Loading...
HomeMy WebLinkAbout5.701 Original Contract r S. 70 J . AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE THE CITY OF PORT ANGELES AND PARAMETRIX RELATING TO: 2005 SOLID WASTE, LANDFILL AND WASTEWATER ENGINEERING AND PLANNING SERVICES THIS AGREEMENT is made and entered into this ~ day of _, 2005, by and between THE CITY OF PORT ANGELES, a non- arter code . y of the State of Washington, (hereinafter called the "CITY") and PARAMETRIX, INC., a Washington Corporation (hereinafter called the "C'ONSUL TANT"). WHEREAS, the CITY desires engineering consulting and planning services related to solid waste, landfill and wastewater systems, 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 standards of the profession, and WHEREAS, the CONSULTANT represents that it will provide qualified personnel and appropriate facilities necessary to accomplish the work; NOW, THEREFORE, in consideration of the above representations and the terms, conditions, covenants and agreements set forth below, the parties hereto agree as follows: SCOPE OF WORK The scope of professional services to be performed and the results to be achieved by the CONSULTANT shall be as detailed in the attached Exhibit A and shall include all services and material necessary to accomplish the work. The CITY may review the CONSULTANT'S work product, and if it is not satisfactory, the CONSULTANT shall make such changes as may be required by the CITY. Such changes shall not constitute "Extra Work" as related in Section XI of this Agreement. The CONSULTANT agrees that all services performed under this Agreement shall be in PMX 2005 Agreement Page 1 of 7 \ \ accordance with the standards of the profession and in compliance with applicable federal, state and local laws. The Scope of Work may be amended upon written approval of both parties. II OWNERSHIP OF DOCUMENTS Upon completion of the work, all documents, exhibits, photographic negatives, or other presentations of the work shall become the property of the CITY for use without restriction and without representation as to suitability for reuse by any other party unless specifically verified or adapted by the CONSULTANT. However, any alteration or reuse of the documents, by the City or by others acting through or on behalf of the City, will be at the City's sole risk. III DESIGNATION OF REPRESENTATIVES Each party shall designate its representatives in writing. The CONSULTANT'S representative shall be subject to the approval of the CITY. IV TIME OF PERFORMANCE The CONSULTANT may begin work upon execution of this Agreement by both parties and the duration of the Agreement shall extend through January 31,2006. The work shall be completed in accordance with the schedule set forth in the attached Exhibit C. V PAYMENT The CITY shall pay the CONSULTANT as set forth in this section of the Agreement. Such payment shall be full compensation for work performed, services rendered, and all labor, materials, supplies, equipment and incidentals necessary to complete the work. A. Payment shall be on the basis of the CONSULTANT'S cost for actual labor, overhead and profit plus CONSULTANT'S direct non~salary reimbursable costs as set forth in the attached Exhibit B. 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 3.1. The multiplier shall include overhead, CADD, computer and profit. General clerical time shall be considered an overhead item, except where specific work items are involved that require one hour or more continued effort, in which case time will be charged on the basis of hours worked. 2. The direct non~salary reimbursable costs are those directly incurred in fulfilling PMX 2005 Agreement Page 2 of 7 the terms of this Agreement, including, but not limited to travel, subsistence, telephone, reproduction and printing, and supplies. No overhead may be added to direct non-salary reimbursable costs. The CONSULTANT may add a markup to Subconsultants and outside services subject to approval by the City. 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 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 $469,529.00. 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. In performing this Agreement, the CONSULTANT shall not employ or contract with any CITY employee without the City's written consent. VIII NONDISCRIMINATION PMX 2005 Agreement Page 3 of 7 The CONSULTANT shall conduct its business in a manner, which assures fair, equal and non-discriminatory treatment of all persons, without respect to race, creed or national origin, or other legally protected classification and, in particular: A. The CONSULTANT shall maintain open hiring and employment practices and will welcome applications for employment in all positions, from qualified individuals who are members of minorities protected by federal equal opportunity/affirmative action requirements; and, B. The CONSULTANT shall comply with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of non discriminatory requirements in hiring and employment practices and assuring the service of all persons without discrimination as to any person's race, color, religion, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin. 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 maidesire 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. PMX 2005 Agreement Page 4 of 7 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 the percentage of work completed. C. In the event this Agreement is terminated prior to completion of the work, documents that are the property of the CITY pursuant to Section II above, shall be delivered to and received by the CITY prior to transmittal of final payment to the CONSULTANT. XIIIINDEMNIFICATION/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 or willful misconduct of the CONSULTANT, CONSULTANT employees, affiliated corporations, officers, and subcontractors in connection with the work performed under this Agreement. The CITY agrees to 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. 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 PMX 2005 Agreement Page 5 of 7 .. ~ indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. However, the CONSULTANT expressly reserves its rights as a third person set forth in RCW 51.24.035. 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 (XCU) if applicable; and employer's liability; and, 3. Professional Liability insurance with limits no less than $1,000,000 limit per occurrence. Any payment of deductible or self insured retention shall be the sole responsibility of the CONSULTANT. The CITY shall be named as an additional insured on the Commercial General Liability insurance policy, as respects work performed by or on behalf of the Consultant and a copy of the endorsement naming the CITY as additional insured shall be attached to the Certificate of Insurance. The CITY reserves the right to review a certified copy of all required insurance policies in the CONSULTANT's office. The CONSULTANT'S insurance shall contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. The CONSULTANT'S insurance shall be primary insurance as respects the CITY, and the CITY shall be given thirty (30) days prior written notice of any cancellation, suspension or material change in coverage. XV APPLICABLE LAW This Agreement shall be construed and interpreted in accordance with the laws of the PMX 2005 Agreement Page 6 of 7 .. . 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 - Budget Exhibit C - Schedule IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and year first written above. m,p~v~ L MAYOR APPROVED AS TO FORM: /~ /7 1/;~~ ~ ~/ WILLIAM E. BLOOR, CITY ATTO'RfJEY \ : : ,I . ATTEST: .80 "Je,~ ' J.4inr. BECKY UPTO CI LER PMX 2005 Agreement Page 7 of 7 EXHIBIT A - SCOPE OF WORK City of Port Angeles Landfill Engineering Services 2005 BACKGROUND This Scope of Work identifies landfill-engineering services for the City of Port Angeles for the period of January 1, 2005 through December 31,2005. This work is a continuation ofParametrix' work for Landfill Engineering Services as described in our previous contract agreement dated October 26,2000. The basis of work is derived from input received from City staff through December 2004, and may need to be revised by the end of 2005 based on uncertainties in Transfer Station Contractor selection. Specific work elements include: Task 1 Engineering Assistance for Solid Waste Management This element of work will provide for engineering services to support routine solid waste handling activities and landfill operations. Parametrix will work with City personnel to identify and develop operations criteria and perform services as directed by the City in response to site development or system maintenance requirements. Under this task, Parametrix will perform overall project management, cost control, schedule maintenance, scope development and routine client communications necessary to deliver project elements of work in accordance with scope, budget, and schedule requirements. Activities: Specific components of the work anticipated during the period of this contract include: Task 1.1 Uvdate Fill Sequence Plans - Parametrix will work with landfill staff to update fill sequence plans for optimal waste placement, compaction, and daily cover operations. This effort will include assistance in deciding when the landfill will stop taking wastes, design services for modifying capacity to accommodate additional material, and provide guidance on costs and benefits of changes. Task 1.2 Site Life Verification - Parametrix will conduct quarterly measurement and evaluation of waste placement, including compactive effort estimates and effective density calculations. We will prepare letter reports describing the findings of each quarterly event. In support of this effort, a visual site history using LDD software will be prepared and used in estimating landfill airspace usage with a target closure data of December 31,2006. . Task 1.3 Gas Svstem Maintenanc~ and Monitoring - Parametrix will evaluate gas system operations data and assist City forces in continuing operations of the landfill gas systems. We will communicate to City operations staff issues concerning the proper gas system operations and adjustments and provide assistance as needed. Task 1.4 General Overations Assistance - Parametrix will provide on-call technical assistance to landfill staff regarding conditions and issues that arise during the year. This work will include construction observation, landfill management, materials management, City of Port Angeles Landfill Engmeermg 2005 1 255-2191-010 January 2005 and system maintenance and improvement, as necessary. Tracking and reporting Coordinated Prevention Grants (CPG) expenditures will be performed under this task. Task 1.5 Project Management and Coordination - Parametrix will manage project activities, allocate resources, monitor schedules and budgets, maintain client communications and provide monthly project status reports. Deliverables: Parametrix anticipates the following work products for this task: . Monthly progress reports and invoices. . An updated quarterly project schedule. . An updated Fill Sequence Plan. . Four letter reports describing site capacity analyses. . Quarterly reports to Ecology on CPG grant expenditures. . Routine communications and written recommendations for gas system, co- compo sting, and general operations assistance tasks. Maximum one per month. Assumptions: The Scope of Work and cost estimate is based on the following assumptions: . The Contract period is from January 1, 2005 through December 31, 2005. . NTI of Port Angeles will perform survey activities. . Mileage, reproduction and plotting costs for all tasks are included in this task for budget purposes. . Co-composting support associated with operations, permits, and materials handling will be handled by another consultant and is not included in this Scope of Work. . Gas system monitoring does not include design of system improvements and is limited to the hours provided in Attachment A for on-call services for this task. . CPG grant support includes only the administration of authorized grants. It does not include writing, additional scope of work or a detailed proposal for the supplemental grant process. Grant applications for 2006-2007 will be written under new scope in early 2006. . Parametrix staff will visit the P ALF a minimum of once per month to review landfill operations and meet with the operations team. . Wastewater utility support will be covered by this task, should any support be required, but is not budgeted nor assumed to be needed in 2005. Should this work be required, budget from Task 07 (Directed Services) would be utilized under this task. City of Port Angeles Landfill Engineering 2005 2 255-2191-010 January 2005 Cost: Parametrix will complete Task 1 services for $105,765, including Subconsultants. Task 2 Permitting and Compliance Support This element of work will provide regulatory reporting and permit coordination for landfill operations. Work will include assisting the City with the collection of operational and environmental data and the preparation of routine reports for submittal to the Clallam County Environmental Health Department (CCHD) or Department of Ecology (Ecology). Reporting will be completed to achieve compliance with the solid waste operating permit and the Minimum Functional Standards for Solid Waste Facilities (WAC 173-351). Activities: Specific components of this work include: Task 2.1 Comprehensive Solid Waste Management Plan Update- This task will be performed using CPG Supplemental grant funds from Ecology. Clallam County and the City of Port Angeles recently entered into an Interlocal Agreement entitled, "Interlocal Agreement Regarding Regional Solid Waste Export and Transfer System Cooperation and hnplementation". It is the intent of the City of Port Angeles, working in conjunction with Clallam County, to complete a Plan Amendment to the SWMP by adding the Interlocal Agreement as an appendix to the SWMP. The current text of the SWMP would not be altered, with the possible exception of the Executive Summary (to reflect this amendment). Specific Tasks associated with this effort will include: . Gain Ecology approval for amendment process. . Write new Executive Summary to reflect inclusion of Interlocal Agreement as an appendix. . Take amended CSWMP through the processes of review and adoption. This is limited to a new Appendix and a revision of the Executive Summary. Full revision of the CSWMP is not included in this Scope of Work. The adoption process needs to be directed by Ecology, but the assumption is that the newly amended SWMP must be incorporated by a Resolution of Adoption from all parties included in current SWMP (see Appendix B of current CSWMP). The review process will also include City and County Staff participation in the editing process. Task 2.2 Groundwater Monitoring Reports - Parametrix will provide technical assistance and peer review of groundwater monitoring reports prepared by the City. Parametrix will prepare and submit to Ecology and CCHD the annual groundwater monitoring report. This report will include the findings ofthe fourth quarter sampling (to be prepared by the City). Task 2.3 Amend Develovment and Closure and Overations and Maintenance Plans - Parametrix will meet with landfill staff to identify desired modifications or changes in conditions to the existing Landfill Closure Plan and the existing Operations and Maintenance Manual pursuant to requirements of WAC 173-351. Parametrix will prepare the modifications or changes in the form of an amendment that will be submitted to CCHD for inclusion in the existing plans. City of Port Angeles Landfill Engineering 2005 3 255-2191-010 January 2005 II Task 2.4 Landfill NPDES Permit Support - Parametrix will, with Ecology's input, finalize the storm water management plan in order to permit planned improvements. This will include one meeting with Ecology to discuss and validate the City's plan for stormwater management and development of a final plan based on Ecology's input. Task 2.5 Shoreline Improvement Permit Suvport - Parametrix will continue to assist the City with permitting efforts associated with the shoreline improvements and mitigation measures. This support will include meetings with agencies including DNR, Ecology, Fish and Wildlife and other interested parties. Parametrix will work with City planning staff to coordinate he public process and meet conditional use requirements as needed. Parametrix will review and respond to comments from agencies and resolve outstanding issues from existing permits and permit applications. Task 2.6 Shoreline Monitoring - Parametrix will continue to provide support on the shoreline monitoring task on a monthly basis to evaluate erosion rates and trends in slope failure along the hillside bluff. Deliverables: Parametrix will prepare the following work products: · Draft and Final Comprehensive Solid Waste Management Plan amendments. . Final Annual Groundwater Monitoring Report. . Amendments to the Closure Plan and Operations and Maintenance Plans. . Final revised NPDES Permit and SWPPP. . Monthly shoreline monitoring reports. . Revised and additional permit applications and negotiations for shoreline improvements and mitigation measures. · Written response to inspection reports from the Health Department or Department of Ecology. · Correspondence necessary to coordinate solid waste operations with outside agenCIes. Assumptions: The Scope of Work and cost estimate is based on the following assumptions: · Up to 8 meetings with City, County and other agency staff will be attended in support of the CSWMP. . Up to three additional meetings with City, County and agency staff on the shoreline permit effort. · City staff will prepare groundwater monitoring reports for submittal to Ecology. City of Port Angeles Landfill Engineering 2005 4 255-2191-010 January 2005 . One meeting will be held with City staff to discuss amendments to the O&M and DCP plans. . The City will provide Parametrix with copies of each groundwater monitoring report in electronic and hard copy format. . The City will pay all permit fees associates with permit submittals. Cost: Parametrix will complete Task 2 services for $75,261. Task 3 Waste Export System Acquisition Task not funded at this time Parametrix will assist City Staff with Transfer Station and MRW Facility design support. Activities assume that an award has been made to a contractor for design and construction of a transfer station prior to December 31, 2004. Currently, the City plans to separately contract design of both the transfer station and the moderate risk waste facility to others. If portions of this work are assigned to Parametrix as design tasks, any remaining budget for design review will be transferred to the design task and will not be utilized and no review by Parametrix would be required. Activities: Specific components of this work include: Task 3.1 Transfer Station Design Review - Parametrix and subconsuItants will provide technical assistance during the design of the transfer station. Parametrix will perform design review of documents submitted by the contractor and assist the City with design changes. This will include five meetings in Port Angeles to review contractor submittals, evaluate and recommend changes, and guide the City through the design phase of this work. Task 3.2 Moderate Risk Waste Facility Design Review - Parametrix and subconsuItants will provide technical assistance during the design of the moderate risk waste facility. Parametrix will perform design review of documents submitted by the contractor and assist the City with design changes. This will include two meetings in Port Angeles to review contractor submittals, evaluate and recommend changes, and guide the City through the design phase of this work. Deliverables: Parametrix will prepare the following work products: . Review of Transfer Station design at the 30 percent, 90 percent and final design stages. . Review ofMRW Facility design at the 60 percent and final design stages. Assumptions: llie Scope of Work and cost estimate is based on the following assumptions: · The Contractor selected for construction of the waste export system will design both the transfer station and the MRW Facility. City of Port Angeles Landfill Engineermg 2005 5 255-2191-010 January 2005 . Parametrix will perform no design of either facility. . Parametrix will attend meetings as specified above. . This scope of work does not include design or design review of the site-wide grading and drainage plan (incorporating the Water Treatment Facility). Should this work be required, it will be performed under Task 7 (Directed Services). Cost: Parametrix will complete Task 3 services for $75,107, including Subconsultants. However, this Task is not funded at this time. Task 4 Design Services Under the current construction schedule, the City will continue site development in 2005 and proceed through 2008. This task covers design services required in 2005. Design services include preparation of construction documents. This task includes one optional task (moderate risk waste facility). Activities: Specific components of this work include: Task 4.1 Phase II Stormwater Imvrovements - This work a 100 percent design for the final site-wide stormwater system. The design focus is on integrating constr'uction controls and Port Angeles Water Treatment Plant (P A WTP) final design with site-wide management plan. Task 4.2 Shoreline Improvements - This work involves defining construction conditions and methods to be used during construction of a revetment during 2006-2007. Pacific International Engineers (PIE) will be retained as a Subconsultant. Their Scope of Work is Attachment C. The 2005 scope will include the 100 percent design for these improvements. Parametrix, and PIE, will continue work on the final design of the shoreline seawall. Using design criteria determined in 2004, including bathymetry, tidal flux to determine staging needs, mitigation criteria from permitting agencies, anchor trench configuration, toe configuration, rock size, erosion control, grading and waste management, slope restoration, design life, and coastal engineering design, Parametrix will perform design work for the shoreline improvements. Parametrix will conduct technical work and analysis to develop a fmal design for the nourishment of the beach and the retaining wall toe protection. This work will include refming estimates of alongshore and across shore transport of gravel, cobble, and sand and rates of coastal erosion at the landfill site. The estimates will be used to assess potential beach nourishment requirements and potential maintenance requirements. This may involve appropriate cross-shore profile response modeling for gravel beaches and shoreline response models with design wave and water level information to assess anticipated profile response and downdrift implications of the proposed project. The work may also include application of numerical and analytical methods to provide design guidance on developing a rock size and gradation for appropriate for retaining wall toe protection and beach nourishment material, preparation of materials (including section and plan design drawings) to support the preferred option for retaining wall toe protection, beach slope design, and beach nourishment required for construction. Parametrix will prepare a plan describing guidance on appropriate methods of placement and construction of the beach nourishment and toe protection. CIty of Port Angeles Landfill Engmeermg 2005 6 255-2191-010 January 2005 Task 4.3 Mitigation Desim (Task not funded at this time) - This work involves design support for mitigation alternatives including shoreline cleanup, restoration of Dry Creek, and minor alterations to the work performed in Task 4.2 in response to mitigation requirements negotiated with agencies. Parametrix will assist the city in developing, implementing, and evaluating a shoreline monitoring program to evaluate coastal erosion processes and to evaluate project performance. The work will include application of appropriate software (such as RMAP) for beach profile analysis, shoreline position analysis, and beach nourishment performance evaluation. Task 4.4 Moderate Risk Waste Facility Design (optional (Task not funded at this time) - This task will be performed using CPG Supplemental grant funds from Ecology. Parametrix will complete a 100 percent design of the moderate risk waste handling facility to be incorporated into the facility following closure of the landfill and construction of the transfer station facility. Exact location of this facility will be determined in coordination with the contractor (or the City) that is selected during the RFP process (Task 3). This Task budget cannot be activated without written permission from the City. Deliverables: Parametrix will prepare the following work products: · Three (3) sets of 60 percent and 100 percent design plans and fmal design specifications for the shoreline improvements, the site-wide stormwater system, the moderate risk waste facility and the mitigation design. · Prepare engineering cost estimates for each design. . Bid documents for each of the design plan sets. Assumptions: The Scope of Work and cost estimate is based on the following assumptions: · The City will provide the front end legal documentation and Division 1 special provisions in electronic format (MS Word). · Prepare contract documents including the bid proposal, amendments to the WSDOT Standard, WSDOT General Special Provisions (GSPs) Specifications, and project- specific special provisions. · The City will furnish examples of proposal forms for inclusion into the contract documents and consolidated, non-conflicting, and complete set of 90 percent review comments. · No additional formal review iterations will take place after the final submittal. Only minor changes (limited typos, oversights, and corrections) are expected after the final (100%) submittal. . The City will produce the necessary copies of the fmal PS&E for distribution to staff, plan centers and prospective contractors. . No design of the transfer station is included. City of Port Angeles Landfill Engineermg 2005 7 255-2191-010 January 2005 . Grading plans will be completed for the entire site prior to completion of the stormwater plans. . A maximum of 30 engmeenng sheets will be prepared for the shoreline improvements. . A maximum of 8 engineering sheets will be prepared for the mitigation design. . A maximum of 10 engineering sheets will be prepared for the stormwater design. . A maximum of 10 engineering sheets will be prepared for the moderate risk waste facility design. ' . The shoreline improvement project will be let for bid in 2006. Construction will be performed in 2006-2007. . A maximum of two workshops for agency and City over the shoulder review and design-process planning will be held for the shoreline improvements. . Up to three additional meetings will be held with City staff for input into the shoreline improvement design. . Up to one additional meeting will be held with City staff for input into the stormwater improvement design. . Up to one additional meeting will be held with agency and City staff for input into the mitigation design. . A modified version of the revetment identified in the corrective action plan and agreed to by the agencies during the November 10, 2004 meeting is the preferred alternative. Cost: Parametrix will complete Task 4 services for $366,629, including Subconsultants. However, only $238,499 is funded at this time. TASK 5 NPDES Permit Support Task not funded at this time No work is anticipated on this task in 2005. Work performed under this task that is required in 2005 will be funded from Task 07 (Directed Services), and will be allocated on an as-needed basis as approved by the City. TASK 6 Construction Support Services Task not funded at this time This element of work will involve providing onsite construction support services during various activities planned for 2005 including stonnwater system improvements, gas system installation, and transfer station construction. City of Port Angeles Landfill Engmeermg 2005 8 255-2191-010 January 2005 Activities: Specific components of this work include: Task 6.1 Stormwater Svstem Improvements - Parametrix will provide construction management support for the City during stormwater utility construction. Parametrix staff will assist City staff in ensuring contractor compliance with scope of work and quality inspections. Task 6.2 Gas Svstem Installation - Parametrix will provide construction support for the City during gas system utility installation. Parametrix staff will assist City staff in ensuring contractor compliance with scope of work and quality inspections. Task 6.3 Transfer Station Contractor Administrative Support - Parametrix will provide construction management oversight support for the City following contractor selection for a 26 week period of construction. This will include coordination of schedule and general assistance to the City with contractor management during 2005, including coordination with the Water Treatment Plant contractor during the same period of time (July-December is estimated). Parametrix staff will assist City staff in ensuring contractor compliance with scope of work and quality inspections. Task 6.4 Moderate Risk Waste Facility Construction - Parametrix will provide construction support for the City during construction of the moderate risk waste facility. Parametrix staff will assist City staff in ensuring contractor compliance with scope of work and quality inspections. Deliverables: Parametrix will prepare the following work products: · Trip reports for each week (16 reports). Assumptions: The Scope of Work and cost estimate is based on the following assumptions: · Attendance at one pre-bid meeting, and one pre-construction meeting for each construction event. · Construction period for the transfer station is assumed to be 180 days. During this period, it is assumed that 2.5 manldays per week will be spent in providing construction assistance. Limited additional high-end specific technical consulting is also provided (8 man days over 6 months). · Final construction inspection will be approved by City staff for each construction event. Cost: Parametrix will complete Task 6 services for $67,124. However, this Task is not funded at this time. TASK 7 Directed Services This element of work provides for unforeseen engineering or other services that may be required during the contract duration. This effort will typically involve construction observation and incidental design for minor repairs or improvements. Specific work CIty of Port Angeles Landfill Engineering 2005 9 255-2191-010 January 2005 assignments will require a negotiated scope, budget and schedule and written direction from the City on proceeding with the work. Cost: Parametrix will complete Task 7 services for $50,000. City of Port Angeles Landfill Engineering 2005 10 255-2191-010 January 2005 EXHIBIT B Budget Task 1 Engineering Assistance for Solid Waste Management....................................................... $105,765 Task 2 Permitting and compliance Support.............. ......... ........................... .................................... $75,261 Task 3 Waste Export System AcquisItion .................................................................Not funded at this time Task 4 Design Services................................................................................................................ $366,629* Task 4.1 Task 4.2 Task 4.3 Task 4.4 Storm water Facilities ...... ...................... .......... ...... ............................................. ....... $54,576 Shoreline Improvements.... ..... .............. ....... ...................... ..... ...................... ........... $183,923 Mitigation Design.................. ........ ........... ...................... ...... .............. Not funded at this time MRW Design ...................................................................................... Not funded at this time *T ask 04 Fun d ed total ....................... ..... ...................................................................................... $238,499 Task 5 NPDES Permit Support................................................................................................................. $0 Task 6 Construction Support Services.......................................................................Not funded at this time Task 7 Directed Services.................................................................................................................. $50,000 BUDGE T TOTAL .......................................................................... $469,525 Non Funded Total................................................... $270,361 Exhibit B PROJECT: Landfill Engineering and Environmental Services 2005 CLIENT: City of Port Angeles PMX# BILUNG ProjecI ManagIl1g project ProjecI EnlF_ EI1Y1RlIlIIl<lI1Illl STAFF ~r SIaI!~ Sial! Saenbst CADDlGlaphlcs prqe<:t Coordinator CIencaIIAdrnn 235-2191-012 MUlTlPllER Eng Pruq>a1 E_ Saenbst Tech Tech E>pense TOTAL SLbTask TASK ....7"'" ORG CODE 310 Bill RATES $139 50 $17884 $10835 $9241 $9465 $8965 $8032 $n26 $7896 $6J 94 $S5n HOURS TolaIF.. TASK TOTAL 1 Engoneenng Assistance lor Solid Waste M $67,645 11 Fill Sequence 2 4 40 8 12 2 2 70 $6,264 $6,264 12 Site Life Venficabon 2 4 12 24 2 44 $3,780 $3,780 13 Gas System Monltonng 24 8 4 2 38 $3,725 $3,725 1,4 General Operabons AsSistance 96 16 96 16 16 8 40 12 300 $31,783 $31,783 15 Project ManagementlCoordlnabon 96 16 48 8 16 184 $22,093 $22,093 2 Pennlltlng and Compliance Support $75,261 21 SWCP Update 16 16 24 120 12 24 212 $20,175 $20,175 22 Groundwater Reports/SAP 2 60 40 60 16 12 8 198 $16,222 $16,222 23 Amend DCP and OM Plan 2 1 16 12 8 6 2 1 48 $4,627 $4,627 24 NPDES Permrt Support 8 2 24 6 16 8 4 2 70 $6.926 $6,926 25 Shoreline Permrts 16 4 32 32 4 12 100 $9,698 $9,698 4 DeSign Semces $311,629 , 1J 42 Shoreline 1m rovements 120 220 360 320 160 480 80 48 1788, $183,923 $183,923 5 NPDES Permit Support 51 On-call servICes 7 Directed Services $50,000 $50,000 I Labor Subtotal 506 435 848 156 826 204 1160 60 962 344 243 5960 $431,405 $431,405 In-House Expense Item Number UnUCost Unit Direct Cost Task Element Mileage 8,000 $036 rruJe $2,880 00 Mulrtple Tasks (billed In Task 1) $2,880 Reproducbon 6,000 SO 05 sheel $300 00 Mulrtple Tasks (billed In Task 1) $300 Plots 300 $100 sheet $300 00 Mu6bple Tasks (billed on Task 1) $300 per diem 80 $10300 day $8,240 00 Task 6 (bIlled In Task 1) $8,240 PO FORM OO-IlU03-04 PAGE 1 OF2 File Name 2005 plannmg level estimate 01~17-(J5 xis Date Pl1nIed 1/1712005 Exhibit B PROJECT: Landfill Engineering and Environmental Services 2005 CLIENT: City of Port Angeles PMX# 235-2191-012 BIWNG MULTIPLIER STAFF PIOjOC! ManagedSr Eng Managing P~~ P"'Iect E_ PIOjOC! Saen"" SlaffEngmeer SIaffSclen>st Eng~~ E~lal CAODlGtaphlcs PIOjOC!Coordinalor ClencaVA_ TASK SubTask ORG CODE 310 BILL RATES TOTAL SlbTasl< E>pense $13950 $17884 $10835 $9241 $9465 $8965 $8032 $72 26 $7896 $8394 $5577 TASK TOTAL Outside Expenses Descnpbon Direct Cost Other Expenses Subconsultants $469,525 ~_.- Prepared By k C/tt tmtttHlllllll VUSf::!J Approved By (project Manager) (Office Manager) PO FORM OO-BUD3-04 PAGE20F2 File Name 2005 p!anntng level estrmate OH 7-05 xIs Dale Pnnted 1/1712005 'I Task Name I Duration J__~~1---'=iniS!!___. -;c, ID 1 2 1 Engineering Assistance for- Solid 'waste -M~ -- 260 days --- Man 1/3/05 ,-- Fri -f2l30i05 f------.- - -.. .. -.. --.... ..- ..... .... --.-.. .. .,.-- 3 1.1 Fill Sequence 49 days Tue 3/1/05 Fri 11/4/05 -- ----- ------- -- ---------- - - ----- ----- --. ------- -. -- - ---- ----- ----- 4 1,2 Site Life Verification 49 days Tue 3/1/05 Fri 9/30/05 5 1.3 Gas System Monitoring'" -.- -.- 260-'days" Mon 1i3/05'- Frl1V30165 - -- -------- -_.- ----------- ---- --- ------ --- --- --... -- ---------- 6 1.4 General Operations Assistance 260 days Mon 1/3/05 Fri 12130/05 ~-- - -.--1.5..ProfecfMancigemenuCo(lrdTncitlon--- .-. . ... 260 days'." - Mon 1/3/05 FriT2i30i05 8 2 Permitting and Compliance ..- -. __no --, 260 days'- -;';;-0"'-113105' --F,{1213oio5 --9-- - -2 -n:;omprehensive SWMP Update 76 days ..- -Mon-1i3105 Mon 4/18/051 10 -- z::.fGroundwater Monitonng Reports- , 94 days - - Tue 3/1/05 ,- ---Fif1213oiosl --TIT 2::3"Amencfij'cP-ci-nd OM Plan _n__ 22 days-' - Wed 6/1/05 -ttili-6i3"oi051 12 ,- 2.4 NPDES Permit Support-no - 65 dayS-~: - Thu 9/1/05 ~_:-Wed 11/30/051 --f3--r _-~_2_.5_~_horelin_~ ~~rmlts _ _ ___ _ .-:_:-- __ : _173 days __~O~_1~_~05__ Wed 8/31/051 14 i 2,6 Shoreline Monltonng 48 days Mon 1/17/05 Thu 12115/05 ' -------1- - - - __. __ - - .._ - m.___ on_ _ __ _ _ __ _. _._ _ ._ ._ _ . __ -__ ----- ---- - - , --..- - - --- . --- - ----- - 15 13 Waste Export Acquisition 109 days Tue 3/1/05 Fri 7/29/05 16 f - - -- -3:T-fransfer Station Design Support --- -0- - 109 days Tue 3/1/05 --. Fn 7/29/05 ~-f7-r--- -- -3~2 -iVfRW DesTgn Support -- .-- m -- --- -- -10g-days- Tue-3i1/05 --- - Fri 7/29/051 18 1~(DeSign-serVices - - ------- ---- - --- ---.- 260 days Mon 1/3/05 Fri 12130/05 , -fg-I- ---41-Stormwater'FaCllities- _u_ --- ---- -- 129 aays.- -- Mon-1i3i05- -- Thu 6/ioi051 20 1- -4.2"f.."Ttig~itfon Design---------- ,- 195 days - --Mon-"1i3ios-- -Fr(12130105- ----r-- ---.--- ---- - --------.---- -- --.----- -- -----.. - -- -- ----.---.----- ,-- ----- --- ---------------------------- 21 4.3 Shoreline Improvements 195 days Mon 1/3/05 Fri 12130/05 22 -- - - 4XMRWDeslgn-[optloii-cijf- ----------------.- ---129ciays --- --Mon-1i3"io5----TtiiJS130iO-5- -:-- ------------------- ------- ----------- ----.---. - -.- ..----- ---~-- ---------- --------------- -.-- -------.- -- ---.---------- 23 5 NPDES Permit Support 260 days Mon 1/3/05 Fri 12/30/05 24 510n'-CaII'SelViciis .------ .-- --- -- ---.26(Jdays----- --Mon1iii05 '--Frl-12130i05 25 6-Constructlon"Support--Servlces- __________n__ -- -- ---.- -17S-days- --- -- -- Mon- 512i05-----l=ri"12130105 26 6.1 Slormwater improvementS---- -- -- -----., -- ----4i-a-a-ys -.---ftili911/05-Mon 10131105- '-zr-- -----6.2- Gas-SystElm-Observcitfon- - ---- __om ------- -- -- ---44 days ,-- --- --Marl 5/2105' .-------fhlj-6i36i05 28 --- -- 6.3Transter Station COnstruction----- -- .- - --- -11 0- d~iys' - - ---Mon- Bifios..---- --1"11-12130765- 29 -.-.S~4-MRW-Construction.--- -- ---- ---- -- --- ------ - -'ffo- days-- ---Mon-aifi6s-----Frl-12130io5 30 -j-[)irectedS-irvices------.-----.---- ----- -----,-- --- -260days - ----...lon1l3105-. --.--,:;:1--1-2130105- -:-:-- -_._------- --- ----------.----... ----_.-------------- ---------------.-.------ - ------- --------- ----------- 31 7.1 Directed Services 260 days Mon 1/3/05 Fri 12130/05 City of Port Angeles 2005 Landfill Engineering and EnVironmental Services Dec ~I I I I I 1 st Quarter Jan Exhibit C Schedule I 2nd Quarter Feb _-L~~_L~pr___l May I Dec 11 st Quarter j Jan 14th Quarter Sep _......L- Oct I I 3rd Quarter I Jul 1 I Nov I I Jun Aug "" .., . l~' I,. 0 0 0.00'. 0 0...' 0 0 0 0 0 0 0 0" 0.00. 0' 0 0'" 0.0.000' 0 0 0 0"" 0 o. 0 0'" 0 0" 0 0" 0.' 0' o. 0'" 0 0 0 oJ ' ~l =5~~~i4~=s~ "" .., I :~ ~ ~ ' I l~ t I I I I I I I I I I I I I I I I I I I I I I I . I I I I I I I I I I I I I I I I : ~ I I I I I I I I I I I I I I I I I I . I I I . I I I I I I IE : ~I, I I I I I I I I . , I I In ~ H I, ~ I 1-- . . - ., :- ':.' -:: . .., -. . . . -' ! ';' .. -' . -I :-: .. -. :: '. ..- . . - . . . ." . . - ..- D I I I I I I I I I 1.0 I I I I I I I I I I 10 1 I I I I I II II I II IUI II I I I I I Illnlll I I I I I I I' .li]1 I I I I II I I I I I I I nl I I I I I I I I I IDI I II I I I III ID. I I I I I I I I I I I I I 0 I I 1'1 I I I I 10., I I I I I I I I I 0 I .., I ~ H Page 1 255-2191-012 ,; 5. 7 D I AMENDMENT NO.1 TO THE AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE THE CITY OF PORT ANGELES AND PARAMETRIX PROJECT 05-06 THIS AMENDMENT NO.1 is made and entered into this 1I1J1:A- day of aJ,4J-t.4X- ' 2005, by and between THE CITY OF PORT ANGELES, a non-charter code city ofthe State of Washington, (hereinafter called the "CITY") and Parametrix, Inc., a Washington Corporation (hereinafter called the "CONSULTANT"). WHEREAS, the CITY entered in to an AGREEMENT with the CONSULTANT on January 21, 2005, (the AGREEMENT) and WHEREAS, the CITY desires to amend the AGREEMENT to revise the Scope of Work, Budget, and Time of Performance NOW, THEREFORE, in consideration of the representations and the terms, conditions, covenants and agreements set forth in the original AGREEMENT and this AMENDMENT, the parties hereto agree as follows: REVISED SCOPE OF WORK The scope of professional services to be performed and the results to be achieved by the CONSULTANT pursuant to the Agreement shall be amended to read as shown in the attached Exhibit A. The Scope of Work shall include all services and material necessary to accomplish the work. II TIME OF PERFORMANCE The work for all Tasks shall be completed by January 21,2006. The schedule for completion of the tasks added by the amendment shall be as detailed in Exhibit A. III MAXIMUM COMPENSATION The CONSULTANT'S total compensation and reimbursement are stated in the attached Exhibit B. The budget for any Task may be further adjusted by mutual agreement without an amendment to the Agreement, as long as the maximum compensation amount of $599,529 is not exceeded. Amendment No 1 to Parametnx Agreement, 05-06 Page 1 of 8 IV SIGNATURES Except as modified herein, the original Agreement and its Exhibits shall remain in effect. In WITNESS THEREOF, the parties hereto have executed this Amendment NO.1 to the Agreement as of the day and year first written above. CITY OF PORT ANGELES: \utJC'~ MAYOR CONSULTANT: ~~1k TITLE: l~eUI\(.LM tlt\eA~\ APPROVED AS TO FORM: 1/;>> - ~ f)z CITY ATTORNEY ATTEST: h~~k CITY CLE ." Amendment No 1 to Parametnx Agreement, 05-06 Page 2 of 8 Exhibit A - Scope of Work City of Port Angeles Landfill Engineering 2005 P A WTP/P A TS Soil Management Engineering BACKGROUND This Scope of Work identifies landfill-engineering services for the City of Port Angeles in support of site grading activities for Port Angeles Transfer Station (PATS) and Port Angeles Water Treatment Plant (P A WTP) anticipated for Fall, 2005. This work is a continuation ofParametrix' work for Landfill Engineering Services as described in our previous contract agreement dated October 26,2000. Various construction activities at the Landfill planned for the next several years require a careful analysis of soil management. The activities include: . Construction of a new Transfer Station . Construction of a new Water Treatment Plant . Construction of a new access road to the north beach area . Removal of an old beach landfill and restoration of the slope and beach . Daily landfill operations requiring soil to cover recently compacted trash . Final landfill capping and closure Soils suitable for landfill operations (high clay content) are not suitable for structural fill under the new Transfer Station and Water Treatment Plant and firing range berm. Areas to store soil are limited. Three, and possibly four, contracts will accomplish the above projects. The Transfer Station construction has been awarded and construction will begin Fall 2005. A detailed schedule will be provided following the stakeholder meeting in July. Design for the other projects is in process. Previous contract negotiations and agreements between agencies for the Transfer Station and the Water Treatment Plant assumed that the Water Treatment Plant construction would occur first and would provide most of the soil excavation, hauling, and storage. That project has been delayed, and now the Transfer Station contractor will perform most of the soil grading work for both projects. Task 8.1 Project Management Objective: This task will consist of project management, coordination of subcontractors, project team meetings, coordination and meetings with City staff, fmandal management, reporting, and scheduling. Approach: The Parametrix team will use a combination of in-house review, routine client meetings, and monthly progress reports to deliver elements of work described in this task. The team will provide for the overview, direction, monitoring, and reporting of task activities in a manner that allows for the delivery of the project in accordance with the negotiated scope, budget, and schedule. This will include all day-to-day interaction with the City, attendance at meetings, routine correspondence, scheduling, budget management, etc. Amendment No 1 to Parametnx Agreement, 05-06 Page3 of 8 Deliverables: The following will be delivered: . The team will prepare and deliver routine correspondence, schedule and budget updates, status reports on progress of work, and summary reports on meetings with agencies, property owners and City personnel. Assumptions: The following assumptions are made about this task: . Project duration for this phase of work is 90 days. . One (1) report detailing progress, budget status, and projected work for the following month will be provided each month. Weekly progress will be discussed as part of ordinary correspondence. . One (1) internal consultant coordination meeting will be held a minimum of once each month. . The design engineer and project manager will attend each meeting. . Provide meeting minutes and records of all significant conversations. . Up to three meetings will be attended by two staff with representatives from The Bureau of Reclamation (BOR) or the City, as required. Cost: Task 8.2 Objective: Approach: . Parametrix will complete Task 8.1 services for $ 12,641. Soil Needs Analysis Parametrix will review all of the construction projects identified above to determine the estimated quantity and type (or quality) of soil needed, as well as the time it is required. The approach is as follows: . Consultation with each of the three design teams to determine needs. . Review of geotechnical data and estimation of type and quantities of soils meeting each type of need (daily cover, landfill cap, transfer station construction, WWTP construction, etc.) Deliverables: Technical memorandum detailing findings. Assumptions: The following assumptions apply: . Grading plans and cut/fill quantities will be provided by each team. . Soil quality and quantity requirements will be provided by each team. Cost: Task 8.3 Objective: Parametrix will complete Task 8.2 services for $ 4,092. Grading Analysis The proposed construction sites for the Transfer Station and Water Treatment Plant were surveyed in March 2005. This is the area where the Landfill Operators obtain their daily cover soil. Amendment No I to Parametnx Agreement, 05-06 Page 4 of 8 Approach: The following approach applies: . The proposed grading plans for the new facilities will be compared to the March 2005 survey. . The March survey contours will be adjusted based on approximate assumptions of the location and quantity of daily cover material removed between March 2005 and July 2005. . A determination of where soil is to be excavated and relocated to will be made. This determination will be made based not only on existing and proposed grades, but on types of soils existing and required as reported in the soils reports by the various design teams. Deliverables: A technical memorandum detailing fIndings. Assumptions: The following assumptions apply: . Soils reports will be provided . Soil requirements (quality and quantity) will by the design teams. . Proposed grading plans will be provided by the design teams. Cost: Parametrix will complete Task 8.3 services for $ 5,920. Task 8.4 Survey Objective: Surveys have been performed by several different surveyors. Parametrix will review the various surveys to confIrm that the same datum has been used. The NT! survey of March 2005 will be updated to reflect the actual grades just prior to start of construction. Approach: Parametrix will analyze existing survey data provided by the City to collate the various pieces and create an overall base map of the site. This will involve overlaying different surveys and confIrming that the same datum was used. Deliverables: A base map showing existing conditions prior to grading. Assumptions: The following assumptions apply: . The City will provide electronic copies of all survey data to be incorporated, with the exception of data generated previously by Parametrix. . Each survey to be incorporated will have to have at least 3 points in common with another survey to be usable. If no co-located points are present, additional fIeld survey (not included) will need to be performed. . No fIeld survey is included. Cost: Parametrix will complete Task 8.4 services for $ 5,200. Amendment No 1 to Parametnx Agreement, 05-06 Page 5 of8 ~ Task 8.5 Objective: Approach: Overall Mass Balance by Soil Type And Stockpile Plan This task will evaluate the soil balance, especially with respect to the timing for its use. For example, the high clay content soil, which overlays the gravel soil suitable for structural fill, must be removed and stockpiled for use as landfill fmal cover, which will occur after most other construction is complete. Soil stockpile locations are limited, especially since the Landfill personnel are manufacturing compost for use as a topsoil amendment for the fmal closure. The following approach applies . Review types and quantities of soil present on the site, as determined by survey data, geotechnical data, and co-composting facility records. . Develop recommendations to ensure that the mass balance of soil required for all planned activities is maintained, or that import volumes are accurately estimated if not site material is insufficient to meet needs. . Develop a stockpiling plan to segregate soils for type and location of use. Deliverables: The following will be delivered: . Technical memorandum on soil balance . Technical memorandum detailing the stockpiling plan Assumptions: The following assumptions apply: . Technical data regarding geotechnical information and survey not performed by Parametrix will be provided in a timely manner. . Soil needs data required by BOR and Waste Connections will be provided in a timely manner. . No additional surveyor geotechnical data will be required. . Acceptable stockpile locations will be identified by the City. Cost: Task 8.6 Objective: Approach: Parametrix will complete Task 8.5 services for $ 8,334. Construction Support Services Parametrix will provide construction management support for the City during site grading. Parametrix staff will assist City staff in ensuring contractor compliance with scope of work and quality inspections. Specific components of this work include: Onsite monitoring of grading and soil balance maintenance. Oversight of grading contractor during all site activities. Deliverables: Parametrix will prepare the following work products: . Trip reports for each week (6 reports). Amendment No 1 to Parametnx Agreement, 05-06 Page 6 of 8 Assumptions: The Scope of Work and cost estimate is based on the following assumptions: . Attendance at one pre-construction meeting. . Construction period for the shoreline is assumed to be 30 days. During this period, it is assumed that 5 man/days per week will be spent in providing construction assistance. . Final construction inspection will be approved by City staff. Cost: Parametrix will complete Task 8.6 services for $18,528. Task 8.7 Technical Memorandum Objective: This task will provide a report in Technical Memorandum format that summarizes all elements of this Soil Balance Analysis. The following approach applies: . Tie together fIndings of all other tasks as they relate to each other to develop a comprehensive grading and soil use strategy. . Provide costs estimates for costs incurred due to the change in sequencing of BOR/City projects. . Provide as-built drawings of fmal grading to the BOR and the City following construction activities. Approach: Deliverables: The following will be delivered: . One (1) Technical Memorandum describing fmdings which will include a fmal survey as-built of the site. . Nine (9) copies of the Technical Memorandum will be provided Assumptions: The following assumptions apply: . Surveying will be provided by NT! under subcontract to Parametrix. Cost: Parametrix will complete Task 8.7 services for $ 25,285. Amendment No 1 to Parametnx Agreement, 05-06 Page 7 of8 ~ EXHIBIT C TASK DESCRIPTION ORIGINAL CONTRACT AMENDED CONTRACT Engineering $105,769 $105,769 1 Assistance Permitting and $75,261 $75,261 2 Compliance 3 Waste Export System $0 $0 4 Design Services $238,499 $338,499 NPDES Permit $0 $0 5 Support 6 Construction Support $0 $0 7 Directed Services $50,000 $0 PAWTP/PATS Soil $0 8 Management $80,000 8.1 Project Management $0 $12,641 8.2 Soil Needs Analysis $0 $ 4,092 8.3 $0 $ 5,920 8.4 Survey $0 Mass Balance and $0 8.5 Stockpile Plan $ 8,334 $0 8.6 $18,528 Final Technical $0 8.7 Memorandum $25,285 TOTAL $469,529 $599,529 Amendment No 1 to Parametnx Agreement, 05-06 Page 8 of8