Loading...
HomeMy WebLinkAbout000932 Original Contract City of Port Angeles Record # 000932 City of Port Angeles Public Works&Utilities Dept. 321 E.5"Street Port Angeles WA 98362 SERVICE CONTRACT Tcl:360-417-4541 Fax:360-452-4972 Contract Title: Ranney Well Performance Testing Service Number: SVC15-23 THIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES, WASHINGTON ("CITY")AND LAYNE CHRISTENSEN ("CONSULTANT'). 1.WORK BY CONTRACTOR The Consultant shall perform the work as described in Attachment"A"(Attachment"A"may include Consultant's Proposal, Scope of Work, Statement of Work, Plans, Specifications, and any other related Contract Documents) which is attached hereto and by this reference is incorporated herein. 2.TERM OF CONTRACT All work under this Contract is to be completed as indicated (check one): ❑ All work under this Contract is to be completed by this date: ❑ All work under this Contract is to be completed 20 days from the Notice to Proceed. No work is to be performed prior to written Notice to Proceed by the City. (See attachment A for specific schedule for work). ® The performance period under this Contract commences 10 calendar days after notice to proceed and ends December 31, 2015. 3. PAYMENT A.The City shall pay the Consultant for the work performed under this contract(check one): ❑ Force Account-Time and material, not to exceed: $ ® Force Account-Time and actual expenses incurred, not to exceed: $15,000 ❑ Force Account- Unit prices set forth in the Consultant's bid or quote, not to exceed: $ ❑ Firm Fixed Price set forth in Contractor bid or quote in the amount of: $ The Consultant shall do all work and furnish all tools, materials, and equipment, in accordance with and as described in the Attachment "A". The Consultant shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof; except those indicated to be furnished by the City of Port Angeles in Attachment A. B. The Consultant shall maintain time and expense records, which may be requested by the City. The Consultant shall submit invoices to the City for payment for work performed. All invoices must reference the City's service number. Invoices shall be in a format acceptable to the City.The Consultant will submit invoices per the rates in Attachment C. C. The City shall pay all invoices from the Consultant by mailing a City warrant within 30 days of receipt of a properly completed invoice. Service#SVC15-23 Page 1 Rev.04/24/2015 D. All records and accounts pertaining to this Contract are to be kept available for inspections by representatives of the City for a period of three (3) years after final payment. Copies shall be made available to the City upon request. E. If during the course of the Contract, the work rendered does not meet the requirements set forth in the Contract, the Consultant shall correct or modify the required work to comply with the requirements of this Contract. The City shall have the right to withhold payment for such work until it meets the requirements of the Contract Documents. 4. RESPONSIBILITY OF CONSULTANT A. Safety. Consultant shall take all necessary precautions for the safety of employees on the work site and shall comply with all applicable provisions of federal, state and local regulations, ordinances and codes. Consultant shall erect and properly maintain, at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and the public and shall post danger signs warning against known or unusual hazards. B. Warranty. Consultant shall be liable for any costs, losses, expenses or damages including consequential damages suffered by the City resulting from defects in the Consultant's work including, but not limited to, cost of materials and labor expended by the City in making emergency repairs and cost of engineering, inspection and supervision by the City. The Consultant shall hold the City harmless from any and all claims which may be made against the City as a result of any defective work and the Consultant shall defend any such claims at its own expense. Where materials or procedures are not specified in the Contract Document, the City will rely on the professional judgment of the Consultant to make appropriate selections. C. Nondiscrimination/Affirmative Action. Consultant agrees not to discriminate against any employee or applicant for employment or any other persons in the performance of this Contract because of race, creed, color, national origin, marital status, sex, age or handicap, or other circumstances as may be defined by federal, state or local law or ordinance, except for a bona fide occupational qualification. Consultant agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by Contractor setting forth the provisions of the nondiscrimination clause. E. Employment. Any and all employees of the Consultant, while engaged in the performance of any work or services required by the Consultant under this Contract, shall be considered employees of the Consultant only and not of the City. Any and all claims that may arise under the Workers Compensation Act on behalf of said employees, while so engaged, and all claims made by a third party as 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 or rendered herein, shall not be the obligation of the City. S. COMPLIANCE WITH LAWS The Consultant shall comply with all federal, state and local laws and regulations applicable to the work done under this Contract. Any violation of the provisions of this paragraph shall be considered a violation of a material provision of this Contract and shall be grounds for cancellation, termination or suspension of the Contract by the City, in whole or in part, and may result in ineligibility for further work for the City. 6. TERMINATION OF CONTRACT A. This Contract shall terminate upon satisfactory completion of the work described in Attachment "A"and final payment by the City. B. The City may terminate the Contract and take possession of the premises and all materials thereon and finish the work by whatever methods it may deem expedient, by giving 10 days written notice to the Contractor, upon the occurrence of any one or more of the events hereafter specified. 1. The Consultant makes a general assignment for the benefit of its creditors. 2. A receiver is appointed as a result of the insolvency of the Contractor. 3. The Consultant persistently or repeatedly refuses or fails to complete the work required herein. 4. Consultant fails to make prompt payment to subcontractors for material or labor. Service#SVC15-23 Page 2 Rev.04/24/2015 5. Consultant persistently disregards federal, state or local regulations and ordinances. 6. Consultant persistently disregards instructions of the Contract Administrator, or otherwise substantially violates the terms of this Contract. 7. The City determines that sufficient operating funds are not available to fund completion of the work contracted for. C. In the event this Contract is terminated by the City, Contractor shall not be entitled to receive any further amounts due under this Contract until the work specified in Attachment "A" is satisfactorily completed, as scheduled, up to the date of termination. At such time, if the unpaid balance of the amount to be paid under this Contract exceeds the expense incurred by the City in finishing the work, and all damages sustained by the City or which may be sustained by reason of such refusal, neglect, failure or discontinuance of employment, such excess shall be paid by the City to the Contractor. If the City's expense and damages exceed the unpaid balance, Consultant and his surety shall be jointly and severally liable therefore to the City and shall pay such difference to the City. Such expense and damages shall include all legal costs incurred by the City to protect the rights and interests of the City under the Contract, provided such legal costs shall be reasonable. 7. OWNERSHIP OF DOCUMENTS A. On payment to the Consultant by the City of all compensation due under this Contract, all finished or unfinished documents and material prepared by the Consultant with funds paid by the City under this Contract shall become the property of the City and shall be forwarded to the City upon its request. B. Any records, reports, information, data or other documents or materials given to or prepared or assembled by the Consultant under this Contract will be kept confidential and shall not be made available to any individual or organization by the Contractor without prior written approval of the City or by court order. S. CLAIMS Any claim against the City for damages, expenses, costs or extras arising out of the performance of this Contract must be made in writing to the City within thirty days after the discovery of such damage, expense or loss, and in no event later than the time of approval by the City for final payment. Consultant, upon making application for final payment, shall be deemed to have waived its right to claim for any other damages for which application has not been made, unless such claim for final payment includes notice of additional claim and fully describes such claim. 9. GENERAL ADMINISTRATION AND MANAGEMENT The Director of the Public Works and Utilities Department or his/her designee shall have primary responsibility for the City under this Contract and shall oversee and approve all work to be performed, coordinate communications, and review and approve all invoices, under this Contract. 10. HOLD HARMLESS A. The Consultant shall protect, defend, indemnify and save harmless the City, its officers, employees and agents from any and all costs, claims,judgments or awards of damages, arising out of or in any way resulting from the negligent acts or omissions of the Consultant.The Consultant agrees that its obligations under this subparagraph extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of its employees or agents. For this purpose, the Consultant, by mutual negotiation, hereby waives, as respects the City only, any immunity that would otherwise be available against such claims under the industrial insurance provision of Title 51 RCW. In the event the City obtains any judgment or award, and/or incurs any cost arising therefrom including attorneys' fees to enforce the provisions of this article, all such fees, expenses, and costs shall be recoverable form the Consultant. B. The City shall protect, defend, indemnify and save harmless the Consultant, its officers, employees and agents from any and all costs, claims,judgments or awards of damages, arising out of or in any way resulting from the negligent acts or omissions of the City. The City agrees that its obligations under this subparagraph extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of its employees or agents. For this purpose, the City, by mutual negotiation, hereby waives, as respects the Consultant only, any immunity that would otherwise be available against such claims under the industrial insurance provision of Title 51 RCW. In the event the Consultant obtains any judgment or award, and/or incurs any cost arising therefrom including Service# SVC15-23 Page 3 Rev.04/24/2015 t attorneys' fees to enforce the provisions of this article, all such fees, expenses, and costs shall be recoverable form the City. 11.INSURANCE The Consultant shall maintain insurance as set forth in Attachment B. 12.INTERPRETATION AND VENUE This Consultant shall be interpreted and construed in accordance with the laws of the State of Washington. The venue of any litigation between the parties regarding this Contract shall be Clallam County, Washington. 13. BRANDS OR EQUAL When a special "brand or equal"is named it shall be construed solely for the purpose of indicating the standards of quality, performance, or use desired. Brands of equal quality, performance, and use shall be considered, provided Consultant specifies the brand and model and submits descriptive literature when available. Any bid containing a brand which is not of equal quality, performance, or use specified must be represented as an alternate and not as an equal, and failure to do so shall be sufficient reason to disregard the bid. 14. INSPECTION AND REJECTION All goods, services, work, or materials purchased herein are subject inspection and to approval by the City. Any rejection of goods, services, work, or materials resulting because of nonconformity to the terms and specifications of this order, whether held by the City or returned, will be at Consultant's risk and expense. 15.SUBLETTING OR ASSIGNING OF CONTRACTS Neither the City nor the Consultant shall assign, transfer, or encumber any rights, duties or interest accruing from this Contract without the express prior written consent of the other. 16. INDEPENDENT CONSULTANT The Consultant is and shall be at all times during the term of this Contract an independent Consultant and not an employee of the City. 18. EXTENT OF CONTRACT/MODIFICATION This Contract, together with the attachments and/or addenda, represents the entire and integrated Contract between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written or oral. This contract may be amended, modified or added to only by written instrument properly signed by both parties hereto. 19. SUBCONTRACTOR RESPONSIBILITY The Consultant shall include the language of this section in each of its first tier subcontractors, and shall require each of its subcontractors to include substantially the same language of this section in each of their subcontracts, adjusting only as necessary the terms used for the contracting parties. The requirements of this section apply to all subcontractors regardless of tier. At the time of subcontract execution, the Consultant shall verify that each of its first tier subcontractors meets the following bidder responsibility criteria: -At the time of subcontract bid submittal, have a certificate of registration in compliance with chapter 18.27 RCW; - Have a current state unified business identifier number; -If applicable, have: 1) Industrial insurance coverage for the subcontractor's employees working in Washington as required in Title 51 RCW; 2) An employment security department number as required in Tile 50 RCW; and Service# SVC15-23 Page 4 Rev.04/24/2015 3)A state excise tax registration number as required in Tile 82 RCW; 4)An electrical contractor license, if required by Chapter 19.28 RCW; 5)An elevator contract license, if required by Chapter 70.87 RCW. - Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). 20. COMPENSATION AND METHOD OF PAYMENT. A. The City shall pay the Consultant for work performed under this Contract as detailed in attachment C. B. Payments for work provided hereunder shall be made following the performance of such work, unless otherwise permitted by law and approved in writing by the City. No payment shall be made for any work rendered by the Consultant except as Identified and set forth in this Contract. Reference section 3. Payment above for more information. IN WITNESS WHEREOF, the parties have executed this Contract as of tom, 2015. LAYNE CHRISTENSEN CITY OF PORT ANGELES„ By By: : Printed Name: Samuel M. Stowe _ Printed Name:,( t Title: District Manager _ Title CICA: `% Address: 6360 Huntley Road City: Columbus. OH 43229 Tax ID #: 20-3512785 Phone Number: _--Q1 4-a8 6263. _ Purchase Order #:.QIcbv� \VAV5.-e—.__ Service# SVC15-23 Page 5 Rev.04/24/2015 City of Port Angeles ATTACHMENT "A" Public Works and Utilities Department WORK BY CONSULTANT 360-417-4541 The Consultant shall do all work and furnish all tools, materials, and equipment in order to accomplish the project described below. Unless otherwise provided for in the Statement of Work, the Consultant will be responsible for obtaining and paying for any and all permits required for this work. General Scope: Analyze and evaluate the data collected by City staff during the Ranney Well performance testing. This shall include a summary of findings after each testing event(April and October). Location: Ranney Collector Well 673 Crown Z Water Road, Port Angeles, WA 98362 Site Point of Contact: James Burke at 360-417-4855. Work Hours and Schedule: The Consultant will be allowed to work from 7 AM to 3:30 PM, Monday through Friday,excluding all legal holidays. Work outside of these hours may be requested from and is at the discretion of the Site Point of Contact. Permits: None Required Work Requirements: 1.0 Project Description As a result of removing the Elwha and Glines Canyon Dams, sediment that was stored behind the dams is currently washing down the river and re-depositing to some degree within the river channel throughout its length. This layer of sediment upstream and downstream from the Ranney well may be restricting recharge of the river water into the aquifer that fills the river valley and underlies the river. A reduction in infiltration/recharge to the aquifer may impact the performance of the Ranney well, as might the continued presence of the main channel of the river, and majority of flow within the river, toward the opposite river bank from where the well is located. Layne Christensen shall analyze the data collected by the City during performance pumping testing and provide a summary of findings. 2.0 Description of Work The City will be conducting performance testing of the Ranney well twice a year in April and October. The performance tests will be consistent with previous testing for comparison purposes. Testing shall include 6-hour variable-rate-drawdown tests conducted at the following rates and durations: Step Pumping Rate Duration, Hours 1 4000 gpm 2 2 5000 gpm 2 3 6000 gpm 2 These are the same rates and durations as previous testing completed in 2013 and 2014. Following the recovery from the step-drawdown test, City staff shall perform a constant-rate test at 4000 gpm for a period of at least 30 hours. The Scope of Work shall include professional services to evaluate the Ranney well performance which shall encompass the following: Test Data Analysis Service# SVC15-23 Page 6 Rev.04/24/2015 Activities: The Consultant shall provide the City a report summarizing all data collected during the well testing, including recommendations on potential operating parameters during the upcoming years. This task shall encompass the following professional services: 1. Results of the well pumping test shall be analyzed to evaluate the operating efficiency of the Ranney well and to make projections of yield and anticipated operating conditions. 2. The report shall summarize all data collected during the well testing and include recommendations on potential operating parameters during the well testing and include recommendations on potential operating parameters during the upcoming years.The report shall also include: A. Review of operational data for the Ranney well provided by the City. B. Outline potential remedial measures to enable the Ranney well to continue to meet City water demands. C. Graphical and tabular displays of the current data. 3. All pertinent data collected during the project shall be useful to facilitate future comparisons of well screen condition, sediment deposition, and flow distribution. Deliverables: 1. Draft Report 2. Final Report Assumptions: 1. City shall provide review comments on the Draft Report in two weeks. Schedule: • The April reports will be finalized by June 30th of every year. • The October reports will be finalized by December 31St of every year. I Service# SVC15-23 Page 7 Rev.04/24/2015 City of Port Angeles ATTACHMENT "B" Public Works and Utilities Department INSURANCE 360-417-4541 INSURANCE&INDEMNITY REQUIREMENTS FOR CONSTRUCTION AND SERVICE CONTRACTS Includes construction and remodeling,Janitorial service, tree maintenance, road maintenance,painting, electrical work,plumbing, movers, and on site maintenance agreements. Indemnification / Hold Harmless The Contractor 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 in connection with the performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor,their agents, representatives, employees or subcontractors. No Limitation Contractor's maintenance of insurance, its scope of coverage and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. Minimum Scope of Insurance Contractor 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, products-completed operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract.The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 1185 or an equivalent endorsement. There shall be no endorsement or modification of the Commercial General Liability Insurance for liability arising from explosion, collapse or underground property damage.The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. r Service# SVC15-23 Page 8 Rev.04/24/2015 3. Workers'Com ensation coverage as required by the Industrial Insurance laws of the State of Washington. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: ]. 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 and $2,000,000 products-completed operations aggregate limit. Other Insurance Provision The Contractor's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII. E. Verification of Coverage Contractor 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 Contractor before commencement of the work. F. Subcontractors The Contractor shall have sole responsibility for determining the insurance coverage and limits required, if any, to be obtained by subcontractors,which determination shall be made in accordance with reasonable and prudent business practices. G. Notice of Cancellation The Contractor shall provide the City and all Additional Insureds for this work with written notice of any policy cancellation, within two business days of their receipt of such notice. H. Failure to Maintain Insurance Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or,at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Contractor from the City. Service# SVC15-23 Page 9 Rev.04/24/2015 A�f2°` CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDNYYY) 8/1/2015 5/5/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). co PRODUCER Lockton Com anies NAME:NTACT 444 W.47th Street,Suite 900 A/C No Ext: A/C No Kansas City MO 64112-1906 E-MAIL (816)960-9000 ADDRESS: INSURER AFFORDING VE A E NAI INSURER A: Zurich American Insurance Company 16535 INSURED LAYNE HEAVY CIVIL,INC. INSURER B: American Zurich Insurance Company 40142 1331501 6360 HUNTLEY ROAD INSURER C: Lexington Insurance Company 19437 COLUMBUS OH 43229 INSURER INSURER E: INSURER F: COVERAGES LAYIN6360 CERTIFICATE NUMBER: 13471462 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER MM DD MM DD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY Y N GLO 5817438-01 8/1/2014 8/1/2015 EACH OCCURRENCE 2,000,000 CLAIMS-MADE[_:Z;7]OCCUR DAMAGE TO RENTED PREMISES Ea occurrence s 500,000 X CONTRACTUAL MED EXP(Any one person) 10,000 X X.C.0 COVERAGE PERSONAL&ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 5,000,000 POLICY JEC LOC PRODUCTS-COMP/OP AGG $ 5,000,000 OTHER $ A AUTOMOBILE LIABILITY N N BAP 5817437-01 8/1/2014 8/1/2015 CEOs aocitleotSINGLE LIMIT $ 5,000,000 X ANY AUTO BODILY INJURY(Per person) $ XXXXXXX AUTOS NED AUTOS BODILY INJURY(Per accident $ XXXXXXX NON-OWNED PROPERTY DAMAGE $ XXXXXXX HIRED AUTOS AUTOS (Per accident $ XXXxxxX UMBRELLA LIAB OCCUR EACH OCCURRENCE $ XXXXXXX EXCESS LIAR CLAIMS-MADE NOT APPLICABLE AGGREGATE $ XXXXXXX DED I I RETENTION$ $ WORKERS COMPENSATION B AND EMPLOYERS'LIABILITY N WC 5817439-02 AOS) 8/1/2014 8/1/2015 X STATUTE ER_ A Y/N WC 5817440-02(WI) 8/1/2014 8/1/2015 $ 5,000,000 A OFFICER/MEMBER EXCLUDED?ECUTIVE N❑ N/A STOPGAP(ND,OH,WA,WY) E.L.EACH ACCIDENT (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE 5,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT 5,000,000 C EQUIPMENT FLOATER N N 026159794 8/1/2014 8/1/2015 ALL LEASED,OWNED OR RENTED EQUIPMENT.$5,000,000 LIMIT PER OCCURRENCE. DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE: ANALYZE AND EVALUATE RANNEY COLLECTOR WELL—CITY OF PORT ANGELES IS INCLUDED AS ADDITIONAL INSURED ON GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS IF REQUIRED BY SIGNED,WRITTEN CONTRACT. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. I i 13471462 AUTHORIZED REPRESENTATIVE i CITY OF PORT ANGELES PUBLIC WORKS&UTILITIES 321 E.5TH ST E PORT ANGELES WA 98362 ( �I ACORD 25(2014/01) ©1 8-2014 ACORD CORPORATION.All rights reserved The ACORD name and logo are registered marks of ACORD ATTACHMENT C City of Port Angeles Consultant Labor Costs and Non-Salary Public Works and Utilities Department Reimbursable Cost 360-417-4541 Labor Category Hourly Rates Principal $ 150.00 Supervising Geologist/Engineer $ 140.00 Project Manager $ 125.00 Senior Project Geologist/Engineer $ 115.00 Senior Geologist/Engineer $ 105.00 Project Geologist/Engineer $ 90.00 Staff Geologist/Engineer $ 80.00 Draftsperson/Technician $ 65.00 Word Processor $ 50.00 Direct Expenses Mileage $0.6 per mile $0.65 per mile 4-wheel drive In-Situ LevelTroll 500(1) $1,581.50 Travel and living expenses Cost Subcontractor services Cost plus 15% END OF ATTACHMENT Service# SVC15-23 Page 10 Rev.04/24/2015