Loading...
HomeMy WebLinkAboutAgenda Packet 04092019City Council / Utility Advisory Committee Joint Meeting City Council Chambers Port Angeles, WA 98362 April 09, 2019 3:00 p.m. AGENDA I. Call To Order 11. Roll Call Ill. Approval Of Minutes for March 12, 2019 IV. Late Items V. Public Comment — The Utility Advisory Committee desires to allow the opportunity for Public Comment. However, the business of the City must proceed in an orderly, timely manner. At its most restrictive, Public Comment shall be limited to a total of 15 minutes. Individuals may speak for three (3) minutes or less, depending on the number of people wishing to speak. If more than 20 people are signed up to speak, each speaker may be allocated two (2) minutes. (Taken from Council Rules of Procedure Section 12). VI. Discussion Items: A. Pump Station 3 Design and Construction Support, Professional Services Agreement B. 2019 NPDES Wastewater Outfall Inspection, Professional Services Agreement C. Net Energy Metering Policy D. Changes to Electric Utility Port Angeles Municipal Code VII. Information Only Items: A. Wastewater and Stormwater Cost of Service Analysis (COSA) Presentations VIII. Next UAC Meeting Date: • City Council/UAC work session April 23, 2019 at 5:00-7:00 pm in Council Chambers to go over Coast -of -Service -Analysis (COSA) models. • Special UAC meeting May 2, 2019 at 11:00 am in Council Chambers to view the MRSC Utility Fiscal Management video series. • UAC regular meeting May 14, 2019 at 3:00-5:00 pm IX. Adjournment MM P-QUANGELES WASH /wGrow. v,o. UTILITY ADVISORY COMMITTEE City Council Chambers Port Angeles, VVA 98362 March 12,2819 L Call To Order Chair Cherie Kidd called the meeting 0oorder at3:OOpm. 8 Roll Call UACAaaigned Cnumci|memheraPreeent Deputy Mayor Kate Dexter, Counoi|mmmberand Chair Cherie Kidd, and Councilmember Lindsey Schromen-Wawrin Qmnci|membereAbsen None UAC Members Present: Vice Chair William Atkinson, and Rob Feller UAC Members Absent: yNattiasJ6megren.Paul Collins, and Laura Dodd Staff Present: Gregg King, James Burke, William B{oor.Jonathan, 8oehme. K4arySueFrench, Vincent McIntyre, Marian Bodnrt. and Michelle Hale Others Present: Five Citizens Ill. Approval OfMinutes Lindsey Schromen-Wawrin requested a motion for approval of the February 27, 2019 minutes. Vice Chair William Atkinson seconded the motion. Motion carried 5-0. 0V. Late Items: None V. Public Comment: Marilyn Eash, a resident and a member of a new group, Interfaith Earth Care Coalition, (six different congregations). Personally and from the, Coalition, requested and encouraged moving forward with the community solar project. David Mattern, resident, stated he had spoken to City Council previously to support the solar project, and relayed how appreciative heiaofCity staff. Hounderstands the consideration of staff limitations, yet stressed to the Committee the importance of the solar project. pg 2 V% Discussion Items: A. WA Department of Ecology PeconstrudonGrant Acceptance Jonathan Boehme, City Engineer, reviewed the Department of Ecology (DOE) Water Quality Stormwater grants. City Engineering applied for these two grants in 2015, and received a favorable ranking. However the projects were put on hold in 2016 due to funding limitations at the state level. |n2O18.the projects were revived and approved for funding. Project #1 is for planning and design of low -impact development (LID) retrofit improvementstoVV.10m Street between Cand LStreets for the purpose ofimproving downstream water quality inTumweter Project #2 is for planning and design ofLow-impact development (L|0)retrofit improvements tothe City Hall Parking Lot for the purpose of improving downstream water quality in Peabody Creek. Requesting grants to hire consultants to assist in formulating design alternatives, do not require City match funding and are included in the approved 2019-2024 Capital Facilities Plan. Following the planning/design, able to proceed with clear construction plans and environmental documentation. Discussion held. Lindsey Schromen-Wawrin made a motion to forward a favorable recommendation for City Council tuauthorize the City Manager bosign 1) Grant Agreement with ECYinthe amount of $1GO,000for the 1GmStreet LID Retrofit Project and make minor modifications ifnecessary. 2) Grant Agreement with ECY1nthe amount of$102"080for the City Hall Parking Lot LID Retrofit and make minor modifications ifnecessary. Kate Dexter seconded the motion. Motion carried 5-0. V11. Information Only Items: A. Community Solar Project Gregg King, Power Resource Manager, provided anupdate onthe Community Solar Project. Following the City Council meeting, it was requested staff obtain more clarity and detail onthe community solar project, as Council was informed City staff was unable to move forward with the project. Staff was made aware of the solar project opportunity last summer, received a favorable recommendation for RFP (Request for Propooa|).and received two proposals last fall. Upon further review, staff noted the number of items needed to be accomplished with this project and the number of staff required. The City currently has a Work Plan in place that does not address this project, and staff need to attend to day to day responsibilities. Based on staff analysis, key required components, such as financial feasibility model analysis, sufficient staff time to dedicate to the project and the ability to meet the pre -certificate deadline prevents the City from moving forward with the Community Solar Project in2U1g. James Burke, PW&UDirector stressed the City strongly supports renewable energy projects; however it is necessary to incorporate the project(s) and grants in a timely manner and as resources allow. Carbon footprint progress is important and we are constantly looking at and bringing forward projects to UAC and Council. Discussion followed. B. Wastewater and Stu/mwaba Cost ofService Analysis (COSA)Presentations Delayed to future meeting. C. UAC Meeting Notice Lindsey Schromen-Wawrin requested public notice for UAC and special meeting notifications be posted more than 24 hours in advance. Vill. Next Meeting Date: April 9, 2019 Ix. Adjournment: 3:42pm Chair Cherie Kidd Michelle Hale, Administrative Specialist U Pg 4 it P-Q-RTANGELES � UT�UTY ADVSORY COMMFFFEE WASH i NGTON, U.S. MEMO Date: April 9, 2019 To: Utility Advisory Committee From: Jonathan Boehme, City Engineer & Deputy Director of Engineering Subject: Pump Station 3 Design and Construction Support, Professional Services Agreement with Kennedy Jenks Consultants, PSA -2019-09 Summary: During the devastating wind storm in December 2018, Pump Station 3 (PS3) experienced a catastrophic failure; electrical equipment was flooded and the pump station was rendered inoperable. A temporary fix is currently in place, however the design and construction of a pump station replacement must be completed as soon as possible. Pump Station 3 Replacement, Project WW03-08, is included in the approved 2019-2024 CFP and will upgrade the existing pump station serving sanitary sewer flows from the west side of the City. To accelerate completion of the project, a design and construction support consultant will be hired. Five firms were evaluated from the MRSC Roster, based on their statement of qualifications, Kennedy Jenks Consultants of Seattle, WA was selected to provide support services. Funding: Funds are available in the approved 2019 budget for the Wastewater Utility Capital projects (453-7488-594-6510) in the amount of $900,000. An additional $159,000 remained in the 2018 budget (453-7488-594-6510) that will roll forward to the current year. Recommendation: The UAC provide a favorable recommendation for City Council to authorize the City Manager to sign the 2019 Pump Station 3 Design and Construction Support Professional Service Agreement with Kennedy Jenks Consultants in the not to exceed amount of $215,950 and make minor modifications if necessary. Background / Analysis: PS3 is located at the intersection of Marine Drive and Hill Street. Since construction in 1969, the pump station service area has expanded as the City has grown. Current demand on the Pump Station exceeds capacity. Staff analysis determined an upgrade to a self -priming Pump Station sized to convey both current and anticipated future flows will resolve the current capacity -demand issue. During the December 2018 wind storm the PS3 dry well flooded, submerging all equipment, rendering the Pump Station inoperable. A temporary fix is in place, although it requires increased attention by City operations crews. To accelerate completion of the project, a design and construction support consultant will be hired, Five firms were evaluated from the MRSC Roster. In evaluating the statement of qualifications, Kennedy Jenks Consultants of Seattle WA, was determined to be the most qualified. Engineering staff worked with Kennedy Jenks to develop a detailed scope of work and negotiate a maximum not -to -exceed contract amount of $215,950 based on the anticipated efforts. Funding Overview: Funds are available in the approved 2019 budget for the Wastewater Utility Capital projects (453-7488-594-6510) in the amount of $900,000. An additional $159,000 remained in the 2018 budget (453-7488-594-6510) that will roll forward to the current year. Pg 5 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN CITY OF PORT ANGELES AND KENNEDY JENKS CONSULTANTS PSA -2019-09 RELATING TO: 2019 PUMP STATION 3 DESIGN AND CONSTRUCTION SUPPORT THIS AGREEMENT is made and entered into, by and between THE CITY OF PORT ANGELES, a non -charter code city and municipal corporation of the State of Washington, (hereinafter called the "CITY") and KENNEDY JENKS CONSULTANTS, a Washington corporation authorized to do business in the state of Washington (hereinafter called the "CONSULTANT"). WHEREAS, the CITY desires engineering, and consulting assistance related to the Pump Station 3 Design and Construction Support. WHEREAS, the CITY desires to engage the professional services and assistance of a qualified engineering firm to perform the Scope of Services as detailed in Exhibit A, and WHEREAS, the CONSULTANT represents that it is in full compliance with the statutes of the State of Washington for professional registration and/or other applicable requirements, and WHEREAS, the CONSULTANT represents that it has the background, experience, and ability to perform the required work in accordance with the standards of the profession, and WHEREAS, the CONSULTANT represents that it will provide qualified personnel and appropriate facilities necessary to accomplish the work; NOW, THEREFORE, in consideration of the above representations and the terms, conditions, covenants, and agreements set forth below, the parties hereto agree as follows: I SCOPE OF SERVICES General Scope. The CONSULTANT will accomplish the work as described in scope of services attached in Exhibit A. The CITY may review the CONSULTANT'S services, and if they do not meet the Professional Standard of Care 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. Any changes made necessary due to causes outside the CONSULTANT'S reasonable control shall be provided as an extra work herein. The CONSULTANT agrees that all services performed under this Agreement shall be in accordance with the standards of the engineering profession for similar services on similar projects of like size and nature and in compliance with applicable federal, state and local laws. The Scope of Services may be amended upon written approval of both parties. Pg 8 II OWNERSHIP OF DOCUMENTS Upon completion of the work, all written and electronic documents, exhibits, CAD files, project plans, engineering reports, or other presentations of the work directed by the CITY in Exhibit A with the exception of those standard details and specifications regularly used by the CONSULTANT in its normal course of business shall upon payment of all amounts rightfully owed by the CITY to the CONSULTANT herein 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 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. The CONSULTANT may begin work upon execution of this Agreement by both parties and written direction to proceed from CITY and the duration of the Agreement shall extend through December 31, 2020. 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. 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 Service to which the costs are related; and shall indicate the cumulative total for each task. C. The CITY shall review the invoices and make payment for the percentage of the project that has been completed less the amounts previously paid. D. The CONSULTANT invoices are due and payable within 30 days of receipt. In the event of a disputed billing, only the disputed portion will be withheld from payment. E. Final payment for the balance due to the CONSULTANT will be made after 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 Pg 9 agreed to by the parties in writing. 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 $215,950. 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 $215,950. The relation created by this Agreement is that of owner -independent contractor. The CONSULTANT is not an employee of the CITY and is not entitled to the benefits provided by the CITY to its employees. The CONSULTANT, as an independent contractor, has the authority to control and direct the performance within the Scope of Service. The CONSULTANT 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 by a third party as a consequence of any negligent act or omission on the part of the CONSULTANT'S employees while so engaged, on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT. In performing this Agreement, the CONSULTANT shall not employ or contract with any CITY employee without the CITY's written consent. The CONSULTANT shall conduct its business in a manner, which assures fair, equal and non-discriminatory treatment of all persons, without respect to race, creed or national origin, or other legally protected classification and, in particular: A. The CONSULTANT shall maintain open hiring and employment practices and will welcome applications for employment in all positions, from qualified individuals who are members of minorities protected by federal equal opportunity/affirmative action requirements; and, B. The CONSULTANT shall comply with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of nondiscriminatory 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. Pg 10 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. 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 sub -consultant 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 Services. 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. The CITY may desire to have the CONSULTANT perform work or render services in connection with this Agreement, in addition to the Scope of Services 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. X11111 TERMINATION OF AGREEMENT A. The CITY may terminate this Agreement at any time upon not less than ten (10) days written notice to the CONSULTANT. Written notice will be by certified mail sent to the CONSULTANT's designated representative at the address provided by the CONSULTANT. As a condition precedent to termination for cause the CONSULTANT shall be given the notice period to cure such cause and shall have failed to so cure. 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 11 above, shall be delivered to and received by the CITY prior to transmittal of final payment to the CONSULTANT. XIV INDEMNIFICATION/HOLD HARMLESS CONSULTANT shall defend, indemnify and hold the CITY, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the CONSULTANT in performance of this Agreement, except for injuries and damages caused by Pg 11 the sole negligence of the CITY. The CITY agrees to indemnify the CONSULTANT from any claims, damages, losses, and costs, including, but not limited to, reasonable attorney's fees and litigation costs, arising out of claims by third parties for property damage and bodily injury, including death, caused solely by the negligence or willful misconduct of the CITY, the CITY's employees, or agents in connection with the work performed under this Agreement. If the negligence or willful misconduct of both CONSULTANT and the 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, the CITY, and the officers, officials, employees, and volunteers of either, 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. 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, representatives, employees or subcontractors. No Limitation. CONSULTANT'S maintenance of insurance as required by the Agreement shall not be construed to limit the liability of the CONSULTANT to the coverage provided by such insurance, or otherwise limit the CITY'S recourse to any remedy available at law or in equity. A. MINIMUM SCOPE OF INSURANCE Consultant shall obtain insurance of the types described below: 1. Automobile Liabilitv insurance covering all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liabilitv insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury. The CITY shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the CITY. pg 12 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability insurance appropriate to the Consultant's profession. B. MINIMUM AMOUNTS OF INSURANCE Consultant shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. 3. Professional Liability insurance shall be written with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. C. OTHER INSURANCE PROVISION The CONSULTANT'S Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance as respect the CITY. Any Insurance, self-insurance, or insurance pool coverage maintained by the CITY shall be excess of the CONSULTANT'S insurance and shall not contribute with it. D. ACCEPTABILITY OF INSURERS Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. VERIFICATION OF COVERAGE CONSULTANT shall furnish the CITY with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the CONSULTANT before commencement of the work. F. NOTICE OF CANCELLATION The CONSULTANT shall provide the CITY with written notice of any policy cancellation, within two business days of their receipt of such notice. * . �.., 11 �z Failure on the part of the CONSULTANT to maintain the insurance as required shall constitute a material breach of contract, upon which the CITY may, after giving five business days notice to the CONSULTANT to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the CITY on demand, or at the sole discretion of the CITY, offset against funds due the CONSULTANT from the CITY. XVI APPLICABLE LAW This Agreement shall be construed and interpreted in accordance with the laws of the State of pg 13 Washington, and in the event of dispute the venue of any litigation brought hereunder shall be Clallam County. XVII EXHIBITS AND SIGNATURES This Agreement, including its exhibits, constitutes the entire Agreement, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following exhibits are hereby made a part of this Agreement: Exhibit A — Scope of Services Exhibit B — Budget Exhibit C — Fee Schedule Exhibit D — Schedule XVIII This Agreement is effective and binding as of the date for the last signature affixed below. KENNEDY JENKS CONSULTANTS By: Printed Name: Title: Date: CITY OF PORT ANGELES By: Printed Name: Title: Date: APPROVED AS TO FORM: BY: TTOR Y A TT' , I I BY: CITY CLERK pg 14 EXHIBIT A - SCOPE • • Wastewater Utility Engineering Services Pump Station 3 Replacement CFP WW0308 The City of Port Angeles's (City) Pump Station 3 (PS03) is a Smith and Loveless dry -pit duplex pump station. The station recently experienced flooding which caused a short in the electrical system, rendering the pump station out of service. The City is currently using a portable pump system at the station until the pump station is replaced. The City desires to abandon the existing dry well and install a new dry -well above the existing wet well. The City has currently completed a 30% design and has selected Kennedy Jenks Consultants (Kennedy Jenks) to complete the design for bidding. SCOPE OF SERVICE The scope of services for the design will have five (5) identified tasks: 1. Project Management 2. Final Design 3. Bid Support Services 4. Construction Support 5. Directed Services Kennedy Jenks will provide final design services to take the City's preliminary design work to a set of Final Bid Documents. During contractor bidding, Kennedy Jenks will provide support services as needed, at the request of the City. Bid support services may consist of responding to bidder questions, preparation of addenda, participation in pre-bid conference, and contractor bid evaluation. Task 100 — Project Management Subtask 110 — Project Management and Communications Kennedy/Jenks will be responsible for the management and coordination of the activities defined in this project. Kennedy Jenks Services: Preparation of monthly invoices and status reports. . Maintenance of the project schedule and project files. pg 15 • Coordination with sub -consultant's activities. . Facilitation of client communication related to project execution. City Responsibilities: • Communicate with Kennedy Jenks' Project Manager as needed. Assumptions: • The project duration will be 12 months through construction Deliverables: Monthly invoices and status reports over the term of this work assignment (assume 5 monthly invoices). Schedule: . March 2019 to July 2019 Task 200 — Final Design Subtask 210 — Permitting Kennedy/Jenks will provide support for permitting related activities as requested by the City. The City will lead permitting efforts. Deliverables: None. Subtask 220 — Package Pump Station Coordination Kennedy Jenks will work with the City and the package pump station supplier to identify the preferred package system model, pump selection, components, and other features that should be included in the project. Kennedy Jenks will coordination installation details directly with the manufacturer and incorporate necessary modifications in the design. If requested by the City, Kennedy Jenks can prepare a pre -purchase contract or preselection specification that can be used to reduce lead times and expedite construction. Deliverables: • Pre -purchase or pre -selection documents, as requested. Subtask 230 — Final Design Kennedy/Jenks will prepare plans, specifications, and estimates of probable construction costs for the work included in the Final Design. Documents will be submitted for City review at the 90% and 100% levels of completion. It is anticipated that a review meeting will take place with the City after the 90% submittal. If building or other permits are required, it is assumed that a permit set incorporating the City's 90% comments would be prepared and submitted as required. Final plans and specifications will be stamped and signed by a Professional Engineer registered in the State of Washington. pg 16 Plans for the levels of project completion identified previously will be prepared using AutoCAD, version 18. Plans will be prepared using the City's standard title block. Drawing size will be 11x17. 1 1x1 7 drawings will be provided for the 90% submittal. 1 1x1 7 drawings will be provided for the 100%, final submittal, and permit applications. Major elements of the design will include demo and fill existing dry well, new wet -pit mounted package pump station, new liquid propane generator and ATS, reuse City's existing fiberglass enclosure to house electrical equipment, electrical, instrumentation and controls, yard piping, grading, and concrete equipment pads. This task will entail developing Final Bid Documents from the City's preliminary design review set. The final bid set is anticipated to include the following drawings: C1 Anticipated Drawing List C2 Yard Piping Plan C3 Drawing No. C4 Drawing Name G1 Structural General Notes & Special Inspection MEMEMEMBEE Title, List of Drawings, Location Map G2 M1 Notes and Legend 1 G3 Section and Details Notes and Legend 2 G4 12 Piping Notes, Symbols & Pipe Schedule D1 Instrumentation Details 14 SCADA Communications Block Diagram Site Plan Electrical Legend, Symbols, & Abbreviations NNMDemolition ECI TESC Details & Notes C1 Site Plan C2 Yard Piping Plan C3 Civil Details 1 C4 Civil Details 2 Structural General Notes & Special Inspection S2 Structural Details M1 Pump Station Plan and Section M2 Section and Details 11 P&ID Legend 12 Pump Station P&ID 13 Instrumentation Details 14 SCADA Communications Block Diagram El Electrical Legend, Symbols, & Abbreviations pg 17 E2 Electrical Single Line Diagram & Service Calculations E3 Electrical Site Plan E4 Conduit Block Diagram & Conduit & Luminaire Schedules E5 Electrical and Communication Panel Plan and Elevation E6 Electrical Panelboard Schedule and Details E7 Electrical Details Kennedy Jenks Services: • Review the City's 30% review set, supporting calculations and other background data, and site visits. Develop Final Drawings (includes General, Demolition, Civil, Structural, Architectural, Mechanical, Electrical, Instrumentation and Controls. • Develop Final Specifications (WSDOT Special Provisions and CSI Specifications). • Develop an Engineer's Opinion of Probably Construction Cost (OPCC). • Incorporate City's comments of the Final Design into the Final Bid design documents. • QA/QC of all Deliverables. City Responsibilities: • Provide all background information used to develop the 30% design. • Provide electronic files of all 30% design documents. • Lead permitting efforts and provide coordination with City's permitting department. • Participate in City review meetings and provide direction to Kennedy Jenks on comments. Assumptions: • Assumes station will be a wet -pit mounted vacuum prime pump station by Smith and Loveless. • Pumps will be sized to match the original design performance of 1,180 gpm at 41 feet TDH. • Hydraulic modeling (i.e. steady-state and water hammer) is not included but may be added via amendment. • Surveying is not included but may be added via amendment. It is assumed that the City will provide survey base maps. • Geotechnical work is not included but may be added via amendment. • Landscaping is not included but may be added via amendment. Pg 18 • Basis of Design Report is not included but may be added via amendment. • SCADA and Controls integration will be the responsibility of the awarded contractor. • Controls and SCADA integration will be performed by Technical Systems, Inc. and will be the responsibility of the awarded contractor. • The cost estimates will be based on the RACE Cost Estimate Classification System. The Final Bid design will be a Class 1 estimate. • One (1) Final Design review meeting will be held with the City to review the Final Design review comments, if needed. Three (3) consultants will attend and the workshop will last two hours. • Effort will include incorporating City comments to the Final design. Comments are anticipated to be minor (i.e. no major equipment changes or additional sheets required). • Kennedy Jenks' drafting standards will be used for the drawings, Deliverables: • 90% Design package for City review • Final Bid drawings • Final Special Provision and Technical Specifications ((6) 11" X 17" sets). Schedule: • March 2019 to June 2019 Task 300 — Bid Support Services Subtask 310 — Prebid Assistance This task will entail providing construction support on an as -needed basis during the bidding of the Pump Station 3 Replacement project. Kennedy Jenks Services: • Tasks may include responding to bidder questions, preparation of bid addenda, attendance of a pre-bid conference, and provide technical input on review of contractor bids. City Responsibilities: • Lead bidding activities and communication with bidders. Pg 19 • Manage coordination and upload of bid documents to online bidding system (Bidder's Exchange or similar). Assumptions: • Construction support efforts will be limited to the budget proposed herein. If additional support is requested, we can provide the services through a budget augmentation. Deliverables: • Deliverables may include responses to bidder questions, addenda, etc. Schedule: • July 2019 to Aug 2019 Kennedy/Jenks general approach to this Task is to utilize our senior -level multi -disciplinary staff to provide required technical clarifications and interpretations; and consultation and advice regarding construction changes, claims, disputes, and progress. Task 400 Construction Support Subtask 410 — Project Meetings Attendance The proposed meetings include the following: • Attendance at monthly site construction meetings, followed by a site tour on the same day to assist in observation of the work. • A final project completion site visit, as requested by the City, to develop and/or confirm completion of final project punch -list items. • Attendance at other meetings as requested by the City and as budget allows. Deliverables: • Site visit notes. Subtask 420 — Contractor Submittals and Resubmittals Kennedy/Jenks will review and respond to Contractor shop drawings and submittals, as directed by the City. For budgeting purposes, Kennedy/Jenks will review up to 30 total submittals (initial submittals or re -submittals). Deliverables: • Written reviews of up to 30 shop drawing submittals and re -submittals pg 20 Subtask 430 — Construction Support/Administration Kennedy/Jenks will respond to Contractors Requests for Information (RFIs) and develop clarifications as directed by the City. A total of 5 RFIs is estimated for this project. Kennedy/Jenks will prepare Change Orders (as requested by the City) in accordance with the construction contract documents when changes to the work are being considered. When changes in the price or time for the work are agreed upon between the Contractor and City, Kennedy/Jenks will prepare the request for quotation (RFQ) and resulting Change Orders. The budget assumes a total of 1 Change Orders, and 2 RFQs for the construction project. Deliverables: • Preparation of 5 responses to requests for information and clarifications, 2 requests for quotations, and 1 change orders. Subtask 440 — Record Drawings Kennedy/Jenks will update the design drawings with as -installed information provided by the General Contractor and reviewed by City Staff, and produce a hard copy and an electronic version of the record drawings. Deliverables: • One final (11 x1 7) set of record drawings and one on electronic media (PDF format). Subtask 450 — Startup Services Kennedy/Jenks will provide services to observe and assist with initial startup of the facilities, and review specified operation and performance testing. This task includes supervision of functional and performance testing of the dewatering system. One (1) day of onsite startup assistance with a K/J staff member are budgeted under this task. Schedule: • September 2019 to April 2020 Kennedy/Jenks general approach to this Task is to utilize our senior -level multi -disciplinary staff to provide required technical clarifications and interpretations; and consultation and advice regarding construction changes, claims, disputes, and progress. pg 21 WASTEWATER UTILITY ENGINEERING SERVICES PUMP STATION 3 REPLACEMENT CFP WW0308 Task Description Task Budget 100 Project Management $19,010 200 Final Design $149,800 300 Bid Support Services $11,920 400 Construction Support $35,220 TOTAL CONTRACT AMOUNT $215,950 pg 22 Exhibit C - FEE SCHEDULE AIM -M& Kennedy/Jenks Consultants 2019 Billing Rates Level Staff Name Direct Labor Classification Rate Overhead (1194.9% x R) Profit [0.15x (R+O)j Total Hourly Billing Rate 320 Aihara, Jill Administrative Assistant $40.19 $78.34 $17.78 $136.31 170 Foray, Jeffrey Engineer/Scientist/Specialist 7 $71.18 $138.73 $31.49 $241.39 220 Hoffer, Bryan Senior CAD Technician $32.51 $63.36 $14.38 $110.25 150 Hoffman, Janet Engineer/Scientist/Specialist 5 $52.67 $102.65 $23.30 $178.62 140 Jindra, John Engineer/Scientist/Specialist 4 $46.31 $90.25 $20.48 $157.04 120 Karpa, Samantha Engineer/Scientist/Specialist 2 $31.17 $60.76 $13.79 $105.72 130 Koweluk, Stephan Engineer/Scientist/Specialist 3 $49.07 $95.63 $21.70 $166.40 150 Lubovich, Michael Engineer/Scientist/Specialist 5 $55.35 $107.87 $24.48 $187.70 215 Marx, Larry (Mike) CAD Designer $48.17 $93.89 $21.31 $163.37 310 Maxey, Nicole Project Administrator $34.85 $67.92 $15.42 $118.19 170 Parker, Keith Engineer/Scientist/Specialist 7 $68.85 $134.19 $30.46 $233.49 160 Preston, Mark Engineer/Scientist/Specialist 6 $65.76 $128.17 $29.09 $223.02 130 Pritchett, Steven Engineer/Scientist/Specialist 3 $39.04 $76.09 $17.27 $132.39 170 Ray, Ryan Engineer/Scientist/Specialist 7 $64.95 $126.59 $28.73 $220.28 170 IReisinger, Lawrence Engineer/Scientist/Specialist 7 $67.47 $131.50 $29.85 $228.82 140 Ross, Cameron Engineer/Scientist/Specialist 4 $45.68 $89.02 $20.20 $154.90 150 Salter, Jake Engineer/Scientist/Specialist 5 $55.55 $108.26 $24.57 $188.37 190 Tormanen, Travis Engineer/Scientist/Specialist 9 $118.53 $231.02 $52.43 $401.99 180 Walz, Ron Engineer/Scientist/Specialist 8 $86.82 $169.22 $38.41 $294.45 140 Ward, Nathan Engineer/Scientist/Specialist 4 $45.591 $88.86 $20.17 $154 .62 1 $0.00 $0.00 $0.00 KenneaytienKs aajusts saianes annually in March. Kennedy/Jenks Consultants pg 23 EXHIBIT D Schedule Pump Station 3 Replacement WW0308 City of Port Angeles Project Schedule This schedule is based on a Contract Notice to Proceed issued on or before April 8, 2019. Task Description Deliverable Milestone 220 Final Design 90% Submittal 7/11/2019 100% Submittal 8/30/2019 310 Prebid Assistance September -November 2019 Construction Services December 2019 -August 2020 pg 24 UTIU �Y ADV�SORY COMM�TTEE P Q-RTANGELES � WASHINGTON, U.S. MEMO Date: April 9, 2019 To: Utility Advisory Committee From: Jonathan Boehme, City Engineer & Deputy Director of Engineering Subject: 2019 NPDES Wastewater Outfall Inspection, Professional Services Agreement with BergerABAM, PSA -2019-13 Summary: The City's wastewater treatment plant is permitted under a 5 -year National Pollution Discharge Elimination System (NPDES) Permit (WA0023973) issued by the State Department of Ecology. The Wastewater Treatment Plant has two outfalls, each must have an underwater inspection by December 31, 2019. The 2019 NPDES Outfall Inspection Professional Services Agreement, will fulfill the outfall evaluation requirement for the Wastewater Treatment Plant NPDES Pen -nit (WA0023973). Three firms were evaluated from the MRSC Roster, and based on their statement of qualifications, BergerABAM was selected to provide underwater inspection services. Funding: Funds are available in the approved 2019 budget for the Wastewater Professional Services budget (403-7480-535-4150) in the amount of $60,000. The Professional Service Agreement will not exceed $50,000. Recommendation: Staff recommends the UAC forward a favorable recommendation to City Council to authorize the City Manager to sip the 2019 NPDES Outfall Inspection Professional Service Agreement with BergerABAM in the not to exceed amount of $50,000 and make minor modifications if necessary. Background / Analysis: The NPDES Permit addresses water pollution by regulating sources that discharge pollutants into surface waters such as the Strait. It contains provisions to ensure the discharge does not hurt water quality or people's health. The City's Wastewater outfalls are covered by a 5 -year NPDES permit which requires an underwater inspection of the submerged portions of the outfall infrastructure. Three funs were evaluated from the MRSC Roster. BergerABAM was selected as the most qualified to provide marine inspection services to the City. This was based on their previous experience working with the City's outfall inspections, and their extensive experience performing underwater inspection work. 'The scope of this professional service agreement includes underwater inspection and reporting of outfalls and the associated infrastructure. Following the inspection, BergerABAM will deliver a report with an assessment of the condition of the outfall infrastructure, and a table containing the physical location of the diffusers section of the outfalls. The report will be reviewed by the City and submitted to the Department of Ecology by December 31, 2019. Funding Overview: Funds are available in the approved 2019 budget for the Wastewater Professional Services budget (403-7480-535-4150) in the amount of $60,000, with the Professional Service Agreement not to exceed $50,000. pg 25 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN CITY OF PORT ANGELES AND BERGERABAM PSA -2019-13 RELATING TO: 2019 NPDES OUTFALL INSPECTION SERVICES THIS AGREEMENT is made and entered into, by and between THE CITY OF PORT ANGELES, a non -charter code city and municipal corporation of the State of Washington, (hereinafter called the "CITY") and BergerABAM, a Washington corporation authorized to do business in the state of Washington (hereinafter called the "CONSULTANT"). WHEREAS, the CITY desires engineering, and marine inspection services related to the inspection of the wastewater treatment plant marine outfall. WHEREAS, the CITY desires to engage the professional services and assistance of a qualified engineering firm to perform the Scope of Services as detailed in Exhibit A, and WHEREAS, the CONSULTANT represents that it is in full compliance with the statutes of the State of Washington for professional registration and/or other applicable requirements, and WHEREAS, the CONSULTANT represents that it has the background, experience, and ability to perform the required work in accordance with the standards of the profession, and WHEREAS, the CONSULTANT represents that it will provide qualified personnel and appropriate facilities necessary to accomplish the work; NOW, THEREFORE, in consideration of the above representations and the terms, conditions, covenants, and agreements set forth below, the parties hereto agree as follows: I SCOPE OF SERVICES General Scope. The CONSULTANT will accomplish the work as described in scope of services attached in Exhibit A. The CITY may review the CONSULTANT'S services, and if they do not meet the Professional Standard of Care 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. Any changes made necessary due to causes outside the CONSULTANT'S reasonable control shall be provided as an extra work herein. The CONSULTANT agrees that all services performed under this Agreement shall be in accordance with the standards of the engineering profession for similar services on similar projects of like size and nature and in compliance with applicable federal, state and local laws. The Scope of Services may be amended upon written approval of both parties. pg 26 Upon completion of the work, all written and electronic documents, exhibits, CAD files, project plans, engineering reports, or other presentations of the work directed by the CITY in Exhibit A with the exception of those standard details and specifications regularly used by the CONSULTANT in its normal course of business shall upon payment of all amounts rightfully owed by the CITY to the CONSULTANT herein 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 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 and written direction to proceed from CITY and the duration of the Agreement shall extend through August 31, 2019. l0T"Z_1Vt,T,T#1T1F1 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. 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 Service to which the costs are related; and shall indicate the cumulative total for each task. C. The CITY shall review the invoices and make payment for the percentage of the project that has been completed less the amounts previously paid. D. The CONSULTANT invoices are due and payable within 30 days of receipt. In the event of a disputed billing, only the disputed portion will be withheld from payment. E. Final payment for the balance due to the CONSULTANT will be made after 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. pg 27 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 $50,000.00. 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 $50,000.00. VII INDEPENDENT CONTRACTOR STATUS The relation created by this Agreement is that of owner -independent contractor. The CONSULTANT is not an employee of the CITY and is not entitled to the benefits provided by the CITY to its employees. The CONSULTANT, as an independent contractor, has the authority to control and direct the performance within the Scope of Service. The CONSULTANT 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. VH[14 T11F,1X90 Tji:vk►I I Employees of the CONSULTANT, while engaged in the performance of any work or services under this Agreement, shall be considered employees of the CONSULTANT only and not of the CITY, and claims that may arise under the Workman's Compensation Act on behalf of said employees while so engaged, and any and all claims made by a third party as a consequence of any negligent act or omission on the part of the CONSULTANT'S employees while so engaged, on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT. In performing this Agreement, the CONSULTANT shall not employ or contract with any CITY employee without the CITY's written consent. 1011111111111111 .• z I Q &19d N I �1 I I I F—A I KI The CONSULTANT shall conduct its business in a manner, which assures fair, equal and non-discriminatory treatment of all persons, without respect to race, creed or national origin, or other legally protected classification and, in particular: A. The CONSULTANT shall maintain open hiring and employment practices and will welcome applications for employment in all positions, from qualified individuals who are members of minorities protected by federal equal opportunity/affirmative action requirements; and, B. The CONSULTANT shall comply with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of nondiscriminatory 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. pg 28 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. 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 sub -consultant 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 Services. 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. The CITY may desire to have the CONSULTANT perform work or render services in connection with this Agreement, in addition to the Scope of Services 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. A. The CITY may terminate this Agreement at any time upon not less than ten (10) days written notice to the CONSULTANT. Written notice will be by certified mail sent to the CONSULTANT's designated representative at the address provided by the CONSULTANT. As a condition precedent to termination for cause the CONSULTANT shall be given the notice period to cure such cause and shall have failed to so cure. 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 11 above, shall be delivered to and received by the CITY prior to transmittal of final payment to the CONSULTANT. XIV INDEMNIFICATION/HOLD HARMLESS CONSULTANT shall defend, indemnify and hold the CITY, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the CONSULTANT in performance of this Agreement, except for injuries and damages caused by the sole negligence of the CITY. pg 29 The CITY agrees to indemnify the CONSULTANT from any claims, damages, losses, and costs, including, but not limited to, reasonable attorney's fees and litigation costs, arising out of claims by third parties for property damage and bodily injury, including death, caused solely by the negligence or willful misconduct of the CITY, the CITY's employees, or agents in connection with the work performed under this Agreement. If the negligence or willful misconduct of both CONSULTANT and the 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, the CITY, and the officers, officials, employees, and volunteers of either, 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. The CONSULTANT shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the CONSULTANT, its agents, representatives, employees or subcontractors. No Limitation. CONSULTANT'S maintenance of insurance as required by the Agreement shall not be construed to limit the liability of the CONSULTANT to the coverage provided by such insurance, or otherwise limit the CITY'S recourse to any remedy available at law or in equity. A. MINIMUM SCOPE OF INSURANCE Consultant shall obtain insurance of the types described below: Automobile Liability insurance covering all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury. The CITY shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the CITY. pg 30 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liabilitv insurance appropriate to the Consultant's profession. B. MINIMUM AMOUNTS OF INSURANCE Consultant shall maintain the following insurance limits: 1. Automobile Liabilitv insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. 3. Professional Liability insurance shall be written with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. Nmmm���. _*�* ik The CONSULTANT'S Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance as respect the CITY. Any Insurance, self-insurance, or insurance pool coverage maintained by the CITY shall be excess of the CONSULTANT'S insurance and shall not contribute with it. D. ACCEPTABILITY OF INSURERS Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. VERIFICATION OF COVERAGE CONSULTANT shall furnish the CITY with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the CONSULTANT before commencement of the work. F. NOTICE OF CANCELLATION The CONSULTANT shall provide the CITY with written notice of any policy cancellation, within two business days of their receipt of such notice. G. FAILURE TO MAINTAIN INSURANCE Failure on the part of the CONSULTANT to maintain the insurance as required shall constitute a material breach of contract, upon which the CITY may, after giving five business days notice to the CONSULTANT to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the CITY on demand, or at the sole discretion of the CITY, offset against funds due the CONSULTANT from the CITY. ��XTA OW -1122 "A This Agreement shall be construed and interpreted in accordance with the laws of the State of pg 31 Washington, and in the event of dispute the venue of any litigation brought hereunder shall be Clallarn County. XVII EXHIBITS AND SIGNATURES This Agreement, including its exhibits, constitutes the entire Agreement, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following exhibits are hereby made a part of this Agreement: Exhibit A — Scope of Services Exhibit B — Cost Estimate Exhibit C — Vicinity Map & Archive Plan Sets XVIII This Agreement is effective and binding as of the date for the last signature affixed below. BergerABAM By: Printed Name: Title: Date: CITY OF PORT ANGELES By: Printed Name: Title: Date: APPROVED AS TO FORM: BY: M TTOR CITY CLERK pg 32 EXHIBIT A SCOPE OF SERVICES Underwater inspection of two 600 foot outfalls, and diffusers positioned every 20 feet, located at Port Angeles, Washington. The inspection will consist of the following, meeting the requirements of the NPDES permit: • Assess the physical condition of the outfall pipes, diffusers and associated couplings. • Determine the extent of sediment accumulation in the vicinity of the diffusers. • Ensure diffuser ports are free of obstructions and are allowing uniform flow. • Confirm physical location (latitude/longitude) and depth (at MLLW) of the diffuser section of the outfalls. • Assess physical condition of the submarine line. • Assess physical condition of anchors used to secure the submarine line. The location of the diffuser ports is to verify the as -built drawings and use of a boat GPS unit is acceptable. Diving depths are anticipated to be between 50 feet and 80 feet of water. Task 1 — Project Management/Coordination Project management will include contract monitoring, budget monitoring, document control, and our quality assurance/quality control efforts. Task deliverables — Invoices and project correspondence. Task 2 — Existing Documentation Review/Field Preparation We will review the photos and any other documents received. Our focus will be to understand existing features to efficiently perform the underwater inspections. At this time, we will also prepare forms and drawings that we can use to record field data. In addition, we will prepare an overall inspection plan and a site-specific dive plan for the work. Task deliverables — Inspection plan and dive plan. Assessment of current conditions taken from existing documents will be included with the report (Task 4). Task 3 —Underwater Evaluation and Condition Assessment Based on the understood outfall lengths and scope of work, we estimate this inspection will require five days on site. An engineer -diver will lead the inspection, with a commercial diver as dive supervisor. Diving on the outfalls will meet the requirements of the U.S. Occupational Safety and Health Administration (OSHA) for diving. The entire inspection will be recorded using an underwater video system with communications. Still photos will obtained via use of an underwater camera and images obtained from the underwater video. Task deliverables — Field data from the investigation will be included with the report (Task 4). pg 33 Task 4 — Summarize Field Data/Prepare Report Based on Task 3, we will develop a report that includes an assessment of the condition for the outfall pipes, diffusers and associated couplings, a table containing the physical location of the diffusers section of the outfalls, condition of the visible portions of the submarine line and anchors securing the submarine line. We will include the field data report, including all field notes of damage or areas of concern. The report will summarize the findings. Task deliverables — Draft and final reports pg 34 EXHIBIT B — COST ESTIMATE CONSULTANT will perform the scope of work in Exhibit A on an hourly basis per the Fee Estimate as follows. pg 35 ATTACHMENT A - FEE PROPOSAL FOR ASSESSMENT SERVICES Location: Port Angeles, Washington 04 BergerA-BAM Facility: City of Port Angeles Outfall Inspection S%Zwe Fee Estimate - BergerABAM (BA) Labor, Subconsultants, nd Expenses - 27 March 2019 Item Senior Project Manager $266 Project Manager $192 Project Engineer $136 Senior Const. Specialist $143 Senior Comm. CAD Specialist Operator $125 $108 Costs Task I - Project Management/Coordination $ 2,194 — 1.2 Client Communications including draft review 2 2 $ 802 — 1.3 Quality Assurance/Quality Control Plan 1 $ 135 1.4 Quality Control Review 2 $ 509 1.5 Budget Monitoring and Invoicing 1 1 $ 374 Task 2 - Existing Documentation Review/Field P paration 1,499 —2.1 Existing Document Review 2 2 $ 556 —2.2 Develop Inspection Forms and Drawings 4 $ 540 2.3 Develop Dive Plan and Inspection Schedule 0.5 2 $ 403 Task 3 - Underwater Inspection (4 -Person Team) $15,560 —3.1 Mobilization and Demobilization 2 2 $ 556 3.2 Driving to and from Port Angeles, WA 6 6 $ 1,668 3.4 Diving (4 man team, 2 from BergerABAM) 45 45 $ 12,510 3.5 Notes, Video, Photos and Daily Work Plan 4 2 $ 826 Task 4 - Inspection/Assessment Report $ 7,526 —4.1 Develop Draft Letter Report vvith Field Notes 2 24 4 $ 4,204 —4.2 Develop Figures with Site Plans 1 2 8 $ 1,536 —4.3 Submit Draft Report 1 2 $ 351 4.4 Incorporate Review Comments 0.5 4 $ ' 673 4.5 Finalize and Submit Letter Report 05 2 2 $ 762 Total BergerABAM Hours: Subtotal BA Labor (with Overhead & Profit): 9 $2,261 1 2 $384 101 J$13,635 58 $8,294 1 9 10 $1,125 $1,080 180 $26,779 Associated Underwater Services (AUS) - Mobilization and Demobilization Associated Underwater Services (AUS) - Diving Dive Contingency for Unforseen Conditions (20%) $975 $15,120 $3,220 Subtotal Subconsultants: $19,315 Expenses (BergerABAM only) Mileage = Meals & Miscellaneous Expenses Underwater CameraNideo SD Card for PhotosNideos $ 0.580 $ 74 $ 200 $ 15 per mile x per day x per day x per card x 130 2 4 2 miles x people x day(s) card(s) 2 day(s) 4 day(s) $151 $592 $800 $30 Subtotal Expenses: $3,857 TOTAL COST, ROUNDED: Say: $50,000 City ofPort Angeles Outfall Inspection Proposal Worksheet - rev CSB -2O18-O5-O4.xlsx pg 36 pg 37 EXHIBIT C — Vicinity Map & Archive Plan Sets pg 38 CSO Outfall to Port Angeles harbor 12322'41"W 4807'41"N WWTP Outfall to Port Angeles harbor 12324'01"W 4807'32"N S" "S WWTP 7 0' rt 101 77m map u -1 mended io be used ­ , legal dem,pw­ 17­ map:drnrwreg ,, p,,d­v1 by rhe (',/.v ql Po,, Angelos far its Ano tither use rrf1h,, ­p,dn-mg shall mt b, dee rvsp,­,1W'11­1the City. S, ARCINFO Ww"fer 8 11 ww"fer If"11 "wd IL nm==:.x Vertical bw­ NAY *J)88 Hon ­t,dDatum NAD 83,91 /A N 1,800 Feet Waste Water Outfall Map Outfall Waste Water Pressure Main Waste Water lines /1"I'V11 City Boundary pg 39 KL1 pNA ms n tk (\ 2 IN L17 ,r e a a FD - -v e nn _ m � a m d ❑ _ -� { i nafi I a .+e d u �U _ o _ %m e' ro7 c L mo � _iv c b a �lu M, N m � uA rc 3 '-yzm f - Y qrnnc :cmry '� d d nlp q, Ki � �rT L R >n titin .. 1a tznN2'-I Gni �- Z Lc co O.ycy�, N 1- Y - Q yF °U Kry V bpm it rl yF O'l rb N i' �V- Na b GENERAL CONSTRUCTION COMPANY cle CITY OF PORT ANGELES OUTFALL DIFFUSER CLE ENGINEERING INC. .11 - � - -. E--, . -, �7 PRE -CONSTRUCTION HYDROGRAPHIC SURVEY p— i ---_-____--___..-L_____________._.___-_._..._.________--__., 00 z <i w -j z < CL cl: Z W UJ V) 0 gll, CL U. Q"mLqLm-x- 15 `�21.Wn Nil' - ---------- O i ---_-____--___..-L_____________._.___-_._..._.________--__., 00 z <i w -j z < CL cl: Z W UJ V) 0 LU CL U. Q"mLqLm-x- - ---------- 00 z <i w -j z < CL cl: Z W UJ V) 0 LU CL U. Q"mLqLm-x- titi Bd P-QUANGELES li;;;� W ASH ING TO N U , S U"T�UTY AE)VISORYCOMKTTEE Date: April 09, 2019 To: Utility Advisory Committee From: Gregg King, Power Resource Manager, Subject: Interconnection Agreement for Customer -Owned Generation — Updated Summary: The purpose of this memo is to receive LAC support for changing the City net metering policies. It is estimated the City will reach the mandated cumulative limit for net metering systems within the next year. Prior to reaching the limit, staff recommends the utility adopt an alternate net metering policy for future renewable energy system installations. Funding: N/A Recommendation: Staff request the UAC forward a favorable recommendation to City Council to adopt a new Interconnection Agreement for Customer -Owned Electric Generation in advance of reaching the Washington State mandated cumulative limit. Background / Analysis: In June 1998, the Washington State Legislature enacted Substitute House Bill 2773: Net Metering for Certain Renewable Energy Systems. Net metering legislation requires electric utilities to offer net metering to customers and allow interconnection of eligible renewable energy systems to the electric grid. The City of Port Angeles codified Net Metering by ordinance in 2001 and 2009 which includes net metering to city utility customers on a "first-come, first served basis" limited at 0.5 percent of the City's 1996 peak demand (595 kW). The City is nearing its legislated limits for net metering with only 91 kW, or, 15% remaining. At the October 9, 2018 UAC meeting the committee members endorsed continuing the net metering program using the following principles: (a) have minimal impact on the City's electric distribution system, (b) ensures that no other electric utility customers are harmed and, (c) aligns with policies of regional electric utilities. RCW 80.60 requires the electric utility to pay for net electric power at a retail rate in the event that customer generation exceeds the electric power provided by the City. The purchase of electric power at a retail rather than a wholesale rate impacts other rate payers by making the other rate payers subsidize net metering customers. In order to comply with the principles endorsed by the LAC, staff recommends continuing the program with the following changes to its net metering policies: • Net metering customers who fall outside of the legislative limits of RCW 80.60 (2007) would be credited at an average wholesale rate when electric power generated exceeds power provided by the City, and • Customers who purchase an existing net metering system would need a new interconnection agreement. Funding Overview: N/A pg 45 ti - wig 001410 101 ZOS W-11MACI for CUSTOMER FUEL-CEL4S CUSTOMER -OWNED ELECTRIC GENERATING FACILITIES of 100 KILOWATTS or LESS This Net Energy 1—leteming Interconnection Agreement is executed in duplicate this day of between (hereinafter referred to as "Customer"), and the City of Port Angeles Department of Public Works and Utilities (hereinafter referred to as the City). Both parties, who may be herein further referred to collectively as "Parties" and individually as "Party", agree as follows: CUSTOMER ELECTRIC GENERATING FACILITY 1.1 Customer has elected, in aeoer-danee with RCW 80.60 et seq., to operate either a net a customer -owned electric generating facility with a generating capacity of not more than one hundred kilowatts, in parallel with the City's transmission and distribution facilities. This generating facility is intended to offset either part or all of the Customer's electrical requirements. 1.2 Customer's Application for Net-�4 Interconnection of a Customer Owned Electrical Generation, including the location of the electrical generating installation and details on the electrical generating unit(s) is hereby incorporated into this agreement as Appendix A. 1.3 The installation is identified by the City with the following designators: Transformer No. on feeder/phase Customer Utility Location No. 1.4 A separate agreement shall be entered into for each Customer's electrical service location(s). 1.5 The electrical generating system used by the Customer shall be located on the Customer's premises. It shall include all equipment necessary to meet applicable safety, power quality, and connection requirements established by the National Electrical Code (Articles 690 and 705), National Electrical Safety Code, the Institute of Electrical and Electronics Engineers, Underwriters Laboratories, and the City's Connection Standards, as set forth in Appendix B, which is attached hereto. 1.6 The City shall have the sole authority to determine which connection requirements set forth herein are applicable to Customer's proposed installation. PAYMENT FOR NET ENERGY 2.1 The City shall measure the net electricity produced or consumed by the Customer during each billing period, in accordance with normal metering practices. pg 46 2.2 If the electricity supplied by the City exceeds the electricity generated by the Customer and fed back to the City during the billing period, or any portion thereof, then the Customer shall be billed for the net electricity supplied by the City together with the appropriate customer charge paid by other customers of the City in the same rate class. 2.3 If the electricity generated by the Customer and distributed back to the City during the billing period, or any portion thereof, exceeds the electricity supplied by the City, then the Customer shall be: (a) billed for the appropriate customer service charge as other customers of the City in the same rate class; and (b) credited for the net excess kilowatt-hours generated during the billing period, with this kilowatt-hour credit appearing on Customer's bill for the following billing period. The amount credited for the net excess kilowatt- hours generated during the billing period shall equal the City's average wholesale rate from the prior calendar year. 2.4 At the beginning of each calendar year, any remaining unused kilowatt-hour credit accumulated by the Customer during the previous year shall be granted to the City without any compensation to the Customer. 2.5 Customer shall pay any amount owing for electric service provided by the City in accordance with applicable rates and policies. Nothing in this Section 2 shall limit City's rights under applicable Rate Schedules, Customer Service Policies, and General Provisions. 3. INTERRUPTION OR REDUCTION OF DELIVERIES 3.1 The City may require Customer to interrupt or reduce deliveries as follows: (a) when necessary in order to construct, install, maintain, repair, replace, remove, investigate, or inspect any of its equipment or part of its system; or (b) if it determines that curtailment, interruption, or reduction is necessary because of emergencies, force or compliance with prudent electrical practices. 3.2 Whenever possible, the City shall give Customer reasonable notice of the possibility that interruption or reduction of deliveries may be required. 3.3 Notwithstanding any other provision of this Agreement, if at any time the City determines that either: (a) the facility may endanger City personnel, or (b) the continued operation of Customer's facility may endanger the integrity of the City's electric system, The City shall have the right to disconnect Customer's facility from the City's electric system. Customer's facility shall remain disconnected until such time as the City is satisfied that the condition(s) referenced in (a) or (b) of this section 3.3 have been corrected. 4. CONNECTION 4.1 Customer shall deliver the excess energy to the City at the City's meter. pg 47 4.2 Customer shall pay for designing, installing, inspecting, operating, and maintaining the electric generating facility in accordance with all applicable laws and regulations and shall comply with the City's Connection Standards set forth in Appendix B, which is attached hereto. 4.3 Customer shall pay for the City's standard watt-hour meter electrical hook-up, if not already present. 4.4 Customer shall not commence parallel operation of the generating facility until written approval of the connection facilities has been given by the City. Such approval shall not be unreasonably withheld. The City shall have the right to have representatives present at the initial testing of Customer's protective apparatus. 1UV X-11 10 UNN-1104i W.1110 119:1 INUTW 5.1 Customer shall: (a) maintain the electric generating facility and connection facilities in a safe and prudent manner and in conformance with all applicable laws and regulations including, but not limited to, the City's Connection Standards, Appendix B, and (b) obtain any governmental authorizations and permits required for the construction and operation of the electric generating facility and connection facilities, including electrical permit(s). 5.2 Customer shall reimburse the City for any and all losses, damages, claims, penalties, or liability it incurs as a result of Customer's failure to obtain or maintain any governmental authorizations and permits required for construction and operation of Customer's generating facility or failure to maintain Customer's facility as required in (a) of this Section 5. 6. ACCESS TO PREMISES 6.1 The City may enter Customer's premises or property to: (a) inspect, with prior notice, at all reasonable hours, Customer's protective devices; (b) read meter; and c) disconnect at the City's meter or transformer, without notice, the connection facilities if, in the City's opinion, a hazardous condition exists and such immediate action is necessary to protect persons, or the City's facilities, or property of others from damage or interference caused by Customer's electric generating facilities, or lack of properly operating protective devices or inability to inspect the same. 7. INDEMNITY AND LIABILITY 7.1 The Customer assumes the risk of all damages, loss, cost and expense and agrees to indemnify the City, its successors and assigns, and its respective directors, officers, employees and agents, from and against any and all claims, losses, costs, liabilities, pg 48 damages and expenses including, but not limited to, reasonable attorney fees, resulting from or in connection with performance of the agreement or which may occur or be sustained by the City on account of any claim or action brought against the City for any reason including but not limited to loss to the electrical system of the Customer, caused by or arising out of an electrical disturbance. 7.2 Such indemnity, protection, and hold harmless includes any demand, claim, suit or judgement for damages, death or bodily injury to all persons, including officers, employees or agents, and subcontractors of either Party hereto including payment made under or in connection with any Worker's Compensation Law or under any plan for employees' disability and death benefits or property loss which may be caused or contributed to by the connection, maintenance, operation, use, presence, or removal of Customer's equipment. The only exception will be liability occasioned by the sole negligence or willful misconduct of the City or its employees acting within the scope of their employment and liability occasioned by a partial negligence of the City or its employees acting within the scope of their employment to the extent that such partial liability is fixed by a court of competent jurisdiction. 7.3 The provisions of Section 7 shall not be construed to relieve any insurer of its obligations to pay any insurance claims in accordance with the provisions of any insurance policy. 7.4 The City shall have no liability, ownership interest, control or responsibility for the Customer's Electric Generating Facility or its connection with the City's electric system, regardless of what the City knows or should know about the Customer's Electric Generating Facility or its connection. 7.5 Customer recognizes that it is waiving immunity under Washington Industrial Insurance law, Title 51 RCW, and further agrees that this indemnification clause has been mutually negotiated. This indemnification shall extend to and include attorney's fees and the costs of establishing the right of indemnification hereunder in favor of the City. 8. INSURANCE 8.1 Customer shall maintain, during the term of this Agreement, Comprehensive Personal Liability Insurance with a combined single limit in an amount equivalent to the industry standard for this type of insurance. 8.2 Such insurance shall, by endorsement to the policy or policies, provide for thirty (30) calendar days written notice to the City prior to cancellation, termination, attention, or material change of such insurance. 8.3 The City shall have the right to inspect or obtain a copy of the original policy or policies of insurance. INDEPENDENT CONTRACTORS 9.1 The Parties hereto are independent contractors and shall not be deemed to be partners, joint venturers, employees, franchisees or franchisers, servants or agents of each other for any purpose whatsoever under or in connection with this Agreement. pg 49 10. 1 This Agreement shall be interpreted, governed, and constructed under the laws of the State of Washington as if executed and to be performed wholly within the State of Washington. Venue of any action arising hereunder or related to this agreement shall lie in Clallam County, Washington. 11. AMENDMENTS, MODIFICATIONS OR WAIVER 11.1 Any amendments or modifications to this Agreement shall be in writing and agreed to by both Parties. The failure of any Party at any time or times to require performance of any provision hereof shall in no manner affect the right at a later time to enforce the same. No waiver by any Party of the breach of any term or covenant contained in this Agreement, whether by conduct or otherwise, shall be deemed to be construed as a further or continuing waiver of any such breach or waiver of the breach of any other term or covenant unless such waiver is in writing. 12. APPENDICES The Agreement includes the following appendices attached and incorporated by reference: Appendix A: Customer's Application for Interconnection of Customer -Owned Electrical Generation to City of Port Angeles. Appendix B: City's Connection Standards for Customer Electric Generating Facilities of 100 Kilowatts or Less. 13. NOTICES All written notices shall be directed as follows: City of Port Angeles: Electrical Engineering Manager 321 East 5h Street Port Angeles, WA 98362 Customer: Name Address City, State & Zip Pg 50 Customer notices to the City, pursuant to this Section 13, shall refer to the Service Address set forth in Appendix A. 14. TERM OF AGREEMENT This Agreement shall be in effect when signed by the Customer and the City and shall remain in effect thereafter month to month unless terminated by either Party on thirty (30) days' prior written notice in accordance with Section 13. This Agreement is non -transferable and shall terminate automatically when the property on which an existing customer -owned electric generation facility is located is sold or if the financial responsibility for the electric meter service is transferred to a new customer. Additionally, this agreement may be terminated upon material breach of any of the terms of the agreement by the Customer. Determination of material breach is at the sole discretion of the City. Upon written notification of a breach, the customer shall have five (5) days to resolve the issue. 15. SIGNATURES IN WITNESS WHEREOF, the Parties hereto have caused two originals of this Agreement to be executed by their duly authorized representatives. This Agreement is effective as of the last date set forth below: CUSTOMER: Signature Print name Title Date CITY OF PORT ANGELES: Signature Print name Title Date pg 51 13.10.065 - Net energy metering. A. In accordance with Chapter 80.80 RCVV, it ohoU be the policy of the City to encourage private investment inrenewable energy resources by offering tomake net metering available and allowing net metering systems to be interconnected, provided that the requirements of Chapter 80.60 RCVV and the Department's policies and procedures are met. B. The Department's Electrical Engineering Manager is authorized to establish customer interconnection standards and enter into connection agreements with customer -generators for the purpose of setting forth the specific dutiee, neaponaibi|itiem, tenno, and uond/Uona, including the method ofpayment bythe City for net energy, provided that such standards and agreements shall be consistent with Chapter 80.60 RCW and the Department's policies and procedures. C. In accordance with Chapter 82.16 R{%W, it shall be the policy ofthe City to encourage private investment in renewable energy resources by offering investment cost recovery incentives for renewable energy mysbama, provided that the requirements of Chapter 82.16 RCVV and the Department's policies and procedures are met. D. The City may continue net metering buexcess ofthe terms of8U.6OIlCWunder the following conditions: i. Net metering is available on a first-come, first -serve basis. ii� To ensure reliability the cumulative of customer generation capacity on a feeder may not exceed 10%ofthe feeder line total. iii. No more than 100 kilowatts of electrical generation shall be aggregated for each customer - iv. Each customer generation system must comply with all interconnection standards and agreements, permits, and the Customer Electrical Generation Policy, pg 52 'elqp%, ?wtnv PQRTANGELES ,"Raw WASH IN GTON, U.S. UTIUTY AD0SORY COMW7EE Date: April 09, 2019 To: Utility Advisory Committee From: Gregg King, Power Resource Manager, Subject: Changes to Electric Utility Port Angeles Municipal Code Summary: The purpose of this memo is to receive support for updating certain sections of the City's municipal code relating to the electric utility. The utility seeks to simplify sections of the code and/or to update sections to reflect current operational processes. Funding: N/A — little impact on revenue. Recommendation: Staff requests the UAC forward a favorable recommendation to City Council to adopt the following updated municipal codes and to make minor modifications as needed: 13.12.020 — 13.12.066, 13.12.072, 3.70.100. Background / Analysis: There are some parts of the Port Angeles Municipal Code (PAMC) that needed to be updated: Time of Use — The zero lack of participation, the fact that so few other utilities see value in the rate structure, and the push to make utilities rates less complicated are the reasons the Time of Use (TOU) rates should be removed from PAMC 13.12.020 — 13.12.066. A TOU electric rate charges higher electric rates during busy, high -use times (6:00 am through 10:00 pm) and lower electric rates during slow, light - usage times (10:00 pm through 6:00 am) as a way to decrease peak loads. However, no electric utility customers have requested this rate the seven years these rates have been in effect. In addition very few utilities in the country, much less the Pacific Northwest, offer time of use pricing. For those who do offer TOU rates the results have been inconclusive. Yard Lighting Efficiency — PAMC 13.12.072 is updated with the energy efficient watts and lumens to reflect the use of LEDs. Port Angeles is moving yard lighting to energy efficient LED lights. LED lights use less energy while providing a stable directional lighting. Lockbox — Lockboxes are to give utility staff access to secured locations to read meters or perform utility tasks. PAMC 3.70. 100(0) has been updated to reflect the current installation costs. Funding Overview: N/A — no or extremely nominal impact on revenue. pg 53 CHAPTER 13.1D - ELECTRIC UTILITY 13.12.015 - Time of use electric rate. For customers requesting mnoptional time ofuse electric rate schedule, the monthly rateoforelectricity consumed shall be in accordance with sections 13.12.031. 13.12.0401. 13.12.8411, 13.12.0421. 13.12.044. and 13.12.061. The monthly rate includes all applicable taxes. For all time nfuse rates in these sections, heavy load hours are all hours from 6:00:00 a.m. to 1:59:59 p.m., Monday through Saturday. Medium load hours are all hours from 2:00:00 p.m. to 9:59:59 p.m., Monday through Saturday. Light load hours are all other hours Monday through Saturday, all day Sunday and all day on North American Electric Reliability Corporation specified holidays. Pacific Prevailing Time applies (Pacific Standard Time orPacific Daylight Time, aaapp|ioab|e). ({)rd. 353g§ 1, 9/1/2015; Ord. 3452 8 1, 4/17/2012) 13.12.020 - Uniform electric rate. homonthly rate for electricity consumed shall be in accordance with sections 13.12.030. 1312.040. 13.12.041. 1112.042, 1312.043. 1312.080 and 13.12.073. The monthly rate includes all applicable taxes. For all rates in these sections, heavy load hours are all hours from 8:00:00 am. to 9:59:59 p.m, Monday through Saturday. Light load hours are all other hours Monday through Saturday, all day Sunday and all day on North American Electric Reliability Corporation specified holidays. Pacific Prevailing Time applies (Pacific Standard Time or Pacific Daylight Time, as applicable). ([bxL 353Q§ l`9/\/20l5;Ord. 3452 8 l,4/l7/20l2;Ord. 3439 8 l, 11/1/2011; Ord. ]347G 2, Pg 54 gg 6d WIN 1-111 gg 6d �WGZMralfflrjWAWM UMNSUNAGMA ��Z><�—rAlil+n�lli���:�aR� Jo.7�irA��t�>•�.'�r�s ia�i �DA�iQ�1t�7�1L�1� Lg bd amp IMAITOOMM The customer load shaping charge (Cu LSC) isthe load shaping charges for amonth hmbepaid by customer. The CuLSC each month shall becalculated bythe following formula: 1112.073 -Schedule MW-03—Municipal water pumping. A. Applicability. This schedule applies to municipal water pumping facilities where the connected load is greater than 500 kVA. B. Restrictions. Timers approved by the Public Works and Utilities Department shall be installed to prevent pumping during restricted hours as determined by the Public Works and Utilities Department. C. Character of service. Service to be furnished under this schedule is three phase. 60 oyc|e, alternating current at such phase and voltage as the City may have available will be furnished under this schedule, applied through asingle meter and one point ofdelivery. D. Time ofuse rate for bills effective after January /'201fL 1. Basic charge: $38O44per month. 2. Energy usage charge between June 1 and August 31, ohoU be $0.0552 per kWh during heavy load hours, $0.0552 per kWh during medium load hours, and $0.0292 per kWh during light load nouns. 3. Energy usage charge between September 1 and May 31, shall be$0.OA32per kWh during heavy load hours, $0.0932 per kWh during medium load hours, and $0D447 per kWh during light load hours. 4. Billing demand: a. Billing demand for each month ohoU be based on the maximum hour of kVA (apparent power) during heavy load hours. b. All other months and hours: $5.05 per kVA. pg 58 (Ord 3601 8 l, I2yl9/2Ul7;Ord. 353A0 l,9/l/20l5;Ord. 35l] 8 l, 10/7/2014; Ord. 3489 8 l, 11/5/2013; Ord. 34d48 l, 10/10/2012,eff. l/7/2Ol3;Ord. 34398 l, lI/l/20ll;Ord. 34l4& l (part), l/3/2011;Ord. 3347§ 2, l/l/2009;Ord. 3297&2, IO/l/20O7;Ord. 32I082(nart), l0/l/2O05;Ord. 3l450 l (part), lO/l/20O3;Ord. 3O988 I (part), ll/l/20Ol;Ord. 2g30§ 0, 9/13/1990; Ord. 2875 § 0, 10/1/1995; Ord. 2770 § 8, 10/I/19931- Ord. 2046 8 7, 10/1/1991; Ord. 26088 8, I0/l/l99V;Ord. 2273 80, 11/1/I983\ 13.12.075 - Reserved. Editor's note— Ord. 353Q§I, adopted Sept l,20l5,deleted 0l3.l2.O75 entitled "Schedule MW-03water ofum�za1o" n��o�d��v��i��u`'[hd 3�l38l --__-',_- pumping—Time , . . ^ , l0/7/20l4;Ord. 3409§l,Il/5/20l];Ord. 34048l,lO/I0/2OI2,ef[l/7/2Ol3;and Ord. 34528 1, 4/17/2012. pg 59 13.12lV2-Schedule L{8--Lighbng. A. Applicability. This schedule applies to all approved unmetered yard and area lights. B. Installation. Yard or area lights are available upon request. Upon approval bythe Public Works and Utilities Department. lights will be installed only on existing utility -owned poles for the use and convenience of customers. A one-year contract for service will be required before the light will be installed. Customer ownership of lighting is limited to existing lights only. C. Maintenance. The Public Works and Utilities Department retains ownership of the area lighting; maintenance of City owned lights ohs|| be the responsibility of the Public Works and Utilities Department, maintenance of customer owned lights shall be the responsibility of the customer. D. Rates June 1, 201,99: 1. Lighting owned bythe Public Works and Utilities Depmrbnent o. 4A04Owofts/4.100lumens orless: $1243per month. b. More thun-4AA4O watts/4.100 |umens, but -1-507O watts/7.500 lumens or less: $17.94 per month. c. More Lhan-4-5A7O wotta/7.500 lumens, but 2-00 110 wetta12.500 lumens or less: $19.96 per month. d. More than 2QQ- 10watts12.500|umeno: $23.1Gper month. 2. Existing lighting which remains owned bythe customer: a. 4-00 40 watts/4,100 lumens or less: $9.94 per month. b. More thon-#JA4O wefts/4^100 |umeno, but-1-5070watta/7.500 lumens or less: $1437 per month. C. More thon-4-507U wette/7.500 lumens, but 2 -GG 110 watts/12,500 lumens or less: $15.95 per month. d. More than 2GO-1 10 watts/1 2,500 lumens: $18.50 per month. (Ord. 3601 8 l, 12/19/2017; Ord. 3539G l,9/l/2OI5;Ord. 35l] G l, 10/7/2014; Ord. 3489G l, ll/5/2Ol3;Ord, 3404§ l, 10/16/2012,eff. |/7/2013;Ord. 3439§ l, 11/1/2011; Ord. 3]4782, 1/1/2009; Ord. 3297 82, 10/1/2007; Ord. 3218 &2(nurt), 10/1/2005; Ord. 3145 8 l (part), 10/1%2003; Ord. 3090 8 l (part), I1/1/2001; {Jni. 2930 8 7, 9/13/1996; Ord. 2875 G 7, 10/1/I995; ()rd. 2776 G7, 10/1/1993; Ord. 26O8§ 7, l0/l/l99O;Ord. 24l7 84, l2/l/lg86;Ord. 2273 § 5, ll/l/l4@];Ord. 22328 5, l0/l/l902;Ord. 2\73 83, 11/1/I981) pg 60 330.110 - Electric utility inspection and review fees. 0. Electric utility fees. Electrical work permits and fees. The fees for residential electrical inspections performed by the City, including all applicable taxes, shall be as follows: w. City lockbox for access to electric meter ..... $75-00185.00 2. Electrical work permits. The fees for non-residential electrical inspections performed by the City, including all applicable taxes, shall be as follows: bb. City lockbox for access to electric meter ..... $7-0:001 85.00 pg 61 110*v sas P-QUANGELES F. IM=V vift� WASH I NGTON, U.S, LMUTY ADV�SCDRY ("',.'.0MMT7EE MEM0 Date: April 9, 2019 To: Utility Advisory Committee From: Glen Goodworth, Senior Accountant Subject: Wastewater and Stormwater Cost of Service Analysis (COSA) Presentation Summary: At the request of the City Council a presentation is being made to strengthen the understanding of the Cost of Service Analysis (COSA) process and to review the 2019 Wastewater and Stormwater COSA model worksheet. This is a joint presentation to City Council and the UAC. Funding: N/A Recommendation: Informational only Background / Analysis: During the 2019 rate setting process the offer was made to present the COSA models to the City Council early in 2019 so that a greater understanding of the process could be achieved, leading to more informed and involved rate setting. This presentation will review the 2019 Wastewater and Stormwater COSA models. Funding Overview: N/A pg 62