Loading...
HomeMy WebLinkAbout5.374 Original ContractAGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE THE CITY OF PORT ANGELES AND BROWN AND CALDWELL RELATING TO: WASTEWATER SYSTEM IMPROVEMENTS THIS AGREEMENT is made and entered into this day of G2 199•y 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 increase the functional flexibility of its operating wastewater treatment facilities; meet regulatory requirements for reporting related to combined sewer overflows (CSOs), residual solids managment, and plant performance; and more fully develop its composting and silviculture programs; 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. e: \user \6621 \Ietters\pittis42.wpw Agreement- -Page 1 of 7 November 29, 1994 5. 37 ti 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 CONSULTANTs 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. 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. CONSULTANT shall retain one file copy of all documents. III DESIGNATION OF REPRESENTATIVES Each party shall designate its representatives in writing. The CONSULTANTS representative shall be subject to the approval of the CITY. W 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. e: \user \6621 \letters\pittis42.wpw Agreement- -Page 2 of 7 November 29, 1994 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. Ten percent (10 overhead and profit may be added to direct non -salary reimbursable costs. B. The CONSULTANT shall submit invoices to the CITY on a monthly basis. Invoices shall detail the work, hours, employee name, and hourly rate; shall itemize with receipts and invoices the non -salary direct costs; shall indicate the specific task or activity in the Scope of Work to which the costs are related; and shall indicate the cumulative total for each task. C. The CITY shall review the invoices and make payment for the percentage of the project that has been completed less the amounts previously paid. D. The CONSULTANT invoices are due and payable within 30 days of receipt. In the event of a disputed billing, only the disputed portion will be withheld from payment. E. Final payment for the balance due to the CONSULTANT will be made upon the completion of the work and acceptance by the CITY. 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 CONSULTANTS total compensation and reimbursement under this Agreement, including labor, direct non -salary reimbursable costs and outside services, shall not exceed the maximum sum of $296,411.70. VII EMPLOYMENT Employees of the CONSULTANT, while engaged in the performance of any work or services under this Agreement, shall be considered employees of the CONSULTANT only and not of the CITY, and claims that may arise under the Workman's Compensation Act on behalf of said employees while so engaged, and any and all claims made by a third party as a consequence of any negligent act or omission on the part of the CONSULTANT'S employees while so engaged, on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT. e: \user \6621 \letters\pittis42.wpw Agreement -Page 3 of 7 November 29, 1994 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 subconsultant or supplier shall be notified by the CONSULTANT of Consultant's obligations under this Agreement, including the nondiscrimination requirements. X CHANGES IN WORK Other than changes directed by the CITY as set forth in Section I above, either party may request changes in the scope of work. Such changes shall not become part of this Agreement unless and until mutually agreed upon and incorporated herein by written amendments to this Agreement executed by both parties. 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. e: \user \6621 \letters\pittis42.wpw Agreement -Page 4 of 7 November 29, 1994 ti 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 II above, shall be delivered to and received by the CITY prior to transmittal of final payment to the CONSULTANT. XIII INDEMNIFICATION /HOLD HARMLESS The 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, to the extent arising out of the Consultant's negligent performance of this Agreement, except for injuries and damages caused by the negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the 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. 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, e:\useA6621\letters\pittis42.wpw Agreement- -Page 5 of 7 November 29, 1994 2. Commercial General Liability insurance written on an occurrence basis with limits no less than $1,000,000 combined single limit per occurrence and $2,000,000 aggregate for personal injury, bodily injury and property damage. Coverage shall include but not be limited to: blanket contractual; products /completed operations; broad form property damage; explosion, collapse and underground (XCU) if applicable; and employer's liability; and, 3. Professional Liability insurance with limits no less than $1,000,000 limit per occurrence. Any payment of deductible or self insured retention shall be the sole responsibility of the CONSULTANT. The CITY shall be named as an additional insured on the Commercial General Liability insurance policy, as respects work performed by or on behalf of the Consultant and a copy of the endorsement naming the CITY as additional insured shall be attached to the Certificate of Insurance. The CITY reserves the right to receive a certified copy of all required insurance policies. The CONSULTANTS 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 CONSULTANTS insurance shall be primary insurance as respects the CITY. 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 e: \user \6621 \(etters\pittis42.wpw Agreement- -Page 6 of 7 November 29, 1994 In WITNESS THEREOF, the parties hereto have executed this Agreement as of the day and year first written above. CITY OF PORT ANGELES BROWN AND CALDWELL ceknAe-tk /0/ 144y#1 Name 61 7 7 APPROVED AS TO FORM: (/,,„do ATTEST: e:\ user \6621 \letters\pittis42.wpw Craig Knutson, City Attorney Becky Up Clerk Title Agreement -Page 7 of 7 November 29, 1994 EXHIBIT A SCOPE OF WORK This consulting agreement covers a diverse collection of engineering planning and design services anticipated by the city to occur generally in the next twelve months, roughly corresponding to calendar year 1995. Individual task scope descriptions are included below. Anticipated task scheduling is as shown in Exhibit D. Task 1.0 Project Management and Coordination To manage, administer, and provide ongoing coordination for the project. Includes technical and financial management of the contract; liaison with the city, operational staff, design team and subconsultants. Assumes a twelve -month overall schedule with administration and invoicing over that period, with a higher intensity coordination period during the first three months for the period of initial predesign report preparation for the outfall diffuser study of Task 2. 1. Prepare a project management plan that covers the predesign phase of work. The plan would define the design team, project schedule, scope of service, project control reports, method of estimating completion of work, invoicing, records storage, project filing, and calculation filing. 2. Prepare subconsultant agreements. 3. 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. 4. 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 which could prevent meeting milestones. 5. Prepare scope development documents for follow up work.. Exhibit A -Page 1 of 12 November 29, 1994 e: \user \6621 \agree \exhiba.wpw Task 2.0 Predesign Study for Outfall Diffuser Replacement The Port Angeles Treatment Plant has an existing 27 -inch diameter concrete cylinder pipe outfall which extends 3500 feet offshore into Port Angeles Harbor. It terminates in an existing diffuser which has been severely damaged and no longer functions to adequately diffuse and mix plant effluent with the receiving waters. The work covered by this scope of services includes consulting services for the predesign of a new diffuser section on the end of the existing outfall pipe. Work does not include evaluation of the condition or replacement of the outfall. The outfall system will be designed to the chronic and acute dilution factors calculated for the latest NPDES permit (November 30, 1993). These dilution factors were used to calculate the permit effluent limits for the plant at its design flow of 6.7 mgd. The objective of the predesign is to configure an outfall diffuser that will allow the plant to consistently meet discharge limits developed from these dilution factors. The outfall system will accommodate the existing design flow range of from 1 to 13.4 mgd for the current planning period (through the year 2010). The predesign will examine alternatives which could accommodate projected area saturation flows of up to 21 mgd with minimal diffuser conversion cost. Subtask 2.1 Mixing Zone Data Gathering Ambient velocity data will be gathered for the mixing zone according to the comments in the WDOE scope proposal review letter dated October 13, 1994, and the current WDOE Permit Writer's Manual. The velocity data for the neap and spring tide conditions will be gathered with two meters placed at the center of the existing diffuser section and at two different depths: 1/3 diffuser depth and 2/3 diffuser depth. The meters will be placed for a continuous duration to record the velocities throughout an entire neap tide to spring tide cycle (expected to be no greater than 30 days). The position of the meters will be marked at the water's surface with brightly colored buoys and flags. The measured data will consist of magnitude and direction at discrete time intervals. Analysis of the data will approximate the cumulative frequency distribution for the mixing zone velocities. A brief summary report will be written summarizing the data and identifying the 10th, 50th, and 90th percentile velocities for input to Task 2.2. The city will be responsible for notifying the following organizations and persons of the placement of the meters to avoid damage during the data gathering period: U.S. Coast Guard, local fisheries representatives, pulp mills, ferry companies, and tug boat companies. Exhibit A -Page 2 of 12 November 29, 1994 e: \user \6621 \agree \exhiba.wpw Subtask 2.2 Outfall Hydraulics and Diffuser Modeling 2.2.a Modeling Appropriate models will be selected for the diffuser and for the outfall hydraulics. Exhibit A -Page 3 of 12 November 29, 1994 The outfall system will be designed to the chronic and acute dilution factors calculated for the latest NPDES permit (November 30, 1993). These dilution factors were used to calculate the permit effluent limits for the plant at its design flow of 6.7 mgd. The diffuser modeling will follow the guidelines of the WDOE Permit Writer's Manual. The objective of the predesign is to configure an outfall diffuser that will allow the plant to consistently meet discharge limits developed from these dilution factors. If these permitted limits will be difficult to achieve from the plant, the predesign will consider diffuser configurations which would achieve better dilution at acute and chronic boundaries. The objective of the predesign is to configure an outfall diffuser that will allow the plant to consistently meet discharge limits developed from these dilution factors. The outfall system will accommodate flows between 1 and 13.4 mgd for the current planning period (through the year 2010). Predesign studies will also examine alternatives which could accommodate projected area saturation flows of up to 21 mgd with minimal diffuser conversion cost. 2.2.b Documentation The following documentation will be produced: a bibliography, a summarization of water body data used in the modeling, description of the models employed, modeling input and output, graphical output of hydraulic grade back to the plant chlorine contact channel overflow weir for various diffuser options, acute and chronic dilution factors for the defined flow cases, and diffuser recommendations. Documentation will be as part of the predesign report and not a separate report. Subtask 2.3 Diffuser Permitting This task addresses permitting issues relating to replacing or extending the existing Port Angeles WWTP outfall in the Strait of Juan de Fuca. Brown and Caldwell will assist the city in submitting the following permit applications: e: \user \6621 \agree \exhiba.wpw Department of Army Permit -Corps of Engineers, Seattle District Hydraulic Project Approval Washington Department of Fisheries Temporary Exceedance of Water Quality Standards- Washington Department of Ecology Marine Land Lease Washington Department of Natural Resources Shoreline Substantial Development Permit Jefferson County Although the Corps needs to make a ruling, this task assumes the diffuser extension would qualify under the Nationwide Permit Program (NPP) and one meeting with the Corps will be necessary. This task assumes the city has the proper marine land lease documents and legal description for the existing outfall and no more than 12 hours would be necessary for a new legal description for a new land lease. Brown and Caldwell will inform the Coast Guard and Office of Archaeology and Historic Preservation as to the project description and solicit their input as to shipwrecks and marine related cultural resources and meet with Port Angeles Planning Department staff once. Diffuser permitting work needs to proceed during both the predesign and design phases to ensure the resource agencies have sufficient opportunity to provide input at successive stages of design. The budget scope for the predesign period is intended to give the resource agencies preliminary information as to the location and configuration of the diffuser and receive their input relating to location and design. Subtask 2.4 Site Survey and Inspection Conduct a video camera dive survey of the existing diffuser and adjacent areas to determine the best location for the new diffuser. Gather bathymetric data using a magnetometer or side -scan survey equipment for the existing outfall location and adjacent new diffuser locations. Install a marker buoy system of sufficient quality that it can be anticipated to remain in place for up to two years. Report on any underwater obstructions that would influence site selection. Develop survey coordination for nearest outfall shoreline reference point and existing beginning and end of diffuser. Subtask 2.5 Geotechnical Investigation The original treatment plant and outfall installation contract (1967) took four borings along the outfall length. Boring logs showed a layer of one and one -half feet (at the diffuser) to six feet of silty fine clay and sand over a base of cemented sand and gravel (glacial till). This task has been set up to accommodate additional future geotechnical investigations if deemed necessary, but initially, no scope is included for Exhibit A -Page 4 of 12 November 29, 1994 e: \user \6621 \agree \exhiba.wpw this service and it is assumed that no additional borings will be required. The owner acknowledges that some additional risk is incurred by not conducting additional site specific borings. Subtask 2.6 Analysis of Diffuser Options Diffuser options will be identified including the base materials for construction: need and means for additional corrosion protection; need and means of providing for protection from physical damage related to undersea scour and damage from ship anchors or identified risks such as log raft tow chains; ways of staging connection into the existing active outfall; and alternatives to allow the diffuser system to accommodate future increased flows. Composite systems will be evaluated and a recommended system selected. Cost estimates will only be developed for the two most promising systems. Subtask 2.7 Preliminary Construction Sequence A preliminary construction schedule and sequence will be developed. They will be sufficiently detailed to determine whether special hardware or interim structures need to be incorporated into the detailed design to allow diffuser replacement. Subtask 2.8 Quality Control Reviews and Special Meetings 2.8.a Special Meetings Two special meetings are budgeted: Exhibit A -Page 5 of 12 November 29, 1994 1. A kickoff brainstorming meeting. Attendees will include engineers from at least three separate recent outfall diffuser design projects that used various outfall and diffuser designs and a general contractor that specializes in underwater construction. The city and state are encouraged to attend. The objective will be to quickly create a diffuser options list, to assimilate the information that is available on diffuser materials, construction techniques, protection options, and create advantage /disadvantage lists for each alternative. 2. An allowance is included for a closing information meeting and presentation, whether to city staff, city council, WDOE, or agencies from whom permits must be obtained. 2.8.b In -House Quality Control Reviews The objective of such reviews is to ensure that the work of all individuals is well integrated into the project; is technically sound; and that the product is e: \user \6621 \agree \exhiba.wpw constructable. The reviews, which use senior personnel outside of the normal design team, also help to bring new ideas and a broader experience into the design. Two sessions are scheduled, each having a single outside reviewer. The first session, held at approximately 25 percent completion, would focus on breadth of alternatives under consideration and adequacy of acquired data to complete the design. The second, at 90 percent completion, would review initial drafts of the predesign report. Subtask 2.9 Cost Estimating A predesign level cost estimate -10 percent/ +20 percent) of the recommended plan will be developed utilizing Brown and Caldwell's BAC -PAC cost estimating data base program. Subtask 2.10 Predesign Report The predesign report will summarize the activities of the predesign and present costs for the recommended program. Six copies each of a draft report and a final report will be submitted. The final report will incorporate responses to any residual issues identified by the city, state or internal reviews. Task 3.0 As- Building of WWTP Expansion Drawings Field markups from the Port Angeles WWTP expansion consist of about four complete drawing sets from various sources or a total of about 1,400 drawings that need to be checked and examined for conflicting information. Other material that need to be incorporated onto the as -built drawings include over one hundred PCMs or Contractor Mods which were incorporated into the project by change orders. In all cases, discretion is needed as to where modifying the document drawings at this time really adds value to the set for the city's future purposes. As- building services include: 1. Incorporating contractor markups that are necessary to understand the plant's operation. Includes wiring, piping, and layout changes that are markedly different from the original drawings and in particular, that are buried or not easily observable by walking into the room for verification. 2. Would not include redrawing any piping to match the exact dimensions of the contractors submitted pipe fabrication drawings. If word processing specification schedules are affected, they too will be edited and included. Exhibit A--Page 6 of 12 November 29, 1994 e: \user \6621 \agree \exhiba.wpw 3. Updating document drawings to include addenda changes. 4. Integrating drawings or repackaging sketches generated as part of change orders during the construction period into the document drawing set. 5. Printing and delivery of as -built and original markup materials to the city. Deliverable products will include: 1. Vellums of all drawings. Ones which have been altered will include a footnote indicating "DRAWING AMENDED TO INCLUDE AS- CONSTRUC rED INFORMATION, MONTH, 1994." Drawings not requiring changes will be taken from our flat file drawers unaltered with the sole exception that all drawings will have the professional stamp removed. The latter is required because as- builts are used by owners to document subsequent plant changes that may not have been engineered or implemented by Brown and Caldwell. The city's existing bound sets of documents constitute legal protection for the city on the original design. 2. Updated CAD electronic files of all drawings, and if amended, specification schedules. Task 4.0 One -Year Certification Reporting The Department of Ecology requires a one -year plant certification program inclusive of quarterly reporting to document plant performance of all unit processes during the first year of plant operations. This requires special laboratory testing by plant personnel and data analysis and reporting by the consultant. Department of Ecology requirements also include implementing corrective action plans where processes are found deficient. This task completes the one -year certification reporting process begun under the previous agreement. Work already completed includes finalizing project performance standards, setting up a laboratory testing program and schedule for the plant, drafting a standard report format and submission of the first quarter's report. This task provides for completion and submission for the second, third and final certification reports. Work includes: 1. Monitor the performance of the plant during the certification period, to include up to three visits to the plant site by a Brown and Caldwell engineer and operations specialist. Each visit one day. 2. Provide operational assistance /training as needed during the certification period. Exhibit A -Page 7 of 12 November 29, 1994 c: \user \6621 \agree \exhiba.wpw 3. Develop three quarterly reports during the certification period based upon testing and performance data prepared by plant staff and submitted to Brown and Caldwell in a timely manner. 4. Corrective action plans, if any, to make the process meet performance standards which are limited to changes to plant operational procedures will be submitted to plant staff for implementation. Corrective action plans, if any, which may require modifications to the plant and whose scope is unknown at this time, are not budgeted under this task. Such modifications will be discussed with the city, and if authorized, be implemented as a directed service under Task 9.0. Task 5.0 Phase 2 Composting Facility Background: A Feasibility Study and Preliminary Design report was prepared by Brown and Caldwell (June 16,1992). Design of facilities was divided into Phase 1 and Phase 2. Phase 1 included site drainage, paving, grading and installation of a pre engineered metal building which would allow sludge processing using the un- aerated static pile composting method. Phase 1 also included obtaining permits relative to the Phase 1 facilities. Phase 2 work includes preparation of bidding documents, assistance with bidding and construction support to upgrade the composting facilities to include greater capacity through process improvements and to incorporate features required for the permanent facility which were identified during the permitting process under Phase 1. The Phase 2 design will add building lighting, electrical service, fire alarm system, biofilter odor control, compost aeration system and controls, and all services and equipment necessary to conduct aerated static pile composting, using both yard waste and digested and dewatered wastewater biosolids. Included with the facility will be compost mixing equipment. Subtask 5.1 Phase 2 Detailed Design The level of effort associated with preparation of bidding documents inclusive of plans and specifications is based upon the following assumed drawing list. Vicinity Map and Index of Drawings Civil Site Plan Compost Building Plans and Details Blower System Plan, Elevations and Sections Biofilter Plan and Sections Biofilter Equipment and Details Electrical Site Plan Electrical Plan 1 Exhibit A -Page 8 of 12 November 29, 1994 e: \user \6621 \agree \exhiba.wpw Electrical Plan 2 One -line Diagram Technical specifications will be prepared using the WSDOT /APWA format. 25 copies of the bid documents will be delivered to the city for distribution. Subtask 5.2 Assistance During Bidding and Construction Construction activities include 20 hours during the bidding and award period and 160 hours of field inspection /monitoring during construction (20 weeks at 8 hours per week). Subtask 5.3 Permitting and Agency Coordination Updating of permits obtained during Phase 1: Exhibit A -Page 9 of 12 November 29, 1994 1. Clallam County Environmental Health Division: Permit to Construct Phase 1. 2. Olympic Air Pollution Control Authority: Notice of Construction Approval Phase 1. 3. City of Port Angeles Building and Utilities Department: Phase 1 review. 4. Washington State Department of Ecology (Water Quality and Solid Waste Division): Limited to concerns covered by permit 1 above. Coordination with the above agencies and updating of application information will be conducted as necessary to gain approvals for Phase 2 permits. NPDES biosolids utilization permits and updating of the city's Residual Solids Management Plan are covered under Task 8 of this agreement. Subtask 5.4 O &M Manual /Quality Assurance Plan Update The Phase 1 Composting Facility Operations and Maintenance Manual and Quality Assurance Plan November, 1994. will be updated to include Phase 2 facilities and operating procedures. 10 copies will be provided to the city for distribution. e: \user \6621 \agree \exhiba.wpw Task 6.0 Alternative Biosolids Disposal Alternative biosolids disposal methods look at ways of treating and disposing of biosolids other than through the city's composting program. Subtask 6.1 Silviculture Previous investigatory work on silviculture examined functional suitability and ownership of commercial tree growing lands (public and private) within a 40 mile radius of Port Angeles. A suitable site near Pysht, owned by Merrill and Ring was identified. Brown and Caldwell participated in informational discussions with the city, landowners, the County Health Department and the Clallam County Biosolids Task Force. As an outcome of the initial investigatory work, the city determined that the following silviculture related activities should be included in this agreement: Exhibit A -Page 10 of 12 November 1994 1. Assist the city to obtain a permit from the Clallam County Health Department for one biosolids silvicultural application site. The permitted site would be held in reserve as a backup to the composting program. If, as a result of item 1 above, the city wishes to permit more than one site, permitting effort for the second site would be compensated under Task 9.0 Directed Services. The permit would be based upon a two stage silviculture application program. The first stage would allow the city to temporarily recycle biosolids at the site. The anticipated need for the first stage of implementation would be for short-term biosolids application to accommodate equipment outages or short-term shutdown of biosolids equipment at the treatment plant or at the composting facilities. Because of the short -term nature of the application, acreage requirements would be low and access would be from existing infrastructure. The second stage implementation plan would cover permanent operation of a silviculture application program at the site as a full alternative reuse method to composting, the city's primary biosolids reuse method. 2. Assist the city in preparation of a contract for the selected land owner. 3. Assist the city in implementing the permitted plan, should it be required during the period covered by this agreement, to the extent allowed by the task budgets following completion of work items 1 and 2. e: \user \6621 \agree \exhiba.wpw This scope assumes that a land application permit from Clallam County can be obtained with minimal field effort, i.e., does not include site surveying, surface and groundwater investigations, etc. Such services, if required, would be authorized under Task 9.0 Directed Services. Subtask 6.2 Thermophilic Digestion Analysis Recent Brown and Caldwell pilot studies for the City of Vancouver, Canada showed that biosolids meeting Class A disposal requirements were achievable from their newly designed anaerobic digestion facilities. The City of Port Angeles directed that a brief (two -day) analysis be conducted to determine whether the Port Angeles digesters, as now configured have the capability to run in a thermophilic mode. The data would be used as planning information for future plant modifications. A letter report will be provided. Task 7.0 Plant O &M Assistance Subtask 7.1 Stranco Proposal Implementation The city has expressed a preference to consolidate chlorination /dechlorination controls with one controller vender Stranco) who is willing to guarantee satisfaction and to accept unit responsibility. City and Brown and Caldwell positions on this changeover are summarized in an October 26, 1994 letter to the city. This subtask budgets a total of 45 Brown and Caldwell hours for assistance with this effort. Subtask 7.2 Final PCM Implementation At the close of the WWTP expansion project, a final proposed change modification (PCM) document was prepared with all parties agreeing that field implementation would be by the city in order to facilitate closeout of the expansion contractor. This subtask budgets 30 Brown and Caldwell hours for assistance to the city with their efforts to carry out these construction modifications. Task 8.0 NPDES Permit Assistance The city's NPDES permit lists numerous reporting and analysis requirements for city implementation. On October 19, 1994. The city reviewed the listed NPDES requirements and indicated that Brown and Caldwell should budget for assistance in the following areas: 1. Assistance in documenting baseline CSO activity and effluent characterization. NPDES item S 12). 40 hours budgeted. Exhibit A--Page 11 of 12 November 29, 1994 e: \user \6621 \agree \exhiba.wpw 2. Assistance in updating the residual solids management plan to include silvicultural information. 30 hours budgeted. 3. Assistance in updating the CSO Reduction Plan if WDOE provides review comments to the draft submittal made in January, 1994. 40 hours budgeted. Task 9.0 Directed Services The city has established a budgeted amount of $30,000 for special services not otherwise covered by specific tasks of this agreement. Such services shall be undertaken only when so directed by the city. Exhibit A -Page 12 of 12 November 29, 1994 e: \user \6621 \agree \exhiba.wpw Otner Total Direct Indirect Direct Task Description Labor Labor Costs Subs Fee Task Total 1.0 Management and Coordination 9,893.73 18,303.40 1,119.00 4,229.57 33,545.69 2.0 Predesign Study for Outfall Diffuser Replacemen 23,510.49 43,494.41 15,200.00 3,600.00 10,590.73 96,395.63 3.0 As- building of WWTP Plant Expansion Drawings 3,757.69 6,951.72 1,758.50 1,606.41 14,074.32 4.0 One -year Certification Reporting Program 4,135.71 7,651.06 978.50 1,768.01 14,533.28 5.0 Composting Facility Phase 2 20,176.79 37,327.06 6,205.00 8,625.58 72,334.43 6.0 Alternative Biosolids Reuse 3,557.09 6,580.62 857.00 1,520.66 12,515.37 7.0 Plant O &M Assistance 2,907.84 5,379.50 200.00 1,243.10 9,730.45 8.0 NPDES Permit Assistance 3,952.42 7,311.97 328.50 1,689.66 13,282.54 9.0 Directed Services 30,000.00 30,000.00 c:\s \portan \95scope.xls EXHIBIT B COMPENSATION PORT ANGELES 1995 ENGINEERING SERVICES Totals 71,891.75 132,999.73 56,646.50 3,600.00 31,273.72 296,411.70 Project Port Angeles 1995 Engineering Agreement Latest revision 11/8/94 Job No Task 1 0 Title Management and Coordination 1.0 TOTAL LABOR Name Rate Hours Subtotal Total Professional Doug Schneider 36.04 230 8,289 20 Andy Lukas 20 69 Zimn Moore 24 14 Gary Hess 26.44 Render Denson 31.04 Dave Vogt 31 Bill Faisst 44 24 Garr Jones 60 10 Other 30 00 Technical CAD operator 24 00 Project Asst 15 00 56 840 00 Other 20 00 Clerical Word processor 16 00 24 384 00 Subtotal direct labor 9,513 20 2.0 DIRECT COSTS Salary scale adjustment 4% 380 53 Indirect labor cost 185% 18,303 40 Total labor 28,197 12 Item Rate Units Quantity Subtotal Computer charges $10 00 Hours 43 430 00 CAD charges $20 00 Hours Word processing charges $10 00 Hours 24 240 00 Mileage $0 29 Miles 600 174 00 Tele /fax/mail Lump 50 00 Photocopies Lump 50 00 Perdiem /travel Lump 150 00 Printing Lump Other parking /film /etc Lump 25 00 Subtotal 1,119 00 Subconsultants Subtotal Total direct costs 1,119 00 3.0 FEE (15% of total labor 15% subs) 4,229 57 4.0 TOTAL ESTIMATED TASK COST $33,545 69 ti Task I 1 (Administration and Coordination Port Angeles 1995 Engineering Agreement Subtask AL BF DS DV GH GJ RD ZM CADD CI PA Pro Tech Descriotion Project Management Plan Subconsultant Agreements Progress Monitoring /Invoice Prep Coordination /Mgr Review I Scope Development Andy Lukas Bill Faisst Doug Schneider Dave Vogt Gary Hess Garr Jones Render Denson Zimne Moore Cadd Operator Clerical Project Assistant Other professional Other technical AL BF DS DV GH 0 0 24 161 961 70 24 230 0 0 GJ RD 0 0 ZM CADD PA Pro Tech CI 36 20 0 0 56 0 0 12 12 24 Project Job No Task Title 2.0 DIRECT COSTS Port Angeles 1995 Engineering Agreement 2.0 Predesign Study for Outfall Diffuser Replacement Latest revision 11/8/94 1.0 TOTAL LABOR Name Rate Hours Subtotal Total Professional Doug Schneider 36 04 124 4,468 96 Andy Lukas 20 69 104 2,151 76 Zimn Moore 24 14 Gary Hess 26 44 Render Denson 31 04 70 2,172 80 Dave Voigt 31 05 32 993 60 Bill Faisst 44 24 48 2,123.52 Garr Jones 60 10 26 1,562 60 Other 30 00 172 5,160 00 Technical CAD operator 24.00 99 2,376 00 Project Asst 15 00 43 645 00 Other 20.00 6 120.00 Clerical Word processor 16 00 52 832.00 Subtotal direct labor 22,606.24 Salary scale adjustment 4% 904.25 Indirect labor cost 185% 43,494 41 Total labor 67,004 90 Item Rate Units Quantity Subtotal Computer charges $10 00 Hours 93 930 00 CAD charges $20 00 Hours 84 1,680 00 Word processing charges $10 00 Hours 52 520 00 Mileage $0 29 Miles 1000 290 00 Tele /fax/mail Lump 200 00 Photocopies Lump 150 00 Perdiem /travel Lump 5,000 00 Printing Lump 480 00 Other (current meter, boat, expendable) Lump 5,950 00 Subtotal 15,200 00 Subconsultants Surveying 1,000 00 Diving 2,600 00 Subtotal 3,600 00 Total direct costs 18,800 00 3.0 FEE (15% of total labor 15% subs) 10,590 73 4.0 TOTAL ESTIMATED TASK COST $96,395 63 Task 21 Predesign Study for Outfall Diffuser Replacement Port Angeles 1995 Engineering Agreement I Subtask 21 22 23 24 25 26 2.7 28 29 210 AL Andy Lukas BF Bill Faisst DS Doug Schneider DV Dave Voigt GH Gary Hess GJ Garr Jones RD Render Denson ZM IZimne Moore 1 CADD ICadd Operator CI I Clerical PA Project Assistant Pro Other professional Tech 'Other technical Description Mixing Zone Data Gathering Outfall Hydraulics and Difusser Modeling Diffuser Permitting Site Survey and Inspection Geotechnical Investigation Analysts of Diffuser Options Preliminary Construction Sequence Quality Control Reviews /Spec Meetings Cost Estimating Predesign Report AL BF 8 32 80 12 4 1 1 1 DS I DV GH GJ RD 1 6 6 50 8 40 16 2 1 8 30' 8 1 8 321 8 104 48 124 32 0 2 24 4 8 8 26 70 ZM 0 CADD PA 1 1 1 25 3 2 1 1 20 20 12 20 24 40 16 32 16 16 99 43 172 Pro Tech I 68 CI I 12 6 6 6 4 2 15 12 52 Project Port Angeles 1995 Engineering Agreement Latest revision 11/8/94 Job No Task 3 0 Title As- building of WWTP Plant Expansion Drawings 1.0 TOTAL LABOR Name Rate Hours Subtotal Total Professional Doug Schneider 36 04 24 864 96 Andy Lukas 20.69 Zimri Moore 24 14 Gary Hess 26 44 Render Denson 31 04 Dave Vogt 31 05 Bill Faisst 44 24 Garr Jones 60 10 Other 30 00 Technical Lead CAD Operator 30.79 80 2,463 20 Project Asst 15 00 3 45.00 Other 20.00 4 80.00 Clerical Word processor 16 00 10 160 00 2.0 DIRECT COSTS Subtotal direct labor 3,613 16 Salary scale adjustment 4% 144 53 Indirect labor cost 185% 6,951 72 Total labor 10,709 41 Item Rate Units Quantity Subtotal Computer charges $10 00 Hours 4 40.00 CAD charges $20 00 Hours 68 1,360.00 Word processing charges $10 00 Hours 10 100 00 Mileage $0 29 Miles 150 43 50 Tele /fax/mail Lump Photocopies Lump 15 00 Perdiem /travel Lump Printing Lump 200 00 Other parking /film /etc Lump Subtotal 1,758 50 Subconsultants Subtotal Total direct costs 1,758 50 3.0 FEE (15% of total labor 15% subs) 1,606 41 4.0 TOTAL ESTIMATED TASK COST $14,074 32 Task 1 31As- budding of WWTP Plant Expansion Drawings I I I I Port Angeles 1995 Engineering Agreement I I I I I I I I I I Subtask Description I AL BF DS DV GH GJ RD ZM CADD PA 1 As-Building 1 24 I 1 1 I I I I AL BF DS DV GH GJ RD ZM CADD CI PA Pro Tech Andy Lukas Bill Faisst Doug Schneider Dave Vogt Gary Hess Garr Jones Render Denson Zimne Moore I Cadd Operator Clerical Project Assistant Other professional Other technical 1 1 I 01 0 24 0 01 0 0 0 1 1 I I I I 80 3 4 10 1 I I I I I I 1 80 3 0 4 I I I I I I I Pro Tech CI 10 Project Job No Task: Title 2.0 DIRECT COSTS Port Angeles 1995 Engineering Agreement 40 One -year Certification Reporting Program Latest revision 11/8/94 1.0 TOTAL LABOR Name Rate Hours Subtotal Total Professional Doug Schneider 36 04 16 576 64 Andy Lukas 20 69 Zimn Moore 24.14 Gary Hess 26 44 Render Denson 31 04 Dave Voigt 31 05 Bill Faisst 44 24 Woodie Muirhead 36 00 90 3,240 00 Other 30.00 Technical CAD operator 24 00 Project Asst 15.00 Other 20 00 Clerical Word processor 16.00 10 160 00 Subtotal direct labor 3,976 64 Salary scale adjustment 4% 159 07 Indirect labor cost 185% 7,651.06 Total labor 11,786 76 Item Rate Units Quantity Subtotal Computer charges $10 00 Hours 16 160 00 CAD charges $20 00 Hours Word processing charges $10 00 Hours 10 100 00 Mileage $0.29 Miles 150 43 50 Tele /fax/mail Lump Photocopies Lump 50 00 Perdiem /travel Lump 600 00 Printing Lump Other parking /film /etc Lump 25 00 Subtotal 978 50 Subconsultants Subtotal Total direct costs 978 50 3.0 FEE (15% of total labor 15% subs) 1,768 01 4.0 TOTAL ESTIMATED TASK COST $14,533 28 Task 1 41 One -year Certification Reporting Program Port Angeles 1995 Engineering Agreement 1 1 Subtask Description I 1 AL BF DS DV AL BF DS DV GH GJ RD ZM CADD CI PA Pro Tech 1 1 I One -Year Certification I 16 Andy Lukas Bill Faisst Doug Schneider Dave Voigt Gary Hess Garr Jones Render Denson Zimne Moore 1 Cadd Operator Clerical Prolect Assistant Other professional Other technical 0 0 GH GJ RD 90 ZM 1 1 161 0 0 90 0 0 01 1 1 CADD PA Pro Tech CI 10 1 1 0 0 0 101 Project Port Angeles 1995 Engineering Agreement Latest revision 11/8/94 Job No Task 5 0 Title Composting Facility Phase 2 1.0 TOTAL LABOR Name Rate Hours Subtotal Total Professional Doug Schneider 36 04 11 396 44 Andy Lukas 20.69 Zimn Moore 24 14 362 8,738 68 Gary Hess 26 44 48 1,269 12 Render Denson 31 04 8 248 32 Dave Vogt 31 05 4 124 20 Bill Faisst 44 24 Garr Jones 60 10 Other 30 00 120 3,600 00 Technical CAD operator 24 00 196 4,704 00 Project Asst 15 00 Other 20 00 Clerical Word processor 16 00 20 320.00 2.0 DIRECT COSTS Subtotal direct labor 19,400 76 Salary scale adjustment 4% 776 03 Indirect labor cost 185% 37,327 06 Total labor 57,503 85 Item Rate Units Quantity Subtotal Computer charges $10 00 Hours 83 830 00 CAD charges $20 00 Hours 167 3,340 00 Word processing charges $10.00 Hours 20 200 00 Mileage $0 29 Miles 1500 435 00 Tele /fax/mail Lump 300 00 Photocopies Lump 200 00 Perdiem /travel Lump 300 00 Printing Lump 600 00 Other parking /film /etc Lump Subtotal 6,205 00 Subconsultants Subtotal Total direct costs 6,205 00 3.0 FEE (15% of total labor 15% subs) 8,625 58 4.0 TOTAL ESTIMATED TASK COST $72,334 43 Task I 51 Composting Facility Phase 2 Port Angeles 1995 Engineering Agreement Subtask 51 52 531 54 Description Detailed Design I Vicinity Map and Index of Drawings (Civil Site Plan (Compost Bldg Plan and Details Blower System Plan, Elev and Details Biofilter Plan and Sections Biofilter Equipment and Details Electrical Site Plan Electrical Plan 1 Electrical Plan 2 One -line Diagram Specifications 8 Compost engineer coordination I 1 Assistance During Bidding and Construction Permitting and Agency Coordination O&M Manual and QAP Update I I Credit for work anticipated done under previous agreement and prior to this authorization 1 1 AL Andy Lukas BF Bill Faisst DS Doug Schneider DV I Dave Vogt GH IGary Hess GJ I Garr Jones RD I Render Denson ZM IZimne Moore 1 CADD Cadd Operator CI Clerical PA Prolect Assistant Pro Other professional Tech I Other technical 1 I AL BF DS DV I I I 1 I 41 1 8 3 I 0 01 11 GH GJ RD ZM CADD PA 16 24 41 48 0 I I I I I I I I 8 1 31 2 2 24 24 45 32 201 401 201 401 1 161 32 32 16 56 24 1801 1 501 -60 81 362 -40 196 Pro Tech CI 1 I 1 1 1 1 I 1 1 20 20 16 24 24 16 0 120 12 8 1 1 I 01 20 Project Job No Task. Title 2.0 DIRECT COSTS Port Angeles 1995 Engineering Agreement 60 Alternative Biosolids Reuse 1.0 TOTAL LABOR Name Rate Hours Subtotal Total Professional Doug Schneider 36 04 19 684 76 Andy Lukas 20 69 Zimn Moore 24.14 Gary Hess 26 44 8 211 52 Render Denson 31.04 Dave Voigt 31 05 Bill Faisst 44 24 Garr Jones 60 10 Steve Wilson 36 50 56 2,044 00 Technical CAD operator 24 00 Project Asst 15 00 Other 20 00 12 240 00 Clerical Word processor 16 00 15 240 00 Subtotal direct labor 3,420.28 Salary scale adjustment 4% 136 81 Indirect labor cost 185% 6,580 62 Total labor 10,137 71 Item Rate Units Quantity Subtotal Computer charges $10 00 Hours 12 120 00 CAD charges $20 00 Hours Word processing charges $10 00 Hours 15 150 00 Mileage $0 29 Miles 300 87 00 Tele /fax/mail Lump 15 00 Photocopies Lump 10.00 Perdiem /travel Lump 450 00 Printing Lump Other parking /film /etc Lump 25 00 Subtotal 857 00 Subconsultants Latest revision 11/8/94 Subtotal Total direct costs 857 00 3.0 FEE (15% of total labor 15% subs) 1,520 66 4.0 TOTAL ESTIMATED TASK COST $12,515 37 Task 1 61 Alternative Solids Reuse Port Angeles 1995 Engineering Agreement 1 Subtask Description 6 1 Silviculture Permitting 1 6 21 Thermophillic Digestion Analysis AL Andy Lukas BF Bill Faisst DS I Doug Schneider DV Dave Vogt GH Gary Hess GJ Garr Jones RD Render Denson ZM 1Zimne Moore SW ISteve Wilson CADD Cadd Operator CI Clerical PA Project Assistant Pro Other professional Tech Other technical AL BF I DS 3 1 I 1 1 1 1 I 1 1 1 1 1 16 1 DV GH GJ I RD ZM 1 8 1 1 1 1 01 0 19 0 8 0 0 0 1 1 CADD PA SW 1 1 1 01 0 56 121 15 1 1 Techl CI 561 12 12 3 Project Port Angeles 1995 Engineering Agreement Latest revision 11/8/94 Job No Task 7 0 Title Plant O &M Assistance 1.0 TOTAL LABOR Name Rate Hours Subtotal Total Professional Doug Schneider 36 04 75 2,703 00 Andy Lukas 20.69 Zimri Moore 24 14 Gary Hess 26 44 Render Denson 31 04 Dave Vogt 31 05 Bill Faisst 44 24 Garr Jones 60 10 Other 30 00 Technical CAD operator 24 00 Project Asst 15 00 3 45 00 Other 20 00 Clerical Word processor 16 00 3 48 00 Subtotal direct labor 2,796 00 2.0 DIRECT COSTS Salary scale adjustment 4% 111 84 Indirect labor cost 185% 5,379 50 Total labor 8,287 34 Item Rate Units Quantity Subtotal Computer charges $10 00 Hours 12 120 00 CAD charges $20 00 Hours Word processing charges $10 00 Hours 3 30 00 Mileage $0 29 Miles Tele /fax/mail Lump 25 00 Photocopies Lump 25 00 Perdiem /travel Lump Printing Lump Other parking /film /etc Lump Subtotal 200 00 Subconsultants Subtotal Total direct costs 200 00 3.0 FEE (15% of total labor 15% subs) 1,243 10 4.0 TOTAL ESTIMATED TASK COST $9,730 45 Project Port Angeles 1995 Engineering Agreement Latest revision 11/8/94 Job No Task 8 0 Title NPDES Permit Assistance 1.0 TOTAL LABOR Name Rate Hours Subtotal Total Professional Doug Schneider 36 04 80 2,883 20 Andy Lukas 20 69 Zimn Moore 24 14 Gary Hess 26.44 30 793 20 Render Denson 31 04 Dave Vogt 31 05 Bill Faisst 44 24 Garr Jones 60 10 Other 30 00 Technical CAD operator 24.00 Project Asst 15 00 4 60 00 Other 20.00 Clerical Word processor 16 00 4 64 00 Subtotal direct labor 3,800 40 2.0 DIRECT COSTS Salary scale adjustment 4% 152.02 Indirect labor cost 185% 7,311.97 Total labor 11,264 39 Item Rate Units Quantity Subtotal Computer charges $10 00 Hours 17 170 00 CAD charges $20 00 Hours Word processing charges $10 00 Hours 4 40 00 Mileage $0 29 Miles 150 43 50 Tele /fax/mail Lump 25 00 Photocopies Lump 25 00 Perdiem /travel Lump Printing Lump Other parking /film /etc Lump 25 00 Subtotal 328 50 Subconsultants Subtotal Total direct costs 328 50 3.0 FEE (15% of total labor 15% subs) 1,689.66 4.0 TOTAL ESTIMATED TASK COST $13,282 54 Project Port Angeles 1995 Engineering Agreement Latest revision 11/8/94 Job No Task 9 0 Title Directed Services 1.0 TOTAL LABOR Name Rate Hours Subtotal Total Professional Doug Schneider 36 04 Andy Lukas 20 69 Zimri Moore 24 14 Gary Hess 26 44 Render Denson 31 04 Dave Voigt 31 05 Bill Faisst 44 24 Garr Jones 60 10 Other 30 00 Technical CAD operator 24 00 Project Asst 15 00 Other 20 00 Clerical Word processor 16 00 2.0 DIRECT COSTS Subtotal direct labor Salary scale adjustment 4% Indirect labor cost 185% Total labor Item Rate Units Quantity Subtotal Computer charges $10 00 Hours CAD charges $20 00 Hours Word processing charges $10 00 Hours Mileage $0 29 Miles Tele /fax/mail Lump Photocopies Lump Perdiem /travel Lump Printing Lump Other -for as directed services Lump 30,000 00 Subtotal 30,000 00 Subconsultants Subtotal Total direct costs 3.0 FEE (15% of total labor 15% subs) 4.0 TOTAL ESTIMATED TASK COST 30,000 00 $30,000.00 Mileage Computer Chargeouts: Reproduction FAX Binders VHS Tapes Film CAD Graphics Engineering Word Processing Exhibit C -Page 1 of 1 November 29, 1994 EXHIBIT C BROWN AND CALDWELL OTHER DIRECT CHARGE RATES $0.29 per mile (increases each year per IRS reimbursement rate) $20.00 per hour $20.00 per hour $10.00 per hour $10.00 per hour $0.07 per copy for lots over 100 $0.15 per copy up to 100 $2.00 per page (no telephone charges added) $4.01 per binder $6.67 per tape $1.00 per print e: \user \6621 \agree \exhibc.wpw Page 1 of 1 Tasks Task 1 Project Management and Coordination in Task 2 Predesign Study for Outfall Diffuser Replacement Task 3 As- Building of WWTP Expansion Drawings Task 4 One -Year Certification Reporting Task 5 Phase II Composting Facility Task 6 Alternative Biosolids Disposal Task 7 Plant O &M Assistance Task 8 NPDES Permit Assistance Task 9 Directed Services 1/1 1/1 Submit 3rd Quarter's Report 1/1 2/28 1/1 1/1 Jan Feb Mar 4th Quarter Plant Operation Exhibit D Port Angeles 1995 Engineering Services Submit Mixing Zone Study 3/30 3/31 Submit 4th Quarter's Report Mlimililli 3/31 5/31 3/31 3/31 Apr May 4/30 1995 Jun Jul Submit Engineering Report 6/30 6/30 11/29/1994 h:\projectslportangleng1995.m14 Aug Sep Oct Nov Dec U 12/31 U 12/31 12/31 I e 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 order of the Secretary of labor, including 41 CFR, Ch. 60 During the performance of this contract, the Consultant agrees as follows a The Consultant will not discriminate against any employee or applicant for employment because of race, color, religion, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin. The Consultant will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, or national ongin. The Consultant will take affirmative action to employ, advance in employment, and otherwise treat qualified special disabled or Vietnam era veterans and handicapped individuals without discrimination based upon their disability 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 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 Action clause. b The Consultant will in all solicitations or advertisements for employees placed by or on behalf of the Consultant, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, physical or mental handicap, or national origin, and that the Consultant 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 discrimination 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 occurring during 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 intends to fill from within its own organization or under a customary and traditional employer -union hiring agreement. c The Consultant 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's commitments under this Equal Opportunity/Affirmative Action clause, and shall post copies of the notice m conspicuous places available to employees and applicants for employment d The Consultant 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 will furnish all information and reports required by Executive Order No 11246 of September 24, 1%5, 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. f. The Consultant 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 service(s) or other benefits to an individual 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 service(s) or other benefits provided under this agreement; 1 g. Pw- 410.01 [El [2194) 4 Deny any individual an opportunity to participate m any program provided by this Agreement through the provision o services or otherwise, or afford an opportunity to do which is different from that afforded other under this Agreement. Tht Consultant, in determining (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 services or other benefits will be provided, or (3) the class of individuals to be afforded al opportunity to participate in any services or other benefits, will not utilize criteria or methods of administration which hay( the effect of subjecting individuals to discrimination because of their race, color, sex, religion, national origin, creek, or thc presence of any sensory, mental or physical handicap. In the event of Consultant noncompliance with the nondiscrimination requirements of this Agreement or with any of the said rules regulations, or orders, this Agreement may be canceled, terminated or suspended, in whole or in part, and the Consultant may be declared ineligible for further government contracts m accordance with procedures authorized 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 by law. f The Consultant will include the provisions of paragraphs (a) through (g) in every subcontract unless exempted by the rules, regulations, or orders of the Secretary of Labor. 2