Loading...
HomeMy WebLinkAbout5.692 Original Contract . I .J , 5.{Pq~ AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE THE CITY OF PORT ANGELES AND CH2M Hill, INC. PROJECT 04-11 RELATING TO: THE CITY'S WATER SYSTEMS THIS AGREEMENT is made and entered into this Iq~ day of [)~OJ.~ , 20tt:L, by and between THE CITY OF PORT ANGELES, a non-charter code city of the State of Washington, (hereinafter called the "CITY") and CH2M Hill, Inc., a Florida Corporation (hereinafter called the "CONSULTANT"). WHEREAS, the CITY desires to have the CONSULTANT continue to assist the CITY in the Elwha Dam Removal Mitigation process, and WHEREAS, the CITY desires to have the CONSULTANT continue to provide planning, design and construction support services relative to its potable and manufacturing water systems, 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: 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 XII 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. Consultant Agreement with CH2M Hill, Project 04-11 Page 1 of7 , , II OWNERSHIP OF DOCUMENTS Upon completion of the work, all documents, exhibits, photographic negatives, or other presentations of the work shall become the property of the CITY for use without restriction and without representation as to suitability for reuse by any other party unless specifically verified or adapted by the CONSULTANT. 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 set forth in the attached Exhibit D. All work shall be completed by January 31,2006. 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 C. 1. Labor costs shall be based on the hourly rates shown in Exhibit C. Hourly rates shall be based upon an individual's hourly wage, times the total number of hours worked, times a multiplier of 3.1. The multiplier shall include overhead and profit. General clerical time shall be considered an overhead item, except where specific work items are involved that require one hour or more continued effort, in which case time will be charged on the basis of hours worked. 2. The direct non-salary reimbursable costs are those directly incurred in fulfilling the terms of this Agreement, including, but not limited to, travel, subsistence, telephone, CADD computer, reproduction and printing, supplies and fees of outside services and consultants. Ten percent (10%) overhead and profit may be added to direct non-salary reimbursable costs. B. The CONSULTANT shall submit invoices to the CITY on a monthly basis. Invoices shall detail the work, hours, employee name, and hourly rate; shall itemize with receipts and invoices the non-salary direct costs; shall indicate the specific task or activity in the Scope of Work to which the costs are related; and shall indicate the cumulative total for each task. Consultant Agreement with CH2M Hill, Project 04-11 Page 2 of 7 , , C. The CITY shall review the invoices and make payment for the percentage of the project that has been completed less the amounts previously paid. D. The CONSULTANT invoices are due and payable within 30 days of receipt. In the event of a disputed billing, only the disputed portion will be withheld from payment. E. Final payment for the balance due to the CONSULTANT will be made upon the completion of the work and acceptance by the CITY. F. Payment for "Extra Work" performed under Section XII 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 $418,000.00. The budget for each task is as set forth in the attached Exhibit B. Budgets for task(s) may be modified upon mutual agreement between the two parties, but in any event, the total payment to CONSULTANT shall not exceed $418,000.00. VII INDEPENDENT CONTRACTOR STATUS The relation created by this Contract is that of employer-independent contractor. The Contractor is not an employee of the City and is not entitled to the benefits provided by the City to its employees. The Contractor, as an independent contractor, will control and direct the performance of the details of the services to be provided. The Contractor shall assume full responsibility for payment of all Federal, State, and local taxes or contributions imposed or required, including, but not limited to, unemployment insurance, Social Security, and income tax. VIII 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 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. IX 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 Consultant Agreement with CH2M Hill, Project 04-11 Page 30f7 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. X SUBCONTRACTS A. The CONSULTANT shall not sublet or assign any of the work covered by this Agreement without the written consent of the CITY. B. The CONSULTANT will be using the firms submitted with its proposal as subcontractors. Subcontractors other than those listed shall not be permitted without the written consent of the CITY. C. In all solicitation either by competitive bidding or negotiation made by the CONSULTANT for work to be performed pursuant to a subcontract, including procurement of materials and equipment, each potential subconsultant or supplier shall be notified by the CONSULTANT of Consultant's obligations under this Agreement, including the nondiscrimination requirements. XI 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. XII 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. XIII 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 Agreement with CH2M Hill, Project 04-11 Page 4 of 7 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 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. XIV INDEMNIFICATION/HOLD HARMLESS The CONSULTANT agrees to defend, indemnify and hold harmless the CITY from any claims, damages, losses, and costs, including, but not limited to, attorney's fees and litigation costs, to the proportionate extent arising out of claims by third parties for property damage and bodily injury, including death, caused by the negligence or willful misconduct of the CONSULTANT, CONSULTANT employees, affiliated corporations, officers, and subcontractors in connection with the work performed under this Agreement. The CITY agrees to defend, indemnify and hold harmless the CONSULTANT from any claims, damages, losses, and costs, including, but not limited to, attorney's fees and litigation costs, to the proportionate extent arising out of claims by third parties for property damage and bodily injury, including death, caused by the negligence or willful misconduct of the CITY, CITY's employees, or agents in connection with the work performed under this Agreement. If the negligence or willful misconduct of both CONSULTANT and CITY (or a person identified above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense shall be shared between the CONSULTANT and the CITY in proportion to their relative degrees of negligence or willful misconduct and the right of indemnity shall apply for such proportion. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the CONSULTANT and the CITY, its officers, officials, employees, and volunteers, the CONSULTANT'S liability hereunder shall be only to the extent of the CONSULTANT'S negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the CONSULTANT'S waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. However, the CONSULTANT expressly reserves its rights as a third person set forth in RCW 51.24.035. XV INSURANCE The CONSULTANT shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the CONSULTANT, its agents, Consultant Agreement With CH2M Hill, PrOject 04-11 Page 5 of 7 representatives, employees or subcontractors. The CONSULTANT shall provide a Certificate of Insurance evidencing: 1. Automobile Liability insurance with limits no less than $1,000,000 combined single limit per accident for bodily injury and property damage; and, 2. Commercial General Liability insurance written on an occurrence basis with limits no less than $1,000,000 combined single limit per occurrence and $2,000,000 aggregate for personal injury, bodily injury and property damage. Coverage shall include but not be limited to: blanket contractual; products/completed operations; broad form property damage; explosion, collapse and underground (XCU) if applicable; and employer's liability; and, 3. Professional Liability insurance with limits no less than $1,000,000 limit per occurrence. Any payment of deductible or self-insured retention shall be the sole responsibility of the CONSULTANT. The CITY shall be named as an additional insured on the Commercial General Liability insurance policy, as respects work performed by or on behalf of the Consultant and a copy of the endorsement naming the CITY as additional insured shall be attached to the Certificate of Insurance. The CITY reserves the right to review a certified copy of all required insurance policies in the CONSULTANT's office. The CONSULTANT'S insurance shall contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. The CONSULTANT'S insurance shall be primary insurance as respects the CITY, and the CITY shall be given thirty (30) days prior written notice of any cancellation, suspension or material change in coverage. XVI 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. XVII SUPPLEMENTAL TERMS The supplemental terms set forth in the attached Exhibit E shall also apply to this Agreement. XVIII 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: Consultant Agreement with CH2M Hill, Project 04-11 Page 6 of 7 Exhibit A - Scope of Work Exhibit B - Budget for each Task Exhibit C - Consultant Labor Costs and Non-salary Reimbursable Costs Exhibit D - Schedule for the Work Exhibit E - Supplemental Terms IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and year first written above. CITY OF ~NGELES ~ ~f_ ~b MAYOR AP70VED AS TO FORM: V~~ BILL BLOOR, CITY ATTORNEY ATTEST: &~~ ,-ltrf^ BECKY U 0, ITY Cl.1 RK TITLE: >> Consultant Agreement with CH2M HiI/, Project 04-11 Page 7 of 7 Exhibit A Scope of Work CH2M HILL (CONSULTANT) agrees to furnish the City of Port Angeles (CITY) the following services, as described herein, per the Agreement for Professional Services, Project 04-11 (Agreement). The budget for each of the tasks presented in this Scope of Work is presented in Exhibit B. The budget presented in Exhibit B includes labor costs and expenses related to project management, accounting, and other associated overhead expenses. These costs are included as part of the cost of each task and subtask and are not itemized separately. The task budget subtotals represent the not-to-exceed budget limits to be adhered to by CONSULTANT. Managing to the task budget subtotals shall be accomplished in recognition that some subtask budgets may be exceeded while others are more than adequate-to cover CONSULTANT's costs. Task 1. Elwha Dam Removal Mitigation The scope of services presented for this task is anticipated to cover the remainder of the design phase of the Elwha Dam Removal Mitigation project, which includes the Port Angeles Water Treatment Plant, the Elwha Water Treatment Plant, and the Elwha Surface Water Intake. Design, which is being undertaken by others, is anticipated to extend into the summer of 2005. 1.1 Monthly Mitigation Meetings Participation in the "monthly" meetings (assumed for this scope to be bi-monthly) is based on one CONSULTANT staff persons in attendance by phone (conference call) for a period of two hours per meeting with one hour for preparation and! or follow-up. The total number of meetings budgeted is 8 in recognition of the fact that the actual frequency of meetings is expected to be only once every other month. CONSULTANT is not obligated to produce any deliverables such as meeting minutes or a meeting summary. Follow-up activities shall be limited to those permitted by available budget. 1.2 Design Meeting Participation CONSULTANT shall prepare for, attend, and participate in periodic design-review and! or stakeholders meetings that include the federal government, its consultants, CITY staff, and others. The budget for this task is based on preparation and attendance by two CONSULTANT staff persons. The number of these meetings, their location, and their duration is undetermined at this time, but is estimated to be 3 meetings of one-day duration each (2 hours each for preparation), assumed to be held in Seattle. ' 1.3 VST Participation CONSULTANT shall participate in Value Study Team (VST) activities for the Elwha Water Treatment Plant and the Elwha Surface Water Diversion. A total of 2 VST sessions are budgeted as part of this task. The budget for this activity is based on a single CONSULTANT staff person preparing for, and reporting on, group VST activities (8 hours per VST session); preparation assistance and coordination from CONSULTANT's Project Manager (4 hours per VST session); participating in VST activities in Denver, Colorado (48 hours per VST session); and associated expenses for VST participation. CONSULTANT may participate in the development of a summary deliverable for each VST session prepared by others. 1.4 Design Work Product Review At the direction of the CITY, CONSULTANT shall review work products, including: the Port Angeles Water Treatment Plant, the Elwha Water Treatment Plant, and the Elwha Surface Water Intake design drawings and specifications. The budget for these three tasks is a total labor allowance of 40 hours per review by an experienced, senior reviewer. CONSULTANT review of the work products is solely for the purpose of providing general feedback to CITY. CONSULTANT is not responsible for errors in work products, nor is CONSULTANT responsible for exhaustive reporting on the information contained in work products, but instead CONSULTANT's review is limited to that permitted by the available budget. 1.5 Undefined Elwha Assistance During the course of the design phase of the Elwha Dam Removal Mitigation project, assistance in addition to that described herein for Task 1 is expected, but is not defined. Such assistance shall be undertaken only when directed by CITY staff and may include, but not be limited to, preparation of written materials for submission to the CITY, unspecified meeting attendance, conference call participation, and presentation of findings to the CITY or other groups. The budget for this task is based on an allowance. Task 2. Phase 2 of Concrete Cylinder Pipeline Replacement CONSULTANT shall design and prepare construction documents for replacement of the existing 24-inch concrete cylinder pipeline (CCP) along Park Avenue, westward across Valley and Tumwater Creek Canyons, and along Doyle Road to the intersection of Old Joe Road. The 7,200 linear feet of 24-inch diameter pipeline on Park Avenue runs from near the Olympic National Park Administration Building to the Black Diamond Reservoir. An 2 additional 1,800 linear feet of 20-inch diameter pipeline extends across Tumwater Creek Canyon and northward along Doyle Road. The resulting total pipeline length is approximately 9,000 feet. The new pipelines shall parallel the existing pipelines in CITY streets, and shall include crossing of two canyons, Valley Creek and Tumwater Creek. The new pipelines shall consist of 24-inch and 20-inch Class 52 ductile iron pipe, except at the canyon crossings where the pipe may be HDPE. CITY shall obtain and pay for all permits required for this project. 2.1 Mapping and Utilities 2.1.1 Obtain City Mapping CONSULTANT shall coordinate with CITY staff to receive existing site mapping for the pipeline route and canyon crossings, as provided by the CITY from its graphical information system (GIS) database in AutoCAD format or other format to enable CONSULTANT to manipulate files. The GIS mapping furnished by the CITY shall include existing topography (2-foot contour intervals) and CITY utilities (water, sanitary, storm) mapping along the pipeline route. The budget for this task is based on a moderate amount of file conversion and manipulation by CONSULTANT to develop suitable base mapping for the Plan panels of the design drawings. 2.1.2 Field Survey Survey information shall be collected for the preparation of a base map. CONSULTANT shall subcontract with a local surveyor for execution of the survey work. The CITY's existing GIS-based mapping shall be provided by CONSULTANT to the survey subcontractor to supplement the mapping developed from the field survey. CONSULTANT shall review survey requirements with the survey subcontractor and CITY staff during a single site visit by two CH2M HILL staff persons. The following elements shall be included as part of the survey subcontractor's scope of services: · Identification and location of survey control and benchmarks. · The survey shall include a ground profile along the centerline of the proposed pipeline for the entire project length at 50-ft intervals and at changes in grade. The location of the proposed pipeline shall be determined by CONSULTANT and clearly communicated to the surveyor before mapping begins. · The location of buried utilities shall be identified by One-Call service (1-800-424- 5555). CITY shall take the lead in coordinating the utility locate, contacting the One- Call service, requesting the utility locate, and locating all buried CITY utilities (water, sewer, storm, and electrical). The survey subcontractor shall map utilities marked on the ground by representatives of the buried utilities, including representatives of CITY, local telephone, and local cable television. Buried utility information included in CITY's GIS base mapping not marked on the ground as part of the field locate, shall be included in the mapping files prepared by survey 3 subcontractor but clearly identified on a separate layer reserved for non-surveyed, buried, CITY utilities. . Horizontal and vertical locations of flow lines of curbs, edges of pavement, or edges of traveled surfaces paralleling the existing waterline. . The horizontal and vertical location of the tops of valve boxes, manholes, and catch basins within 40 feet of the centerline of the traveled way. . Invert elevations and directional orientations of sanitary and storm sewer connections to manholes and catch basins. Survey subcontractor shall open all manhole lids and storm sewer grates to and coordinate with CITY staff if assistance with opening such lids and grates is necessary. Survey subcontractor shall connect storm and sanitary sewer lines using invert and directional information from manholes and catch basins and GIS base mapping. If connections are unclear from said information, they shall be indicated as such in the base mapping files developed by the survey subcontractor. . The horizontal location of nearby power and telephone poles, signs, telephone boxes, and other surface structures within 40 feet of the existing centerline of the traveled way. . Ground profile across Valley Creek and Tumwater Creek canyons at 25-ft intervals and changes in grade. . Topography 50 feet wide along the existing pipeline in Valley Creek and Tumwater Creek canyons centered roughly 10 feet on one side of the existing pipe and 40 feet on the side of the pipeline where the new pipeline will be installed. . Location of all trees with trunks 6 inches in diameter and larger within Valley Creek and Tumwater Creek Canyons. . Three top-of-pipe elevations, and their corresponding horizontal locations, on the existing pipeline on each side of each of the canyons for a total of 12 top-of-pipe elevations. CITY staff shall expose the existing pipe at these locations to allow the survey subcontractor to get top-of-pipe locations and elevations. . Surveyor shall establish temporary benchmarks along project to help aid in construction of the new pipeline. Benchmarks shall be shown on the final map. . Produce final certified maps (complete with signed and dated professional land surveyor stamp) on 24" X 36" transbond paper. Furnish electronic files of final mapping as well in latest Auto CAD format to the CITY, which will then become the property of the CITY. CONSULTANT shall furnish the survey subcontractor with the GIS-based mapping files in AutoCAD format it has received from CITY and modified into preliminary base mapping. The survey subcontractor shall electronically insert the GIS based mapping into the survey map based upon field mapping. The result shall be a complete base mapping product in AutoCAD format ready for use in development of Plan panels of the design drawings. The 4 base mapping shall be established in conformance with Washington Coordinate System, NAD 83 (91) and the NA VD 88, consistent with GIS mapping files. In the event that the field survey reveals inaccuracies in the CITY's GIS files with respect to its buried utility lines, the field-surveyed location of these utilities shall be used in the base mapping for the new pipeline design. If additional field surveying work, which may include field-excavation of buried utilities, is determined to be necessary to confirm, or further refine, the location of buried CITY utilities, it shall be undertaken as out-of-scope work and funded under the Directed Services task. CITY and CONSULTANT acknowledge that additional property boundary surveying may be necessary to aid in selecting the alignment of the new pipeline, obtaining temporary construction easements, and obtaining permanent easements. Prior to undertaking the additional surveying, it may be necessary obtain title reports for property boundary descriptions and for whatever easements might exist to further define property boundary survey needs. If such additional work is necessary, it will be either undertaken by CITY directly with the survey subcontractor and/ or title company or it will be authorized by CITY for CONSULTANT to undertake the work, which would be funded under the Directed Services task (Task 7). 2.1.3 Prepare Base Maps CONSULTANT shall prepare Plan and Profile panels for displaying the alignment of the new pipeline using the GIS-based mapping and supplemental survey information. Plan and Profile base mapping shall include 2-foot contour intervals, existing ground-level features, and underground utility pipes and structures. CONSULTANT shall prepare plan and profile drawings in electronic AutoCAD format using a scale of 1"=20' horizontal and 1"=10' vertical for full size drawings (22"x34" drawing plotted on 22"x34" paper) and a scale of 1"=40' horizontal and 1"=20' vertical for half-size drawings (1l"x17"). The plan drawings shall be to true scale (i.e., measuring a distance between two points using the AutoCAD command DISTANCE will give the user the actual distance between those two points in the field), and both electronic and hard copies of these drawings shall be provided to the CITY. 2.2 Evaluate Canyon Crossings Construction Alternatives CONSULTANT and CITY acknowledge that construction of the canyon crossings presents technical challenges. Meeting these challenges shall include evaluation of alternative pipe materials and installation methods. Evaluation activities are described in the sub tasks below. 2.2.1 Compare Technical Alternatives CONSULTANT shall evaluate alternatives for each of the two canyon crossings including construction feasibility given geotechnical considerations, site and right-of-way constraints, construction methods, restoration and potential risks, operations and maintenance, access 5 requirements, construction impacts to surrounding area and existing pipeline, permitting and schedule impacts. Two crossing alternatives will be evaluated considering the alternative pipe materials of ductile iron (DI) and high density polyethylene (HDPE) pipe. Two alternative burial methods shall also be evaluated. These two methods include burial in conventional open-cut trench to a depth to the top of pipe of approximately 3 or 4 feet and burial to a shallow depth of 1 foot or less accompanied by "mounting" excavated material over the top of the new pipeline to a total depth of approximately 2 feet. Variations on these two alternatives may be revealed during the evaluation. A single site visit shall be conducted by two CONSULTANT staff persons, including CONSULTANT's geotechnical engineer to discuss preliminary conclusions related to the evaluation and recommendations for pipeline alignment. 2.2.2 Compare Costs of Alternatives Consultant shall develop and compare costs for each of the canyon crossing alternatives, including construction costs and potential environmental mitigation costs. The costs for a total of four alternatives shall be prepared for each canyon crossing based on pipe the two pipe materials for each of the two burial methods. The cost estimates shall be preliminary-level estimates with an accuracy of plus or minus 30- percent, including a 30 percent contingency for conservatism to cover the cost of unknown and unforeseen factors. CONSULTANT shall review design criteria assumptions and cost estimates with one or more contractors specializing in steep-slope construction. 2.2.3 Prepare Summary Memorandum CONSULTANT shall prepare a technical memorandum that summarizes results of the preliminary evaluation of the canyon crossing alternatives and pipeline location. Memorandum shall include recommendation for the pipe material and burial method. CONSULTANT shall prepare and submit five copies of the draft summary memorandum, approximately 10 to 12-pages in length, including preliminary Plan and Profile drawings (two for each canyon based on 1"=20' horizontal scale for full-size drawings) for each of the canyon crossmgs. Five final copies shall be submitted to CITY upon receipt of CITY-review comments. 2.3 Geotechnical Evaluation CONSULTANT shall undertake a geotechnical evaluation of the pipeline route to identify and establish design criteria for the new pipeline. Activities of the geotechnical evaluation are presented in the following subtasks. 6 / 2.3.1 Collect and Review Available Data CONSULTANT shall collect and review applicable and available published literature on local geology and geotechnical reports for construction in the vicinity of the pipeline route and the canyon crossings. CITY shall furnish a copy to CONSULTANT of the geotechnical report prepared for the first phase of the concrete cylinder pipeline replacement project. 2.3.2 Field Exploration and Laboratory Testing CITY staff shall coordinate with the One Call utility-locate service for utility marking prior to the test pit field excavations. CONSULTANT shall log and field-classify all field-collected soil samples. CONSULTANT shall collect all necessary field data for geotechnical design criteria. CONSULTANT shall subcontract with a certified laboratory for analysis of moisture/ density characteristics, grain-size distribution, Atterberg limits, and strength characteristics on selected samples. Laboratory tests may vary, depending upon material types. In the two canyons, CONSULTANT's geotechnical engineer shall hand-excavate a total of four auger holes (8 total). During the same trip, CONSULTANT shall observe excavation of the 8-ft-deep test pits at the top, on either side, of each of the two canyons (total of 4 test pits). No contaminated soils are anticipated at the site requiring special disposal or a Health and Safety Plan. Two consecutive days are anticipated to be necessary for CONSULTANT's geotechnical engineer to complete the excavations associated with the geotechnical excavations. 2.3.3 Prepare Geotechnical Report CONSULTANT shall prepare a geotechnical data report that summarizes results of the field exploration (including test pits, boring logs and location map) and laboratory testing. The geotechnical data report shall be prepared in a manner suitable to enable CITY to furnish it to potential bidders on the construction contract. The data report will be stapled or plastic comb bound and not more than 40 total pages, including attachments and appendices. A single copy of the geotechnical data report shall be prepared for submittal to the CITY for its review and subsequent copying for distribution to potential construction contract bidders. Geotechnical design recommendations for the pipeline, including canyon crossings will be summarized in a brief technical memorandum for internal use by CONSULTANT in the pipeline design. The memorandum shall be made available to CITY for its review if requested. 2.4 Evaluate Corrosion Potential CONSULTANT shall evaluate soil corrosivity using field-measured soil resistivity data collected along the pipeline route. CONSULTANT's activities shall include collecting soil resisitivity measurements along the pipeline route at roughly I,OOO-ft intervals where 7 ductile iron is to be installed. Resistivity measurements shall be collected by CONSULTANT using CONSULTANT's equipment, in conformance with the "Wenner 4- Pin Method." . CONSULTANT shall prepare a brief technical memorandum summarizing recommendations for corrosion protection for the new ductile iron pipeline. CONSULTANT shall submit three copies of the technical memorandum to CITY for its review. 2.5 Design Construction documents (Project Manual) for the pipeline, including canyon crossings, shall consist of a single contract with one or two schedules, bound as a single document for bidding and construction. If two schedules are developed, they shall be developed in recognition of differing pipeline materials, construction conditions, and shall enable CITY to award either or both schedules of the work depending on actual bid prices and other factors. CONSULTANT shall prepare draft design deliverables for CITY review at the 30%,65%, and 95% completion levels. The design elements that comprise these deliverables are presented in the following subsections. 2.5.1 Drawings CONSULTANT shall prepare detailed design drawings suitable for competitive bidding of the pipeline construction. Drawings shall include Plan and Profile panels along the pipeline alignment, piping details, system connections and connections at the reservoirs, blowoffs and air valves, cathodic protection, surface restoration, erosion and sedimentation control, and traffic control. Plan panels shall include surface topography with two-foot contour intervals, location of existing utilities, and pipeline layout with valves and connections identified. Profile panels shall include location of existing utilities in the vicinity of the pipeline alignment. CITY standard design details shall be used where applicable. Drawings shall be prepared in electronic (AutoCAD) format. The pipeline construction drawings are anticipated to include the sheets identified in the preliminary drawing list presented at the end of Task 2. Drawings shall reference City Standard Details where applicable, bound as part of the Project Manual. Pipeline material shall be ductile iron with cement mortar lining, except for the canyon crossings where HDPE is expected to be used, depending on the results of the evaluation described in Subtask 2.2. No additional evaluation of pipe material shall be conducted. The pipeline alignment shall closely follow the existing pipeline route. No alternative pipeline alignments and pipe sizes will be investigated. CITY shall provide descriptions of any easements along the pipeline route and will handle all easement and/ or right-of-way acquisitions necessary. Existing easements or pipeline right-of-way that are additional to CITY-street right-of-way shall be located approximately in accordance with the easement or right-of-way descriptions. No property surveying of I 8 existing easements or right-of-way is planned. CITY shall prepare any SEP A checklists required and will obtain and pay for required permit. The budget for this subtask includes a meeting with CITY, prior to major design activities, to discuss pipeline connections, details, and design criteria. Meetings are also budgeted to review interim progress at the 30%, 65%, and 95% completion levels of the design. Technical specifications (described in Subtask 2.5.2), bidding and contract documents (described in Subtask 2.5.3), and Division 1 specifications (also described in Subtask 2.5.3) shall be prepared in draft form beginning at the 65% completion level. The budget for this task includes making revisions to the design drawings based on CONSULTANT's internal review and CITY review comments at each of the draft-review levels. Five copies of the 30% design package (drawings only) will be furnished to the CITY. 2.5.2 Technical Specifications CONSULTANT shall prepare technical specifications (Divisions 2 through 9) for work to be performed in pipeline construction. The latest version of the APW A/WSDOT Standard Specifications shall be used, supplemented with special provisions where necessary. The first draft of the technical specifications shall be prepared and submitted for CITY review as part of the 65% design package. The budget for this task includes making revisions to the technical specifications based on CONSULTANT's internal review and CITY review comments at each of the draft-review levels (65% and 95%). 2.5.3 Project Manual CONSULTANT shall prepare bidding and contract documents and Division 1 specifications and special provisions for inclusion as part of the Project Manual. The first draft of the Project Manual, including said documents and design drawings shall be prepared and submitted upon completion of the 65% submittal. The budget for this task includes making revisions to the bidding and contract documents and Division 1 specifications based on CONSULTANT's internal review and CITY review comments at each of the draft-review levels. CONSULTANT shall furnish five copies of the 65%-complete Project Manual and fifteen copies of the 95%-complete Project Manual to the CITY. CITY shall furnish copies of the 95% complete Project Manual for all applicable and required agency review, including Clallam County and Washington State Department of Health. 2.5.4 Construction Cost Estimate CONSULTANT shall prepare a detailed draft estimate of the construction cost estimate in association with completion of the 95% draft Project Manual. The construction cost estimate, will be developed in alignment with the bid (proposal) form. The draft construction cost estimate will be finalized in association with finalizing the Project Manual. 9 2.5.5 Finalize Project Manual CONSULTANT shall finalize the Project Manual based on CITY review comments at the 95%-completion level. CONSULTANT shall furnish the original, final Project Manual to CITY for it to make copies for contract bidding and five copies for CONSULTANT's use. The Project Manual documents to be furnished shall include the bidding and contract documents, Division 1 specifications and special provisions, technical specifications and special provisions, appendices, and design drawings. Design drawings shall be furnished with engineer stamps and signatures in 11" x 17" (half-size) and 22" x 34" (full-size) format. Electronic files, where available, of all Project Manual documentation, including drawings (AutoCAD format) shall be provided. 2.6 Assistance During Bidding CITY shall manage and undertake the contract bidding process including distribution of the Project Manual and advertising. Consultant shall provide bid support to CITY, as specifically requested, via response to plan holder questions and preparation of technical content for addenda. The budget for this task is based on an allowance of $5,000 that shall be expended solely at the direction of CITY staff. The budget allowance is acknowledged to be inadequate for re-development of design drawings or other substantial re-design during the bidding period. CITY staff shall evaluate bids, conduct reference checks, develop recommendation for award, and undertake contract negotiations and signings. Preliminary Drawing List Drawing Drawing Name/Description Scale No. 1 General - Title sheet, Location map, Vicinity map, DrawinQ Index -- 2 General - Abbreviations -- 3 General- Legends, Symbols, and General notes -- 4 P&P - Park Ave Sta 0+00 to 5+00 1"=20' 5 P&P - Park Ave Sta 5+00 to 10+00 1"=20' 6 P&P - Park Ave Sta 10+00 to 15+00 1"=20' 7 P&P - Park Ave Sta 15+00 to 20+00 1"=20' 8 P&P - Park Ave Sta 20+00 to 25+00 1"=20' 9 P&P - Park Ave Sta 25+00 to 30+00 1"=20' 10 P&P - Park Ave Sta 30+00 to 35+00 1"=20' 11 P&P - Park Ave Sta 35+00 to 40+00 1"=20' 12 P&P - Valley Creek Canyon Sta 40+00 to 45+00 1"=20' 13 P&P - Valley Creek Canyon Sta 45+00 to 50+00 1"=20' 14 P&P - Park Ave Sta 50+00 to 55+00 1"=20' 15 P&P - Park Ave Sta 55+00 to 60+00 1"=20' 16 P&P - Park Ave Sta 60+00 to 65+00 1"=20' 17 P&P - Park Ave Sta 65+00 to 70+00 1"=20' 18 P&P - Tumwater Creek Canyon Sta 70+00 to 75+00 1"=20' 10 19 P&P - Tumwater Creek Canyon Sta 75+00 to 80+00 1"=20' 20 P&P - C St Sta 80+00 to 85+00 1"=20' 21 Details - Typical Trench, Pavement and Other Surface Restoration -- 22 Details - Valve Vaults, Air Valves, Blowoffs n 23 Details - Pipeline System Connections -- 24 Details - Canyon Crossinq - Trench, Cutoff Walls, Slope & Stream Restoration -- 25 Details - Canyon Crossinq - Erosion & Sedimentation Control -- 26 Details - Canyon Crossinq - Pipeline Restraint, Miscellaneous Details -- 27 Details - Conflictinq Utility Protection or Relocation n 28 Details - Cathodic Protection -- 29 Traffic Control - Siqn Schedule & Traffic Control Notes -- 30 Traffic Control- Park Ave Typical Detour Plans -- 31 Traffic Control - Park Ave Typical Detour Plans -- 32 Black Diamond Road Crossinq Detour -- Task 3. Develop Vulnerability Assessment-Related CIP CONSULTANT shall review the CITY's existing Vulnerability Assessment. Two Vulnerability Assessment-trained CONSULTANT staff persons, one with expertise in water systems and one with expertise in system security, shall undertake the review. A total of 16 hours is budgeted for each staff person to review the Vulnerability Assessment, coordinate amongst each other, and prepare a brief memorandum with review comments. In addition, one of the two reviewers will travel to Port Angeles for the purpose of meeting with CITY staff and visiting key water system facilities. A single day in Port Angeles and travel time are budgeted for the site visit. CITY staff will escort CONSULTANT staff person during the site visit. Eight hours is budgeted for CONSULTANT's Project Manager to coordinate activities and review work products. Upon completion of the above-described activities CONSULTANT shall prepare a brief technical memorandum of up to 2 pages summarizing review comments on the CITY's Vulnerability Assessment for review by CITY. The memorandum shall be transmitted electronically to CITY via email. Upon completion of CITY's review of the memorandum and coordination of any potential changes to the Vulnerability Assessment as a result of CONSULTANT's memorandum, CONSULTANT shall prepare list of recommended improvements and associated "concept-level" cost estimates to improve the security of the City's water system facilities. The list shall be transmitted to electronically to CITY via email. Task 4. Emergency Response Plan The Public Health Security and Bioterrorism Preparedness and Response Act of 2002 (PL 107-188) requires all water utilities serving more than 3,300 customers to develop or update an existing Emergency Response Plan (ERP) for terrorist events (or other events identified in the vulnerability assessment) within 6 months of completing the vulnerability assessment. 11 CONSULTANT shall prepare an updated ERP to comply with federal regulations in conformance with guidance provided by the U.S. EP A and DOH for water system emergency response plans. No maps or figures are planned for inclusion into ERP or budgeted as part of this task. If maps or figures are desired by CITY for inclusion in the ERP, they shall be developed by CITY. 4.1 Review and Preliminary Draft Development CONSULTANT shall review CITY's existing ERP, Water Shortage Response Plan, and other related documentation furnished by CITY as a basis for development of the updated ERP. Upon completion of CONSULTANT's review, CONSULTANT shall furnish examples of ERP elements that comply with the latest emergency response guidance from the U.S. EP A to aid CITY staff in providing input into the development of the ERP. After submittal of this information, CONSULTANT shall participate in a phone conference with CITY staff and other appropriate officials to obtain preliminary input prior to development of a draft ERP. CITY shall schedule the telephone conference and invite applicable attendees. After the telephone conference, CONSULTANT shall prepare a preliminary draft of the updated ERP. The preliminary draft shall be submitted by email to CITY for its review. CONSULTANT's ERP specialist shall make a single site visit to the City of Port Angeles to meet with CITY officials and other appropriate local officials, as desired by CITY. CITY shall schedule and organize the meeting in coordination with CONSULTANT's ERP specialist and shall invite key emergency response staff and applicable agency representatives. CITY shall consult with CONSULTANT's ERP specialist regarding potential attendees prior to scheduling the site visit. CONSULTANT shall prepare and furnish to CITY by email a list of suggested topics to be addressed during the site visit and meeting. During the site visit, CITY's review comments on the draft ERP and revisions to the draft ERP related to format and content shall be discussed with, and provided to CONSULTANT. 4.2 Final Draft and Final ERP CONSULTANT shall prepare a final draft ERP based on information and review comments furnished and discussed as part of Subtask 4.1. If additional discussion is necessary as part of development of the final draft ERP, CONSULTANT shall contact those individuals directly or direct communication via staff designated by CITY. The final draft ERP shall be submitted by CONSULTANT to CITY by email for its review and comment. CITY shall review the final draft ERP and provide comments and revisions electronically with changes tracked and identifiable or as mark-ups on a hardcopy. CITY shall summarize, coordinate, and adjudicate the review comments of all reviewers including non-CITY agencies into its review comments submitted to CONSULTANT. CONSULTANT shall prepare the final ERP based on CITY's review comments of final draft ERP and submit the final ERP electronically by email to CITY. An example ERP, which is provided solely to stimulate initial CITY input, is included as follows: 12 I. Contents II. Acronyms III. General Water System Information IV. Revisions Log V. ERP Copy Log VI. Introduction a. Requirement b. Purpose c. Situation and Assumptions d. Overview of Facilities e. Summary of Hazards and Emergency Action Levels VII. Concept of Operations a. Introduction b. Emergency Direction and Control 1. Incident Command 2. Unified Command 3. Initial Operations 4. Sustained Operations c. The PWD Incident Management Team 1. Incident Commander 2. Public Information Officer 3. Liaison Officer 4. Safety Officer 5. Operations Section Chief 6. Planning Section Chief 7. Logistics Section Chief 8 Financial Section Chief d. Mutual Aid Agreements VIII. Emergency Equipment and Facilities a. Utilities Operations Center (UOC) Locations b. City and County Emergency Operations Center Locations c. Emergency Equipment 1. Items stocked at the PWD UOC 2. Field Equipment d. Communication Resources e. Log of Events IX. Crisis Communications Plan (The City will provide this for inclusion in the ERP) X. Incident Management a. Damage Assessment b. Recovery Organization c. Recovery Plan d. Termination and Review XI. Administration and Logistics a. Document Management 1. Responsibility for Changes 2. Review Frequency 3. Revisions 4. Document Control 5. Intranet Procedures b. Records Preservation c. Medical Needs of Responders d. Insurance Coverage e. Site Security XII. Training XIII. Water Quality Contamination (Information in this section was developed from the EPA Toolbox) 13 a. Threat Warnings b. Possible Stage c. Credible Stage d. Confirmed Stage e. Site Characterization 1. Planning for Site Characterization 2. Site Characterization Procedure 3. Site Characterization Report f. Laboratories XIV. Authorities and References Figures and Tables Appendices (emergency response checklists for up to 20 scenarios and emergency contact information) Task 5. Fairmount Pump Station Services During Construction CONSULTANT shall provide engineering services during construction of the Fairmount Pump Station and Pipeline Project, which was designed by CONSULTANT. This includes, but is not limited to, shop drawing review, answering technical questions, as-needed site visits, and record drawings. 5.1 Shop Drawing Review CONSULTANT shall review and comment on quality assurance and technical shop drawing submittals. Administrative, contract close-out, training, and other submittals, certifications, and permits shall be addressed by CITY staff. CITY staff shall provide a single copy of shop drawing submittals to CONSULTANT for review and comment. CONSULTANT shall return reviewed shop drawing submittals to the CITY for transfer of comments to other copies of shop drawings and subsequent distribution to specified entities (including CONSULTANT). The budget for this sub task is based on an allowance to be expended as directed by the CITY for review of the pump station design and other shop drawings to the extent permitted by the budget. 5.2 Technical Assistance During the course of the construction project, CONSULTANT and the CITY acknowledge that technical questions and issues will arise that require input and assistance from CONSULTANT.) Such input and assistance is expected to include clarification of drawings and specifications as well as preparation of documentation to support change orders that may be developed by the CITY. Where written input is requested by the CITY, CONSULTANT's input and assistance shall be documented by email. The budget for this subtask is based on an allowance to be expended as directed by the CITY. 14 5.3 As-Directed Site Visits CONSULTANT and the CITY acknowledge that there will be times during construction when on-site attendance and assistance of CONSULTANT will be necessary. CONSULTANT shall conduct such site visits, as requested and directed by CITY staff. CITY staff shall provide notice to CONSULTANT of the need for such site visits as early as possible to allow CONSULTANT to make the necessary schedule adjustments. CONSULTANT shall prepare and submit to designated CITY staff person a brief, one-page memorandum summarizing CONSULTANT's observations during the site visit as well as recommendations (if necessary). The budget for this subtask is based on a total of three site visits. 5.4 Record Drawings CONSULTANT shall prepare record drawings for the construction project based on a single set of full-size marked-up design drawings prepared by contractor and further marked-up and revised by CITY staff. Comments and mark-ups to CONSULTANT shall be prepared in red ink or pencil ready for revision by CONSULTANT's technician. CONSULTANT shall revise design drawings to create the record drawing set. Preparation of additional drawings is not anticipated and is not budgeted. A single 11" x 17" set and a single full-size (22" x 34") set of record drawings (both sets to be paper hard copies ) shall be prepared by CONSULTANT and submitted to the CITY along with the electronic Autocad drawing files. Theplan drawings shall be to true scale (Le., measuring a distance between two points using the AutoCAD command DISTANCE will give the user the actual distance between those two points in the field), and both electronic and hard copies of these drawings shall be provided to the CITY.. Task 6. Update Scope and Cost Estimates for WSP Projects Two key improvement projects listed in Table 9-1 of the City's 2002 Water System Plan are scheduled for implementation soon. As a result, the CITY desires to update the estimated costs and project scopes previously developed. To accomplish updating these two projects, CONSULTANT shall make use of existing cost information available from Phase 1 of the Concrete Cylinder Pipeline Replacement Project and the Fairmount Pump Station and Pipeline Project. The project scopes and initial capital costs of the following two projects listed in Table 9-1 shall be re-developed: · Concrete Cylinder Pipeline Replacement (City CFP No. WT02-99) · McDougal Subzone Fire Pump (WT64-99) Project scopes will consist of roughly half-page descriptions for each project. 15 Task 7. Directed Services CONSULTANT shall provide technical assistance and other services to the CITY, related to the CITY's water system or other utilities, at the specific direction of authorized CITY staff. No such assistance or services shall be provided unless specifically directed by the CITY. The purpose of this task is to facilitate timely response by CONSULTANT to needs that are unforeseen at this time. The budget for this task is essentially a contingency allowance that includes labor and expenses. 16 " .' Exhibit B Budget for Water System Assistance Task No. and Description Total 1 Elwha Dam Removal Mitigation 1.1 Monthly Mitigation Meetings $2,490 1.2 Design Meeting Participation $10,895 1.3 VST Participation $27,340 1.4 Design Work Product Review $23,284 1.5 Undefined Elwha Assistance $7.751 Subtotal $71,759 2 Phase 2 of CCP Replacement 21 Mapping and Utilities 21.1 Obtain City Mapping $2,863 21.2 Supplemental Field Survey $28,030 2.1.3 Prepare Base Maps $4,857 2.2 Evaluate Canyon Crossings Construction Alternatives 2.2.1 Compare Technical Alternatives $8,242 2.2.2 Compare Cost of Alternatives $3,772 2.2.3 Prepare Summary Memorandum $2,955 2.3 Geotechnical Evaluation 2.3.1 Collect and Review Available Data $2,749 2.3.2 Field Exploration and Laboratory Testing $7,256 2.3.3 Prepare Geotechnical Report $10,458 2.4 Evaluate Corrosion Potential $4,544 2.5 Design 2.5.1 Drawings $99,223 2.5.2 Technical Specifications $17,269 2.5.3 Project Manual $8,950 2.5.4 Construction Cost Estimate $9,393 2.5.5 Finalize Project Manual $8,599 2.6 Assistance During Bidding $5.000 Subtotal $224,160 3 Develop VA-Related CIP Review City's Existing VA $5,884 Site ViSit $3,371 Scope and Estimate Improvement Projects $6.168 Subtotal $15,423 4 Emergency Response Plan 4.1 Review and Preliminary Draft Development $7,967 4.2 Final Draft and Final ERP $6.469 Subtotal $14,436 5 Fairmount Pump Station SDC 5.1 Shop Drawing Review $13,203 5.2 Technical Assistance $4,442 5.3 As-Directed Site Visits $4,758 5.4 Record Drawings $6.178 Subtotal $28,581 6 Update Scope and Estimates for WSP Projects $3,663 7 Directed Services $59,978 Project Total $418,000 I' , . J.. Exhibit C Consultant Labor Costs and Non-salary Reimbursable Costs 2004 Weighted Average Labor Rates (these rates represent average raw rates; actual raw rates times a multiplier of 3.1 will be used for invoicing purposes. These rates are subject to calendar year adjustment): Classification Rate Engineer 7 $58.77 Engineer 6 $51.43 Engineer 5 $44.21 Engineer 4 $36.59 Engineer 3 $30.13 Engineer 2 $25.89 Engineer 1 $22.99 Technician 5 $31.59 Technician 4 $28.19 Technician 3 $24.00 Technician 2 $21.34 Technician 1 $15.02 Office $20.34 Direct Expenses are those necessary costs and charges incurred for the PROJECT including, but not limited to: (1) the direct costs of transportation, meals and lodging, mail, special OWNER approved PROJECT specific insurance, letters of credit, bonds, and equipment and supplies; (2) CONSULTANT's current standard rate charges for direct use of CONSULTANT's vehicles, laboratory test and analysis, printing and reproduction services, and certain field equipment; and (3) CONSULTANT's standard project charges for computing systems, special health and safety requirements of OSHA, and telecommunications services. A service charge of 10% will apply to all direct expenses except those denoted by a 1: 2004 Non-Salary Costs (this list is only a sample of Direct Expenses and is not meant to be all inclusive. These rates are subject to calendar year adjustment): Communications1 $1.15/labor hour Computers1 $4.75/labor hour Health & Safety1,2 $1.75/labor hour Reprographics $.041 copy Reprographics (color) $.351 copy Fleet Vehides $.471 mile Personal Mileage IRS Rate (currently $.375/mile) Rental Vehide $501 day Laboratory Services Cost 2 Applies only to staff with comprehensive Health and Safety training. '. Exh ibit D. Sched ule ID Task Name I Duration 14th Quarter 1 1st Quarter I 2nd Quarter 13rd Quarter 14th Quarter Sep I Oct I Nov I Dec I Jan I Feb I Mar I Apr T May I Jun 1 Jul 1 Aua I Sec I Oct I Nov I Oec 1 Elwha Dam Removal Mitigation : 335 days I~ --- ~~H~~:H~~;~mH:~mmn~~mmm~m~~m~~:~mmmmm~m~H~~mmmm~g~m:mHHHHHE~:~rmmmmmmmmH;~~:mmmmmmmmmm~wmmH~HtHm:HHHHH~HnHHH~~;Hm:W~m~w~~:~;::~:: 2 Phase .CCp Replacement ---- 1 .. ~tt/;rHf\f\ttttH?tttttHtmfffffffHffffr~?)~fffWt?tttHtttt 2 260 days . : 3 VA-Related CIP 200 days ~k}ttHttttttttttmHfffffffffffff~tt?tr/ttHt~ 4 Emergency Response P.lan - ... 40 days k(ttttt~l : : : 5 Fairmount Pump Station SOC.... -. 100 days ~fWmr~~:HtmHfftrtttt{tttl : : : 6 Update WSP Cost Estimates - .-. Too days ~krHrffffffrHfffff~tt~~~1 : : : : 7 Directed Services -. - - days. ~fmtt~Wmwmtt{:rmm~m~mmWmmmm?mWmWm{m~{rmmrm@~t~H???@@H~ff~m~~\mmm@?@mmmmf~(~~fm~m~1 305 . : '. ... .." r EXHIBIT E Supplemental Terms Standard of Care The standard of care applicable to CONSULTANTS's Services will be the degree of skill and diligence normally employed by professional engineers or consultants performing the same or similar Services at the time said services are performed. Furnished Data The CITY will provide to CONSULTANT all data in CITY's possession relating to CONSULT ANT's services on the PROJECT. CONSULTANT will reasonably rely upon the accuracy, timeliness, and completeness of the information provided by CITY. Subsurface Investigations In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect total PROJECT cost and/ or execution. These conditions and cost! execution effects are not the responsibility of CONSULTANT. Opinions of Cost, Financial Considerations, and Schedules In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, CONSULT ANT has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by operating personnel or third parties; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, CONSULT ANT makes no warranty that CITY1s actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from CONSULTANT's opinions, analyses, projections, or estimates. H CITY wishes greater assurance as to any element of PROJECT cost, feasibility, or schedule, CITY will employ an independent cost estimator, contractor, or other appropriate advisor. CONSULTANT's DeIiverables CONSULTANT's deliverables, including record drawings, are limited to the sealed and signed hard copies. Computer-generated drawing files furnished by CONSULTANT are for CITY or others' convenience. Any conclusions or information derived or obtained from these files will be at user's sole risk. CONSULTANT's Personnel at Construction Site The presence or duties of CONSULTANT's personnel at a construction site, whether as onsite representatives or otherwise, do not make CONSULTANT or CONSULTANT's personnel in any way responsible for those duties that belong to CITY and/ or the construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and PAGE 1 OF 2 ~_J~ ."~~." responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the construction Contract Documents and any health or safety precautions required by such construction work. CONSULT ANT and CONSULT ANTis personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions and have no duty for inspecting, noting, observing, correcting, or reporting on health or safety deficiencies of the construction contractor(s) or other entity or any other persons at the site except CONSULTANT's own personnel. The presence of CONSULTANT's personnel at a construction site is for the purpose of providing to CITY a greater degree of confidence that the completed construction work will conform generally to the construction documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the construction contractor(s). CONSULTANT neither guarantees the performance of the construction contractor(s) nor assumes responsibility for construction contractor's failure to perform work in accordance with the construction documents. Contractor Indemnification and Claims CITY agrees to include in all construction contracts the provisions of "CONSUL T ANT's Personnel at Construction Site, and provisions providing contractor indemnification of CITY and CONSULTANT for contractor's negligence. CITY shall require construction contractor(s) to name CITY and CONSULTANT as additional insureds on the contractor's general liability insurance policy. CITY agrees to include the following clause in all contracts with construction contractors, and equipment or materials suppliers: "Contractors, subcontractors, and equipment and material suppliers on the PROJECT, or their sureties, shall maintain no direct action against CONSULTANT, CONSULTANT's officers, employees, affiliated corporations, and subcontractors for any claim arising out of, in connection with, or resulting from the engineering services performed. CITY will be the only beneficiary of any undertaking by CONSULT ANT. II Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. CONSULTANT is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. Limitation of Liability To the maximum extent permitted by law, CONSULTANT's liability for CITY's damages will not, in the aggregate, exceed $1,000,000. This article takes precedence over any conflicting article of this AGREEMENT or any document incorporated into it or referenced by it. This limitation of liability will apply whether CONSULTANT's liability arises under breach of contract or warranty; tort; including negligence; strict liability; statutory liability; or any other cause of action, and shall include CONSULTANT's officers, affiliated corporations, employees, and subcontractors. PAGE20F2 LATE ITEMS TO BE PLACED ON THIS OR FUTURE AGENDAS: (Cont'd) FINANCE: CH2M HIll Agreement Econormc and Engmeering Services (EES) Contract Amendment Tree Tnmming Contract CITY COUNCIL MEETING September 21, 2004 newspaperregarding BP A rates, as well as past programs to assist residents, such as the solar energy program. Should addItIonal programs be forthcormng, he urged the CIty to provIde mcentIves in order to make the programs effectIve. On another matter, Mr. Lamoureux questIoned house numbenng, odd versus even, west of"N" on I oth Street DIrector Collms offered to look mto the matter. Mr. Lamoureux cIted the downspout dIsconnect project, asking for a starns report from staff. Director Cutler informed hIm that a report will be presented to the Utility AdVISOry Comrmttee in October, after which it wIll be presented to the CouncIl Mr. Lamoureux then referenced the portIOn of the CounCIl agenda where pubhc comment IS mVlted for items not on the agenda. He mqUIred as to why the public can't speak on all agenda Items The Mayor and indIVIdual CouncIlmembers prOVIded mput to Mr. Lamoureux Attorney Bloor indicated that pubhc mput IS sought in the form of a pubhc heanng, and he added that larger CItIes don't allow pubhc mput at all m the mterest of tIme. 1 CH2M HIll - New Agreement Pubhc Works & UtIhtIes Drrector Cutler summanzed the contract for profeSSIOnal servIces relatIve to the water system and water treatment facilities. This IS a renewal of the City's agreement with CH2M Hill for consultatIOn and servIce for the CIty'S water system. He reviewed the scope of work under the contract, as well as fundmg sources, and he advised the Council that the UtIhty AdVISOry Committee had endorsed approval by the CIty CounCIl. CouncIlmember PlttIS noted that Task #3 and #4 were Federal mandates for wruch the CIty wIll receIve no fundmg. Councilmember Braun moved to authorize the Mayor to sign an Agreement for Professional Services with CH2M Hill, Inc., for an amount not to exceed $418,000. The motion was seconded by Councilmember Pittis and carried unanimously. 2 Economic and Engineering Services (EES) Contract Amendment DIrector Cutler advised the CounCil that staffhas been workmg on the development of an RFP that has been issued for the transfer statIOn, as well as other additIonal services There are certam sectIOns m the RFP m which the City wIll be subrmttmg a bid m competitIOn With the private sector and, to that end, he mdicated the City needs aSSistance from EES to assure the allocatIOns are accurate and to assure fair competition. An amendment to the eXlstmg contract With EES is reqUIred, as there would be an additional 60 hours of work at a value of $6,000. Director Cutler indicated the Utility Advisory Comrmttee had discussed the issue and endorsed the CouncIl's approval. In responding to an inquiry from Councilmember Pittis, Director Cutler clanfied the added work and mdicated the City would be biddmg on design, constructIOn, and operatIon of the transfer statIon, the moderate nsk waste faclhty, the composting operations, and post closure operatIons. He added that the City would not be biddmg on long haul and disposal of solid waste or curbside recycling. The City would plan to retain the m-house functIOn of the scale shack. Drrector Cutler proVided further clanfication to CouncIlmember Munro as to the aspect of deSIgn and constructIOn. Councilmember Pittis moved to amend the contract with Economic and Engineering Services (EES) to a level not to exceed $30,790, which is an increase of $6,000. The motion was seconded by Councilmember Rogers and carried unanimously. 3 Tree Trimmzng Contract for 2004 Drrector Cutler presented mformatIOn relatIve to the annual contract for tree trimrmng, notmg there has been a significant decrease in power outages because of thiS effort. Councilmember WIlhams generated diSCUSSIOn as to whether trees that are unfriendly to power lines should be removed and replaced. Director Cutler mdicated the City has - 3 - I- . , 5.0Q:L!- AMENDMENT NO.1 TO THE AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE THE CITY OF PORT ANGELES AND CH2M HILL, INC. PROJECT 04-11 THIS AMENDMENT NO.1 is made and entered into this ~5~day of 2005, by and between THE CITY OF PORT ANGELES, a non-charter code city of the Sta Washington, (hereinafter called the "CITY") and CH2M Hill, Inc., a Florida Corporation (hereinafter called the "CONSULTANT"). WHEREAS, the CITY entered in to an AGREEMENT with the CONSULTANT on October 19, 2004, (the AGREEMENT) and WHEREAS, the CITY desires to amend the AGREEMENT to revise the Scope of Work, Budget, and Time of Performance NOW, THEREFORE, in consideration of the representations and the terms, conditions, covenants and agreements set forth in the original AGREEMENT and this AMENDMENT, the parties hereto agree as follows: I .... REVISED SCOPE OF WORK The revised 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. II TIME OF PERFORMANCE The work for all Tasks shall be completed by October 31,2006. The schedule for completion of each task shall be as detailed in Exhibit C. III MAXIMUM COMPENSATION The CONSULTANT'S total compensation and reimbursement are stated in the attached Exhibit B. The budget for any Task may be further adjusted by mutual agreement without an amendment to the Agreement, as long as the maximum compensation amount of $842,059.00 is not exceeded. Amendment No I to CH2M Hill Agreement, 04- I I Page I of2 IV SIGNATURES Except as modified herein, the original Agreement and its Exhibits shall remain in effect. In WITNESS THEREOF, the parties hereto have executed this Amendment No.1 to the Agreement as of the day and year first written above. CITY OF PORT ANGELES: ~al~ MAYOR CONSULTANT: TITLE: rf APPROVED AS TO FORM: ~~~~ CITY A TIORNEY ATTEST: hOfl~ ,1J.p-tw. CITY CLE -' , , - / -', , - , / I ; Amendm~nt 'No'. ] to CH2M HIli Agreement, 04-] ] Page 2 of2 Exhibit A Scope of Work Task 8 - West UGA Utilities CH2M HILL (CONSULTANT) agrees to furnish the City of Port Angeles (CITY) the following services, as described herein, per the Agreement for Professional Services, Project 04-11 (Agreement). The budget for each of the subtasks described in this Scope of Work is presented in Exhibit B. The budget presented in Exhibit B includes labor costs and expenses related to project management, accounting, and other associated overhead expenses. These costs are included as part of the cost of each subtask and are not itemized separately. The subtask budget subtotals are presented to identify the focus and level-of-effort among the project work elements and are not intended to be contractually-binding limits. Managing to the overall project total shall be accomplished in recognition that some task budgets may be exceeded while others may be more than adequate to cover CONSULTANT's costs. OVERVIEW The CITY has a major industrial facility that wants to locate outside of the current water and sewer service boundary. Service to this new industry will require an extension of utilities to the west along U.S. highway 101. While the industry is outside of the current service area, it is located inside the CITY's growth management boundaries. This scope of work addresses the planning and design needed to extend the utilities to the new industry. The major elements of the extension include the following: . Incorporate new water booster pump into the recently designed Fairmount pump station including a pressure reducing system and other required elements . Installation of approximately 7,900 lineal feet of water main . Construction of a new Wastewater pump station sized to serve the industry and surrounding area . Installation of approximately 7,000 lineal feet of sewer force main and sufficient gravity main to serve said facility In addition to the planning and design services, CONSULTANT shall perform a surge analysis for the water system. For the purposes of this scope of work, it is assumed that a surge tank is not required. SCHEDULE Schedule is of paramount importance on this project. The industrial facility identified above requires water and service by 4th quarter 2005. To accomplish this goal, the CONSULTANT will need to execute a fast track schedule. This fast track schedule is contingent upon a number of requirements to be successful. These requirements are as follows: 1. Permits, secured by the CITY, will be available for preliminary investigations and construction. Permits for geotechnical investigation shall be secured by the end of February 2005. All construction related permits will be needed by July 1, 2005. 2. Ecology approval of the sewer extension will not require a general sewer plan update. 3. Information required by CONSULTANT will be readily available within 7 days upon reasonable request. If these requirements are not met, CONSULT ANT will be unable to meet the fast track schedule. Subtask 1. Preliminary Work 1.1 Obtain Background Information CONSULTANT shall coordinate with CITY staff to obtain background information necessary for the execution of this scope of work. The CITY will provide CONSULTANT with copies of the most current information related to both the water and sewer extensions as defined herein. 1.2 Field Survey & Investigation Survey information shall be collected for the preparation of a base map for the pipeline(s) alignment as well as the water and sewer pump station. CONSULTANT shall subcontract with a local surveyor, Zenovic & Associates Inc., for execution of the survey work. The CITY's existing GIS-based mapping shall be provided by CONSULTANT to the survey subcontractor to supplement the mapping developed from the field survey. CONSULTANT shall review survey requirements with the survey subcontractor and CITY staff during a single site visit by two CONSULTANT staff persons. Preparation of Field Safety Instructions is included in the scope and budget for this subtask. The following elements shall be included as part of the survey subcontractor's scope of services: . The survey shall include topographic contours at 2 foot intervals along the pipeline(s) alignment. Along Highway 101, the extent of topographic surveying shall be roughly between the south and north limits of the right-of-way. Off of Highway 101 (along Eclipse Road), the width of topographic survey shall be to a width of 30 feet centered on Eclipse road. At the water pump station site (assumed for the purposes of this scope to be the property of the soon-to-be installed Fairmount Pump Station located just north of Highway 101 at C-Street) the survey shall include topographic contours at 1 foot intervals over this entire property and 10 feet beyond (property in question is approximately 70' by 70'). The extent of survey along Highway 101 will extend from 50 feet west of Eclipse Road to the intersection at C Street including approximately 200 feet north of Highway 101 along C Street. Additional topographic contours shall include 100 feet north of Highway 101 right of way along Fairmount A venue to include forcemain discharge location. . Identification and location of survey control and benchmarks. . The location of buried utilities shall be identified by One-Call service (1-800-424- 5555). The survey subcontractor shall request the utility locate. It is understood that CITY shall locate any and all buried CITY utilities (water, sewer, storm, and electrical) along the proposed pipeline alignments and pump station sites. The survey subcontractor shall map utilities marked on the ground by CITY and N \PROJECTS\04-11 CH2M HILL AGREEMENTlAMENDMENT NO. lIEXHIBIT A FEB22 VERSION TO GET IT TO PRINT DOC 2 representatives of buried franchise utilities, including: telephone, cable television, gas, fiber optic communications, and electric power. Buried utility information included in CITY's GIS base mapping not marked on the ground as part of the field locate, shall be included in the mapping files prepared by survey subcontractor but clearly identified on a separate layer reserved for non-surveyed, buried, CITY utilities. . Horizontal and vertical locations of flow lines of ditches, curbs, edges of pavement, fog lines, or edges of traveled surfaces paralleling the proposed water and sewer pipes. . The horizontal and vertical location of the tops of valve boxes, manholes, and catch basins within 40 feet of the centerline of the traveled way. . Invert elevations, size (diameter), and directional orientations of sanitary and storm sewer connections to manholes and catch basins. Survey subcontractor shall open all manhole lids and storm sewer grates and coordinate with CITY or Gallam County staff, as applicable, if assistance with opening such lids and grates is necessary. Survey subcontractor shall connect storm and sanitary sewer lines using invert and directional information from manholes and catch basins and GIS base mapping. If connections are unclear from said information, they shall be indicated as such in the base mapping files developed by the survey subcontractor. . Survey subcontractor shall survey the horizontal location of nearby power, light and telephone poles, signs, telephone boxes, fences and other surface structures within, and 10 feet beyond, the Highway 101 right of way on the south and north sides of the Highway 101 and within, and 10 feet beyond, the 30 foot wide topographic survey limit along Eclipse Road. . Location of all trees with trunks 6 inches in diameter and larger within pipeline route, sanitary sewer pump station, and water pump station sites. . Surveyor shall establish temporary benchmarks along project to help aid in construction of the new pipelines and pump stations. Benchmarks shall be shown on the final map. . Survey subcontractor shall be responsible for providing any required traffic control measures to perform the scope of surveying services specified herein. . Produce final certified maps (complete with signed and dated professional land surveyor stamp) on 24" X 36" trans-bond paper. CONSULTANT to use maps as base-mapping for pipeline and pump station design. The base mapping shall be established in conformance with Washington Coordinate System, NAD 83 (91) and the NA VD 88, consistent with GIS mapping files. For the sewer pump station an easement is assumed to be required and boundary survey will be performed at the proposed pump station location. CONSULTANT will conduct field investigation of the pipeline routing and facility location. Digital pictures will be taken of the route and facility sites. N IPROJECTSI04-11 CH2M HILL AGREEMENTlAMENDMENT NO lIEXHIBIT A FEB22 VERSION TO GET IT TO PRINT DOC 3 Products provided: Pictures will be provided to the CITY on a CD for future use. 1.3 Prepare Base Maps CONSULT ANT shall prepare Plan panels for displaying the alignment of the new water and sewer pipelines and buried conduits using mapping prepared by the survey subcontractor. Additional plan sheets shall be established for displaying site plans of the water and sewer pump station sites. Plan base mapping shall include 2-foot contour intervals, existing ground-level features, and underground utility pipes and structures. CONSULT ANT shall prepare plan drawings in electronic AutoCAD format using a scale of 1"=20' horizontal for full size drawings (22"x34" drawing plotted on 22"x34" paper) and a scale of 1"=40' horizontal for half-size drawings (1l"x17"). It is expected that a single set of plan sheets will be prepared for both the water pipelines and sewer pipelines. Profiles will not be drawn for either pipeline. The plan drawings shall be to true scale (i.e., measuring a distance between two points using the AutoCAD command DISTANCE will give the user the actual distance between those two points in the field), and both electronic and hard copies of these drawings shall be provided to the CITY. 1.4 Agency Coordination CONSULT ANT shall coordinate a meeting with representatives of the Department of Health and the Department of Ecology to review submittal requirements and regulatory concerns. CITY may attend meeting at their option. It is the goal of this subtask to reduce any potential surprises during agency review and streamline the approval process given the tight schedule on this project. Meeting will be located at the regional office of each Department. Meeting minutes will be prepared and sent to all meeting attendees. Concerns and issues with any solutions presented at the meeting will be documented in a letter to CITY and the respective agency. CONSULTANT shall coordinate meeting with Department of Transportation (WSDOT) to review requirements of installing pipelines along and crossing Highway 101. Meeting will be located at the WSDOT regional office. Meeting minutes will be prepared and sent to all meeting attendees. Concerns and issues with any solutions presented at the meeting will be documented in a letter to CITY and WSDOT. Subtask 2. Predesign The scope of services presented for this subtask includes activities necessary for completion of a pre design report that will meet both the submittal requirements of Washington State Department of Health (DOH) Project Report and Washington State Department of Ecology (DOE) Engineering Report. It is anticipated that the Pre design Report submitted to the CITY shall include the DOH Project Report and DOE Engineering Reports as appendices and shall reference these reports to avoid duplication of information. 2.1 Surge Analysis Operation of the proposed water pump station may cause undesirable and possibly damaging hydraulic transients within the existing and proposed systems if specific mitigation measures are not implemented in the design. At a minimum, the water pump N IPROJECTSI04-11 CH2M HILL AGREEMENTlAMENDMENT NO lIEXHIBIT A FEB22 VERSION TO GET IT TO PRINT DOC 4 station pumps will have to be valve-controlled with specified valve-opening and -closing speeds. A preliminary surge analysis will be performed to identify effects of pump station operation and recommend surge control facilities and operating procedures to avoid damaging hydraulic transients. The need for surge control has not been included in the current scope of work. 2.1.1 Preliminary Surge Analysis A preliminary surge analysis will be performed during predesign to confirm hydraulic conditions and allow water system alternative analysis to be completed. System information required for the surge analysis will be obtained from the Water Master Plan and CITY staff and includes boundary conditions such as reservoir operating elevations, pressure control valves, pipe lengths, material, and diameters. Several conditions including the following may be evaluated: . New 16-inch main to site, 3,000 gpm fire flow . New 16-inch main to site, storage tank at site to provide initial fire flow during pump ramp-up . New 16-inch main to site with 3,OOO-gpm fire flow and an ASME pressure rated vessel . New 16-inch main to site with 3,OOO-gpm fire flow and two ASME pressure rated vessels (one at each end of system) The results of the surge analysis will serve as the primary design criteria regarding the type of pump station to be designed, the means of surge protection to be employed, and whether or not the system can be developed without storage at the far west end of the pipeline. It is important to note that this scope and associated budget presented in Exhibit B is based on the assumption that said storage, whether elevated or at-grade with pumping will not be necessary to mitigate the adverse impacts of surge. Products provided: technical memo (to be included in appendix of the Predesign Report). 2.2 Geotechnical Evaluation Geotechnical investigation of pipeline alignments, and the sewer pump station, is required to allow design of thrust blocks and foundations, and to forecast groundwater conditions for excavations. CONSULTANT shall undertake a geotechnical evaluation of the pipeline route to identify and establish design criteria for the new pipelines. Activities of the geotechnical evaluation are presented in the following subtasks. 2.2.1 Collect and Review Available Data CONSULTANT shall collect and review applicable and available published literature on local geology and geotechnical reports for construction in the vicinity of the pipeline route and sewer pump station. CONSULT ANT's geotechnical engineer and design manager shall visit the project site to identify the locations and assess access to the borehole and test pit sites. 2.2.2 Field Exploration and Laboratory Testing CONSULTANT shall organize and coordinate the subsurface exploration; including subcontracting with driller, and requesting pre-drilling/ pre-test-pit utility locates from One Call. CITY shall obtain required permit(s) from Washington State Department of N \PROJECTS\04-11 CH2M HILL AGREEMENTlAMENDMENT NO lIEXHIBIT A FEB22 VERSION TO GET IT TO PRINT DOC 5 Transportation (WSDOT) to undertake field explorations within WSDOT right-of-way. A single bore hole will be drilled at the sewer pump station location and another location to be determined in the field. The hole will be drilled to about 30 feet below the proposed pump station foundation. Total boring footage is estimated at less than 160 feet and does not include any borings required for a storage tank if one is determined to be necessary. CONSULTANT shall log and field-classify all samples and record standard penetration test results. Gather field data required to provide geotechnical design information. Backhoe test pits will be dug along the pipeline alignment at 1000 foot intervals on each side of the Highway 101 or as recommended in the field by geotechnical staff. CITY crews will provide all labor and equipment; including backhoe and backhoe operator, to dig test pits and CONSULTANT will coordinate with CITY regarding scheduling of test pit excavation to coincide with CONSULT ANT geotechnical staff presence on site. CONSULT ANT shall log and field-classify all field-collected soil samples. CONSULTANT shall collect all necessary field data for geotechnical design criteria. CONSULTANT shall subcontract with a certified laboratory for analysis of soils which may include moisture/ density characteristics, grain-size distribution, Atterberg limits, and strength characteristics on selected samples. Laboratory tests may vary, depending upon material types excavated and drilled. Assumptions: . No contaminated soils are anticipated at the site requiring special disposal or a Health and Safety Plan. . Two days are anticipated to be necessary for CONSULTANT's geotechnical engineer to complete the excavations associated with the geotechnical excavations. . CONSULTANT shall provide traffic control services to support Geotechnical Exploration using a traffic control subcontractor. Two days of traffic control services, provided by subconsultant, are included in this scope of work. 2.2.3 Prepare Geotechnical Report CONSULT ANT shall prepare a geotechnical data report that summarizes results of the field exploration (including test pits, boring logs and location map) and laboratory testing. The geotechnical data report shall be prepared in a manner suitable to enable CITY to furnish it to potential bidders on the construction contract. The data report will be stapled or plastic comb bound and not more than 40 total pages, including attachments and appendices. A single copy of the geotechnical data report shall be prepared for submittal to the CITY for its review and subsequent copying for distribution to potential construction contract bidders. CONSULTANT shall prepare a technical memorandum summarizing design criteria guidance with respect to the geotechnical information collected. CONSULTANT shall submit the technical memorandum to CITY for its review. N IPROJECTSI04-11 CH2M HILL AGREEMENTlAMENDMENT NO lIEXHIBIT A FEB22 VERSION TO GET IT TO PRINT DOC 6 Product provided: technical memorandum intended for internal use only (CONSULTANT and CITY) and not for distribution to potential bidders. 2.3 Design Requirements Water and sewer system design requirements will be determined in this subtask. Required water system flow capacity and sewer system conveyance capacity and pump sizes will be determined and documented. CONSULTANT shall define design requirement to allow preparation of construction documents for installation of water and sewer pipelines, one water pump station, and one sewer pump station. Water pipeline shall extend from water pump station located at the Fairmount pump station site to the terminus in the industrial site - approximately 7,900 linear feet. The water pump station will be co-located with the Fairmount pump station. The water pipeline is expected to be 16-inch C900 PVC pipe or ductile iron. Sewer pipeline shall be aligned to flow by gravity from its terminus at the industrial site along Eclipse Road to the intersection of Eclipse Road and Highway 101 where a sewer pump station will be located to convey flow via a force main eastward along the south side of Highway 101 to the existing manhole at the intersection of Highway 101 and Fairmount Avenue on the north side of Highway 101. Buried electrical power is expected to extend from a vault or pole near C Street and Highway 101 to a vault at the terminus of the water and sewer pipelines at the south end of the Eclipse Road right-of-way. CITY will provide input to CONSULTANT regarding its preference for electric vault location. Fiber-optic installation is expected to extend from a vault near C Street and Highway 101 to a vault near the terminus of the water and sewer pipelines. It is assumed that the CITY will enter into an agreement with a fiber optic company regarding provision of conduit along pipeline alignment and that Contractor will only provide and install conduit. Design of fiber optic cables and terminations is not part of this scope of work. Design and specification of fiber optic pull vaults shall be included in the final design package. Items CITY must provide: . Design details, including type, size and location of vaults required by Fiber optic company . Alignment and vault location preferences from the fiber optic franchise utility 2.3.1 Water system design requirements The new water main extension (with fire hydrants at selected intervals) and water pump station will be designed to supply domestic uses in conformance with DOH standards and for a fire flow rate of 3,000 gpm with a set residual pressure (to be determined} at the southwest terminus of the pipeline. CONSULTANT shall estimate near-term and long-term- future domestic demand based on input from CITY and interested stakeholders on potential system users. Along with this input CONSULTANT shall develop estimated demand through assumptions of development type for other properties in the industrial site area using DOH demand guidance for domestic uses. These demand scenarios, including both domestic and fire flow, will be used in the preliminary surge analysis. N IPROJECTSI04-11 CH2M HILL AGREEMENTlAMENDMENT NO llEXHIBIT A FEB22 VERSION TO GET IT TO PRINT DOC 7 CONSULTANT shall prepare preliminary design for water pump station. The water pump station shall incorporate the recently CH2M HILL designed Fairmount pump station. The station shall be a slab-on-grade structure (CMU block building with metal roof), with three low flow pumps, a single high flow pump (or two high flow pumps, each with one half of total required capacity), engine generator sized for peak firm flow capacity. The incorporation of the design into the Fairmount pump station will be based on one pump station that will serve two pressure zones. A PRY (pressure reducing valve) station will be included at the pump station site which will deliver domestic and fire flows to the Fairmount service area. Based on preliminary research, it appears that a redundant pump to serve fire flows is not required by NFP A 820 and therefore, design of such a redundant system and associated structure is not part of this scope. The use of constant speed or variable speed drives will be evaluated along with bypass valving and piping to allow continuous service to the water main extension. Results of the surge analysis will likely require the use of a surge tank (not included in the scope) to mitigate hydraulic transients which will influence project cost and require additional footprint. The Predesign Report will define the intended control strategy for the water pump station. Items CITY must provide: . Future water system demands . Required residual pressure for fire flow 2.3.2 Sewer system design requirements The new sewer extension will be designed for a future build-out condition of the annexed service area which is assumed to be developed to include a mix of commercial, industrial and domestic sanitary sewer flows. Sanitary sewer flow projections will be made and provided to the CITY for review as part of this subtask with the selected flow projections incorporated into the Predesign Report. The City's General Sewer Plan will be used as basis of sanitary sewer flow projections along with input from CITY and interested local stakeholders regarding expected domestic uses. CONSULTANT shall determine the diameter of the gravity pressure portions of the sewer. Downstream sewer conveyance capacity at the proposed discharge location on Fairmount A venue is unknown. It is understood that downstream capacity limitations shall be evaluated by others as part of a separate project. CONSULT ANT will review sewer pump station capacity and planned operation with CITY to ensure that sewer pump station design flows will not exceed downstream conveyance capacity. Sewer vertical grade will be considered near the sewer pump station to allow gravity service from adjacent properties where possible, without requiring excessively deep sewer alignment. Sewer pipeline materials are assumed to be ASTM D3034 PVC or alternate pressure-rated materials conforming to requirements of DOE Criteria for Sewage Works and Design Section Cl-9.1.2. The sanitary sewer forcemain is expected to be 4-inch A WW A C900 PVC pipe to avoid internal corrosion and potential corrosion caused by stray currents from buried electrical power. Pipe material selection will be reviewed in this subtask. Due to heavy truck loads along Eclipse Road, pipe zone backfill consisting of controlled density fill may be required. It is assumed that Eclipse Road will be asphalt patched, and overlaid following trenching. N IPROJECTSI04-11 CH2M HILL AGREEMENTlAMENDMENT NO 1IEXHIBIT A FEB22 VERSION TO GET IT TO PRINT DOC 8 The sewage pump station is expected to be a duplex submersible pump station designed in accordance with Department of Ecology Criteria for Sewage Works and Design (Orange Book). Items CITY must provide: . Provide General Sewer Plan data as basis of flow projections for new service area. . Provide preference for sewer lift station pump and accessory manufacturers. . Provide documentation that demonstrates the CITY has sufficient treatment capacity to serve the new service area. 2.4 Implementation The CITY's preferred alignment of the pipelines, along Highway 101 and Eclipse Road, and the pump station locations described above will serve as basis of predesign. The predesign efforts will develop these concepts. 2.4.1 Pipeline Predesign CONSULTANT shall recommend and layout the preferred pipeline alignments and pump station locations, including construction feasibility given geotechnical considerations, site and right-of-way constraints, traffic control requirements, construction methods, restoration, buried utility conflicts, operations and maintenance, access requirements, construction impacts to surrounding area and existing facilities, permitting and schedule impacts. 2.4.2 Pump Station Predesign The water pump station will be incorporated into the Fairmont Pump Station recently designed by CH2M HILL for the CITY. It is assumed that this expanded water pump station will be a slab-on-grade structure with concrete masonry unit walls, wood frame trusses, and a metal roof. The sewer pump station capacity and depth and configuration will be developed during Predesign. The Predesign Report will provide a plan and section figure depicting the general arrangement of the pump station including, piping, manhole, electrical facilities, control facilities and maintenance access. Sewer pump station is anticipated to employ duplex submersible non-clog type pumps built in a flat top manhole with adjacent electrical control panels and standby power provided by an engine generator. Instrumentation of the pump station will conform to existing CITY standards for pump stations. For purposes of this scope, it is assumed that level measurement will be provided by an ultrasonic sensor and remote telemetry of alarms is provided with radio transmitter. Submersible pump manufacturer standard high temperature alarms and moisture detection alarms are expected to be provided to local panel. The DOE Engineering Report will provide results from service area calculations and provide final sizing for the pipe prepurchase. 2.4.3 Predesign Opinion of Cost An Engineer's Opinion of Construction Cost will be prepared for the water and sewer pipelines, electrical conduit installation, sewer pump station, and water pump station and associated facilities. N IPROJECTSI04-11 CH2M HILL AGREEMENT\AMENDMENT NO lIEXHIBIT A FEB22 VERSION TO GET IT TO PRINT DOC 9 The cost estimate shall be a preliminary-level estimate with an accuracy of plus or minus 30- percent, including a 30 percent contingency for conservatism to cover the cost of unknown and unforeseen factors. Product provided: Opinion of Cost (submitted with the draft Pre design Report). 2.4.4 Prepare Predesign Report CONSULTANT shall prepare a brief Predesign Report summarizing results of the Surveying and Mapping and Predesign subtasks. The report will present recommended pipeline alignment and configuration and design features of sewage pump station and water pump station. Memorandum shall include recommendations for prepurchase of pipe/ conduit and provide budget level price from two vendors for each type of material. DOH Project Report and DOE Engineering Report will be attached as appendices. CONSULTANT shall prepare a Predesign Report, approximately 10 to 12-pages in length, including preliminary Plan drawings of pipeline alignment (1" =20' horizontal scale full-size drawings reduced to half size for Predesign Report), plan and section drawings of the sewer and water pump stations, and a draft specifications list for the project.. Assumptions: Due to project schedule constraints, a final Predesign Report will not be prepared. CITY comments will be addressed in the development of Final Design. Product provided: Draft Predesign Report (5 copies), separate copies of DOH and DOE reports (to allow CITY to submit to agencies). 2.4.5 City & Agency Review CITY shall review Predesign Report and provide written comments in Microsoft Word and a single copy of hand annotated drawings from the Predesign Report. CONSULT ANT shall meet with CITY staff to receive comments and review report. The budget for this subtask includes attendance by two CONSULTANT staff persons for one day meeting (plus 2 hours of preparation time for each staff person). The DOH and DOE reports will also be revised and finalized under this subtask to address agency comments. Assumption: Meeting with CITY to be held in Port Angeles. Product provided: Final DOH and DOE reports. 2.4.6 Permits and Documentation CITY shall obtain and pay for all permits required for this project. CITY shall also prepare and process environmental documentation required including addressing SEP A. Subtask 3. Prepurchase Services CITY's proposed project schedule is expected to require pre-purchase of long lead items to prevent material delivery from slowing the critical path of construction schedule. This scope assumes that approximately 7,900 linear feet of water and 7,000 feet of sanitary sewer pipe, and 7,900 feet of electrical conduit will be prepurchased. Pipe and conduit size and specifications will be determined in the pre-design phase. Prepurchase of water and sewer pump station pumps is not expected. N \PROJECTS\04-11 CH2M HILL AGREEMENTlAMENDMENT NO 1\EXHIBIT A FEB22 VERSION TO GET IT TO PRINT DOC 10 3.1 Prepurchase Contract Preparation CONSULT ANT will prepare a technical specification for pipe and conduit. A bid period of 2 weeks is assumed. CITY will administer bid opening, award contracts and will monitor progress of delivery. CONSULTANT will review submittals for all materials and equipment within 7 days of receipt and will return submittals with any comments to vendors. Construction contract for pipeline and pump stations will include these materials as Owner- Furnished Materials and contractor will assume responsibility for contract and delivery of materials and equipment. Upon delivery, CITY staff and Contractor, if available, will jointly inspect delivered materials and equipment. Product provided: technical specifications for pipe and conduit. Subtask 4. Final Design Construction documents (Project Manual) for the water and sewer pipelines and sewer and water pump stations shall consist of a single contract with one or two schedules, bound as a single document for bidding and construction. H two schedules are developed, they shall be developed to include or exclude the water pump station and shall enable CITY to award either or both schedules of the work depending on actual bid prices and other factors. CONSULT ANT shall prepare draft design deliverables for CITY review at the 65 %, and 95% completion levels. The design elements that comprise these deliverables are presented in the following subsections. 4.1 Final Surge Analysis A final surge analysis will be performed during final design to confirm hydraulic conditions based on the 95 % design. A brief internal report will be developed and recommendations for pump startup and shutdown procedures will be developed for inclusion in the Project Manual. Product provided: updated surge analysis memo (internal only). 4.2 Drawings Following completion of Predesign Report and receipt of CITY's comments, CONSULTANT shall prepare detailed design drawings suitable for competitive bidding of the pipeline and pump station construction. Drawings shall include Plan panels along the pipeline alignment, piping details, system connections, blowoffs and air valves, cathodic protection (if required), surface restoration, erosion and sedimentation control, traffic control. Pump station drawings will include architectural, structural, and mechanical, HV AC, electrical, and instrumentation drawings as required. Plan panels shall include surface topography with two-foot contour intervals, location of existing utilities, and pipeline layout with valves and connections identified. Plans shall include notes defining the location of existing utilities in the vicinity of the pipeline alignment and instructions to the contractor for conflict minimization. CITY standard design details shall be used where applicable. Drawings shall be prepared in electronic (AutoCAD or Microstation) format. The construction drawings are anticipated to include the sheets identified in the preliminary N \PROJECTS\04-11 CH2M HILL AGREEMENTlAMENDMENT NO l\EXHIBIT A FEB22 VERSION TO GET IT TO PRINT DOC 11 drawing list presented at the end of this scope. Drawings shall reference City Standard Details where applicable, bound as part of the Project Manual. Selected pipeline materials shall be as recommended in the Predesign Report. No additional evaluation of pipe material shall be conducted. No alternative pipeline alignments and pipe sizes will be investigated. The budget for this subtask includes a meeting with CITY, following the Predesign Report review meeting and prior to major design activities, to discuss pipeline connections, pump station operations, details, design criteria and other topics requiring resolution. Technical specifications (described in Subtask 4.3), bidding and contract documents (described in Subtask 4.4), and Division 1 specifications (also described in Subtask 4.1) shall be prepared in draft form beginning at the 65% completion level. The budget for this subtask includes making revisions to the design drawings based on CONSULTANT's internal review and CITY review comments at each of the draft-review levels. Items to be provided by the CITY: . Descriptions of any easements along the pipeline route and pump station sites and will handle all easement and/ or right-of-way acquisitions necessary. . Existing easements or pipeline right-of-way that are additional to Highway 101 or CITY-street right-of-way shall be located approximately in accordance with the easement or right-of-way descriptions. . SEP A checklists required and will obtain and pay for required permit. Assumption: Budget developed is based on preliminary drawing list contained at the end of this scope of work 4.3 Technical Specifications CONSULTANT shall prepare technical specifications (Divisions 2 through 17) for pipeline and pump station construction. The CONSULTANT's Standard Specifications (CSI format) shall be used, supplemented with special provisions where necessary to address specific requirements of this project. CITY shall provide Division 0 to the CONSULTANT for inclusion into the project manual. The first draft of the technical specifications shall be prepared and submitted for CITY review as part of the 65 % design package. The budget for this subtask includes making revisions to the technical specifications based on CONSULTANT's internal review and CITY review comments at each of the draft-review levels (65% and 95%). 4.4 Project Manual CONSULTANT shall prepare bidding and contract documents and Division 1 specifications and special provisions for inclusion as part of the Project Manual. The first draft of the Project Manual, including said documents and design drawings shall be prepared and submitted upon completion of the 65% submittal. The budget for this subtask includes making revisions to the bidding and contract documents and Division 1 specifications based on CONSULTANT's internal review and CITY review comments at each of the draft-review levels. N IPROJECTSI04-11 CH2M Hill AGREEMENT\AMENDMENT NO 11EXHIBIT A FEB22 VERSION TO GET IT TO PRINT DOC 12 Products provided: Five copies of the 65%-complete Project Manual and fifteen copies of the 95%-complete Project Manual. Assumption: CITY shall furnish copies of the 95% complete Project Manual for all applicable and required agency review, including Clallam County, Washington State Department of Transportation, and Washington State Department of Health. 4.5 Construction Cost Estimate CONSULTANT shall prepare a detailed draft estimate of the construction cost estimate in association with completion of the 65% and 95% draft Project Manual. The construction cost estimate will be developed in alignment with the bid (proposal) form. The final construction cost estimate will be finalized in association with finalizing the Project Manual. 4.6 Workshop CONSULTANT shall conduct a workshop with the CITY to review the 95% documents. Workshop will start at approximately 10 AM and conclude at 3 PM. Key staff will be involved to interact with CITY and answer questions about the design. Assumption: Workshop will be held at the CONSULTANT IS office in Bellevue, WA. 4.7 Finalize Project Manual CONSULTANT shall finalize the Project Manual based on CITY and agency review comments at the 95 %-completion level. The Project Manual documents to be furnished shall include the bidding and contract documents, Division 1 specifications and special provisions, technical specifications and special provisions, appendices, and design drawings. Reproducible design drawings shall be furnished with engineer stamps and signatures in 11" x 17" (half-size) and 22" x 34" (full-size) format. Electronic files, where available, of all Project Manual documentation, including drawings (AutoCAD format or Microstation) shall be provided. CITY will print bid documents for distribution to bidders. If agencies have not finished their review prior to CONSULT ANT obtaining CITY comments, any comments will be addressed during bidding process as an addendum. Products provided: CONSULTANT shall furnish the original, final Project Manual, reproducible design drawings, and electronic files. Assumption: CITY to develop five copies of Project Manual for CONSULTANT's use. 4.8 Assistance During Bidding CITY shall manage and undertake the contract bidding process including distribution of the Project Manual and advertising. Consultant shall provide bid support to CITY, as specifically requested, via response to plan holder questions and preparation of technical content for two addenda. The budget for this subtask is based on an allowance of approximately $5,000 that shall be expended solely at the direction of CITY staff. The budget allowance is acknowledged to be inadequate for re-development of design drawings or other substantial re-design during the bidding period. CITY staff shall evaluate bids, conduct reference checks, develop recommendation for award, and undertake contract negotiations and signings. N IPROJECTSI04-11 CH2M Hill AGREEMENTlAMENDMENT NO 1IEXHIBIT A FEB22 VERSION TO GET IT TO PRINT DOC 13 Preliminary Drawing List Drawing No. Drawing Name/Description Scale General 1 Title sheet, Location map, Vicinity map, Drawing Index -- 2 Abbreviations -- 3 Legends, Symbols, and General notes -- 4 Structural and Architectural Notes -- 5 Mechanical LeQend and Notes -- 6 Electrical LeQend and Notes -- 7 Instrumentation Legend and Notes -- Pian 8 Water & Sewer - 0+00 to 5+00 1"=20' 9 Water & Sewer - 5+00 to 10+00 1"=20' 10 Water & Sewer - 10+00 to 15+00 1"=20' 11 Water & Sewer - 15+00 to 20+00 1"=20' 12 Water & Sewer - 20+00 to 25+00 1"=20' 13 Water & Sewer - 25+00 to 30+00 1"=20' 14 Water & Sewer - 30+00 to 35+00 1"=20' 15 Water & Sewer - 35+00 to 40+00 1"=20' 16 Water & Sewer - 40+00 to 45+00 1"=20' 17 Water & Sewer - 45+00 to 50+00 1"=20' 18 Water & Sewer - 50+00 to 55+00 1"=20' 19 Water & Sewer - 55+00 to 60+00 1"=20' 20 Water & Sewer - 60+00 to 65+00 1"=20' 21 Water & Sewer - 65+00 to 70+00 1"=20' 22 Water & Sewer - 70+00 to 75+00 1"=20' 23 Water & Sewer - 75+00 to 80+00 1"=20' Site/Civil 24 Water Pump Station Site, GradinQ, and Electrical Plan TBD 25 Details - Typical Trench, Pavement and Other Surface -- Restoration 26 Details - Manholes and Pull Boxes, Air Valves, Blowoffs -- 27 Details - Pipeline System Connections -- 28 Details - ConflictinQ Utility Protection or Relocation -- 29 Details - Cathodic Protection (if required) -- Structu ral/ Arch itectu ral 30 Water Pump Station Architectural Ground and Roof Plan TBD 31 Water Pump Station Architectural Elevations 32 Water Pump Station Architectural Details 33 Water Pump Station Structural Ground and Roof Plan 34 Water Pump Station Structural Elevations 35 Water Pump Station Structural Details 36 Structural Standard Details TBD Mechanical 37 Water Pump Station Mechanical Plan and Sections TBD 38 Water Pump Station Mechanical Sections 39 Sewer Pump Station Mechanical Plan and Sections N \PROJECTS\04-11 CH2M HILL AGREEMENTlAMENDMENT NO 1IEXHIBIT A FEB22 VERSION TO GET IT TO PRINT DOC 14 40 Mechanical Details 41 Details - Hydropneumatic Tank TBD Electrical 42 Water Pump Station Electrical Power and Control Plan 43 Water Pump Station Electrical Control Diagrams and Panel -- Schedule 44 Water Pump Station One-Line Diagram, Elevations and Details TBD 45 Sewer Pump Station Electrical Power and Control Plan and Details 46 Sewer Pump Station Electrical One-Line Diagram, Control Diagrams and Panel Schedule Instrumentation and Control 47 Process and Instrumentation Diagram - Water Pump Station -- 48 Process and Instrumentation Diagram - Sewer Pump Station -- Traffic Control 49 Sign Schedule & Traffic Control Notes TBD 50 Typical Plans TBD 51 Typical Plans TBD 52 Typical Plans TBD 53 Typical Plans TBD Task 4. Emergency Response Plan · Additional Services On December 14, 2004, CITY personnel met with CONSULTANT and developed a revised approach for the emergency response plan (ERP) to best integrate the water system emergency plan into the City Emergency Plan (CEMP). CONSULTANT will: 1. Develop the "Miscellaneous Water System Emergencies" Annex section for Volume 2. This will include restructuring the Water Shortage Plan to fit into the CEMP Annex format within this " Miscellaneous" section. Other annex additions will include "Water Contamination" and "Destruction Failure of the water system ". This task will include a few phone calls with Steve and Dan to make sure what we're developing is exactly what the CITY needs. 2. Develop the "Miscellaneous Water System Emergencies" checklist for Volume 3. 3. Provide emergency forms to include in Volume 5. 4. Add points related to water emergencies to existing Annexes in Volume 2. 5. Add checklist for the water system into existing checklist section in Volume 3. All items will follow the existing CEMP format as closely as possible. Deliverables will be provided electronically and will be discussed at a workshop at the City to be held on April 1, 2005. If changes need to be made following the workshop, these will be provided electronically by CONSULTANT on April 15, 2005. N IPROJECTSI04-11 CH2M HILL AGREEMENTlAMENDMENT NO 1IEXHIBIT A FEB22 VERSION TO GET IT TO PRINT DOC 15 Exhibit B Amendment NO.1 to Agreement 04-11 Table 1 - Budget for all Tasks TASK Original Amendment Funding Source Amount No.1 1. Elwha Dam Removal $71,759.00 $71,759.00 Federal Government, Mitigation Water Utiliti 2. Phase 2 of Concrete 2002 Cylinder Pipe Replacement $224,160.00 $224,160.00 Water/Wastewater Bond 3. Develop Vulnerability 2005 Water Utility Assessment-Related Capital $15,423.00 $15,423.00 Budget Improvement Program 4. Emergency Response $14,436.00 $19,436.00 2004 & 2005 Water Plan Utility Budget 5. Fairmount Pump Station $28,581.00 $28,581.00 2004 Water Utility Construction Support Budget 6. Update Scope and $3,663.00 $3,663.00 2005 Water Utility Budget for Water Projects Budget 7. Other Services as $59,978.00 $59,978.00 Varies Directed 8. West UGA Utilities NA $419,059.002 Utilities3 Total $418,000.00 $842,059.00 -I - Reimbursement of some, but not all, of the costs to be provided by the federal government 2 _ Total CONSULTANT budget for Task 8 is $470,504. Costs beyond the Task 8 budget of $419,059 up to the total CONSULTANT budget for Task 8 will be paid for from Task 7 Other Services as Directed. 3 _ Funding sources will be the Water, Wastewater and Light Operations funds. EXHIBIT B Table 2 - Breakdown of Cost for Task 8 Task Number Task Name Price Task 1 Prelimnary Work 1 1 Obtain Background Information $2,188 1 2 Field Survey & Investigation $41,235 1 3 Prepare Base Maps $4,548 1 4 Agency Coordination $7,916 Task 2 Predesign 2.1.1 Prelimmary Surge AnalysIs $14,957 2.2 1 Collect and Review Available Data $2,970 2.2.2. Field Exploration and Laboratory Testmg $9,044 2.2.3 Prepare Geotechnical Report $5,113 23.1 Water system design requirements $19,718 2.3.2 Sewer system design requirements $13,982 2.4.1 Pipeline Predesign $13,886 2.4 2 Pump Station Predesign $19,767 2.4 3 Predesign Opinion of Cost $4,543 2.4 4 Prepare Predeslgn Report $14,381 2.4.5 City & Agency Review $8,494 2.4 6 Permits & Documentation $0 Task 3 Prepurchase Services 31 Prepurchase Contract Preparation $9,707 Task 4 Final Design 41 Final Surge Analysis $4,569 4.2 Drawings $153,570 4.3 Technical Specifications $46,357 44 Project Manual $31,554 4.5 Construction Cost Estimate $14,435 4.6 Workshop $4,467 4.7 Fmallze Project Manual $18,228 4.8 Assistance Durring Bidding $4,875 TOTAL $470,504 . ' Exhibit C Amendment No 10 CH2M HIli Agreement, 04-11 Task 8 Estimated Project Schedule Feb-05 Mar-05 Apr-05 May-OS Jun-05 Jul-05 Aug-05 Sep-05 Oct-05 Nov-05 Subtask 1 Prehmnary Work 1 1 Obtain Background Information - 12 Field Survey & Investigation 13 Prepare Base Maps . - 14 Agency Coordination Subtask 2 Predesign 211 Preliminary Surge AnalysIs 22 Geotechnical 221 Collect and Review Available Data - 222 Field Exploration and Laboratory Testing 223 Prepare Geotechnical Report 231 Water system design requirements 232 Sewer system design reqUirements 241 Pipeline Predeslgn 242 Pump Station Predeslgn 243 Predeslgn OpInion of Cost - 244 Prepare Predeslgn Report 245 City & Agency Review - 246 Permits & Documentation Subtask 3 Prepurchase Services 31 Prepurchase Contract Preparation Advertise for Prepurchased Matenal -- Prepurchased Matenal Delivery 41 t Subtask 4 Final Design 41 Final Surge AnalysIs - 42 Drawings 43 Technical Specifications 44 Project Manual 45 Construction Cost Estimate - 46 Workshop . 47 Finalize Project Manual - Agency Review 48 Assistance Durnng Bidding Award . Construction Start-up .. 6.ltJq~-3 AMENDMENT NO.2 TO THE AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE THE CITY OF PORT ANGELES AND CH2M Hill, INC. PROJECT 04-11 THIS AMENDMENT NO.2 is made and entered into this J'fI;A. day of , 2005, by and between THE CITY OF PORT ANGELES, a non-charter code city 0 State of Washington, (hereinafter called the "CITY") and CH2M Hill, Inc., a Florida Corporation (hereinafter called the "CONSULTANT"). WHEREAS, the CITY entered in to an AGREEMENT with the CONSULTANT on October 19, 2004, (the AGREEMENT) which was amended on February 25, 2005 and WHEREAS, the CITY desires to amend the AGREEMENT to revise the Scope of Work, Budget, and Time of Performance NOW, THEREFORE, in consideration of the representations and the terms, conditions, covenants and agreements set forth in the original AGREEMENT and this AMENDMENT, the parties hereto agree as follows: I.... REVISED SCOPE OF WORK The revised 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. " TIME OF PERFORMANCE The work for all Tasks shall be completed by October 31,2006. The schedule for completion of each task shall be as detailed in Exhibit D. III MAXIMUM COMPENSATION The CONSULTANT'S total compensation and reimbursement are stated in the attached Exhibit C. The budget for any Task may be further adjusted by mutual agreement without an amendment to the Agreement, as long as the maximum compensation amount of $904,531.00 is not exceeded. Amendment No. I to CH2M HilI Agreement, 04-11 Page I of2 IV SIGNATURES Except as modified herein, the original Agreement and its Exhibits shall remain in effect. In WITNESS THEREOF, the parties hereto have executed this Amendment No.2 to the Agreement as of the day and year first written above. CI CONSULTANT:tl ~--- Nil \~ 5\-,-\0\ Vlvz... ~~~~ TITLE: ;ZPR VED AS TO FORM: / - ( ~ ~/ \- ?/ CITY A TIORNEY ATTEST: l ;' ( / " ~ :) ,\ \.. .... Amendment No 1 to CH2M HIll Agreement, 04-11 Page 2 of2 Exhibit A Scope of Work Task 9 - General Sewer Plan Amendment CH2M HILL (CONSULTANT) agrees to furnish the City of Port Angeles (CITY) the following services, as described herein, per the Agreement for Professional Services, Project 04-11 (Agreement). The budget for each of the subtasks described in this Scope of Work is presented in Exhibit C. The budget presented in Exhibit C includes labor costs and expenses related to project management, accounting, and other associated overhead expenses. These costs are included as part of the cost of each subtask and are not itemized separately. The subtask budget subtotals are presented to identify the focus and level-of-effort among the project work elements and are not intended to be contractually-binding limits. Managing to the overall project total shall be accomplished in recognition that some task budgets may be exceeded while others may be more than adequate to cover CONSULTANT's costs. OVERVIEW A major industrial facility (lumber mill) is being constructed outside of the current water and sewer service boundary. To serve this new industry with urban services, an extension of utilities beyond the current City limits to the west along U.S. highway 101 is required. While the industry is outside of the current sewer service area, it is located inside the CITY's western Urban Growth Area (UGA). This scope of work addresses the need to amend the CITY's General Sewer Plan, or the sewer portion of the existing Facility Plan, to include the western Urban Growth Area (UGA) that was not considered in the existing Plan's sewer service area. The western UGA is shown in Exhibit B, attached herein. The major elements of the work include the following: . Develop sewer service alternatives for the western UGA . In coordination with the CITY, develop projected sewer flow and loads . Determine the preferred alternative and any potential phasing . Determine downstream upgrades, if required, in the existing sewer system . Include the current West UGA utility extension as part of the overall sewer service scheme for the new service area Treatment adequacy will not be addressed in the amendment. The current Facility Plan will be referenced concerning treatment capacity. SCHEDULE Schedule is of paramount importance on this project. The CONSULTANT will need to have the amendment completed and submitted to Ecology approval prior to construction starting on the West UGA utility extension. This fast track schedule requires a number of items to be successful. These items are as follows: 1. CITY will provide information concerning existing sewer system capacity 2. Ecology approval will be completed prior to construction completion 3. Other information required by CONSULTANT will be readily available upon reasonable request Subtask 1. Planning Work 1.1 Obtain Background Information CONSULTANT shall coordinate with CITY staff to obtain background information necessary for the execution of this scope of work. The CITY will provide CONSULTANT with copies of the most current information related to sewer as defined herein. CITY shall provide CONSULTANT with any future industrial flow and loads that are anticipated in the service area. 1.2 Develop projected sewer flow & loads CONSULTANT shall develop projected sewer flow and loads for the new service area. Sewer flows will be based on Department of Ecology criteria and planning information provided by the City. Sewer flow and loads will be broken down by sub-basins in the new sewer service area. CONSULTANT shall develop sub-basins for the new service area based on GIS mapping from the CITY. CITY shall provide up to date planning information including land use and density information. CITY shall also provide existing population and projection information. Product Technical memorandum, with service area map, identifying projected flows and loads. 1.3 Develop sewer service alternatives CONSULTANT shall develop potential service alternative for the new service area. Each sewer service alternative shall include facility location map and preliminary cost estimate. Sewer facilities shall be placed in the right-of-way unless the CITY directs the CONSULTANT to place potential facilities on potential future easements or rights-of-way. Sewers will not be deeper than 20 feet. Alternative collection systems (i.e. STEP, Vacuum, Variable Grade, etc.) will not be considered in the development of alternatives. CITY shall identify preferred connection points for the new service area. CITY shall provide guidance for potential easement and future right-of-way routes for sewer alternatives. Product Map showing sewer service alternatives. Preliminary cost estimates for each alternative. 1.4 Determine downstream impacts CONSULTANT shall determine if there are potential downstream impacts based on the alternatives developed in Subtask 1.3. Costs will be developed for upgrades, if necessary, for each sewer service alternative. It is assumed that no modeling will be required for this task. The CITY should be able to identify available sewer capacity with existing sewer model information. Model will not be used to identify upgrades. C \DOCUMENTS AND SETIINGS\CHALVERS\LOCAL SETIINGS\TEMPORARY INTERNET FILES\TASK 9 EXHIBIT A - SCOPE OF WORK FINAL VERSION DOC 2 CONSULTANT shall identify flows that will be delivered to the existing sewer system. The information shall be provided to Brown & Caldwell. CITY shall work with Brown & Caldwell to determine the downstream impacts and return the information to the CONSULTANT. Product Map showing impacted sewer segments (and pump stations) for each of the sewer alternatives. Costs estimates for existing sewer system impacts. 1.5 Identify preferred alternative CONSULTANT shall conduct a workshop with the CITY to review the various sewer service alternatives and the associated costs. CITY shall identify a preferred alternative for inclusion into the plan. CONSULTANT shall expand on the preferred alternative to meet the plan requirements. A final planning level cost estimate will be prepared. CITY will have input on projected installation of the sewer improvements. A financial analysis will not be completed for this amendment. It is assumed that the capital improvement plan for this area will be driven by growth and development. Product Workshop with CITY Subtask 2. Document Preparation 2.1 General Sewer Plan Amendment Requirements CONSULTANT shall include the following required items in the amendment: . The purpose and need for the proposed amendment. . Statement that the CITY shall own, operate, and maintain the new sewer system. . The existing and amended service boundaries. . A layout map, including the following: - Boundary lines of CITY limits. - Applicable existing sewers and areas served by each. - Proposed sewers and areas proposed to be served by each. - Applicable existing and proposed pump stations and force mains. - Topography and elevations of the new service area. . Information on streams, other bodies of water, wetland and sensitive areas. . Information on water systems. . Population trends and methods used to determine those trends. . Information on existing wastewater facilities in the area. . Reference the existing facility plan for the required discussion on the provisions for treatment, discharge, and reuse. . Information on facilities producing industrial wastewater in the new service area . Information on existing wells or other water supply sources in the new service area. . Discussion of alternatives evaluated and alternative chosen. . Information on proposed cost and potential impact to rates/fees. . Statement regarding compliance with SEP A C'IDOCUMENTS AND SETTINGSICHALVERS\LOCAL SETTINGSITEMPORARY INTERNET FILESITASK 9 EXHIBIT A - SCOPE OF WORK FINAL VERSION DOC 3 CITY shall prepare SEP A checklist and complete SEP A process. CITY shall provide CONSULTANT with copy of SEP A checklist and associated DNS or mitigated DNS 2.2 Publish Plan CONSULTANT shall prepare a draft for CITY review, a final draft for submission to Ecology, and final document. Products. 3 copies of draft document, 6 copies of final draft (3 for Ecology, 3 for City), and 8 copies of final along with one camera ready copy for future copies to be printed by City. Subtask 3. Review and Approval 3.1 Coordination with Ecology CONSULTANT shall meet with Ecology to confirm the approach in this scope of work and upon submission of the document. After Ecology review, CONSULTANT shall address reasonable comments and revise the document as necessary. Products. meeting minutes 3.2 Review and Adoption by CITY CONSULTANT shall present draft and final documents to CITY. A meeting will be established with CITY staff to review draft document. Meeting shall be located at the CITY. CITY shall review document and return written comments to the CONSULTANT. CONSULTANT shall address comments to the satisfaction of the CITY prior to preparation of the final draft. CONSULTANT shall be present at CITY council during plan adoption process. Products. meeting minutes C IDOCUMENTS AND SETTINGSICHALVERSILOCAL SETTINGSITEMPORARY INTERNET FILESITASK 9 EXHIBIT A - SCOPE OF WORK FINAL VERSION DOC 4 EXHIBIT B D N 5,700 Feet Sewer Planning Area ~~").lt.>D~ ~~"NA-{);iJ,i9j Port Angeles Urban Growth Area Map,,: ( l~ /, s,;,-;.., Rd ,,':IS, ,/ ,:!J'S' , (!."~ Tr E; {lfnette Rd J I ~ L ,_~!,,~th Rd. Ga~l l' 18 Mariah Winds Wy. '-' 7" g' ~~_ I 0: II .~ ';'H~:~I , -,_._;sl \ OraperRd ' ::;1 ( -1 IL ')}_ ~j Legend City & UGA Limits ~oIPA !!~::;;Urtlan Growlh C \DOCUMENTS AND SETTINGSICHALVERSILOCAL SETTINGSITEMPORARY INTERNET FILESITASK 9 EXHIBIT A - SCOPE OF WORK FINAL VERSION DOC 5 EXHIBIT C Budget for Task 9 Task Number Task Name Price Task 1 Planning Work 1.1 Obtain background information $1,969 1.2 Develop projected sewer flow & loads $2,945 1.3 Develop sewer service alternatives $15,592 1.4 Determine downstream impacts $6,595 Task 2 Document Dreparation 2.1 General Sewer Plan requirements $9,009 2.2 Publish Plan $10,876 Task 3 Review and ApDroval 3.1 Coordination with Ecology $2,322 3.2 Review and Adoption by City $3,817 TOTAL $62,472 File Name: Exhibit D Page 1 of 2 Date Printed' 5/3/2005 Task 1 1.1 1.2 1.3 1.4 1.5 Task 2 2.1 2.2 Task 3 3.1 3.2 EXHIBIT 0 May-05 Jun-05 Jul-05 Aug-05 Sep-05 5. ~q~-'f AMENDMENT NO.3 TO THE AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE THE CITY OF PORT ANGELES AND CH2M Hill, INC. PROJECT 04-11 THIS AMENDMENT NO.3 is made and entered into this ~ day of ~I...~' 2005, by and between THE CITY OF PORT ANGELES, a non-charter code city of'tlle State of Washington, (hereinafter called the "CITY") and CH2M Hill, Inc., a Florida Corporation (hereinafter called the "CONSULTANT"). WHEREAS, the CITY entered in to an AGREEMENT with the CONSULTANT on October 19, 2004, (the AGREEMENT) which was amended on February 25,2005 and May 17, 2005, (collectively referred to as "the AGREEMENT") and WHEREAS, the CITY desires to amend the AGREEMENT to amend the Scope of Work, Budget, and Time of Performance NOW, THEREFORE, in consideration of the representations and the terms, conditions, covenants and agreements set forth in the original AGREEMENT and this AMENDMENT, the parties hereto agree as follows: AMENDED SCOPE OF WORK The amended scope of professional services to be performed and the results to be achieved by the CONSULTANT shall be as amended by adding to the Scope of Work in the attached Exhibit A. The work described in Exhibit A shall include all services and material necessary to accomplish the work. II TIME OF PERFORMANCE The work for all Tasks shall be completed by October 31,2006. The schedule for completion of tasks 1-9 remain unchanged, and for task 10 corresponds to the construction schedule for the West UGA Utilities Extension project, scheduled for completion by November 18, 2005. III MAXIMUM COMPENSATION The CONSULTANT'S total compensation and reimbursement are stated in the attached Exhibit B. The budget for any Task may be further adjusted by mutual agreement without an amendment to the Agreement, as long as the maximum compensation amount of $993,087 is not exceeded. Amendment No 3 to CH2M HIli Agreement, 04-11 Page 1 of2 IV SIGNATURES Except as modified herein, the original Agreement and its Exhibits shall remain in effect. In WITNESS THEREOF, the parties hereto have executed this Amendment NO.3 to the Agreement as of the day and year first written above. CITY OF PORT ANGELES: CONSULTANT: ~JJ) ~y- \ill> f,....,.wt TITLE: Mic.l1o.t1 1>~v\~1 V iu. r("~~\dW ;Z:S;FO;G CITY ATTORNEY ATTEST: 61"'_~ . J ~^ CITY CLE' - Amendment No.3 to CH2M HIli Agreement, 04-11 Page 2 of2 Exhibit A Scope of Work Task 10 - West UGA Utility Extension Services during Construction CH2M HILL (CONSULTANT) agrees to furnish the City of Port Angeles (CITY) the following services, as described herein, per the Agreement for Professional Services, Project 04-11 (Agreement). Except as modified herein, the original Agreement and Scope of Work shall remain in effect. The budget for each of the subtasks described in this Scope of Work is presented in Exhibit B. The budget presented in Exhibit B includes labor costs and expenses related to project management, accounting, and other associated overhead expenses. These costs are included as part of the cost of each subtask and are not itemized separately. The subtask budget subtotals are presented to identify the focus and level-of-effort among the project work elements and are not intended to be contractually-binding limits. Managing to the overall project total shall be accomplished in recognition that some task budgets may be exceeded while others may be more than adequate to cover CONSULT ANT's costs. In some cases the scope of the subtask is easily definable, as is the case with Subtasks 10.1, 10.4, 10.5, and 10.6, and is budgeted in recognition of that clarity. In other cases, the scope of the subtask is difficult to determine, as is the case with Subtasks 10.2, and 10.3, and the budget for these subtasks are allowances based on best-guess estimates. Thus, the scope of Subtasks 10.2, and 10.3 is directly related to budget availability. Task 10. Services during Construction CONSULTANT and the CITY acknowledge that CITY staff shall provide construction management and observation services for the construction phase of the project. CONSULT ANT's role during construction shall be limited to providing assistance to the CITY as described in the following subtasks. CONSULTANT shall provide assistance and input, as requested by CITY staff, to CITY staff. 10.1 Preconstruction Meeting CONSULT ANT's senior engineer or construction manager shall attend and participate in the preconstruction meeting. CITY staff shall schedule and facilitate the meeting as well as prepare meeting minutes. 10.2 Shop Drawing Review CONSULTANT shall review and comment on quality assurance and technical shop drawing submittals. Administrative, contract close-out, training, and other submittals, certifications, and permits shall be addressed by CITY staff. CITY staff shall provide two copies of shop drawing submittals to CONSULTANT for review and comment. CONSULTANT shall return one of the copies of the reviewed shop drawing submittals to the CITY for its transfer of comments to other copies of shop drawings and subsequent distribution to specified entities. CONSULTANT shall retain the other copy of the shop drawing for its records and subsequent use in review of re-submittals. The budget for this subtask is based on an allowance to be expended as directed by the CITY for review of pre- purchased equipment submittals, time critical submittals as defined in the project manual, and other shop drawings to the extent permitted by the budget. 10.3 Technical Assistance During the course of the construction project, CONSULTANT and the CITY acknowledge that technical questions and issues will arise that require input and assistance from CONSULTANT. Such input and assistance is expected to include clarification of drawings and specifications as well as preparation of documentation to support change orders that may be developed by the CITY. Where written input is requested by the CITY, CONSULTANT's input and assistance shall be documented by email. The budget for this subtask is based on an allowance to be expended as directed by the CITY. 10.4 Weekly Construction Meetings CONSULTANT and the CITY acknowledge that there is value in having a senior engineer from the CONSULTANT's design team attend the weekly construction meetings. The CONSULTANT's senior engineer shall attend every other weekly construction meeting for the project in person, and shall make a site visit during the same day. The CONSULT ANT's senior engineer shall attend the other weekly construction meetings via teleconference. CONSULTANT shall prepare and submit to designated CITY staff person a brief, one-page memorandum summarizing CONSULTANT's observations during the site visit as well as recommendations (if necessary). The budget for this subtask is based on a total of 14 construction meetings, seven in person and seven by phone. 10.5 As-Directed Site Visits CONSULTANT and the CITY acknowledge that there will be times during construction when on-site attendance and assistance of CONSULTANT will be necessary beyond the weekly construction meetings. CONSULTANT shall conduct such site visits, as requested and directed by CITY staff. CITY staff shall provide notice to CONSULTANT of the need for such site visits as early as possible to allow CONSULTANT to make the necessary schedule adjustments. CONSULTANT shall prepare and submit to designated CITY staff person a brief, one-page memorandum summarizing CONSULTANT's observations during the site visit as well as recommendations (if necessary). The budget for this subtask is based on a total of four site visits. 10.6 Record Drawings CONSULT ANT shall prepare record drawings for the construction project based on a single set of full-size marked-up design drawings prepared by contractor and further marked-up and revised by CITY staff. Comments and mark-ups to CONSULTANT shall be prepared in red ink or pencil ready for revision by CONSULTANT's technician. CONSULTANT shall revise design drawings to create the record drawing set. Preparation of additional drawings is not anticipated and is not budgeted. A single 11" x 17" set and a single full-size (22" x 34") set of record drawings (both sets to be paper hardcopies) shall be prepared by CONSULTANT and submitted to the CITY along with the electronic Autocad drawing files. 2 Exhibit B Budgets for Each Task in Agreement 04-11 Amendment No.3 TASK (Amendment No.) Amount Thru Amendment Amend. No.2 No.3 1. Elwha Dam Removal Mitigation $71,759 $71,759 2. Phase 2 of Concrete Cylinder Pipe $224,160 $224,160 Replacement 3. Develop Vulnerability Assessment-Related $15,423 $9,430 Capital Improvement Program 4. Emergency Response Plan $19,436 $20,928 (Amendment 1) 5. Fairmount Pump Station Construction $28,581 $6,163 Support 6. Update Scope and Budget for Water $3,663 $3,663 Projects 7. Other Services as Directed $59,978 $19,165 8. West UGA Utilities (Amendment 1) $419,059 $495,220 9. General Sewer Plan Amendment for West $62,4 72 $62,472 UGA (Amendment 2) 10. WUGA Construction Support Services NA $80,127 Total $904,533 $993,087