estimates above $100,000. 4.16 Should the Responsible Party proceed with abandoning the transmission facilities due to the lack of direction from the Company within the specified timeframe, the Company shall retain the right to request the Responsible Party to install the abandoned transmission facilities. The Company shall be responsible for all costs associated with the installation of the abandoned transmission facilities, together with any Responsible Party costs for repairs to the distribution system that exceed 25 percent of the original estimate of said repairs. 4.17 For those repairs that include the distribution system, the Company shall pay 75 percent of the total repair cost, and the District shall pay 25 percent of the total Transmission Lines No. I and No. 2 Maintenance Agreement Number -- - Page 10 repair cost, for those facilities for which the District has maintenance responsibility. For those facilities for which the City has maintenance responsibility, the Company shall be responsible for all costs associated with the pole and transmission facilities, and the City shall be responsible for the costs associated with the distribution facilities. 4.18 Should the repairs be limited to the transmission facilities associated with Transmission Line No. 1 north of Pole No. 93 and on Transmission Line No. 2 east of Pole No. 62, the Company shall be responsible for 100 percent of the cost of repairs. 4.19 If it is determined during the process of completing repairs to Transmission Line No. 1 north of Pole No. 93 and on Transmission Line No. 2 east of Pole No. 62 that the actual repair cost will exceed the cost estimate by more than 20 percent, the Responsible Party shall immediately inform the Company and request direction for completing repairs to the line. 4.20 Should the Company fail to provide the Responsible Party with additional direction for completion of the repairs within 24 hours, the Responsible Party shall complete the repairs and the Company shall be responsible for its share of the total cost of repair, Transmission Lines No. I and No. 2 Maintenance Agreement Number -- - Page 11 5. NON-SCHEDULED MAINTENANCE 5.1 Should required non-emergency maintenance come to the attention of the Responsible Party and if the maintenance is required in the current fiscal year to keep the line protective of life and property, the Responsible. Party shall supply the Company with a written cost estimate for the required maintenance. The Company shall have 30 days after receipt of the cost estimate to approve or disapprove the required maintenance. Maintenance shall include the cost of any replacement, relocation, or repair required to maintain the system. 5.2 If it is determined during the process of completing repairs to either Transmission Line No. 1 or Transmission Line No. 2 that the actual repair cost will exceed the cost estimate by more than 20 percent, the Responsible Party shall immediately inform the Company and request direction for completing repairs to the ~ine, 5.3 Should the Company fail to provide the Responsible Party with additional direction for completion of the repairs within 24 hours, the Responsible Party shall complete the repa/rs and the Company shall be responsible for its share of the total cost of repairs. 5.4 Should the Company elect to reduce the scheduled maintenance to a level that, in the opinion of the Responsible Party, is no longer protective of life or property, the Responsible Party may perform whatever maintenance that may be required to make the Responsible Party's distribution facilities safe. The work required to ~ake the Responsible Party's distribution facilities safe may require the removal Transmission Lines No. I and No, 2 Maintenance Agreement Number - Page 12 of a portion of the transmission facilities. Upon 30 days written notice to the Company, the Responsible Party may remove that portion of the transmission facilities required to make the Responsible Party's distribution system safe and bill the Company for the costs associated with the removal of said transmission facilities. 5.5 Should the Company elect to reduce the scheduled maintenance for those transmission facilities without distribution facilities to a level that is not protective of life or property, the Responsible Party may terminate this Agreement pursuant to Section 7.2 of this Agreement, 5.6 For those repairs that include the distribution system, the Company shall pay 75 percent of the total repair cost, and the District shall pay 25 percent of the total repair cost, for those facilities for which the District has maintenance responsibility. For those facilities for which the City has maintenance responsibility, the Company shall be responsible for all costs associated with the pole and transmission facilities, and the City shall be responsible for the costs associated with the distribution facilities. 5.7 Should the repairs be limited to the transmission facilities associated with either Transmission Line No. 1 or Transmission Line No. 2, the Company shall be responsible for 100 percent of the cost of repairs. Transmission Lines No. 1 and No. 2 Maintenance Agreement Number__ - Page 13 6. PAYMENT 6.1 The costs incurred by the Responsible Party under this Agreement are due within 30 days of receipt of the Responsible Party's invoice, Overdue payments will be subject to a penalty of one percent (1%) per month of any unpaid amount. 7. TERMINATION 7.1 Any party may terminate this Agreement by providing the other party written notice of such termination no later than 30 days prior to the effective date of termination. All liabilities incurred during the term of this Agreement are preserved until satisfied. 7.2 Any violation of any condition of this Agreement, the Facilities Agreement, or the Operation Agreement shall immediately terminate this Agreement. All liabilities incurred during the term of this Agreement are preserved until satisfied. 8. LIABILITY AND MAINTENANCE 8.1 The District, the Company, and the City shall exercise reasonable diligence consistent with prudent utility practices in the operation and maintenance of the electric distribution lines on Transmission Lines No. 1 and No. 2 and the maintenance of Transmission Lines No. 1 and No. 2. It is agreed and understood that neither the District nor the City shall be held responsible for any loss or damage that might result to the Company on account of interruptions of service on the line or lines, except in the case of gross negligence on the part of the District or the City. The Company's right of use of either Transmission Line Transmission Lines No. 1 and NO. 2 Ma;'ntenance Agreement Number - Page 14 No. I or Transmission Line No. 2 for transmitting electrical energy shall be subject to the right of the Responsible Party to remove the transmission line from service for repairs, replacement, and maintenance; providing that the Responsible Party shall not remove the line from service without first notifying the Company and that, insofar as practicable, the Responsible Party shall schedule removals from service with the Company's agreement in such a way as to suit the convenience of the Company, as well as its own convenience. It is agreed and understood that the Responsible Party may confine work on the line to regular work hours except in the case of an emergency. 8.2 The Company hereby grants the Responsible Party access to all facilities owned by the Company as may be necessary for the Responsible Party to perform the maintenance obligations pursuant to this Agreement. 9, INSURANCE 9.1 The Responsible Party shall maintain insurance coverage with the following minimum limits for Contingency Liability Insurance covering Subcontractor's Liability, Liability Insurance, Operations Liability Insurance, and Automobile Liabiiity Insurance covering owned: non-owned, and hired units. Minimum Limits: Bodily Injury $200,000 each person $500 each occurrence Property Damage $100,000 each occurrence $200,000 aggregate Umbrella Coverage $1,000,000 Transmission1 Lines No. I and No. 2 Maintenance Agreement Number -- - Page 15 9.2 All subcontractor policies of insurance providing coverage required under Section 9.1 above shall name the Responsible Parties and the Company as additional insured with a cross liability clause and provide that no cancellation or material changes in the policies shall become effective unless thirty (30) days prior notice of such cancellation or change shall be furnished the Responsible Parties by registered mail. 9.3 To the extent allowed by Washington State Law, the Responsible Party's policies of insurance providing coverage required under Section 9.1 above shall name the C6mpany as additional insured with a cross liability clause and provide that no cancellation or material changes in the policies shall become effective unless thirty (30) days prior notice of such cancellation or change shall be furnished the Responsible Party by registered mail. 10. THIRD-PARTY CLAIMS 10.1 To the extent permitted by law, each party agrees to save, defend, and hold harmless the other party from and against third-party claims for damages for personal injury, including death, and property damage arising out of negligence of its employees, officers, and agents. To the extent permitted by applicable law, the District, the Company, and the City each waive any immunity existing under workers' compensation law as necessary to indemnify and hold harmless the other to the extent set forth herein. The District, the Company, and the City specifically warrant that the terms and conditions of the foregoing indemnity ~rovisions are the subject of mutual negotiations by the parties and are Transmission Lines No. I and NO. 2 Maintenance Agreemen! Number__ - Page 16 specifically and expressly agreed to in consideration of the mutual benefits derived under the terms of this Agreement. 11. SUCCESSORS AND ASSIGNS 11.1 The successors and assigns of all parties shall be entitled to all the benefits and be bound by all the obligations of this Agreement, provided that no assignment or transfer of this Agreement shall be made in whole or in part by any party without the written consent of the other parties, which consent shall not be unreasonably withheld. 12. DEFAULT AND CANCELLATION 12.1 Failure of any party to make payments for six (6) consecutive months may be considered a default of this Agreement, and any party may thereupon cancel the Agreement upon 30 days written notice; except when the Agreement has been terminated in accordance with Section 7.2 of this Agreement. Such cancellation shall not relieve any party of its obligations incurred herein. 13. ARBITRATION 13.1 All parties agree that any dispute that arises out of the interpretation, performance, enforcement, or any other aspect of this Agreement shall be resolved by submitting the same to binding arbitration, which shall proceed according to the rules and regulations of the American Arbitration Association; provided, however, that each party shall select a nominating person within ten (10) days of notice of the dispute from any party to the others. The District shall Transmission Lines NO. 1 and NO. 2 Maintenance Agreement Number - Page 17 elect one nominating person, the City shall elect one nominating person, and the Company shall elect one nominating person. The three nominating persons shall then meet and promptly select the arbitrator from the Seattle Office of Judicial Arbitration and Mediation Service list. If the nominating persons do not select a person who agrees to serve as arbitrator within thirty (30) days of the first notice, the arbitrator shall be selected by a Superior Court Judge of Clallam County. The arbitrator's fees shall be paid by the individuals or corporation who the arbitrator determines was the unsuccessful litigant. DAISHOWA AMERICA COMPANY LTD. By ATTEST: Title Dated PUBLIC UTILITY DISTRICT NO. 1 OF CLALLAM COUNTY, WASHINGTON A'FI'EST: By Dated CITY OF PORT ANGELES A'FI'EST: By Dated ~WTSVR~departn~ntal data~Er~nee~MarctT~Private~KRM~Daishowa.4.doc Transmission Lines No. I and No. 2 Maintenance Agreement Number __ - Page 18 10:47 4~10 4~ 983~ CLALL&~ CO, PUD ~002 OPERATING AGREEMENT Agreement Number ...... This Agreement, made and entered into this day of .... 20,., by and between Public Utility District No. 1 of Clallam County, a municipal corporation (hereinaRer called the "Di,trict"): Dalehowa America CamDan Ltd,. a co~oration organized urlder tl~e law~ ur tl~e State of Washington (hereinaft ~r calted the "Company"); the United States Department of the lntsrlor (hereinafter celled the "Department"); and the City of Port Angeles, a Washington State municipillity (hereinafter called the "City") is for electric system dispatching services, WHEREAS, the District operates a~ electric system dispatching can =r for its electrical system in Clallam and Jel[erson Counties. and WHEREAS, tho Company owns a~ electric transmission line sxtnndlng from the ElWtle Dam to t~e Company'ts mill at Port Angeles (TransmieeiOr! Line No. t), end WHEREAS, the Company OWnS a~) electric transmission line sxtenclng from the Elwha Dam to the Bonneville Power Administration's Port Angeles Substation with a tap from Pole Number 07 to the Company's mill at Port Angeles (Transmisslor Line No, 2). and WHEREAS, the Department owns an electric transmission line extending frorll the Elwha Dam to Glinee Dam (Tranemleeion Line No. 3), and 0.2/28/00 10~48 ~$~0 4S~ 0535 ~LALX~M WHEREAS, Transmission Lines No. 1, No. 2, and No. 3 have to be operated as a single system, and WHEREAS, the DiStrict has the resources in place to respond to electdc system outages in Clellem County, and Wt'IEI~EA$, the City has the re~oureee in pleoe to respond to electri( system outages in the City of Port Angeles. NOW THEREFORE, it is agreed by and between tt~e rJlsffict, [l~e co npa~y, me Department, and the C~ as follows: DURATION OF AGREEMENT This ,,Xgreement shall become eflac, tive upon signature by al( parties and shell conllnue In effect for a period often (10) years unless It is terminated earlier pursuant to Section 6 of this Agreement. Other applicable terms of t his Agreement remain in effect arxl am intended to be pert of any Facill~es Agreement snd/or any Maintenance Agreements. 2.1 The Diotri~t ah,ell provide electricai dispatching for Transmission Lin ~.s No. 1, No. 2, anti No. 3 through the District's existing dispatching system. 2.2 Dispatching includes, but is not limited to. the calling to work of en'~rgency response personnel, the ordering of breakers and disconnects to b~; opened and/or closed, the installing/removing of clearance tags, and the issuing/receiving of working clearances. 10:40 *~'360 482 0338 CLALLM~ CO. PUD ~004 2,3 The system dispatcher has complete anti total control of the operator in the field pe~forming the switching. 2,4 The system di~p~tul~r shell issue end receive si] working clearances for work being performed on Transmission Lines No. 1, No. 2, or No. 3. 3.1 The system dispatcher shall operete the system in accordance wi(h tle switchirtg instructions ir1ExhlDIt "A, 3.2 The Exhibit~ to this Agreement may be changed by mutual ¢oflsel3t between the Company and me Department. 3.3 The Parties to this Agreement hereby authorize the placement of en, Jthur Party's lock to their switch or switches es indicated below: Switch Owner " First Respond'er ' Se'~.or{'j-Respo~der Number 1.948 SPA .... BPA .... City .... 90 Company CI Ol~tdct 92 Company City District O~ Compeny City District ................ rtci--------- ~ Company City D'lSt T~§ City City None _. -----' .y " I 2~ mpa Company None ~2/2a/o0 20:40 ~'oeo 4uu gas8 C[.^lJ~X CO, PUl) K12-- ' ......... . company c~-i~alty ' ~lone ......... -' .... 22 Coropany any -----24 .....Company ..... :Company ' Non~ .... K-~ 1' C~y Company None 23 G~y Compa,y None -~'61'~ .... Oistri~ D~" None Hydro aur~u Bureau .... 3.4 The Parties to this Agreement hereby authorize the system dispatcher to call personnel from the Party listed es the First Rssponder for switching l~s indicated above. 3.5 The Parties to this Agreement hereby authorize the system dispatcll,~r to call personnel from the Party listed as the ,Second ReSl3onder above if p, arsonne[ from the First Respon(ler are not available. 3.8 Tho Owning Party hereby g~ant$ thn Authorized Party 13ermission to operate said switch or switches. 3.7 The Owning P~rty hereby grants the Authorized Party access to all ~acillflea owned by the Owning Party as may oe necessary for the Authorize<~ Party to perform the switching order by the system dispatcher. 3,8 The Parties to this Agreement hereby authorize the system dispatch( r to cell pemennel from the Party listed as First Responder for line patrolling tis indicated below: I"' Line Section First ResPond'ir i'"-$ec°n¢-~eSp.°nder Line No 1 ' ~ District .... City I Line No. 2 west ot 3wi!ch No. e2~lstrlct Lir~o. 2 east of Swi'(ch No, 92~lty , City ,,_ District · _ t"Line No. 3 . '-'~str,ct 3.8 The Pertles to this Agreement hereby authorize the system dispatch ~r to call personnel from the Party listed as the Second Responder above If p ..rsonnel from the First Responder are not availsble. 4. _CHARGES 4.1 The Company shaft be billed annually at the rate of $100 per year f¢ r dispatching services associated with Transmission Line No. 1 and No, 2, 4.2 The Department shall be billed annually at the rate of sgo0 per yem for dispatching services associated with Transmission Line No, 3, 4.3 Afl switching not performed by ~e Owner shall be billed to rne Own er, except ~or switching associated with Lg48, which shall be billed to the CompaHy. 4.4 The llne patrolling costs I'or Transmission Lines No. 1 and No. 2 shall be billed to the Company. Operaf.~ .~,gteemo~t Number _~. · P~e 5 ~/~O/O0 10~6! '~*~eO 46~ S~08 CLAU. J3 CO, P~O ~0~? 4.5 The line patrolling costs for Transmission Line No. 3 shell be blllecl Io ~e Department. 4.8 Billing shall be authorized as costs are incurred, but the minimum low,ice period ~,hall I~e one (1) month. 5. PAYMENT 5.1 The costs incurred by tho District or the City under Section 4 of this/~greement are due within 30 days of' receipt of the Oistrlcl'a or the City's invoice. Overdue payments will be subject to · penalty of one percent (1%) per month of any unpaid ammmt. TERMINATION Any petty may terminate this Agreement Dy provlcflng the other par~i,~a written notice of such termination no later than one (1) year prior to the effe~,'tlve date of termination. All fiabilities incurred during the term of this Agreement are preserved until satisfied. 6.2 Any violation of any conditicn of this Agreemenl, the Maintenance ,~greement, or the Facilities Agreement ~hall immediately terminate this Agreemen ;. A/I liabilities Incurred during the term of this Agreement are preserved ~.ntil ~etisfiad. If any Party to this Agreement performs switching outside the terms of Ittls Agreement or without Instruc~tiun of the syotem dispatcher, this Agreement shall O~,~tln~ Aomomant Num~' .~ - Page ~ PUD G~OO8 be terminated immediately. All liabilities incurred dudng the term of this Aclreement are preserved until satisfied. 7, LIABILITY AND MAINTEN.~NCE 7.1 The Distdct and the City shall exsrc)se reasonable dil)gence consistent with prudent utility practices in the operati(~n of Transmission Lines No. 1, No. 2, and No, 3. It ia agreed and understood that the District or the City shall not be held responsible for any loss or damage that might result on account of interruptlo~l$ of service en the lille or lines, except In the case of gross negligence on the part of the Distr';c:t er the City. 8. T H.IRD-F)/kI~I'Y CI~,A, IM~ 8.1 To the extent permitted by law, each party agrees to save, defeflcl, e.ncl hcdd harmless the other party from and against third-party claims for damage,~ for personal inj[Jry, including death, and property damage adslng out of negl{genc, e of its employees, officers, and agents. To the extent permitted by a3pllcabie law, the Company, the District, the Department, end the City each waive any immunity existing under workers' compensation law e.~ necessary t(, indemr~lfy an(~ hold harmless the other to the uxtant set forth herein. The Company, the Distrt~, the Deparlrnent, and the City specifically warrant ti'tat t~e terms and condliiona of the foregoing indemnity provisions ara the subject of r3utual negotiations by the parties and am specifically and expressly agreed to In consideratien of the nlutual benefits derived under the terms of this Agreement. 9. S~_HSSOR$ AND AS$1~,~ .q. 1 The su~essors and assigns of al~ Panics shall be en~ed to all the b~nefit$ and ~ bou~ by ell the obligations of this Agreement, provided that no a~ signms~ or ~ansfer ~ this Agreement shall be made In whole or in pea by any PaAy without the wdtten ~neent of the other Panics, ~lch ~nsent sh~ll rot he unmu~r~uUy withheld, '10. DEFAULT AND CANCELLATION 10.1 Failure of any Party to make payments for six consecutive months m:sy be considered a default of this Agreement, and any Party may thereupo~ ca~cel the Agreement upon 30 days written notice; except when the Agreement has been terminated in accordance wlth Section 6.2 of this Agreement. ~Jnh ('~ncellation shall [10[ relisys any party of its obligations incurred herein, 11. AEBITI~.ATION 11.1 All Parties agree that any dispute that arises oul of the Interpretation performance, enfercemerlt, or any other aspect of this Agreement shell be resolved by submlttlrlg the same to binding afl3itratlon, which shall proceed · ecording to the rules and reguletion~ of the American Arhitmtinn Association: provided, however, that each Party shall select el nominating person within ten (10) days of r, olice ot the clispute trom any Party to the ott~ere. The 13istrict alkali elect one nominating person, the Company shall elect one nominati~ parson, the Departn~ent shall elect one nominating person, and the City shall elect one nominating person. The four nominaling persona shall then meet ar;d promptly Ot0cra~n9 A~reerM)nl N~)mbe~ ..... - I~aae 8 select the arbitrator from the Seattle Office of Judicial Arbitration and Mediation Service list. If the nominating pemons do not select a person who ac~rees to serve as arbitrator within thirty (30) days of the first notice, the arbitralor shall be selected by a Superior Coud Judge of Clallam County. The arbitrator's fees shall be paid by the individuals or corporation who the arbitrator determin( s was the unsuccessful litigant. PUBLIC UTILITY DISTRICT NO. '~ OF CLALLAM COUNTY ATTEST: Mict~ael Mclnnes, General Manag .~r Date: DAISHOWA AMERICA COMPAhY, LTD. ATTEST: Date: UNITED STATES DEPARTMENT OF THE INTERIOR CITY OF PORT ~GELES Date: In~fi~r-~reemont.3.d~ ~e~nt Nu~er ~ - Pa~ ~ po :rAN¢ s WASHINGTON, U.S.A. PUBLIC WORKS DEPARTMENT DATE: April 10, 2000 TO: UTILITY ADVISORY COMMITTEE FROM: Tom McCabe, Solid Waste Supervisor SUBJECT: Clallam County Comprehensive Solid Waste Management Plan The CSWMP addressees the solid waste management plan for Claltam County. The CSWMP was prepared through a team effort comprised of City of Port Angeles, Clallam County, City of Forks, City of Sequim, Makah Tribe, Department of Ecology, Olympic National Park, Murrey Disposal, Waste Management, West Waste, and Solid Waste Advisory Committee. SWAC members represent not only the interest of their representative agencies and businesses but also public interest as well. The consultant hired by Clallam County for this project was Rick Hlavka of Green Solutions. SWAC members have requested Rick Hlavka to do a formal presentation to all of the agencies involved before its adoption. The CWSMP was developed in response to the Solid Waste Management Act which states: "Each county within the State, in cooperation with the various cities located within such county, shall prepare a coordinated, comprehensive solid waste management plan" (RCW 70.95.080). The objectives for this update of the Comprehensive Solid Waste Management Plan are to: Review recommendations from previous plans. Review current solid waste regulations, and policies, giving particular attention to waste reduction, recycling and future disposal needs. Extend the planning period to 2020 and develop current waste generation data. Review existing facilities and solid waste handling practices, and identify additional needs. Assess alternatives and develop recommendations for future action, incorporating the result of recent studies done for Clallam County, the City of Port Angeles and others. Consider options that use private expertise where those capabilities are available. Recommendation: UAC review this plan and recommend adoption by the CC. Attach: Executive Summary N :XPWKS\SWASTE\uac- SWAC.WPD Clallam Canmy Comprehensive Solid Waste Managemest Plan, Final Draft EXECUTIVE SUMMARY INTRODUCTION This Comprehensive Solid Waste Management Plan (CSWMP) was prepared to provide a guide for future solid waste activities within Clallam County. This CSWMP was dev¢lopcd in response to the Solid Waste Management Act, which states: "Bach county within thc Statc, in cooperation with thc various cities iocatcd within such county, shall p~parc a coordinatcd, comprehensive solid wa~tc management plan" (Section 70.95.080). This CSWMP must address solid waste managemcnt throughout the County. The incorporated areas, which include the cities of Forks, Port Angeles and Sequim, had thc option to develop their own plans but have choscn to participate in thc County's planning process. Thc various Tribes in Clallam County havc their own solid waste disposal site (in the case of thc Makah Indian Reservation) or use County transfer facilities and the Port Angeles Landfill (for all others). Because this CSWMP may impact their current and future solid waste management options, review and adoplion by the Tribal Councils is recommended for the Makah Tribe, the Quileute Tribe, and thc Elwha and Jamestown Bands of the S'Klallam Tribe. The minimum contents of this CSWMP are specified by Sgo~e law (RCW 70.95.090) and timber described m Guidclines for the Dcvelooment of Local Solid Waste Management Plans and Plan Revisions issued bythcWashingtonDepartment of Ecology (Ecology 1990). The SolidWaste Management Act further specifies tl~at this CSV~MP must "bc maintained in a current and applicable condition" through periodic review and revisions (RCW 70.95.110). This CSWMP was prepared through a team effort involving the Clallam County Road DeparUnent, a solid waste advisory committee (SWAC), and a consultant (Green Solutions). All of thc parties involved provided information that was used in this CSWMP. Thc SWAC members represented not only the interests of their respective agencies and businesses, but as residents and members of thc community they also represented the public's interest. The objectives for this update of thc Comprehensive Solid Waste Management Plan are to: review recommendations fi.om previous plans. review current solid waste regulations and policies, giving particular attention to wastc reduction, r~cycling and future disposal nc~ls. ~'- extend the planning period to 2020 and dcvclop current waste generation data. · - review existing facilities and solid waste handling practice~, and identify additional needs. assess alternatives and develop recommendations for future action, incorporating the results of recent studies done for Clallam County, thc City of Port Angeles and others. ~- consider options that use private expcrtise where thosc capabilities arc availablc. Executive Summary Page E- I Clnllam County Comprehensive Solid Waste Mnnngement Plan, Final Draft develop capital cost estimates and implementation schedules for required improvements with =-~,, emphasi~ on those improvements required within a 6-year peried (by 2005). strike an equitable balance b~twcen convenience, expense, environmental quality, and public health and welfare. incorporate flexibility to anticipate future needs. encourage cooperative and coordinated efforts among government agencies, private companies and thc public, to achieve effective management of sulid waste. provide a mad map to guide the County through anticipatcd changes in solid waste disposal caused by thc future closure of thc Port Angeles Landfill. BACKGROUND The current (1997) amount of solid waste generated in Chiliam County is 56,690 tons per year. Of this, about 20 percent is recycled and composted. The amount of waste generated in the County is expected to increase to 70,700 tons per year in 2020. At the current recycling and composting rate, 14,380 tons per year of this future amount will be divert~ while 56,320 tons per year will be disposed. Data is provided in the CSWMP on the composition of the disposed waste stream, although this data is based on a statewide study that is not specific to Clnllnra County's local conditions and is likely outdated. A local study is recommended before the County or another pa~y makes a s~gnificant i~Vestment (such as for a waste processing facility) that depends on this information. RECOMMENDATIONS Many of the recommendations in this CSWMP are for refinements or enhancements to the existing solid waste management system, and as such do not represent a large change from current activitics. In the area of waste disposal, however, the County will need to undcrtake a very substantial change to dcvclop a new system to replace the Port Angeles Landfill. Although the closure dato for the Port Angcles Landfill is not expected to bc until December 31, 2006, the activities required to implcment a new disposal system will need to begin no later than October 2002. This plan recommends in favor of exporting waste to a large regional landfill outsidc of the county as thc new disposal method. Most of the counties in western Washington are already exporting waste to regional landfills in eastern Washington and Oregon because the economic and environmental advantages of large landfills in the drier parts of this region more than outweigh the increased transportation costs of shipping waste hundreds of miles. In addition to implementing a new disposal system, there are several associated changes that will be needed by 2005, such as the County (or a new agency formed through an interlocal agreement) taking a lead role in the solid waste management system. When the new waste export system is implemented, there may also be a shift in priorities for recycling and changes in the handling of special waste stxeams. The cost of disposal may increase, and the incremental (per-ton) cost will also become clearer for many people, leading to a renewed interest in recycling and other waste diversion methods. For special ~ streams (such as ash and construction debris), disposal Executive Summary Page E-2 Cl~ll~m Coumy Comprehensive Solid Wes~ Managemest Plan, Final Dra~ costs or more practical considerations such as handling problcras will force businesses to examine other alternatives unless provisions are made for in-county disposal for these wastes. Thc specific recommendations proposed by this CSWMP arc shown below and arc numbcrad for review pur[x~es. These recommendations are also summarized in Table E-l, at the end ofthis section, and additional details can be found in the full plan in the chapter indicated. Chapter 3: Waste Prevention, Recycling and Composting Waste prevention recommendations: ~' public information and education must be continued. The responsibility for this should be shared by the County, the cities, thc Tribal Councils, and the schools, with private sector involvement ns appropriate (especially assistance fxom the garbage haulers by providing notices to their customers through bill inserts). In all cases, public information materials should be distributed with other mailings, such as property tax stagments, ns much ns possible to reduce mailing costs. ~- the County should encourage the d~velopment of bartergoorrow boards by others, while taking the lead in developing a swap event and installing a reuse ranch at the Blue Mountain Transfer Station. Installation of a reuse ranch at Lake Creek Transfer Station should not be considered until a later d~te. 0krp2) ~" the ides of waste exchanges and similar activities directed specifically at businesses should be considered for future implementation. Waste audits could be conducted in the meantime, targeting small to medium-sized businesses first on tho assumption that the larger businesses have the staffand other resources to beat meet their needs. (WP3) ~" the availability of less-frequent collections in the roral areas should be publicized more, and a similar approach should be considered for all areas of the county. (WP4) ~" increased use of volume-based rates for households should be explored for all areas of Clallam County, including other types of differentiul rotes (such ns additional charges for those who do not s~arate recyclable materials or yard debris fxom their garbage). Tho type of rate that can be uscd will depend in part on whether the area is servad by a franchised hauler, municipal system or is under contract. More flexibility should be possible in the municipal or contract areas, but even in fianchise areas some types of differential rates are allowed, such as additional charges to households that do not separate recy¢lables. To accomplish this, however, the County may need to enact a service ordinance. (WP5) ~' due to the difficulty in measuring waste prevention and the large degree of overlap with recycling, a separate goal for waste prevention is not the best approach for Clallam County. Instead, the goal for waste prevention has been combined with recycling and composting (see Pa~commendation #RI), and evaluation of the waste prevention program should be conducted using performance-bascd standards. Using a performance-bnsed standard, the waste prevention program should be evaluated based on whether the activities and recommendations listed above have been conducted. (WP6) Executive Summary Page E-3 Ciallsm County Comprehensive Solid Waste Mansgemeat Plan, Fi*mi Draft Recvclina recommendations: the SWAC recommends a goal 0/'30 percent d/version (waste prevemion, r~cy¢ling and cemposting) for the next $ years, with an eventual goal of 40 percent waste diversion for the County in the long term. A relatively greater amount of this waste d/version is expected to occur in thc more urban areas of thc county, where opportunities for recycling are generally more acenssible. Thc current recycling rate is about 20 percent, which is equal to the interim goal set for 1996 in the previous CSWMP. (RI) the recommended list of materials to be recycled in Clallam County includes newspaper, cardboard, high grade paper, mixed waste paper, glass, aluminum and tin cans, all other me~ls, plastic bottles (PET and HDPE), coneretc, asphalt, dean wood wust~, yard debris, and special wastes such us motor oil, car batteries and antifreeze. All of these materials cannot be collected by all programs in thc County. Any changes in this list of designated materials should be bused on a recommevd~tlon by County staff with the concm~wwe of SWAC. (R2) additional and expanded recycling efforts should conceatrate on three areas: currently- recycled materials, commercial/industrinl wastes, and construction/demolition wastes. (R3) the alternatives for public education that were identified in the previous plan have been implemented and appear to be prc~noting recycling programs satisfactorily. These efforts must be continued, and public education efforts for any new programs should be combined with or modeled after thc existing efforts. (R4) the possibility of establishing additional curbside collections in the rural areas should be considered, and opportunities to establish drop-off or curbsidc collections in Tribal Reservations should be supported. existinE drop-off sites should be mnintamed and additienal sites should be considered in Fonks and in the Clallam Bay-Nesh Bay area. Additional sites should also be considered for temporary operation during the tourist season, if these can be operated c?st-effectively by private recycling firms. (R6) a number of schools have established recycling programs with the help of private recycling compan/es and cities, and an elementary level educational program has been developed and presente& These programs should continue and should be expanded in order to increase recycling tonnages and to reinforce other education efforts. The school districts should take the lead on expanding recycling programs in the schools, as well as ensuring that solid waste and recycling educational information is presented at all grade levels. Other schools, such us private schools and Peninsula College, will also need to set up their own programs. The County should anm~e a meeting for interested persons from the different schools to ~h~re information. (R7) the County and cities should purchase recycled materials and should adopt policies'tbat require this for all of their departments and their vendors. In addition, the potential for local markets for glass and other materials needs to be examined closely by the County and private coll~:tors. all companies and agencies engaged in collecting recyclables in Clallam County must report their data on an annual basis to Ecology. Proper documentation of ex/sting recycling activities will be critical for monitoring future progress and related efforts. If necessary, thc Executive Summary Page E-4 Clallam Coumy Compmheasivc Solid Waste Managcm~t Plan, Final DraR County should assist Ecology ~sffin collecting this information by encouraging companies to file reports on their activities. (R9) . Conmostinl recommendations: the SWAC recommends that most of the yard debris bc removed from the waste stream through backyard composting and centralized composting programs. This will be necessary to meet Clallam County's overall goal for waste prcvcution, recycling and composting. (CI) To achieve the goal of diverting most of the yard debris from the waste stream, the following programs should be continued or implemented: · chipping of brush'should be continued, and as much additional amounts of brush and woody materials should be divcrted to chipping as thc end-uses for chips can accommodate. End uses that should continue or that should be pursued include mulch, hog fuel, composting~ road surfaces atthe landfill and other uses. (Cia) · a composting site should be established at the Port Angeles Landfill, should this alternative be dctwmined as cost-effective by the City of Port Angeles. (Clb) · drop-off sites for yard debris should be established at the transfe~ statiens. (C lc) · separate collection of yard debris could be considered by Olympic Disposal and West Waste in their respective solid waste collection service areas, but only if quantities set out for collection incr_casc significantly. (Cid) · public education should be continued to encourage residents to handle their yard debris separately. (Cie) With the above recommendations for recycling and compnsting, futor¢ waste diversion levels have been projeeted to reach 30 percent of the County's waste stream. Additional efforts will be necessary to achieve the County's eventual goal of 40 percent. Chapter 4: Waste Collection and Transfer Solid waste collection recommendations: ~'- the cities of Port Angeles and Sequim should explore the possibility of switching to smaller garbage containers for their residential customers. (WC1) ~- incentive rates should be instituted in all parts of Clallam County. This will rcquiro that a service ordinance be adopted by thc County to implement this in the unincorporated areas. (WC2) Erecutive Summary Page E-5 Ciallam Coumy Comprehensive Solid Waste Management Plan, Final Draft the Clallam County SWAC and other governmental agencies should continue to work together to develop plans and programs, while also continuing to explore viable alternatives, for waste transfer and related options. The County should also study the possibility of placing additional containers at all uansfer sites to collect source-separated yard debris and to collect additional recyclable materials. (TI) if the Neah Bay Landfill is closed, the Makah Indian Reservation should examine the possibility of building a transfer station. (T2) beginning in mid-2000, transfer station operators should keep notes of thc materials that ave disposed for a en~-week period, with an emphasis on noting significant amounts of recyclable materials (yard waste, scrap metal, textiles, etc.). These results should be reported to thc County for consideration in implementing new recycling activities at the transfer stations and/or conducting additional promotional efforts to encourage waste prevention and recycling. 0'3) . user fees at the transfer stations for recyclable materials should be considered if the average market price for recyclables drops so low that colle.~tion of recyclables becomes a significant net loss for the transfer stations. User fees should not be implemented without the concurrence of the Clallam County SWAC and County Commissioners. Furtbermore, any user fees should be announced 30 days in advance at a minimum, and a flyer or brochure explaining the new system should be distributed (at the transfer stations and provided upon request from the private operators and County offices) beginning at least two weeks in advance. (T4) consideration should be given to closing one of the transfer stations near Forks if it proves uneconomical to operate both. (T5) Chapter 5: Disposal Incineration recommendations: current incineration activities should be allowed to continue as long ns the operations continue to meet all applicable local, state and federal regulations. (I1) ~' new incineration projects proposed in the future should be evaluated based on an objective review of the potential impacts to human health and environmental quality, as well as a comparison to alternative disposal methods. (I2) ~ energy recovery from landfill gas could be considered in the future if and when landfill gas concentrations rise to a point where this would be economically feasible. 03) In-county landfilling recommendations: ~ by October 2002, the process should begin for developing a waste export disposal system. The target date for implementing waste export should be September 2006, to allow some overlap with the Port Angeles Landfill (expected to close December 31, 2006). (LI) Executive Summary Page E-6 O~llam CourtF Comprehensive Solid W~ Mnrmgement Plse, Final Draft disposal facilities should be ope.~'ated as an enterprise fund, and wherever possible a cost-of- service approach should be used for setting rates. (L2) the closure of the Neah Bay Landfill should be encomaged and suppor~l, once an acceptable disposal alternative is developed. Although the waste tonnages genenged on the Makah reservation can probably be accommodated by one of the two transfer stations near Forks or the Port Angeles Landfill, this will need to be verified and negotiated beforehand. Once closed, the Noah Bay Landfill site will require remedial actions to prevent or reduce future environmental pwblems. (L3) proposals and options to develop spccial-purpose landfills, such as wood waste or construction and demolition wast~ landfills, should be considered as they are proposed. (IA) contingent on regulatory conditions and availability of capacity, the use of the Port Angeles Landfill after its official closure on December 31, 2006 should be considered for constraction/demolition and/or other inert wastes. (LS) Waste import/export recommendations: · - the City of Port Angeles may pursue waste import if necessary to make the maximum use of the remaining capacity at the Port Angeles Landfill, as long as this does not cause thc premature closure of the landfill. (WII) ~ export of solid waste is the preferred aitemntive to meet future disposal needs. The design and development of the waste export system (to serve the enstem and central parts of the County) should begin no later than October 2002. Clallam County should be the lead agency for this effort, although a separate entity or modified anangement could be created through inteflccal agreements or other methods. Interlocal agreements are the recommended method to create the institutional arrangement for the new disposal system. Siace the interlocal agreements will determine what areas of the County will be served by the new disposal system and hence how much waste will be managed through it, these agreements will need to be one of the first steps in creating the new system and should be implemented no later than September 2003. (WEI) ~'- West Waste should continue their waste export activities, with a possible expansion of these activities to serve additional west end customers who are cunvatly shipping waste to the Port Angeles Landfill. (WE2) ~- The implementation of a "north-south corridor" to serve the western ends of both Clallam and Jefferson Counties is recommended, but further discussions will be needed to determine the feasibility of this approach. (WE3) ~- should the Port Angeles Landfill be forced to close unexpcctedly, or if a Ioag-term aramgement for waste export cannot be implemented before the landfill closes, then Blue Mountain Transfer Station should be used on a temporary basis to serve the central and eastern parts of Clallam County. (WE4) · - any contracts with private businesses for waste export services must identify alternative disposal plans, including alternative routes and modes of transportation, should natural Executive Summary Page E-7 County Comprehensive Solid Waste ~emmt Plan, Fi~l Dra_tt disaster or other conditions require r~-muting. Any regional solid waste landfill used for ~-~, Clallam County wnst~ must moot or ~x:eed all MFS requirements. (WES) i Chapter 6: Regulation and Administration Regulation and administration recommendations: ~' interlocal agreements are the recommended approach for developing and implementing a new disposal system, and Clallam County should be the lead agency for this process. (RAI) Chapter 7: Special Wastes The CSWMP cxamincs the sources and existing programs for 13 special -,~aste streams, and concludes that six of these pose potential or current disposal problems. For these six waste streams, options for improved handling wcrc discussed and the following recommendations am being proposed. Animal manure - ~ farms are required to develop manasement plans for animal manure generated by their op~ations, and are apparently contemplating ¢omposting with yard debris as an option for future implementation, thus prompting the following recommendations: ~'- options for compnsting cow manure with materials other than yard debris should be given serious consideration as the dairy farms develop their manure management plans. dairies, perhaps with the assistance of Natural Resources Conservation Service (NRCS) and the Cooperative Extension Office, should coordinate these plans with the SWAC, garbage haulers, municipalities and private industry. (SI) ~- other agricultural wastes are not considered a solid waste management problem in Clallam County, but educational efforts should be continued by NRCS. Small farms whose livestock have direct access to surface water should be identified and encouraged to use best management pmctiees to reduce surface water contamination. (S2) Ash - there are several generators of large quantities of ash in the County. Most of this ash is currently being disposed of at thc Port Angeles Landfill or a private landfill (Lawson Landfill) and this ash may not be easily accommodated by thc future conversion to a waste export system, a concern that led to the following recommendation: ~ ash disposal alternatives need to be examined prior to the closure of the Port Angeles Landfill (in 2006) and the Lawson Landfill (2009). The potential for handling large amounts of ash must be taken into account as part of thc design of transfer facilities for waste export purposes but the ash-producing companies should be encouraged to explore other alternatives first. (S3) Executive Summary Page E-8 Clalhm County Comprehensive Solid Wasle M~r~gemest pl~n~ Final Draft Biosolids - biosolids are actually sewage that has been trented in preparation for beneficial reuse, _ _! but the following recommendation is regarding the proper handling of unO'~l sewage: ~' the SWAC should work with the Clallam Count~ Health Departmont and wastewat~r treatment plants to develop adequate disposal methods for sewage-contaminated solid wastes and scptag¢. (S4) Construction and demolition wastes - like ash and a few other materials, construction and demolition wastes may not fit easily into the future waste export disposal system, which led to tho following recommendation: ~- existing opportunities for recycling of construction and demolition wnstes should be promoted bythe County as part of thc public education efforts conducted for waste reduction and recyclinE. Development ora disposal site for separate handling of non-recyclablc construction and demolition wastes should be considered. Ifa separate sit~ is developed and if sufficiant quantities of recoverable materials are observed being disposed at this site, additional recycling operations should be considered for those materials. (S5) Moderate risk wastes - moderate risk wastes (or what is also called household ha-nOonS and small-quantity generator wastes) are currently being handled well in Clallam County, but staff turnover at various agencies caused the cancellation or delay of a few activities addressing thia type of wnste, thus leading to thc following recommendation: ~ Clallam County should resume countywide educational efforts for proper disposal of moderate risk wastes, and joint activities with Jefferson County should also be resumed. (S6) Wood waste - large quantities of wood waste are generated in Clallam County, leading to some interest in the potential for cost-effective conversion of this material to a value-added resoumc: ~- the possibility of recovering additional mounts of wood waste through use as composting or hog fuel should be explored by Clallam County. (S7) ~- if necessary, the market for landscaping mulch produced fxom log yard waste should be increased through public procurement programs. As appropriate, private sector companies should be encouraged to follow the public sector's lead in procurement of landscaping mulch produced from log yard waste. (S8) Additional information on all of these recommendations and on existing programs in Clallam County can be found in the main text of the Clallam County Comprehensive Solid Waste Management Plan. PROCESS AND SCHEDULE FOR ADOPTION OF THE CSWMP This copy of the Clallam County Comprehensive Solid Waste Management Plan is a "preliminary draft". Preliminary draft plans are prepared specifically for review by thc general public, the Department of Ecology, thc Washington Utilities Transportation Commission, local governments Executive Summary Page E-9 Clallam County Comprehemlve Solid Waste Management Plan, Final and other interested parties. Comments received on the preliminary draft will be addressed and - -- revisions made in the plan to produce a "final draft" (unless the comments received ate so ~ substantial as to fi)ne a repeat of the public review process). After a last review by Ecology, thc final draft of this plan will be presented to Clallam County, thc cities, and the Tribes for their approval and adoption. Executive Summary Page E-lO UTILITY ADVISORY COMMITTEE Port Angeles, Washington March 6, 2000 I. Call to Order: Chairman Campbell called the meeting to order at 3:00 p.m. ~ II. Roll Call: Members Present: Chairman Campbell, Mayor Doyle, Dean Reed, and Councilman Williams Members Absent: Bill Myers. Staff Present: M. Quiun, Attorney Knutson, C. Hagar, D. McGinley, S. McLain, G. Kenworthy, K. Ridout, G. Cutler, and T. McCabe. III. .4pproval of Minutes: Dean Reed noted an error on page 5, fourth paragraph "...underground city and he Perry urged the..." should read "...underground city and he urged the..." Mayor Doyle moved to approve the minutes of the February 8, 2000, meeting. Dean Reed seconded the motion, which carried unanimously. IV. Discussion Items: A. WPAG Contract for 2000 Scott McLain reviewed the information contained in the packet and asked for a recommendation to approve the agreement. Dean Reed stated that Daishowa belongs to a similar group for industrial customers. He felt it was a cost-effective way to stay abreast of changes in the field and was supportive of the contract. Following limited discussion and clarification. Mayor Doyle moved to recommend the Council approve the agreement with WPAG for 2000. Councilman Williams seconded the motion, which carried unanimously. B. Landfill Permit Update Tom McCabe, Solid Waste Superintendent, distributed updated information on the Landfill Permit. The current permit has been extended to March 15, 2000, to allow the City more time to gather the necessary information for renewal. The City has requested a five-year permit, but may only receive a two or a three-year permit. Permit review began on February 27, 2000. Final review will be accomplished by three staffmembers of Clallam County, after which, the City will be notified'of the decision. Director Cutler informed the Committee that Mr. McCabe is attempting to get approval fi~om the County to use tarps as cover for the landfill instead of using soil every day. This method is working well for Kitsap County and the WAC does permit this type of cover. Using tarps is more cost effective and allows more material to go into the landfill than using soil. Mr. McCabe stated that an example of a schedule using tarps would be tarps on Monday and Tuesday, cover material Wednesday, soil on Thursday and Friday, tarps, cover material on Saturday. Discussion ensued and staff responded to questions and provided clarification. No action was taken. V. Information Only Items: A. Water Line Leak Location Project Doyle McGinley, Water Maintenance Supervisor, reviewed the information contained in the packet and explained the procedures used to located leaks using sound amplification. If time permits, this will cover the area from Water Street to Boulevard and from Ennis Street to Lincoln Street, as well as the Elwha and Morse Creek transmission lines. Mr. McGinley stated that Utility Services Associates, who is performing the project, has many years of experience. The equipment is extremely sensitive and they can discern the difference between a water leak of the faucet being run in the house. Discussion ensued and staff responded to questions and provided clarification. No action was taken. VI. Late Items: Downtown Watermain Project Chairman Campbell asked if there was any further discussion on the downtown watermain project as a recommendation should go to Council. Mayor Doyle stated he had received a call fi.om a downtown property owner who felt the project should go forward as originally planned. Councilman Campbell stated he had also received a call in that regard. Councilman Williams also received a call to that effect. He stated that the Downtown Business Association wanted the sidewalks and watermains replaced as planned after the tourist season and Downtown Forward made a similar recommendation. Councilman Williams had spoken to Arla Holzscuh of the Downtown Business Association who indicated that downtown vacancies dropped to less than 2%. Councilman Williams informed the Committee that he discovered that many downtown store fronts are original, as the buildings were raised and placed on stilts. This is why there are so few store fronts underground. He stated that many people have stopped him and asked to have the underground saved. Discussion followed and staff responded to questions and provided clarification. It was the general consensus of the Committee that it this issue go to Council as originally planned. 2 VII. Next Meeting: The next meeting will be held April 10, 2000, at 3:00 p.m. in the Public Works Conference Room. VIII. Adjournment: The meeting adjourned at 3:47 p.m. Orville Campbell, Chairman Carol A. Hagar, Deputy City Clerk 3 ~ A A A o A A A A < pORT/ IGELES WASHINGTON, U.S.A. PUBLIC WORKS DEPARTMENT DATE: April I0, 2000 TO: UTILITY ADVISORY COMMITTEE FROM: JIM HARPER SUBJECT: Design Contract - Distribution Line Rebuild Four distribution rebuild projects were planned and budgeted for construction in 2000. These projects are Laurel Street from Park Avenue to Ahlvers Road, 10~ Street from N Street to O street, O Street from l0th Street to 18~ Street and the conversion of overhead lines on Ediz Hook from overhead to underground. The current engineering staffing is not sufficient to complete the design of these projects in time for 2000 construction. Therefore, A Request for Proposals (RFP) was advertised on January 20 for Consulting Engineering firms squalified and interested in designing these rebuild projects. These four projects were bundled together in order to increase efficiency in contract administration and reduce the overall cost of design. It is estimated that bundling these projects will save the City approximately $10,000 in consultant costs due to elimination of three of the four startup costs associated with engineering design and the consultant being better familiar with the City's requirements and methods. The City received proposals from eight Engineering firms, six of which were considered responsive to the RFP. The six responsive proposals were evaluated by a three man evaluation team and Triaxis Engineering, Inc. of Corvallis OR was selected. A copy of the evaluation summary is attached for your information. The Scope of Work and Cost of the contract has been negotiated with Triaxis. The total cost of the contract is estimated to be $57,900. The Scope of Work is divided into four overhead rebuild tasks at an approximate cost of $29,800 and one underground rebuild task at an approximate cost of $28,100. The design for Ediz Hook is for the entire project which is planned to be constructed over a period of approximately 6 years. Action to be taken: Recommend the City Council authorize the Mayor to sign the attached contract with Triaxis Engineering, Inc. Attachments: Evaluation Summary Contract AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE THE CITY OF PORT ANGELES AND TRIAXlS ENGINEERING, INC. RELATING TO: Engineering Services for Distribution Line Rebuild, Project 20-05 THIS AGREEMENT is made and entered into this April __. , 2000, by and between THE CITY OF PORT ANGELES, a non-charter code city of the State of Washington, (hereinafter called the "CITY") and TriAxis Engineering, Inc. (hereinafter called the "CONSULTANT"). WHEREAS, the CITY desires to develop a design for the rebuild of distribution lines located on Laurel Street, 10th Street, "O" Street and Ediz Hook, and WHEREAS, the CITY desires to engage the professional services and assistance of a qualified consulting firm to perform the scope of work as detailed in Exhibit A, and WHEREAS, the CONSULTANT represents that it is in full compliance with the statutes of the State of Washington for professional registration and/or other applicable requirements, and WHEREAS, the CONSULTANT represents that it has the background, experience, and ability to perform the required work in accordance with the standards of the profession, and WHEREAS, the CONSULTANT represents that it will provide qualified personnel and appropriate facilities necessary to accomplish the work; NOW, THEREFORE, in consideration of the above representations and the terms, conditions, covenants and agreements set forth below, the parties hereto agree as follows: 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. The CITY may review the CONSULTANT'S work product, and if it is not satisfactory, the CONSULTANT shall make such changes as may be required by the CITY. Such changes shall not constitute "Extra Work" as related in Section XI of this Agreement. The CONSULTANT agrees that all services performed under this Agreement shall be in accordance with the standards of the profession and in compliance with applicable federal, state and local laws. The Scope of Work may be amended upon written approval of both parties. II OWNERSHIP OF DOCUMENTS Upon completion of the work, all documents, exhibits, photographic negatives, or other presentations of the work shall become the property of the CITY for use without restriction and without City of Port Angeles - [Apdl, 2000] 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. III DESIGNATION OF REPRESENTATIVES Each party shall designate its representatives in writing. The CONSULTANT'S representative shall be subject to the approval of the CITY. IV TIME OF PERFORMANCE The CONSULTANT may begin work upon execution of this Agreement by both parties. The work shall be completed in accordance with the schedule to be developed as part of the scope of work. V PAYMENT The CITY shall pay the CONSULTANT as set forth in this section of the Agreement. Such payment shall be full compensation for work performed, services rendered, and all labor, materials, supplies, equipment and incidentals necessary to complete the work. A. Payment shall be on the basis of the CONSULTANT'S cost for actual labor, overhead and profit plus CONSULTANT'S direct non-salary reimbursable costs as set forth in the attached Exhibit B. 1. Labor costs shall be based on the hourly rates shown in Exhibit B. General clerical time shall be considered an overhead item, except where specific work items are involved that require one hour or more continued effort, in which case time will be charged on the basis of hours worked. 2. The direct non-salary reimbursable costs are those directly incurred in fulfilling the terms of this Agreement, including, but not limited to, travel, subsistence, telephone, CADD computer, reproduction and printing, supplies and fees of outside services and consultants. Ten percent (10%) overhead and profit may be added to direct non-salary reimbursable costs. B. The CONSULTANT shall submit invoices to the CITY on a monthly basis. Invoices shall detail the work, hours, employee name, and hourly rate; shall itemize with receipts and invoices the non- salary direct costs; shall indicate the specific task or activity in the Scope of Work to which the costs are related; and shall indicate the cumulative total for each task. C. The CITY shall review the invoices and make payment for the percentage of the project that has been completed less the amounts previously paid. D. The CONSULTANT invoices are due and payable within 30 days of receipt. In the event of a disputed billing, only the disputed portion will be withheld from payment. E. Final payment for the balance due to the CONSULTANT will be made upon the completion of the work and acceptance by the CITY. City of Port Angeles - [Apdl, 2000] F. Payment for "Extra Work" performed under Section Xl 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 $ 57.800.00 . 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. In perf'orming this Agreement, the CONSULTANT shall not employ or contract with any CITY employee without the City's written consent. VIII NONDISCRIMINATION The CONSULTANT shall conduct its business in a manner, which assures fair, equal and non- discriminatory treatment of all persons, without respect to race, creed or national origin, or other legally protected classification and, in particular: A. The CONSULTANT shall maintain open hiring and employment practices and will welcome applications for employment in all positions, from qualified individuals who are members of minorities protected by federal equal opportunity/affirmative action requirements; and, B. The CONSULTANT shall comply with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of non discriminatory requirements in hiring and employment practices and assuring the service of all persons without discrimination as to any person's race, color, religion, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin. 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 of Port Angeles - [April, 2000] 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. Xl 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. Xll 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. XlII INDEMNIFICATION I HOLD HARMLESS 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, arising out of or resulting from the acts, errors or omissions of the Consultant in performance of this Contract, except for injuries and damages caused by the sole negligence of the City. XlV INSURANCE The Consultant shall procure and maintain for the duration of the Contract, 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, or employees. City of Port Angeles - [Apdl, 2000] A. MINIMUM SCOPE OF INSURANCE Consultant shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability_ insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City. 3. Workers? Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability insurance appropriate to the Consultant's profession. B. MINIMUM AMOUNTS OF INSURANCE Consultant shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. 3. Professional Liability insurance shall be written with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. C. OTHER INSURANCE PROVISIONS The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability, Professional Liability and Commercial General Liability insurance: 1. The Consultant's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not contribute with it. 2. The Consultant's insurance shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. D. ACCEPTABILITY OF INSURERS Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. City of Port Angeles - [April, 2000] E. VERIFICATION OF COVERAGE Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. 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. XVl 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 and Non-salary Reimbursable Costs In WITNESS THEREOF, the parties hereto have executed this Agreement as of the day and year first written above. CITY OF PORT ANGELES CONSULTANT MAYOR TITLE: APPROVED ASTO FORM: CRAIG KNUTSON, CITY ATTORNEY ATTEST: BECKY UPTON, CITY CLERK City of Port Angeles - [Apdl, 2000] Exhibit A; Scope of Work City of Port Angeles Distribution Rebuild Scope I Workplan / Cost Estimate Task Cost City of Port Angeles OH Distribution Design Task 1: Laurel Street Rebuild (approx. 2400 feet) $6,818 1.1 Field verify existing equipment, pole locations, span len~lths, etc. 1.2 Determine if/where new poles needed 1.3 Prepare plan drawin~ for line segment to be rebuilt 1.4 Check guy loads and determine new guy/anchor requirements 1.5 Prepare unit assembly drawings 1.6 Prepare staking sheets 1.7 Prepare conductor stringing tables 1.8 Field check proposed pole and anchor locations for conflicts 1.9 Prepare material list 1'ask 2: 10th Street Reconductor (approx. 1600 feet) $5,159 1.1 Field verify existing equipment, pole locations, span lengths, etc. 1.2 Determine if/where new poles needed 1.3 Prepare plan drawing for line segment to be rebuilt 1.4 Check guy loads and determine new guy/anchor requirements 1.5 Prepare unit assembly drawings 1.6 Prepare staking sheets 1.7 Prepare conductor stringing tables 1.8 Field check proposed pole and anchor locations for conflicts 1.9 Prepare material list Task 3: "O" Street Rebuild (approx. 1400 feet existing and 1600 feet new) $8,403 3.1 Field verify existing equipment, pole locations, span lengths, etc. 3.2 Determine if/where new poles needed (existing and new sections) 3~3 Prepare plan drawing for line segment to be rebuilt 3.4 Prepare plan drawing for new line segment to be built 3.5 Check guy loads and determine new guy/anchor requirements 3.6 Prepare unit assembly drawings 3.7 Prepare staking sheets 3.8 Prepare conductor stringincj tables 3.9 Field check proposed pole and anchor locations for conflicts 3.10 Prepare material list Task 4: Construction Specifications $4,672 4.1 Prepare construction specification 4.2 Prepare construction cost estimates Outside services for Task 3 (includes 10% mark-up) $2,310 NTI - Survey to establish ROW lines for "O" Street between 10th St.and 12th St., locate and stake poles and anchors in same area. Tasks 1 through 3 Expenses: $2,438 Travel, Iodgin~l, meals CADD computer (75 hrs at $9/hr) Communications Misc. Total: Tasksl through 4 Overhead Design Labor and Expenses: $29,800 TrlAxls Engineering, Inc. contcst.xls 4/10/00 Exhibit A; Scope of Work City of Port Angeles Distribution Rebuild Scope / Workplan / Cost Estimate Task Cost City of Port Angeles UG Distribution Design Task 1: Ediz Hook Rebuild (two independent circuits, approx. 8000 feet ea.) $26,070 1.1 Field locate centerline of new circuits, locate new vaults, verify existing services, locate new transformers, etc. 1.2 Determine equipment needed to maintain service to existing loads. 1.3 Prepare plan drawings for new circuits 1.4 Prepare unit assembly drawings/details 1.5 Prepare staking sheets 1.6 Prepare equipment procurement information for non-stock materials (catalog cuts, spec sheets, etc) 1.7 Prepare material list 1.8 Prepare construction specification 1.9 Field check final layout for conflicts 1.10 Coordination with other departments/facilities 1.11 Prepare construction cost estimate Task '1: Expenses $2,030 Travel, lodging, meals CADD computer (75 hr at $9/hr) Communications Misc Total: Task1 Underground Design Labor and Expenses: $28,100 Overhead Design Total $29,800 Underground Design Total $28,100 Project Total $57,900 TriAxis Engineering, Inc. contcst.xls4/10/00 EXHIBIT B / Consultant Labor Costs and Non-Salary Reimbursable Costs TRIAXIS ENGINEERING INC. FOR WORK THROUGH 12/2000 For work in 2001 use 2000 rates times consumer price index GENERAL GRADE LEVEL DESCRIPTION GRADE HOURLY LEVEL RATE OFFICE ASSISTANCE OA $46.00 TECHNICAL ASSIST TA $46.00 TECHNICIAN, CAD DRAFTER T1 $50.00 TECHNICIAN, CAD DRAFTER, DESIGNER T2 $52.00 TECHNICIAN, CAD DESIGNER T3 $61.00 TECHNICIAN, SENIOR DESIGNER T4 $73.00 TECHNICIAN, SENIOR DESIGNER T5 $74.00 ENGINEERING ASSISTANT E0 $57.00 ENGINEER, PROJECT ASSISTANCE, DESIGNER E1 $65.00 ENGINEER, PROJECT DESIGN E2 $69.00 ENGINEER, PROJECT MANAGEMENT, DESIGN E3 $71.00 ENGINEER, PROJECT MANAGEMENT, DESIGN E4 $77.00 ENGINEER, PROJECT MANAGEMENT, SR. DESIGNER E5 $88.00 ENGINEER, PROJECT MANAGEMENT, SR. DESIGNER E6 $89.00 Labor rates include overhead and profit. Direct expenses are reimburesed at cost. Ouside services (subcontracted) are marked up 10% to cover administative costs. Miliage rate: $0.325/mile. Computer: Non C^DD $4.00/hr., C^DD $9.00/hr. CADD Plotting: $10.00 per sheet for full size (22"x34"), $0.50 per sheet for half size (11"x17") WASHINGTON, U.S.A. PUBLIC NOTICE AND Notice of Intent of Application for Coverage Under the Statewide General Permit for Biosolids Management NOTICE I,~ HEREBY GIVEN that on A~ the City of Port Angeles submitted a proposal to RECYCLE BIOSOLIDS TO HAY AND PASTURE LAND on private and state land within Clallam County to the Washington State Department of Ecology under the Statewide General Permit for Biosolids Management. Biosolids are an organic material produced from wastewater solids that have met all regulatory requirements to be safely and beneficially recycled as a soil amendment. All biosolids handling will be done by composting and/or bulk land application in accordance with Federal and State regulations and approved land application plans. Composted biosolids, that meet exceptional quality criteria, will be used as final cover at the City owned landfill and will also be applied to other City owned properties. The City currently produces 300 dry tons ofbiosolids annually. The City proposes to recycle any non-exceptional quality biosolids by bulk land application, using appropriate agronomic rates, to hay and pasture land on sites in Section 4 T30 R08, Section 4 T30 R17, Section 11 T30 R07, And Section 12 T30 R07, Clallam County, Washington. The permit application contains information about current and proposed biosolids application sites and management strategies including how future sites will be identified. Public notification for future sites will consist of sigus being posted at the desired sites. On written request to the applicant listed below, a person may have their name added to the list of interested parties. This list will be maintained by the applicant for the purpose of future notification ofbiosolids management activities. An environmental determination under the State Environmental Policy Act will be made following a 15 day pubhc comment period which will end on May2,201~. Notice of the application is hereby given on ~ The environmental checklist may be reviewed at City Planning Department, 321 Fifth street, Port Angeles, WA 98362. Any person wishing to comment on this application or desiring to present their views regarding this application to the department of ecology or its delegated representative must do so in writing within 30 days of the last date (May 16th) of newspaper publication of this notice. Comments regarding the Statewide General Permit for Biosolids Management should be addressed to the Washington Department of Ecology, Attention Chuck Matthews, Southwest Regional Office, P.O.Box 47775, Olympia, WA 98504-7775. ~ JeffYoung for the City of Port Angeles Wastewater Treatment Facility P.O.Box 1150 Port Angeles WA 98362 LOCATIQN; City of Port Angeles Wastewater Treatment Facility 1509 East Columbia street Port Angeles WA 98362 City of Port Angeles Compost Facility West 18th street Port Angeles WA 98362 Various private and State owned lands in Clallam County, WA. PUBLIC WORKS W'W Quality Control specialist DEPARTMENT Jack pittis Director [4801] Phyllis Rasler Attach: Administrative Assistant [4800] cc: File Cate Rinehart Administrative Assistant Loc: c:\ [4700] File name: c:\ Ken Ridout Deputy Director [4802] Bob Titus Deputy Director [4701] Ga~7 Kenworthy City Engineer [4803] Jim Harper Electrical Engineer [4702] Lou Haehnlen Building Official [4816] Tom Speriine St, Electrical Inspector [4735] Scott McLaln Power Manager [4705] Ralph Etlswor~ Water, Wastewater Collection Superintendent [4855] Pete Bun'eft Equipment Services Superintendent ]4835] Mad( Shamp Light Operations Manager [4731] Kevin Curtis Treat. Plant Supervisor [4845] Tom McCabe SW Collection Supervisor [4876] Steve Evans La ndflll Supervisor [4873] Dave Wilcox Street Maintenance Supervisor [4625] pORTANGELES WASHINGTON, U.S.A. PUBLIC WORKS DEPARTMENT DATE: April 10, 2000 TO: UTILITY ADVISORY COMMITTEE FROM: JIM HARPER SUBJECT: Design Contract 'T' Street Substation Rebuild 'T' Street Substation capacity is insufficient to provide contingency service for loss of "F" Street Substation transformer and capacity is limited for load growth on the west side of the City. To correct these problems the rebuilding of "I' Street Substation was planned and budgeted for 2001. The rebuild will consist mainly of increasing the transformer size from 7.5 MVA to 12 MVA, adding a circuit switcher to better protect the new transformer and upgrading the relaying. In order to rebuild this substation in 2001 we must do the design and equipment purchase this year due to the 46 - 60 week delivery time on transformers. A Request for Proposals was advertised January 4, 2000 for Consulting Engineering firms qualified and interested in designing the 'T' Street Substation modifications. Eight proposals were receive by the January 31 deadline and were evaluated by a four member evaluation team. The selection after evaluation and reference check was Tfiaxis Engineering of Corvallis, OR. A copy of the evaluation summary is attached for your information. The Scope of Work and Cost of the contract has been negotiated with Triaxis. The total cost of the contract is estimated to cost $ 75,200. The Scope of Work includes six (6) tasks: Tasks 1, 2 and 3 are required for design and material purchase and will be completed during 2000 at a cost of approximately $ 40,000. Tasks 4, 5 and 6 are associated with construction oversite and acceptance testing and will be completed in 2001 at an estimated cost of $35,200. These costs were anticipated and budgeted. A description of the tasks and their associated cost is in the attached contract. The contract as negotiated is attached and is currently undergoing final review by the City Attorney. Action to be taken: Recommend the City Council authorize the Mayor to sign the attached contract with Triaxis Engineering, Inc. Attachments: Evaluation Summary Contract AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE THE CITY OF PORT ANGELES AND TRIAXlS ENGINEERING, INC. RELATING TO: Engineering Services for "1" Street Rebuild, Project 20-03 THIS AGREEMENT is made and entered into this April __ , 2000, by and between THE CITY OF PORT ANGELES, a non-charter code city of the State of Washington, (hereinafter called the "CITY") and TriAxis Engineering, Inc. (hereinafter called the "CONSULTANT"). WHEREAS, the CITY desires to develop a design for the rebuild of "l" Street Substation, and WHEREAS, the CITY desires to engage the professional services and assistance of a qualified consulting firm to perform the scope of work as detailed in Exhibit A, and WHEREAS, the CONSULTANT represents that it is in full compliance with the statutes of the State of Washington for professional registration and/or other applicable requirements, and WHEREAS, the CONSULTANT represents that it has the background, experience, and ability to perform the required work in accordance with the standards of the profession, and WHEREAS, the CONSULTANT represents that it will provide qualified personnel and appropriate facilities necessary to accomplish the work; NOW, THEREFORE, in consideration of the above representations and the terms, conditions, covenants and agreements set forth below, the parties hereto agree as follows: 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. The CITY may review the CONSULTANT'S work product, and if it is not satisfactory, the CONSULTANT shall make such changes as may be required by the CITY. Such changes shall not constitute "Extra Work" as related in Section XI of this Agreement. The CONSULTANT agrees that all services performed under this Agreement shall be in accordance with the standards of the profession and in compliance with applicable federal, state and local laws. The Scope of Work may be amended upon written approval of both parties. II OWNERSHIP OF DOCUMENTS Upon completion of the work, all documents, exhibits, photographic negatives, or other presentations of the work shall become the property 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 City of Port Angeles - [April, 2000] the CONSULTANT. However, any alteration or rouse of the documents, by the City or by others acting through or on behalf of the City, will be at the City's sole risk. III DESIGNATION OF REPRESENTATIVES Each party shall designate its representatives in writing. The CONSULTANT'S representative shall be subject to the approval of the CITY. IV TIME OF PERFORMANCE The CONSULTANT may begin work upon execution of this Agreement by both parties. The work shall be completed in accordance with the schedule to be developed as part of the scope of work. V PAYMENT The CITY shall pay the CONSULTANT as set forth in this section of the Agreement. Such payment shall be full compensation for work performed, services rendered, and all labor, materials, supplies, equipment and incidentals necessary to complete the work. A. Payment shall be on the basis of the CONSULTANT'S cost for actual labor, overhead and profit plus CONSULTANT'S direct non-salary reimbursable costs as set forth in the attached Exhibit B. 1. Labor costs shall be based on the hourly rates shown in Exhibit B. General cledcal time shall be considered an overhead item, except where specific work items are involved that require one hour or more continued effort, in which case time will be charged on the basis of hours worked. 2. The direct non-salary reimbursable costs are those directly incurred in fulfilling the terms of this Agreement, including, but not limited to, travel, subsistence, telephone, CADD computer, reproduction and printing, supplies and fees of outside services and consultants. Ten percent (10%) overhead and profit may be added to direct non-salary reimbursable costs. B. The CONSULTANT shall submit invoices to the CITY on a monthly basis. Invoices shall detail the work, hours, employee name, and hourly rate; shall itemize with receipts and invoices the non~ salary direct costs; shall indicate the specific task or activity in the Scope of Work to which the costs are related; and shall indicate the cumulative total for each task. C. The CITY shall review the invoices and make payment for the percentage of the project that has been completed less the amounts previously paid. D. The CONSULTANT invoices are due and payable within 30 days of receipt. In the event of a disputed billing, only the disputed portion will be withheld from payment. E. Final payment for the balance due to the CONSULTANT will be made upon the completion of the work and acceptance by the CITY. City of Port Angeles - [Apdl, 2000] F. Payment for "Extra Work" performed under Section Xl 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 $ 75200.00 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. 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 conduct its business in a manner, which assures fair, equal and non- discriminatory treatment of all persons, without respect to race, creed or national origin, or other legally protected classification and, in particular: A. The CONSULTANT shall maintain open hiring and employment practices and will welcome applications for employment in all positions, from qualified individuals who are members of minorities protected by federal equal opportunity/affirmative action requirements; and, B. The CONSULTANT shall comply with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of non discriminatory requirements in hiring and employment practices and assuring the service of all persons without discrimination as to any person's race, color, religion, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin. 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. City of Port Angeles - [Apdl, 2000] 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. Xl 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. Xll 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. XlII INDEMNIFICATION / HOLD HARMLESS 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, arising out of or resulting from the acts, errors or omissions of the Consultant in performance of this Contract, except for injuries and damages caused by the sole negligence of the City. XlV INSURANCE The Consultant shall procure and maintain for the duration of the Contract, 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, or employees. City of Port Angeles - [April, 2000] A. MINIMUM SCOPE OF INSURANCE Consultant shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City. 3. Workers? Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability_ insurance appropriate to the Consultant's profession. B. MINIMUM AMOUNTS OF INSURANCE Consultant shall maintain the following insurance limits: 1. Automobile Liability_ insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. 3. Professional Liability insurance shall be written with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. C. OTHER INSURANCE PROVISIONS The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability, Professional Liability and Commercial General Liability insurance: 1. The Consultant's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not contribute with it. 2. The Consultant's insurance shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. D. ACCEPTABILITY OF INSURERS Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. City of Port Angeles - [April, 2000] E. VERIFICATION OF COVERAGE Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. 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. XVl 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 and Non-salary Reimbursable Costs In WITNESS THEREOF, the parties hereto have executed this Agreement as of the day and year first written above. CITY OF PORT ANGELES CONSULTANT MAYOR TITLE: APPROVED ASTOFORM: CRAIG KNUTSON, CITY ATTORNEY ATTEST: BECKY UPTON, CITY CLERK City of Port Angeles - [Apdl, 2000] Exhibit A; Scope of Work City of Port Angeles "1" Street Substation Rebuild Scope / Workplan / Cost Estimate Task Cost "1" Street Substation Rebuild Task 1 Basic Design Criteria $2,764 1.1 One Line Diagram/Simplified Plot Plan 1.2 Written Project Description 1.3 Major Equipment Review with Owner Task 2 Major Equipment Purchase $4,136 2.1 Transformer Specification/Loss Evaluation 2.2 Cimuit Switcher Specification 2.3 Document Assembly (Copying and Distribution by Owner) 2.4 Assistance during Bid Period 2.5 Bid Evaluation/Recommendation Task 3 Design Package $31,484 3.1 Outdoor Site Civil/Electrical (10 sheets) 3.2 Indoor Electrical Schematics/Wiring (15 sheets) 3.3 50% Package Review with Owner 3.4 95% Package Review with Owner 3.5 Specifications Task 4 Construction Contract Document $2,784 4.1 Document Assembly (Copy & Distribution by Owner) 4.2 Prebid Conference 4.3 Assistance during Bid/Bid Review Task 6 Services During Construction $18,404 5.1 Preconstruction Conference 5.2 Shop Drawing Rewiew 5.3 Relay Settings 5.4 Engineer on Site 5.5 Concrete Testing 5.6 Record Drawings Task 6 Substation Testing $9,052 6.1 Circuit Switcher 6.2 Transformer 6.3 Relay Testing & Programming 6.4 Trip Checks 6.5 Energization Tasks 1 through 6 Expenses: $6,576 Travel/Lodging Communications Computers/CAD Total: Tasks 1 through 6 Labor and Expenses: I $75,200 EXHIBIT B / Consultant Labor Costs and Non-Salary Reimbursable Costs TRIAXIS ENGINEERING INC. FOR WORK THROUGH 12/2000 For work in 2001 use 2000 rates times consumer price index GENERAL GRADE LEVEL DESCRIPTION GRADE HOURLY LEVEL RATE OFFICE ASSISTANCE OA $46.00 TECHNICAL ASSIST TA $46.00 TECHNICIAN, CAD DRAFTER T1 $50.00 TECHNICIAN, CAD DRAFTER, DESIGNER T2 $52.00 TECHNICIAN, CAD DESIGNER T3 $61.00 TECHNICIAN, SENIOR DESIGNER T4 $73.00 TECHNICIAN, SENIOR DESIGNER T5 $74.00 ENGINEERING ASSISTANT E0 $57.00 ENGINEER, PROJECT ASSISTANCE, DESIGNER E1 $65.00 ENGINEER, PROJECT DESIGN E2 $69.00 ENGINEER, PROJECT MANAGEMENT, DESIGN E3 $71.00 ENGINEER, PROJECT MANAGEMENT, DESIGN E4 $77.00 ENGINEER, PROJECT MANAGEMENT, SR. DESIGNER E5 $88.00 ENGINEER, PROJECT MANAGEMENT, SR. DESIGNER E6 $89.00 Labor rates include overhead and profit. Direct expenses are reimburesed at cost. Ouside services (subcontracted) are marked up 10% to cover administative costs. Miliage rate: $0.325/mile. Computer: Non CADD $4.00/hr., CADD $9.00/hr. CADD Plotting: $10.00 per sheet for full size (22"x34"), $0.50 per sheet for half size (11"x17")