Loading...
HomeMy WebLinkAbout5.447 Original Contract 5,1-</1 .' AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF PORT ANGELES AND BROWN AND CALDWELL RELATING TO WASTEWATER SYSTEM IMPROVEMENTS TIllS AGREEMENT is made and entered into this ~day of KJtrJ-.ot10)'). 1997, by and between THE CITY OF PORT ANGELES, a non-charter code city of the State of Washington, (hereinafter called the "CITY") and BROWN AND CALDWELL, a California corporation (hereinafter called the "CONSULTANT"). WHEREAS, the CITY desires to undertake several independent wastewater system-related evaluations including suitability of Rayonier leachate for treatment at the City's wastewater treatment plant (WWTP); calibration of the WWTP's influent flow meter; continued permit assistance; and development of a sanitary collection system conveyance model which operates within the City's existing mapping/GIS system; and WHEREAS, the CITY desires to engage the professional services and assistance of a qualified consulting firm to perform the scope of work as detailed in Exhibit A; and WHEREAS, the CONSULTANT represents that it is in full compliance with the statutes of the State of Washington for professional registration and/or other applicable requirements; and WHEREAS, the CONSULTANT represents that it has the background, experience, and ability to perform the required work in accordance with the usual and customary professional standards under similar circumstances; and WHEREAS, the CONSULTANT represents that it will provide qualified personnel and appropriate facilities necessary to accomplish the work; NOW, THEREFORE, in consideration of the above representations and the terms, conditions, covenants and agreements set forth below, the parties hereto agree as follows: I SCOPE OF WORK The scope of professional services to be performed and the results to be achieved by the CONSULTANT shall be as detailed in the attached Exhibit A, and shall include all services and material necessary to accomplish the work. The CITY may review the CONSULTANT'S work product, and if it is not satisfactory, based on the criteria set forth in Exhibit A, the CONSULTANT shall make such changes as may be required by the CITY. Such changes shall not constitute "Extra Work" as related in Section XI of this Agreement. The CONSULTANT agrees that all services performed under this Agreement shall be in accordance with the standards of the profession at the time CONSULTANT's work is rendered and in compliance with applicable federal, state and local laws. The Scope of Work may be amended upon written approval of both parties. nt\3772\wp\wwsys _ ag.doc Agreement--Page 1 of6 September 17, 1997 II OWNERSHIP OF DOCUMENTS Upon completion of the work, all documents, exhibits, photographic negatives, or other presentations of the work shall become the property of the CITY for use without restriction and without representation as to suitability for reuse by any other party unless specifically verified or adapted by the CONSULTANT. However, any alteration or reuse of the documents, by the City or by others acting through or on behalf of the City, will be at the City's sole risk. CONSULTANT shall retain one file copy of all documents. ill DESIGNATION OF REPRESENTATIVES Each party shall designate its representatives in writing. The CONSULTANT'S representative shall be subject to the approval of the CITY. IV TIME OF PERFORMANCE The CONSULTANT may begin work upon execution of this Agreement by both parties. The work shall be completed in accordance with the schedule set forth in the attached Exhibit D. V PAYMENT The CITY shall pay the CONSULTANT as set forth in this section of the Agreement. Such payment shall be full compensation for work performed, services rendered, and all labor, materials, supplies, equipment and incidentals necessary to complete the work. A. Payment shall be on the basis of the CONSULTANT'S cost for actual labor, overhead and profit plus CONSULTANT'S direct non-salary reimbursable costs as set forth in the attached Exhibits B and C, respectively. 1. Labor costs shall be based on the hourly rates shown in Exhibit B. Hourly rates shall be based upon an individual's hourly wage, times the total number of hours worked, times a multiplier of 3.2775. The multiplier shall include overhead and profit. General clerical time shall be considered an overhead item, except where specific work items are involved that require one-half hour or more continued effort, in which case time will be charged on the basis of hours worked. 2. The direct non-salary reimbursable costs are those directly incurred in fulfilling the terms of this Agreement, including, but not limited to, travel, subsistence, telephone, CADD computer, reproduction and printing, supplies and fees of outside services and consultants. T en percent (10%) overhead and profit may be added to direct non-salary reimbursable costs. B. The CONSULTANT shall submit invoices to the CITY on a monthly basis. Invoices shall detail the work, hours, employee name, and hourly rate; shall itemize with receipts and invoices the non-salary direct costs; shall indicate the specific task or activity in the Scope of Work to which the costs are related; and shall indicate the cumulative total for each task. nt\3772\wp\wwsys _ ag.doc Agreement--Page 2 of6 September 17, 1997 C. The CITY shall review the invoices and make payment for the percentage of the project that has been completed less the amounts previously paid. D. The CONSULTANT invoices are due and payable within 30 days of receipt. In the event of a disputed billing, only the disputed portion will be withheld from payment. E. Final payment for the balance due to the CONSULTANT will be made upon the completion of the work and acceptance by the CITY. F. Payment for "Extra Work" performed under Section XI of this Agreement shall be as agreed to by the parties in writing. VI MAXIMUM COMPENSATION Unless otherwise agreed to in writing by both parties, the 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$300,336. vn EMPLOYMENT Employees of the CONSULTANT, while engaged in the performance of any work or services under this Agreement, shall be considered employees of the CONSULTANT only and not of the CITY, and claims that may arise under the Workman's Compensation Act on behalf of said employees while so engaged, and any and all claims made by a third party as a consequence of any negligent act or omission on the part of the CONSULTANT'S employees while so engaged, on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT. In performing this Agreement, the CONSULTANT shall not employ or contract with any CITY employee without the City's written consent. VIII NONDISCRIMINATION The CONSULTANT shall comply with all applicable federal, state and CITY nondiscrimination regulations and with the CITY'S Equal Opportunity! Affirmative Action clause, which is set forth in the attached Exhibit E. IX SUBCONTRACTS A. The CONSULTANT shall not sublet or assign any of the work covered by this Agreement without the written consent of the CITY. B. The CONSULTANT will be using the firms submitted with its proposal as subcontractors. Subcontractors other than those listed shall not be permitted without the written consent of the CITY. C. In all solicitation either by competitive bidding or negotiation made by the CONSULTANT for work to be performed pursuant to a subcontract, including procurement of materials and equipment, each potential sub consultant or supplier shall be notified by the CONSULTANT of Consultant's obligations under this Agreement, including the nondiscrimination requirements. nt\3772\wp\wwsys _ ag.doc Agreement--Page 3 of 6 September 17, 1997 X CHANGES IN WORK Other than changes directed by the CITY as set forth in Section I above, either party may request changes in the scope of work. Such changes shall not become part of this Agreement unless and until mutually agreed upon and incorporated herein by written amendments to this Agreement executed by both parties. XI EXTRA WORK The CITY may desire to have the CONSULTANT perform work or render services in connection with this project, in addition to the Scope of Work set forth in Exhibit A and minor revisions to satisfactorily completed work. Such work shall be considered as "Extra Work" and shall be addressed in a written supplement to this Agreement. The CITY shall not be responsible for paying for such extra work unless and until the written supplement is executed by both parties. XII TERMINATION OF AGREEMENT A. The CITY may terminate this Agreement at any time upon not less than ten (10) days written notice to the CONSULTANT. Written notice will be by certified mail sent to the consultant's designated representative at the address provided by the CONSULTANT. B. In the event this Agreement is terminated prior to the completion of the work, a final payment shall be made to the CONSULTANT, which, when added to any payments previously made, shall compensate the CONSULTANT for services rendered up to the date of termination. C. In the event this Agreement is terminated prior to completion of the work, documents that are the property of the CITY pursuant to Section IT above, shall be delivered to and received by the CITY prior to transmittal offinal payment to the CONSULTANT. xm INDEMNIFICATION/HOLD HARMLESS The CONSULTANT agrees to indemnify the CITY from any claims, damages, losses, and costs including but not limited to 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 of willful misconduct of the CONSULTANT, CONSULTANT employees, affiliated corporations, officers, and subcontractors in connection with the work performed under this Agreement. The CITY agrees to indemnify the CONSULTANT from any claims, damages, losses, and costs including but not limited to 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, CITY's employees, or agents in connection with the work performed under this Agreement. If the negligence or willful misconduct of both CONSULTANT and CITY (or a person identified above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense shall be shared between the CONSULTANT and the CITY in proportion to their relative degrees of negligence or willful misconduct and the right of indemnity shall apply for such proportion. nt\3772\wp\wwsys _ ag.doc Agreement--Page 4 of 6 September 17, 1997 Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the CONSULTANT and the CITY, its officers, officials, employees, and volunteers, the CONSULTANT's liability hereunder shall be only to the extent of the CONSULTANT's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the CONSULTANT's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. However, the CONSULTANT expressly reserves its rights as a third person set forth inRCW 51.24.035. XIV INSURANCE The CONSULTANT shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the CONSULTANT, its agents, representatives, employees or subcontractors. The CONSULTANT shall provide a Certificate of Insurance evidencing: 1. Automobile Liability insurance with limits no less than $1,000,000 combined single limit per accident for bodily injury and property damage; and, 2. Commercial General Liability insurance written on an occurrence basis with limits no less than $1,000,000 combined single limit per occurrence and $2,000,000 aggregate for personal injury, bodily injury and property damage. Coverage shall include but not be limited to: blanket contractual; products/completed operations; broad form property damage; explosion, collapse and underground (XCV) if applicable; and employer's liability; and, 3. Professional Liability insurance with limits no less than $1,000,000 limit per occurrence. Any payment of deductible or self insured retention shall be the sole responsibility of the CONSULTANT. The CITY shall be named as an additional insured on the Commercial General Liability insurance policy, as respects work performed by or on behalf of the Consultant and a copy of the endorsement naming the CITY as additional insured shall be attached to the Certificate of Insurance. The CITY reserves the right to review a certified copy of all required insurance policies in the CONSULTANT's office. The CONSULTANT'S insurance shall contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. The CONSULTANT'S insurance shall be primary insurance as respects the CITY and the CITY shall be given thirty [30] days prior written notice of any cancellation, suspension, or material change in coverage. nt\3772\wp\wwsys _ ag.doc Agreement--Page 5 of 6 September 17, 1997 XV APPLICABLE LAW This Agreement shall be construed and interpreted in accordance with the laws of the State of Washington, and in the event of dispute the venue of any litigation brought hereunder shall be Clallam County. XVI EXHIBITS AND SIGNATURES This Agreement, including its exhibits, constitutes the entire Agreement, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following exhibits are hereby made a part of this Agreement: Exhibit A - Scope of Work Exhibit B - Consultant Labor Costs Exhibit C - Non-salary Reimbursable Costs Exhibit D - Schedule for the Work Exhibit E - Equal Opportunity/Affirmative Action/Facilities Nondiscrimination In WITNESS THEREOF, the parties hereto have executed this Agreement as of the day and year first written above. BROWN AND CALDWELL .. ~~-.......; APPROVED AS TO FORM: e'N~ Craig Knutson, City Attorney ATTEST: ~~1}~ ,) JpliJR Becky Up Ci ClerK nt\3772\wp\wwsys _ ag.doc Agreement--Page 6 of 6 September 17, 1997 EXHffiIT A SCOPE OF WORK CONSULTING SERVICES FOR PORT ANGELES WASTEWATER PROJECTS This agreement covers the consulting engineering services anticipated to occur generally between July 1997 and the end of 1998. Individual task descriptions are included below. Task 1.0 Project Management and Coordination, Scope Development To manage, administer, and provide ongoing coordination for the project. This task includes technical and financial management of the contract; liaison with the City, operational staff, design team, and subconsultants. Approach. Major activities include: 1. Prepare a project management plan that covers all work. The plan would define the personnel, project schedule, scope of services, project control reports, method of estimating completion of work, invoicing, records storage, project filing, and calculation filing. 2. Utilize the program schedule prepared under Item 1 above to monitor the progress of the work in relation to established time and budget constraints. Update and coordinate schedule revisions with the City. 3. Prepare monthly progress reports for submittal with progress payment invoices with backup as required by the City. Progress reports will identify budget status, progress status, major activities of the previous month, out of scope work, upcoming activities, and issues or complications that could prevent meeting milestones. 4. Assumes that work will be spread over an I8-month period. 5 . Work to develop and coordinate with the City this current scope of service was in excess of 100 hours due in particular to the varied approaches to III reduction work that can be undertaken and which needed to be costed prior to discussion. A recoverable allowance of one-half that, or 50 hours, is included in the budget. Task 2.0 WWTP Process Impacts from Rayonier Landfill Leachate A pending agreement between Rayonier and the City of Port Angeles could bring approximately 12 million gallons ofRayonier landfill leachate to the City's wastewater treatment plant (WWTP). nt\3772\wplscope2 doc Exhibit A--Page 1 of 13 September 17, 1997 The purpose of this task is to determine impacts, if any, upon the WWTP process and whether an amendment to the City's NPDES permit is required. Approach. Work under this task includes: 1. Review of data provided by Rayonier. 2. Direction of the City's WWTP laboratory as to additional testing. 3. Process modeling to determine impact upon the plant's TFSC process and plant eflluent quality. Dr. Henryk Melcer will work directly with plant supervisor Kevin Curtis and environmental staff from Rayonier to determine constituents of the leachate and associated process impacts. Products. A letter report which includes: 1. Lists leachate constituents of concern. 2. Quantifies potential impacts upon the TFSC process and eflluent quality. 3. Provides recommendations regarding acceptance of the leachate, and Rayonier- City agreement provisions. 4. Summarizes discussions with WDOE regarding necessity to amend the NPDES permit. Task 3.0 Calibrate Plant Flow Meter The proposed scope of services to be performed by Brown and Caldwell includes calibration of the influent parshall flume at the Port Angeles wastewater treatment plant. The tests will be performed using the dye dilution technique to independently measure flow for comparison with data recorded by the flow meter. Our general methods and equipment are discussed in detail below. Approach. The following general testing procedures would be followed. The basic dye dilution technique involves the injection of a fluorescent dye at a known, constant rate into the flow stream, then measuring the dye concentration downstream after complete mixing with the flow stream. The dye dilution (injected dye concentration divided by downstream dye concentration) is directly proportional to the flow rate, and the flow stream flow rate can be calculated by multiplying the dye dilution times the dye injection rate. A number of conditions must be met to obtain accurate results: 1) the dye injection rate must be steady and verifiable; 2) the dye must be completely mixed at the downstream sampling point and at equilibrium concentration; 3) background effects (dye absorption, degradation, masking, or nt\3772\wplscope2.doc Exhibit A--Page 2 of 13 September 17, 1997 background fluorescence) must be accounted for; and 4) dye measurements must be compensated for temperature effects. Dye and Injection Details. Rhodamine WT dye will be used as the fluorescent tracer dye. The injection feed solution will be prepared by diluting the stock dye (approximately 20% active solution from the manufacturer) with deionized water. The actual feed dilution will depend on the expected flow in the channel. The target final dye concentration will be nominally 20 ppb in the wastewater after complete mixing; therefore, the dye injection rate will be varied depending on the expected effluent flow rate and the mixed feed dye concentration. A constant displacement metering pump manufactured by Fluid Metering, Inc. will be used for the dye injection. The pump is driven by a servo motor and controller by CompuMotor. The servo motor/controller system automatically compensates for any forces affecting the shaft rotation speed. The operation and status of the injection system will be monitored continuously using a computer. The dye injection pump calibration will be checked prior to the tests using a graduated cylinder and stop watch and measuring the pumping rate at various shaft rotation speeds to verify the calibration curve. Clean water will be used as a carrier stream to force metered dye into the flow stream. The dye and metering apparatus will be installed in a van that can be parked near the injection point. The metered dye joins the carrier stream through an eductor installed on the carrier stream hose. The carrier stream hose then leads to the injection point Dye Sampling. A continuous-flow sampling system will be installed at the sampling point. The system includes a Grundfos 2" submersible pump with variable speed controller for pumping water out of the channel. The pump is connected to a Turner Designs Model 10 fluorometer outfitted with a flow-through cuvette system. The fluorometer is in turn connected to a data acquisition and radio telemetry system with a real-time data link to the dye injection van. This system allows the operator of the dye injection apparatus to continuously monitor effluent dye concentrations during a test and determine, without guessing, 1) that the dye has arrived; 2) when it reaches equilibrium concentration; 3) whether the dye is properly mixing; and 4) whether the dye concentration is within the optimal measurement range. When effluent dye concentrations stabilize within the proper concentration range, at least 3 grab samples will be collected from the pumped stream at I-minute intervals for later precision dye analysis using laboratory instrumentation. Background Sampling and Field Spiking. Background samples will be collected from the flow stream before and after each dye injection period. The pre- and post injection background samples will then be compo sited and a portion will be saved as a blank background sample. The remainder will be used to produce a spiked sample using the feed dye and volumetric glassware in the field. The blank and spiked background samples will be saved for pre-measurement processing and precision dye analysis using laboratory instrumentation. nt\3772\wplscope2.doc Exhibit A--Page 3 of 13 September 17, 1997 Dye Concentration Analysis. Effluent dye samples and background samples will be analyzed for dye concentrations using a Turner Designs Model 10AU digital fluorometer. A portion of each sample will be transferred to 13 mm cuvettes and centrifuged to remove settleable solids. The cuvettes will then be placed in a circulating water bath. An entire test run consisting of 3 flow stream samples, a blank background sample and a spiked background sample will be held for a minimum of 20 minutes in the water bath. These will then be measured sequentially in the fluorometer as a group to insure temperature consistency. Data Analysis. Measured dye concentrations will be adjusted before being used to calculate the flow stream flow rates. The adjustment will be based on the blank and spiked background sample concentrations from each flow test run. The adjusted dye concentrations will be calculated as follows (all concentrations in parts per billion, ppb): Ca = (Cm-b)* (spike/(Cs-b )), where, Ca = Concentration of sample, adjusted Cm = Concentration of sample, as measured b = lank background concentration Cs = Concentration measured on spiked background spike = Concentration of spiked background based on volumetric dilution calculations Flow rates will then be calculated as follows: Q = q (CrlCa) where, Q = q= CF Ca= Flow stream flow rate Dye injection rate Feed dye concentration Concentration of sample adjusted, from above Product. Dye testing results will be presented in tables and figures showing the comparison of actual flows determined by dye dilution versus recorded flow measured by the tested flow meter. Task 4.0 Continuing NPDES and Permit Negotiations Work leading up to the City's application to the Washington Department of Ecology (WDOE) for renewal of the City's WWTP National Pollutant Discharge Elimination System (NPDES) discharge permit was completed last year and the City's application submitted. Written response from WDOE has not been received, however, there have been verbal indications that additional forms may be required. Likewise, application for all permits necessary for outfall construction were submitted. Final responses from the Washington Department of Fisheries and Wildlife (WDFW) have not yet been received. The Hydraulic Permit currently asks for a water re-use evaluation which is being contested by the City. nt\3772\wp\scope2.doc Exhibit A--Page 4 of 13 September 17, 1997 This task allows for a low level of continued assistance (50 hours) related to outstanding wastewater permitting and negotiations activities. Task 5.0 III and CSO Reduction Activities This task provides the groundwork necessary for continued progress on reducing Inflow and Infiltration (III) and related Combined Sewer Overflows (CSOs) in the Port Angeles sanitary collection system. It builds upon previous investigations. It includes assistance to formulate and implement programmatic means (ordinances) to reduce III; identification and field investigations necessary to implement a future III reduction demonstration project; development and calibration of a detailed hydraulic conveyance model which operates from data obtained from the City's mapping! GIS system; training for City staff; and development of CSO reduction alternatives which will be the basis for a future update to the City's CSO reduction plan. Subtask 5.1 Programmatic Assistance This subtask evaluates means to provide for systematic reduction in III and CSOs through programmatic changes. Programmatic changes includes implementation of City ordinances and changes to water rate structures that reduce water use. Anticipated benefits to programmatic changes are the assured implementation of physical improvements, and the demonstration of continuous progress in meeting State water quality goals. Changes would only be recommended for adoption if modeling tests done within Task 5.0 indicate that substantial III and CSO reduction results could be anticipated. The following types of programmatic changes will be evaluated: . Rehab lateral/remove roof leaders at time of sale (similar to Alameda, CA) . Subsidized rehab/removal based on voluntary or mandatory assignment (similar to Portland, OR, others) . Requirements for roofleader disconnect or storage of on site runoff when major re- models occur (similar to Seattle) . Tighter construction standards for new buildings (similar to Sammamish Plateau) to prevent new construction from adding to the problem. . Block rates for water consumption. Approach: Following development of the conveyance system model, runs will be made to estimate the long-term benefits to implementation of each of the above types of programmatic changes. For those which potentially make significant reductions in III (the benefit) , the following will be prepared: nt\3772\wp\scope2.doc Exhibit A--Page 5 of 13 September 17, 1997 . Discussion of non-economic impacts . Detailed ordinance implementation steps . Procedures to be used by field staff to test whether construction has been successfully implemented, e.g., lateral test procedures . Recommended special features: e.g., cost caps, alternative III fund contributions, tests of reasonableness, training and certification requirements . Estimated implementation and program costs . First draft of the Port Angeles ordinance The consultant would then facilitate discussions to explain programs, benefits, and costs to the City Council and the public. The consultant would primarily work through the Utility Advisory Committee (UAC). The UAC would take the lead in determining the nature and frequency of public and Council involvement. An ordinance that proceeds to implementation would normally involve meetings with the UAC, with special interest groups (real estate, plumbers, title insurance, etc.), the Council and the public. For each of these meetings, presentation materials, advertisements and notification are involved. The implementation process may involve identification, training and certification of non-city staff to implement the program fully. For the purpose of estimating the cost for this subtask, it is assumed that two ordinances are found to have sufficient modeled III reduction benefits to proceed further and that effort for each of these would involve the following: 1. Model III reduction benefits for all potential programmatic changes. 2. Develop costs, non-economic impacts, implementation steps, special features, estimated implantation and program costs, successful implementation test procedures, and first draft ordinance wording.. Present in a summary recommendation memorandum. 3. Meet three times with the UAC to discuss ordinances, once during development of draft ordinance recommendation memoranda, and twice after. 4. Meet once with the City attorney. 5. Meet twice with special interest groups as arranged by UAC staff 6. Assist the City with two public meetings. Provide masters for information packages to be used at the public meetings. nt\3772\wp\scope2.doc Exhibit A--Page 6 of 13 September 17, 1997 7. Maintain log of comments received from all parties with rolling update as to how comments have been incorporated. 7. Develop procedure (checklist) to determine whether III from a specific house or site can be effectively disposed of 8. Recommend certification processes for local plumbing contractors. City Requirements: The city will designate an individual to oversee implementation of draft ordinances and subsequent administration. The City attorney will edit the consultant's draft ordinances. Products: The following products will be produced: 1. Memorandum summarizing all programmatic changes considered, and results of initial III reduction modeling screening results. 2. One memorandum for each recommended programmatic change (two assumed) with cost, benefits, impacts, features, test procedures, and draft ordinance. 3. Information package materials for meetings with the UAC, special interest groups, City attorney, and the public. 4. Checklists for individual house or site determination to see if water disposal will have negative impacts. 5. Memorandum on recommended certification procedures for local plumbing contractors. 6. Log of comments received from all sources on draft ordinances and programmatic changes noting response or action taken to each comment Subtask 5.2 Financial Framework To provide a basis for implementing and staging potential III and CSO control projects, a review of the utility's financial capacity to fund additional capital projects will be undertaken. Approach: From review of the 1997 budget and 1996 utility data, the utility's current cost structure will be identified. Key information will include the number of equivalent residential customers, current operational cost, annual debt payment, capital funding sources and revenue surpluses (if any). From review of current debt status and current capital program obligations, annual principal and interest debt service, projected annual committed capital expenditures and reserve accounts will be identified. Based on interviews with utility management, proposed rate increases (if any) will be identified, projected new hook ups and hook up fee revenue will be identified. nt\3772\wp\scope2.doc Exhibit A--Page 7 of 13 September 17, 1997 Based upon the above information, the utility's ability to support additional bonds, or State loans or pay-as-you-go financing will be identified. The impact of charging equivalent customer rate and fee increases for capital funding options will be identified. From the above information and input from utility management, alternative capital funding will be developed to provide the engineering team a financial framework for the phasing and implementation of potential capital projects. Products: The following products will be produced: A memorandum identifying alternative funding programs, including projected rate and hook up fee impacts, available debt capacity, and a recommended capital program cost and implementation schedule. Subtask 5.3 Construct System Hydraulic Model The model will be developed for the combined-sanitary collection system only. The model must be suitable for detailed estimation of design flows for pumping station and treatment plant upgrades; facilitate testing of alternative scenarios for reducing III and related CSOs; and be a usable tool for such ongoing activities as analyzing the impacts of land development proposals to the wastewater collection system. It is assumed that lines carrying a minimum of 60,000 gpd during dry weather or serving a minimum of 225 homes (or equivalent commercial employment) will be modeled. Based on these needs, the model selected for this project is SewerCAT, developed by Reid Crowther. The SewerCAT model is a Windows-based program based on hydraulic and flow generating routines of the EP A SWMM model. SewerCAT has much better computational elements, resulting in hydraulic simulation times that are as much as 60 times faster than the EP A- SWMM model. The model provides a very flexible input Graphical User Interface (Gill). For instance, the ability to add relief pipes or modify the sewer configuration, which is a necessary feature when trying to analyze how variations affect the overall system, is done very easily in SewerCAT's Windows interface. Of greatest benefit for this project is SewerCAT's ability for real time control simulation. SewerCAT offers the user the ability to run simulations on different routing scenarios and use the results to control the sewer system, such as changing storage tank sizes and overflow weir settings. Unlike the other models, SewerCAT can also be modified during a run to see how the solution is affected. SewerCAT has been used to study the hydraulics ofthe entire City of London sewer system among other projects. Approach. Major assumptions and work activities are as follows: 1. It is assumed that the following data are substantially developed and already incorporated into the City's AutoCAD mapping system, some of which may need to undergo GIS converSIOn: a) Streets. b) Contours. c) Survey controls. Exhibit A--Page 8 of 13lntIJ772\wplscope2.doc September 17, 1997 d) Catch basins. e) Sanitary and combined sewers (must convert). f) Sewer service laterals. g) Sewer service stubouts. h) Sewer manholes with rim elevations (must convert). 2. It is assumed the following data have already been collected by the City, have been integrated into the City's mapping/GIS database, and must be incorporated into the sewer system model in SewerCAT: a) Pipe name, length, diameter, and inverts. b) Upstream and downstream manhole names which define system connectivity. c) Results of smoke testing. d) Known III connection points to the sanitary system (1,100 +). 3. It is assumed the following data is not yet available and will have to be developed or obtained through interviews with the City Planning Department: a) Planning data. b) Zoning data. c) Urban growth areas. d) Population and employment projections. e) Industrial loads. f) Cost modules for CSO storage. 4. The following will be created during development of the conveyance model: a) Pipe and manhole data necessary for accurate hydraulic representation of the system including pipe-to-manhole connectivity. b) c) Wastewater input flows relflted to population, employment, and delineated sewer basin which will be calibrated to dry weather wastewater treatment plant data. I Representative III flow hydro graphs related to rainfall and III conditions in each I different sewer basin (including known III connection points). System testing flow files ~ased upon 1988 large basin flow measurements and 1967 smoke testing data. I d) 5. The calibrated flow model will be reviewed with Operations staff familiar with the conveyance system. 6. System capacity and limitations will be identified: a) Run conveyance model, report system conveyance capacity, and document upon the collection system maps generated through the City's existing mapping/GIS system. Only present popu!ation conditions will be simulated at this time. Future nt\3772\wp~cope2.doc Exhibit A--Page 9 of 13 September 17, 1997 population and employment data will be used to perform subsequent analyses during the future update to the City's 1989 wastewater facilities plan, planned for authorization in 1998. b) Compare capacity to estimated peak current storm influenced flow projections under existing conditions. Products: The products of Subtask 5.3 include: 1. Technical memorandum documenting capacity of eXIstmg collection system components, and interpretation of measured CSO and smoke data from 1988 and 1967 respectively. 2. Electronic tools incorporated into the City's existing mapping/GIS system. At the conclusion of this task, the City will have a model of the collection system, developed to the detail described above. The precision of flows estimated in the system are dependent upon the resolution of two data sets: geographic population distribution and flow monitoring data. The model is capable of using flow inputs that are more detailed than this task will develop. The work described above does not consist of a fully developed hydraulic model for sanitary sewer comprehensive planning. It is developed as a tool for evaluating and routing peak flows caused by III. In many cases, wastewater flows will be a small amount of the peak flows conveyed during large storm events; therefore, it is not as necessary to use detailed geographic population distribution data. Subtask 5.4 Evaluate Basin 1 The hydraulic model will be used to evaluate the feasibility of eliminating overflows at Pump Station 1 by removing the connected areas identified in the smoke testing work. If disconnecting drains will not alone eliminate overflows at Pump Station 1, a pilot III removal project area will be identified in Basin 1. Subtask 5.5 Identification ofIJI Removal Pilot Project Areas Depending upon the outcome of Subtask 5.4, this task will be concerned either with identifying potential pilot project areas within Basin 1 or outside of Basin 1. The purpose of the pilot projects is to determine achievable III removal, best methods of removal, and true cost of removal, all site specific to the Port Angeles system. Such data will provide a more accurate picture of the potential success for III removal from the system. Approach. 1. Brown and Caldwell will review existing information and interview City staff to identify up to five potential III pilot project areas. Exhibit A--Page 10 of 13 nt\3772\wp~cope2.doc September 17, 1997 2. Brown and Caldwell and City staff will score each potential pilot area with the criteria of the scoring system and recommend the best two locations for further field investigations. 3. Develop a scoring system for evaluating potential pilot project areas based on: a) III conditions. b) Existing flow data. c) Existing smoke testing data. d) System service area. e) Estimate of III removal potential. f) Reliability of previous flow-monitoring and field-investigations. Product. A technical memorandum will be written which describes the scoring system, potential pilot project areas, and recommendations from the scoring process. Subtask 5.6 Field Investigations for IJI Source Detection Previous work has identified a significant number of III sources. Smoke testing, done across the entire city, identifies drains directly connected to the sewer system. For use in the system hydraulic model, it is also necessary to determine the tributary area for each of those drains. Flow monitoring was also performed in 1988; however, the basins were very large (all greater than 80 acres). Siting a potential pilot project area for III removal will require additional flow monitoring. Other field tests that will be useful in identifying III sources include additional smoke testing, dye testing, and television inspection. Subtasks 5.5 and 5.6 will identify locations for potential pilot projects where the field investigations will be conducted. Approach. The following field investigations will be performed in selected areas: flow monitoring, smoke testing, dye testing, and television inspection. 1. Flow Monitoring: Local system flow monitoring will be performed for the purpose of delineating and quantifying the III in potential pilot project areas. It is assumed that the City will conduct flow monitoring using existing monitors. If new monitors are required, the City will pay for purchase and installation of the new monitors. Monitors will be installed in January 1998 and will remain in place until the end of May 1998. 2. Smoke Testing: Supplemental smoke testing will be performed in two types of areas: areas of potential III pilot project work, and areas where original data is suspect or needs to be supplemented. It is estimated that no more than 200 sewered acres will be smoke tested. 3. Dye Testing: Dye testing will be performed in the potential pilot project areas to confirm direct connections of drains to the sewer. Up to 50 dye tests will be performed on critical connections to the sewer system. nt\3772\wplscope2.doc Exhibit A--Page 11 of 13 September 17, 1997 4. Television Inspection: Television inspection will be performed by a sub consultant to Brown and Caldwell in select areas to determine the condition of the existing sewer system. Inspected areas will include all of the pilot project areas, and up to an additional 15,000 lineal feet of sewer main will be inspected (20,000 feet total). All gathered data will be electronically stored for integration with the GIS data developed for this project. Following the GIS input offield data, the process of III allocation will be performed: 1. III model will be calibrated to collected flow monitoring data. 2. III will be allocated to sources of III and sewer system components. 3. Based on the field data and III allocation, recommendations will be made on construction projects for removing III. Product. A technical memorandum will be written which documents findings during the field investigations. Monthly reports offlow monitoring data will be submitted to the City for review. Data gathered during the field investigations will be input to a database compatible with the City's GIS platform and will be forwarded to the City. The technical memorandum will include recommendations for III removal projects. Subtask 5.7 Training of City Staff Two four-hour training sessions will be provided. Subtask 5.8 Development of CSO Reduction Alternatives The model will be the primary tool for judging the effectiveness of proposed collection system modifications to reduce III and related CSOs. Descriptions of alternatives to be evaluated will be developed under this subtask. Approach. Brown and Caldwell will work with two designated representatives from the City to brainstorm, cull, and refine alternatives to be evaluated in a future update to the collection system portions ofthe City's 1989 Facilities Plan. The team's objective will be to define a minimum of six potentially implement able projects or approaches to reducing III or dealing with collection system peak flows. The investigation will include discussion of centralized and distributed in-line and off-line CSO storage, utilization of tanks at the former Rayonier mill as plant headworks equalization, programmatic reduction in impervious areas (programs to remove house roof leader connections, etc.), complete inflow rehabilitation of select high contributory areas, etc. The impact these alternatives have on the influent flows to existing pump stations will be analyzed. Products. Documentation (descriptions) of jointly developed City/Brown and Caldwell alternatives for collection system modifications. The number of alternatives will be sufficient to address both planning concerns related to City growth and expansion as well as evaluation of specific projects to reduce existing levels of III and related CSOs from the existing system. nt\3772\wp\scope2.doc Exhibit A--Page 12 of 13 September 17, 1997 PORT ANGELES PILOT III REMOVAL PROJECT DEVELOPMENT PROCESS REVIEW FLOW MONITORING DATA REVIEW SMOKE TESTING DATA CONSTRUCT SYSTEM HYDRAULIC MODEL CALIBRATE SYSTEM HYDRAULIC MODEL TEST RESULT OF BASIN 1 DRAIN DISCONNECTION PROGRAM DEVELOP PILOT PROJECT IN BASIN 1 NO YES EVALUATE OTHER BASINS FOR POTENTIAL PILOT PROJECTS CONDUCT FLOW MONITORING, TV INSPECTION, AND SMOKE TESTING IN SELECTED PILOT AREA ALLOCATE III TO SOURCES AND FORECAST POTENTIAL REMOVAL Task 6.0 Directed Services The City has established a budgeted amount of$10,000 for special services not otherwise covered by specific tasks of this agreement. Such services shall be undertaken only when so directed by the City. nt\3772\wplscope2.doc Exhibit A--Page 13 of 13 September 17, 1997 EXHffiIT B COMPENSATION Port Angeles Wastewater Services 1998 Total Direct Indirect Other Task Description Labor Labor Direct Subs Fee Task Total Costs 1 Admimstration, Coordination, $12,825 $23,726 $2,120 $0 $5,695 $44,366 and Scope Development 2 Rayonier Leachate Impacts $1,532 $2,834 $184 $0 $673 $5,224 3 Calibrate Plant Flow Meter $2,547 $4,712 $3,151 $0 $1,404 $11,814 4 Permit Negotiations $1,693 $3,131 $137 $0 $737 $5,698 5 III and CSO Reduction Activities $58,098 $107,482 $7,833 $22,000 $27,820 $223,233 6 Directed Services $2,931 $5,423 $357 $0 $1,289 $10,000 7 8 Totals $79,626 $147,308 $13,783 $22,000 $37,618 $300,336 Port Angeles Wastewater Services 1998 Task 1 Administration, Coordination, and Scope Development Direct Labor Category/Name ProfessiOnal Rate Hours Subtotal Total J. Warburton $67.31 0 0.00 R. Denson $33 85 0 000 D Eckhardt $45.06 0 000 M. Flanigan $27.63 0 0.00 B Persich $42 19 0 0.00 A Lukas $2675 0 0.00 S Merrill $4773 0 0.00 A Molseed $30 96 0 000 S Piccolo $22 26 0 000 D Schneider $40 34 280 11,295.20 Engmeer I $25.00 0 000 Technical D Aspmall $28 23 0 000 S PlanclC $25.56 0 000 L Miller $26.59 0 0.00 AdmmlstratiOn G Beckman $23.31 0 000 J Lmdsey $19.87 56 1,11272 Word Processor $1738 24 417.12 Subtotal Direct Labor 360 12,825.04 Indirect Labor Cost 185% 23,726.32 Total Labor Cost $36,55136 Dlfect Costs Telephone/Fax 125.00 Photocopies 200.00 Printing 75.00 Fllm/Prmts 75.00 Travel/Parkmg 750.00 ShlppmgIPostage 150.00 Computer/Word Prc.lCADD 745.38 Total Direct Costs $2,12038 Subconsultant Costs 000 000 000 Total Subconsultant Costs $000 Fee ~15% on labor, 10% on Other Direct Costs and Subconsultants) $5,694.74 TASK TOTAL $44,366.49 Port Angeles Wastewater Services 1998 Task 2 Rayonier Leachate Impacts Direct Labor Category/Name ProfessIOnal Rate Hours Subtotal Total J. Warburton $67.31 0 000 R Denson $33 85 0 000 D. Eckhardt $45 06 0 000 M. Flamgan $27 63 0 0.00 H Melcer $40 66 32 1,301 12 B Perslch $42 19 0 0.00 A Lukas $2675 0 000 S Memll $47.73 0 000 A. Molseed $30 96 0 000 S. Piccolo $22 26 0 0.00 D Schneider $40 34 4 161 36 Engmeer I $25 00 0 0.00 Techmcal D Aspmall $28 23 0 000 S. Planclc $25 56 0 0.00 L Miller $26 59 0 000 AdministratIOn G. Beckman $23 31 0 0.00 J Lmdsey $1987 0 0.00 Word Processor $1738 4 69.52 Subtotal Direct Labor 40 1,53200 Indlfect Labor Cost 185% 2,834.20 Total Labor Cost $4,366 20 Direct Costs Telephone/Fax Photocopies 10.00 Pnntmg 10 00 FilmIPrints Travel/Parkmg 75.00 ShlppingIPostage Computer/Word Prc /CADD 89.38 Total Direct Costs $18438 Subconsultant Costs 000 000 Total Subconsultant Costs $0.00 Fee (15% on labor, 10% on Other Direct Costs and Subconsultants) $673 37 TASK TOTAL $5,223.95 Port Angeles Wastewater Services 1998 Task 3 Calibrate Plant Flow Meter Direct Labor Category/Name Professional Rate Hours Subtotal Total J. Warburton $67.31 0 000 R Denson $33 85 0 000 D Eckhardt $45 06 0 000 M. Flarugan $27 63 0 000 B. Persich $42.19 0 0.00 A Lukas $2675 0 0.00 R McDonals $32.86 50 1,643 00 S.Memll $47.73 0 000 A Molseed $30.96 0 000 S Piccolo $22.26 0 000 D Schneider $40.34 0 000 Engmeer I $25.00 0 000 Technical D Aspmall $28 23 0 000 S Plancic $25.56 0 000 L Miller $26.59 34 904 06 AdmlmstratlOn G. Beckman $23 31 0 0.00 J Lindsey $1987 0 0.00 Word Processor $17.38 $000 000 Subtotal Direct Labor 84 2,547 06 indirect Labor Cost 185% 4,71206 Total Labor Cost $7,259 12 Direct Costs Telephone/Fax 480 00 Photocopies Pnntmg Fdm/Pnnts TraveIlParkmg 850 00 Shlppmg/Postage 10000 EqUIp Rental/Supplies 1,355 00 ComputerJWord Prc./CADD 365.93 Total Direct Costs $3,15093 Subconsultant Costs 000 000 000 Total Subconsultant Costs $000 Fee (15% on labor, 10% on Other Direct Costs and Subconsultants) $1,40396 TASK TOTAL $11,814.01 Port Angeles Wastewater Services 1998 Task 4 Permit Negotiations Duect Labor CategorylName Professional Rate Hours Subtotal Total J Warburton $67.31 0 0.00 R. Denson $33 85 50 1,692 50 D. Eckhardt $45 06 0 0.00 M. Flarugan $27 63 0 000 B. Persich $42 19 0 000 A. Lukas $2675 0 0.00 S Memll $47.73 0 0.00 A Molseed $30 96 0 000 S Piccolo $22.26 0 0.00 D Schneider $40.34 0 0.00 Engmeer I $25.00 0 000 Techmcal D. Aspinall $28 23 0 000 S. PlanclC $25 56 0 0.00 L. Miller $26 59 0 000 AdmmlstratlOn G Beckman $2331 0 0.00 J Lindsey $1987 0 000 Word Processor $17.38 0 000 Subtotal Direct Labor 50 1,69250 Indirect Labor Cost 185% 3,131 13 Total Labor Cost $4,823 63 Direct Costs Te1ephone/Fax 25.00 Photocopies 2500 Prmtmg F tlmIPrints Travel/Parkmg Shipping/Postage Computer/Word Prc /CADD 87.13 Total Direct Costs $137.13 Subconsultant Costs 000 000 000 Total Subconsultant Costs $000 Fee (15% on labor, 10% on Other Direct Costs and Subconsultants) $737.26 TASK TOTAL $5,698.01 Port Angeles Wastewater Services 1998 Professional Tech Admm. TASK 5 III and CSO Reduction AclMl1es J I i 1 1l 1 j -jij ~ ~ j Jl Ii: '" ~ Task 5 Acl1Vll1es 5 Il'roglammalle Ass1stanee 1 Compile resource ordmances 4 4 2 Computer lIJDula1lonlmemonndlDll 16 24 12 4 3 Non.econOJDlc nnpac1B 8 4 Oldmanee unplementallon steps 4 8 8 2 5 Field test procedures 8 8 2 6 SpeCllll features 8 8 8 7 hnp and program C081lI 8 4 16 S Draft ordmances 8 4 6 4 8 8 9 Ordmance memomnda 4 8 20 6 10 Meetmp (all) 16 24 8 64 24 4 11 Commentary log 8 12 Site eheekhst 12 2 13 Cerb.ficab.on procell 12 14 MIse 8 2 5 2 FmanCUll Framework 1 FmanCUll framework 60 120 12 5 3 Conshuet System Hydrauhc Model 1 Convert AutoCAD to GIS 20 40 2 Assemble Sewer System Data 10 20 3 Gather Data for l'1ow Estunales 20 120 4 Construct and Csb1>rate Model 40 8 240 5 ReVIew Model WIth Staff 4 6 Perform CapllClly Analym 8 40 16 5 4 Evaluate Basm I Evaluate for pilot po1lm1lal 8 32 2 5 5 Iden1lJY PUot PrOject Are.. Develop Sconng System 2 2 2 RtMew Data and Pick Sties 20 4 4 2 2 Select a Pilot SifAl 4 5 6 Field InvesbgalloM Flow Momtonng 20 20 2 2 Smoke Terbng 12 48 2 DYe Terbng 8 100 TelOVlSlon lnapec1lon 8 16 80 2 Constructlll Model 8 40 6 1Il AIlocallon to Component> 8 20 2 2 1 Constroc1lon Recommendallou 8 16 2 2 5 7 Tram Staff Sewer Model Trammg 24 24 5 8 Develop CSO Reduchon Altemallves Develop Altemahves 60 16 24 8 16 116 0 0 0 374 82 56 36 154 828 0 12 64 0 181 19 1982 9117/VrJ.:51PMPA9B_4.xb:] Port Angeles Wastewater Services 1998 Task 5 III and CSO Reduction Activities DIrect Labor Category/Name ProfessIOnal Rate Hours Subtotal Total J Warburton $67.31 116 7,807 96 R. Denson $33 85 0 000 D. Eckhardt $45.06 0 0.00 M. Flamgan $27.63 0 000 B Perslch $42 19 0 000 A. Lukas $26.75 374 10,004.50 S Merrill $4773 82 3,913.86 A Molseed $30 96 56 1,733.76 S. PIccolo $22 26 36 801 36 D SchneIder $40 34 154 6,21236 Engineer I $25.00 828 20,700.00 Technical D Aspmall $28.23 0 0.00 S. Planclc $25.56 64 1,635 84 L. MIller $26.59 12 319 08 Admmlstratmn G. Beckman $23.31 0 000 J Lmdsey $19 87 181 3,59647 Word Processor $1738 79 1,37302 Subtotal DIrect Labor 1982 58,09821 Indirect Labor Cost 185% 107,481 69 Total Labor Cost $165,57990 DIrect Costs Telephone/Fax 200 00 PhotocopIes 400 00 Printmg 000 Film/Prints 400 00 TravellParking 2,500 00 ShippingIPostage 000 ComputerlWord Prc /CADD 4,333 09 Total DIrect Costs $7,833 09 Subconsultant Costs TeleviSIOn Inspection 22,00000 000 000 Total Subconsultant Costs $22,000 00 Fee (15% on labor, 10% on Other DIrect Costs and Subconsultants) $27,820.29 TASK TOTAL $223,233.28 Port Angeles Wastewater Services 1998 Task 6 Directed Services DIrect Labor CategOlylName Professional Rate Hours Subtotal Total J. Warburton $6731 0 0.00 R Denson $33.85 0 0.00 D. Eckhardt $45 06 0 0.00 M Flamgan $27.63 0 0.00 B. PersIch $42 19 0 000 A. Lukas $26.75 0 000 S Mernll $4773 0 000 A Molseed $30 96 0 0.00 S PIccolo $22 26 0 0.00 D. SchneIder $40 34 33 1,331.22 Engineer I $25.00 64 1,60000 Techmcal D Aspinall $28.23 0 000 S Planclc $25.56 0 000 L Miller $26 59 0 000 Adnullistratlon G. Beckman $23 31 0 000 J. Lindsey $1987 0 000 Word Processor $1738 0 000 Subtotal Direct Labor 97 2,931 22 InOOect Labor Cost 185% 5,422.76 Total Labor Cost $8,353 98 DIrect Costs Te1ephonelFax 7500 PhotocopIes 75.00 Pnntlng Fi1m/Pnnts Travel/Parkrng Smppmg/Postage 3818 Computer/Word Prc /CADD 169.02 Total DIrect Costs $35721 Subconsultant Costs 000 000 000 Total Subconsultant Costs $000 Fee (15% on labor, 10% on Other DIrect Costs and Subconsultants) $1,28882 TASK TOTAL $10,000.00 . EXHIBIT C BROWN AND CALDWELL OTHER DIRECT CHARGE RATES CONSULTING SERVICES FOR PORT ANGELES WASTEWATER PROJECTS Mileage: $0.315 per mile (increases each year per IRS reimbursement rate) Computer Chargeouts: CADD, graphics, engineering, word processing: $10.25 per hour $0.10 per copy $2.00 per page (no telephone charges added) Reproduction: FAX: nt\3772\wp\ww _ exc.doc Exhibit C--Page 1 of 1 September 17, 1997 10 Task Name 1 2 1.0 Admin and Coordination 3 2.0 Rayonier Leachate Impact 4 3.0 Calibrate Plant Flow Meter 6 4.0 Permit NegotIations 6 6.0 III and CSO Reduction 7 5.1 Programmatic Assist 8 5.2 Financial Framework 9 5.3 Construct Model 10 City Flow Monitoring 11 5.4 Evaluate Basin 1 12 5.5 Identify Pilot Area 13 5.6 Field Investigations 14 5.8 CSO Altematives 15 5.7 Training 16 6.0 Directed Services Project: SCHEDULE.MPP Brown & Caldwell. Doug Schneider Date: Tue 9/16/97 Time: 6:09 PM Se Jan . III ............. .......... .. .. .. ... .. .......... ........................... ".... ......... ... ............. ... ............................... . ..... ....... ..... .... ............ ... ............................. ....... .. . ............. .... ... .... ..... ........ :,:,:,:,:,:,:,:,:,:,:".:.:.:.:.:.:.:.:.:.:.::.'.:..:.:.:. ....:...:.:.:.......:.:.......:...:.:.:...:.:.::.:.:.:..:.....::...:....:.:.:...:.:.:.:.:.:...:.:.::.:.:.:.:.......:... ....................................... ......... .... ........ ............................ .................................... ......................... ....................... ..................... ....... . ..... .... .. ....... ....... ............ .............. ..................................... .. .. ....................... ....... ......... \.. ., ...... ......... ................. ... ...... ....... ... .. ..... ........................................................................... ................................................. ................................. .......... ..... .................... .. . . . ........ ......... .................... :::::::::::::.::::::::.:::':::.::::::::::::::::::::::::::::'::::::':::::::':':'::':":"::::':::.'::'::::'::::::::::.:::'::::::::.:::.'::::::.::::::::':"::::::.':..::....::. :.:.::...:.....:.:.:::...:.:.:...:...:.:.:...:.:...:.:.'.::.:".:.:'.' . ...::...:.:.:.:.:.:.:.::..:.:....::.:.:.:.:.....:.... :.:.:.:. '::.' ............ ..... . ... . ......... .......... ...... .... .. ................ .... . ........ .. ...... .................. ..... ........... ..... .... ..... ......................................... ..................................... ....... .............................................. ................................... ....... .. ................................. ... ........ ...................... ... ....... ..... ... ............ . ..... .. .. .. .. t~t@f}ft.):rrr~{:~~trr~:f~tt?{r:rr~:::::~~:f~~{:r.~~.:\.~ ::::. f~~J~::~~:~:~~~:~~n~: 11II Task ........... ...... .. ...... ............................... .................. ......... .. ................................. ......................... ......... ............... ................... ................... ........... ............................... ....................... ......... .......................... . ....... .. . ..... . ... . .. Summary '" Rolled Up Task Rolled Up Milestone 0 ., Rolled Up Progress Progress Milestone ..... .. ... ~:~rt::.~:::~:.t~~::~~.t~tkf)::r~ttr . ... EXHIBIT E EQUAL OPPORTUNITY/AFFIRMATIVE ACTION/FACILITIES NONDISCRIMINATION (The following clause is applicable unless, and to the extent that, this contract is exempt under the rules, regulations, and relevant orders of the Secretary of labor, including 41 CFR, Ch. 60.) During the performance of this contract, the Consultant/Contractor agrees as follows: a The Consultant/Contractor WIll not discnminate against any employee or applICant for employment because of race, color, rellQlOn, sex, Vietnam era veteran status, disabled veteran condition, phYSICal or mental handicap, or national ongin. The Consultant/Contractor WIll take affirmative action to ensure that applicants are employed, and that employees are treated dunng employment, WIthout regard to their race, color, religion, sex, or national ongln. The Consultant/Contractor WIll take affirmatIVe action to employ, advance In employment, and otherWISe treat qualified special dIsabled or Vietnam era veterans and handICapped Individuals WIthout discnmlnatlon based upon their dlsabtllty or veterans' status or physical or mental handICap In all employment actions. Such actions shall Include, but not be limited to, the folloWIng' employment, upgrading, demotion, or transfer; recruitment or recruitment advertiSing, layoff or terminatIOn; rates of pay or other forms of compensation; and selection for training, Including apprenticeship. The Consultant/Contractor agrees to post In conspICuous places, available to employees and applICants for employment, notices to be prOVIded by the local United States Department of Labor Office setting forth the proVISIOns of thiS Equal Opportunity/AffirmatIVe Acbon clause b. The Consultant/Contractor WIll, In all solicitations or advertisements for employees placed by or on behalf of the Consultant/Contractor, state that all qualified applicants WIll receive consideratIOn for employment WIthout regard to race, color, religion, sex, physical or mental handicap, or national ongln, and that the Consultant/Contractor IS under the legal obligation to take affirmative action to employ, advance In employment, and otherWIse treat qualified special disabled or Vietnam era veterans and handicapped IndiViduals WIthout dlscnmlnatlon based upon their disability or veterans' status or physICal or mental handicap In all employment actions. All suitable employment openings eXIsting at contract award or occumng dunng contract performance WIll be listed at the state employment source offICe In the locality where the opening occurs, prOVided that thiS listing requirement shall not apply to openings that the Consultant/Contractor Intends to fill from WIthin Its own orgamzatlon or under a customary and traditional employer-union hlnng agreement. c The Consultant/Contractor will send to each labor Union or representative of workers WIth which he has a collectIVe bargaining agreement or other contract or understanding, a notice, to be prOVided by the agency Contracting Officer, adVISing the said labor union or workers' representatIVe of the Consultant/Contractor's commitments under thiS Equal Opportunity/Affirmative Action clause, and shall post COpies of the notice In conspICuous places available to employees and applICants for employment. d The Consultant/Contractor WIll comply with all prOVISionS of Executive Order No. 11246 of September 24, 1965, and of the rules, regulationS, and relevant orders of the Secretary of Labor, Including, but not limited to, the rules, regulatIOns and orders Issued by the Secretary of Labor under the Vietnam Era Veterans' Readjustment Assistance Act of 1972, and the Rehabilitation Act of 1973 (29 USC 793), as amended. e The Consultant/Contractor WIll fumlsh alllnformabon and reports required by ExecutIVe Order No. 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and WIll permit access to hiS books, records, and accounts by the contracting agency and the Secretary of labor for purposes of investigations to ascertain compliance WIth such rules, regulations and orders. The Consultant/Contractor WIll not, on grounds of race, color, religion, sex, physical or mental handicap, or national ongin: 1 . Deny an IndIVIdual any services or other benefits prOVIded under this agreement; 2. PrOVide any servlce(S) or other benefits to an mdivldual whIch are different, or are prOVided In a different manner from those prOVIded to others under thiS agreement; 3 Subject an Individual to segregation or separate treatment In any manner related to the receipt of any servlce(S) of other benefits prOVided under this agreement; 4 Deny any mdlVidual an opportunity to participate In any program prOVIded by this agreement through the prOVISion of services or otherWIse, or afford an opportunity to do which is different from that afforded others under thiS agreement. The Consultant/Contractor, In determlOlng (1) the types of services or other benefits to be prOVided or (2) the class of IndIVIduals to whom, or the situation In whiCh, such seMCeS or other benefits WIll be prOVided or (3) the class of IndIVIduals to be afforded an opportunity to partiCipate In any services or other benefits, WIll not utilize cntena or methods of admlOlstratlOn which have the effect of subjecting IndiViduals to dlscnmlnatlon because of their race, color, sex, religion, national ongln, creed, or the presence of any sensory, mental or physical handicap. g. In the event of Consultant/Contractor noncompliance WIth the nondlscnmlnatlon reqUirements of thiS contract or WIth any of the said rules, regulations, or orders, thIS contract may be canceled, terminated or suspended, In whole or In part, and the Consultant/Contractor may be declared Ineligible for further govemment contracts In accordance with procedures authonzed in ExecutIVe Order No. 11246 of September 24. 1965, and such other sanctions may be Imposed and remedIes Invoked as prOVIded In Executive Order No 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherWIse prOVIded bylaw. h The Consultant/Contractor WIll Include the prOVlSlOl'lS of paragraphs a through g In every subcontract unless exempted by the rules, regulations, or orders of the Secretary of Labor. City of Port Angeles - [month and year)