HomeMy WebLinkAbout5.918 Original Contract
/
5. q/8
t'
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN THE
THE CITY OF PORT ANGELES
AND
ASPECT CONSULTING
PROJECT SW08-01
RELATING TO: PORT ANGELES LANDFILL POST-CLOSURE CONSULTING
ENGINEERING SERVICES AND PERMIT COMPLIANCE SERVICES
THIS AGREEMENT is made and entered into this ~7tlL day of ----t::h1D~PA ~
2008, by and between THE CITY OF PORT ANGELES, a non-charter code city of the State of
Washington, (hereinafter called the "CITY") and ASPECT CONSULTING, LLC, a Washington
Corporation authorized to do business in the state of Washington (hereinafter called the
"CONSULTANT").
WHEREAS, the CITY desires engineering, consulting, and planning assistaflce related to the
P,ort Angeles landfill; 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 ~egistration and/or~other applicable requirements, and '
WHEREAS, the CONSULTANT represents that it has the background, experience, and ability
to perform the required work in accordance with the standards of the profession, and
WHEREAS, the CONSULTANT represents that it will provide qualified personnel and
appropriate facilities necessary to accomplish the work;
NOW, THEREFORE, in consideration of the above representations and the terms, conditions,
covenants, and agreements set forth below, the parties hereto agree as follows:
SCOPE OF WORK
The scope of professional services to be performed and the results to be achieved by the
CONSULTANT shall be as detailed in the attached Exhibit A and shall include all services and
material necessary to accomplish the work.
The CITY may review the CONSULTANT'S work product, and if it is not satisfactory, the
CONSULTANT shall make such changes as may be required by the CITY. Such changes
shall not constitute "Extra Work" as related in Section XII of this Agreement.
The CONSULTANT agrees that all services performed under this Agreement shall be in
accordance with the standards of the engineering profession and or other applicable industry
standards and in compliance with applicable federal, state and local. laws,
The Scope of Work may be amended upon written approval of both parties.
Aspect 2008-2009 ProfeSSional Services Agreement
Page 1 of 8
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 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 December 31, 2009. 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 Exhibit B.
1. Labor costs shall be based on the hourly rates shown in Exhibit C. Hourly rates shall be
based upon an individual's hourly wage, times the total number of hours worked, times
a multiplier that varies between 3 and 3.5, depending on the specific employee. 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 the terms
of this Agreement, including, but not limited to, travel, subsistence, telephone,
reproduction and printing, supplies and fees of outside services and consultants. No
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.
Aspect 2008-2009 Professional Services Agreement
Page 2 of 8
C. The CITY shall review the invoices and make payment for the percentage of the project
that has been completed less the amounts previously paid.
D. The CONSULTANT invoices are due and payable within 30 days of receipt. In the event
of a disputed billing, only the disputed portion will be withheld from payment. ·
E. Final payment for the balance due to the CONSULTANT will be made after the completion
of the work and acceptance by the CITY.
F. Payment for "Extra Work" performed under Section XII of this Agreement shall be as
agreed to by the parties in writing.
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 $58,000. The budget for
each task is as set forth in the attached Exhibit B. Budgets for task(s) may be modified upon
mutual agreement between the two parties, but in any event, the total payment to
CONSULTANT shall not exceed $58,000. .
VII INDEPENDENT CONTRACTOR STATUS
The relation created by this ,Contract is that of owner-independent contractor. The Contractor
is not an employee of the City and is not entitled to the benefits provided by the City to its
employees. The Contractor, as an independent contractor, has the authority to control and
direct the performance of the details of the services to be provided. The Contractor shall
assume full responsibility for payment of all Federal, State, and local taxes or contributions
imposed or required, including, but not limited to, unemployment insurance, Social Security,
and income tax.
VIII EMPLOYMENT
Employees of the CONSULTANT, while engaged in the performance of any work or services
under this Agreement, shall be considered employees of the CONSULTANT only and not of
the CITY, and claims that may arise under the Workman's Compensation Act on behalf of said
employees while so engaged, and any and all claims made 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.
IX NONDISCRIMINATION
The CONSULTANT shall conduct its business in a manner, which assures fair, equal and
non-discriminatory treatment of all persons, without respect to race, creed or national origin, or
other legally protected classification and, in particular:
(il
A. The CONSULTANT shall maintain open hiring and employment practices and will welcome
Aspect 2008-2009 Professional Services Agreement Page 3 of 8
applications for employment in all positions, from qualified individuals who are members of
minorities protected by federal equal opportunity/affirmative action requirements; and,
B. The CONSULTANT shall comply with all requirements of applicable federal, state or local
laws or regulations issued pursuant thereto, relating to the establishment of non
discriminatory requirements in hiring and employment practices and assuring the service
of all persons without discrimination as to any person's race, color, religion, sex, Vietnam
era veteran status, disabled veteran condition, physical or mental handicap, or national
origin .
X SUBCONTRACTS
A. The CONSULTANT shall not sublet or assign any of the work covered by this Agreement
without the written consent of the CITY.
B. In all solicitation either by competitive bidding or negotiation made by the CONSULTANT
for work to be performed pursuant to a subcontract, including procurement of materials
and equipment, each potential subconsultant or supplier shall be notified by the
CONSULTANT of Consultant's obligations under this Agreement, including the
nondiscrimination requirements.
XI CHANGES IN WORK
Other than changes directed by the CITY as set forth in Section I above, either party may
request changes in the scope of work. Such changes shall not become part of this Agreement
unless and until mutually agreed upon and incorporated herein by written amendments to this
Agreement executed by both parties.
XII EXTRA WORK
The CITY may desire to have the CONSULTANT perform work or render services in
connection with this project, in addition to the Scope of Work set forth in Exhibit A and minor
revisions to satisfactorily completed work. Such work shall be considered as "Extra Work" and
shall be addressed in a written supplement to this Agreement. The CITY shall not be
responsible for paying for such extra work unless and until the written supplement is executed
by both parties.
XIII TERMINATION OF AGREEMENT
A. The CITY may terminate this Agreement at any time upon not less than ten (10) days
written notice to the CONSULTANT. Written notice will be by certified mail sent to the
consultant'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.
Aspect 2008-2009 ProfeSSional Services Agreement
Page 4 of 8
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.
I
XIV INDEMNIFICA TION/HOLD HARMLESS
CONSULTANT shall defend, indemnify and hold the CITY, its officers, officials, employees and
volunteers harmless from any and all claims, injuries, damages, losses or suits including
attorney fees, arising out of or resulting from the acts, errors or omissions of the
CONSULTANT in performance of this Agreement, except for injuries and damages caused by
the sole negligence of the CITY.
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, the CITY, and the officers, officials, employees, and volunteers of either, the
CONSULTANT'S liability hereunder shall be only to the extent of the CONSULTANT'S
negligence. It is further specifically and expressly understood that the indemnification provided
herein constitutes the CONSULTANT'S waiver of immunity under Industrial Insurance, Title 51
RCW, solely for the purposes of this indemnification. This waiver has been mutually
negotiated by the parties. The provisions of this section shall survive the expiration or
termination of this Agreement. However, the CONSULTANT expressly reserves its rights as a
third person set forth in RCW 51.24.035.
XV INSURANCE
The CONSULTANT shall procure and maintain for the duration of the Agreement, insurance
against claims for injuries to persons or damage to property which may arise from or in
connection with the performance of the work hereunder by the CONSULTANT, its agents,
representatives, employees or subcontractors.
No Limitation. CONSULTANT'S maintenance of insurance as required by the agreement
shall not be construed to limit the liability of the CONSULTANT to the coverage provided by
such insurance, or otherwise limit the CITY'S recourse to any remedy available at law or in
equity.
Aspect 2008-2009 Professional Services Agreement
Page 5 of 8
A. Minimum Scope of Insurance
Consultant shall obtain insurance of the types described below:
1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles.
Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute
form providing equivalent liability coverage. If necessary, the policy shall be endorsed to
provide contractual liability coverage; and,
2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01
and shall cover liability arising from premises, operations, independent contractors, and
personal injury and advertising injury. The City shall be named as an insured under the
Consultant's Commercial General Liability insurance policy with respect to the work performed
for the City; and,
3. Workers' Compensation coverage as required by the Industrial Insurances laws of the State
of Washington; and .
4. Professional Liability insurance appropriate to the Consultant's profession.
B. Minimum Amounts of Insurance
Consultant shall maintain the following insurance limits:
1. Automobile Liability insurance with a minimum combined single limit for bodily
injury and property damage of $1 ,000,000 per accident.
2. Commercial General Liability insurance shall be written with limits no less than
$1,000,000 each occurrence, $2,000,000 general aggregate.
3. Professional Liability insurance shall be written with limits no less than
$1,000,000 per claim and $1,000,000 policy aggregate limit.
C. Other Insurance Provisions
The insurance policies are to contain, or be endorsed to contain, the following provisions for
Automobile Liability, Professional Liability and Commercial General Liability insurance:
1. The Consultant's insurance coverage shall be primary insurance as respect the
City. Any insurance, self-insurance, or insurance pool coverage maintained by
the City shall be excess of the Consultant's insurance and shall not contribute
with it.
2. The Consultant's insurance shall be endorsed to state that coverage shall not be
cancelled, suspended or materially changed by either party, except after thirty
(30) days prior written notice by certified mail, return receipt requested, has been
given to the City.
Aspect 2008-2009 ProfeSSional Services Agreement
Page 6 of 8
3. Any payment of deductible or self-insured retention shall be the sole
responsibility of the CONSULTANT.
4. 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.
D. Acceptability of Insurers
Insurance is to be placed with insurers with a current A'.M. Best rating of not less than A:VII.
E. Verification of ~overage
Consultant shall furnish the City with original certificates and a copy of the amendatory
endorsements, including but not necessarily limited to the additional insured endorsement,
evidencing the insurance requirements of the Consultant before commencement of the work.
XVI APPLICABLE LAW
This Agreement shall be construed and interpreted in accordance with the laws of the State of
Washington, and in the event of dispute the venue of any litigation brought hereunder shall be
Clallam County.
XVII 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 Summary
Exhibit C - Consultant Labor Costs and Non-salary Reimbursable Costs
Exhibit 0 - Schedule for the Work
Aspect 2008-2009 ProfeSSional Services Agreement
Page 7 of 8
IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and
year first written above.
CITY OF PORT ANGELES
tJ~a~
MAYOR
CONSULTANT
ASPECT CONSULTING, LLC
~o-C3tY:-
John J. Strunk. LHG
10 .'Z.'2.. ceo
TITLE: Senior Associate Hydrogeologist
Aspect 2008-2009 Professional Services Agreement
Page 8 of 8
An(k~ l~"
BECKY J. PT , CIT CLERK
EXHIBIT A - SCOPE OF WORK
City of Port Angeles
Landfill Engineering Services 2008/2009
BACKGROUND
The Port Angeles Landfill has been owned and operated by the City of Port Angeles
(City) since 1979. Three separate areas were developed within the landfill. The original
landfill area was closed in 1983 under WAC 173-301. The second area was closed in
1990 under WAC 173 - 304. Both the 301 and 304 cells are unlined. The third developed
area was lined, and is approximately 11 acres total. This area was closed in October of
2007 under WAC 173-351. The landfill is now completely closed. All waste is
transferred to a site in eastern Oregon. The Port Angeles Landfill (P ALF) is now
regulated by a Landfill Post Closure Permit issued by Clallam County Department of
Environmental Health and Human Services (CCEHS) on August 29, 2008. The Post-
Closure Permit references the March 2008 Port Angeles Landfill Post Closure Plan. The
Post-Closure Plan details the monitoring and maintenance requirements for the landfill in
its post-closure period. This scope of work is based on those requirements.
This Scope of Work identifies landfill engineering services for the City of Port Angeles
(City) for the period of October 2008 through December of2009. Specific components of
the work for the period of this contract include the tasks listed below.
The budget for these services is presented in Exhibit B on a per-task basis. These per-task
budgets were developed to establish the level of effort for each task as well as to establish
the overall project budget. These task budgets are not contractually binding. They are
presented to identify the composition of the overall budget, which provides the
contractually binding, not-to-exceed contract limit.
Notice to proceed on tasks to be performed in 2009 will not be issued until after the 2009
Landfill Post-Closure budget, as part of the overall 2009 city budget, has been authorized
by City Council.
Project invoices will be submitted to the City allocating incurred labor and expense costs
at the task level. Consultant travel to the City will be at the request of the City, and will
be a reimbursable expense to be charged against the applicable task.
TASK 1- COMPLIANCE AND REPORTING SUPPORT
This element <?f work will provide regulatory reporting and permit coordination for
landfill post closure operations. Work will include assisting the City with the preparation
of routine reports for submittal to CCEHS, to the Washington State Department of
Ecology (DOE) and other regulatory agencies. Reporting will be compiled so as to
achieve compliance with the Landfill Post Closure Permit and the Criteria for Solid
Waste Facilities (WAC 173-351).
Exhibit A - Scope of Work
Port Angeles Landfill Engineering Services 2008
Task 1.1 - Groundwater Reports - (Groundwater Biannual Report and
Groundwater Annual Report)
Objective:
To assist the City with regulatory reporting related to groundwater monitoring as required
by CCEHS and DOE.
Activities:
1. Assistance in preparation of the Biannual Groundwater Monitoring Results
Report. The City performs groundwater monitoring and creates time series plots,
trilinear diagrams, stiff diagrams, the potentiometric map, and conducts the
statistical analysis. The City also calculates cation/anion balances, groundwater
flow direction and rate of flow, and compares the groundwater data to
groundwater quality standards.
a) The Consultant will review and analyze the data provided by the
City, and
b) write summaries and make recommendations for groundwater
monitoring for the next year.
c) As needed, the Consultant will assist the City in updating data
spreadsheets for inclusion in the Biannual and Annual reports.
2. Preparation of the Groundwater Annual Report. The annual report for the landfill
in the past has been written in two sections. These sections represented the closed
landfill (landfill cells closed under 173-301 and 173-304 regulations) and the
active landfill. The 173-351 landfill cells at the site were closed in October of
2007. In the Post Closure Permit, CCEHS lumps the 301 and 304 compliant cells
together and calls these the 304 compliant cells and then refers to the rest of the
landfill areas as the 351 compliant cells. Because the groundwater monitoring
requirements are different for the 304 and 351 compliant cells, it seems
reasonable to continue to divide the annual and the biannual report into two
separate sections to reflect the different post-closure monitoring requirements.
The annual report should include the following for both 351 and 304 compliant
cells:
a) A sumniary of engineering and groundwater monitoring
activities for the previous year
b) A summary table containing sample results for the sampling
period
c) Copies of statistical calculations and summaries
d) Notification of any statistical increase in analyte concentration
and/or notification of any analyte concentration above maximum
contaminate levels (MCLs)
Page 2 of7
Exhibit A - Scope of Work
Port Angeles Landfill Engineering Services 2008
e) A calculated groundwater flow rate and direction of flow for the
sampling period
f) A comparision of the groundwater data to groundwater quality
standards
g) An evaluation and recommendation of leachate indicator
parameters to be used in the 2009 data analysis program using
2008 leachate chemistry and upgradient groundwater chemistry.
Leachate samples are analyzed for the parameters indicated in
Table 3-2 of the Post Closure Plan.
h) Review of past time series plots for leachate indicator parameters
(ammonia, chloride, chemical oxygen demand, dissolved iron,
dissolved manganese, nitrate, specific conductivity, total organic
carbon, vinyl chloride and dissolved zinc) and plotting of current
data.
i) Review ofthe Sampling and Analysis Planfor the Port Angeles
Landfill (Parametrix, 2008). Conduct statistical analysis with
current data as described in the plan.
j) Perform a trilinear plot of major element composition of the
groundwater for each well for the sampling period, stiff diagrams
and cation / anion balance calculations in milliequivalents per
liter for each well. Analyze the well geochemistries.
k) Summarize and make recommendations for groundwater
monitoring for the next year.
1) An overview of the site hydrogeologic conditions based on a
review of Parametrix reports Port Angeles Hydrogeologic and
Groundwater Quality Assessment -1994a and Hydrogeologic
Report Suppliment-1997
m) The City will provide a potentiometric surface contour map from
the groundwater level monitoring data depicting groundwater
flow direction for Consultant review.
n) The City will prepare a summary of the results of the gas system
monitoring and maintenance and surface water monitoring and
maintenance. The City would like the Consultant to review the
reports. The report will be submitted annually, with the Annual
Groundwater Report.
3. Prepare a separate Seawall Fluid Analysis technical memorandum and
recommendation, to be incorporated into the Annual Report. The City has
collected two fluid samples from the drainage system behind the seawall. Seawall
samples have been analyzed for the parameters indicated in Table 3.3 of the Post
closure Report. The consultant will analyze the data and prepare a report that
includes a recommendation for appropriate handling of the seawall fluid. Options
include continued monitoring or incorporation of the seawall fluid collection
system into the leachate system.
Page 3 of7
Exhibit A - Scope of Wark
Port Angeles Landfill Engineering Services 2008
Assumptions:
1. One round of comments from the City will be required to finalize the Annual and
Biannual reports. In addition, there are likely to be comments from the regulatory
Agencies to which response must be made.
2. The City will collect all groundwater samples and will contract for all required
laboratory analysis. The City will provide the Consultant with copies of all
laboratory and field data sheets for the sampling period. The City will update the
data spreadsheets with the laboratory results.
Deliverables:
Draft and final versions of the following reports:
2008 Biannual Groundwater Monitoring Results Report
2008 Annual Groundwater Monitoring Results Report (incorporates the 2008
biannual report)
2009 Biannual Groundwater Monitoring Results Report
2008 Seawall Fluid Analysis Technical Memorandum
Task 1.2 - Seawall Monitoring Report and Beach Monitoring
Objective:
To assist the City with regulatory reporting related to monitoring of the seawall, beach
erosion, and beach morphology as required by CCEHS and the Washington Department
ofFish and Wildlife (WDFW). The seawall was constructed in 2006 and 2007, and the
monitoring and maintenance requirements are detailed the Post-Closure Plan, Appendix
B, Operations and Maintenance Planfor Toe Protection and Beach Nourishment.
Activities:
1. Review of the following reports:
a. Operations and Maintenance Planfor Toe Protection and Beach
Nourishment, Pacific International Engineering, March, 2008;
b. Coastal Engineering Study of Shoreline Erosion at Port Angeles Landfill:
Site Assessment and Historical Data Collection, Technical Memorandum
1, Pacific International Engineering, April 2004,
c. Coastal Engineering Study of Shoreline Erosion at Port Angeles Landfill:
Coastal Processes, Technical Memorandum 2, Pacific International
Engineering, September 2004,
d. Conceptual Approaches for Retaining Wall Toe Protection, Beach Slope
and Beach Nourishment at Port Angeles Landfill, Technical Memorandum
3, Pacific International Engineering, November 2004,
e. Conceptual Approach (Preferred Alternative) for Retaining Wall Toe
Protection, Beach Slope and Beach Nourishment at Port Angeles Landfill,
Technical Memorandum 4, Pacific International Engineering, May 11,
2005,
Page 4 of7
Exhibit A - Scope of Work
Port Angeles Landfill Engineering Services 2008
f. Port Angeles Landfill Shoreline Erosion Study - Beach Fill Materials,
Technical Memorandum 4 Supplement, Pacific International Engineering,
June 2005,
g. Sediment Transport Analysis, Technical Memorandum 5, Pacific
International Engineering, December 2005, Bathymetric Survey Report,
Port Angeles, Washington, June 17-18,2004 Parametrix, July 2004.
2. Analyze beach transect data to be provided by NT! surveying. Transects will be
measured in October of2008, and in April of2009. Thereafter, transects are
scheduled to be taken once per year in April or May through 2011. After 2011 a
decision will be made about continuation of monitoring, based upon the first five
years.
3. Prepare a brief technical memorandum to summarize the results of the transect
analysis. Include a comparison of past and current transects, showing changes in
the beach profile graphically at each transect location and graphically showing
wind speed and direction and wave height contributing to the changes in beach
profile at the seawall. (See Pacific International Engineering Technical
Memorandums for guidance.) .
4. The Consultant shall review pertinent past data and analysis, to be provided by the
City. Review of all pre- and post- project transects, and transect analysis reports.
Review of visual inspection reports, Review of vertical and oblique aerial
photography.
5. Prepare the 2008 Annual Beach Morphology Monitoring Report. The Annual
Report will analyze all transect data, visual inspection data and aerial photography
to determine the changes in beach morphology due to the seawall. Make
recommendations for replacement of beach nourishment material, if necessary.
Assumptions:
1. One round of comments from the City will be required to finalize the Beach
Transect Technical 'Memorandums and the Annual Beach Morphology
Monitoring Report.
2. The City will contract separately with the surveyor to provide transect data. Data
will be provided to the Consultant.
3. The City will provide visual monitoring data to the Consultant.
4. The City will contract separately for aerial photography, and will provide the data
to the Consultant.
Deliverables:
Draft and final versions of the following reports:
2008 Beach Transect Technical Memorandum (October data)
2008 Annual P ALF Beach Morphology Monitoring Report (incorporates 2008
technical memos)
2009 Beach Transect Technical Memorandum (April data)
Page 5 of?
Exhibit A - Scope of Work
Port Angeles Landfill Engineering Services 2008
TASK 2 - MAINTENANCE SUPPORT
This element of work will provide support for landfill post closure maintenance
operations. These operations may include beach nourishment, access road repair, or
repair of the seawall.
Consultant activities may include preparation of Hydraulic Project Approval (HPA) and
Joint Aquatic Resources Project Approval (JARPA) permit submittal documents for
seawall and access road maintenance, or the preparation of related contract documents in
whole or in part. This element of work may also include inspection of the seawall and
making recommendations to repair cracks or spalling of the concrete wall panels.
Consultant work under Task 2 will be defined and aurthorized separately on an as-needed
basis. The following task descriptions are provided as examples.
Task 2.1 - Prepare HP A and JARP A applications for submittal by the City.
Objective:
To prepare environmental permit submittal documents to enable the City to perform
seawall or access road maintenance.
Activities:
. Prepare HPA and JARPA permits as required for seawall or access road
maintenance. Beach nourishment, toe armor or back beach berm may
either be placed as recommended by the consultant, or as required by
WDFW.
Assumptions:
. One round of comments will be required to finalize the HP A and JARP A
permit submittal documents.
Deliverables:
. Draft and Final HP A or JARP A permit applications.
Task 2.2 - Prepare contract construction documents for placement of beach
nourishment, seawall toe armor or back beach berm.
Objective:
To prepare contract construction documents which will allow the City to place beach
nourishment, toe armor or back beach berm as necessary, through a competitive bid
process.
Activities:
. Prepare contract documents as required to place beach nourishment, wall
toe armor or back beach berm. Beach nourishment, wall toe armor or back
Page 6 00
Exhibit A - Scope of Work
Port Angeles Landfill Engineering Services 2008
beach berm will either be placed as recommended by the consultant, or as
required by WDFW.
Assumptions:
. Base maps will be provided by the City
. Contract documents will be based on Standard Specifications for Road
,Bridge, and Municipal Construction, WSDOT, 2008.
. Two rounds of coinments from the City will be required to finalize the
contract construction documents.
Deliverables:
. Final contract construction documents in electronic format.
Task 2.3 - Evaluate and make recommendations as necessary for the repair of
cracks or spalling of the concrete wall panels.
Objective:
To evaluate the concrete seawall panels and make recommendations for repair, as
necessary.
Activities:
. Annually inspect and evaluate the condition of the seawall panels using
the visual inspection reports and a site visit.
Assumptions:
. One site visit will be necessary to evaluate the seawall panels.
Deliverables:
. An annual recommendation for seawall panel maintenance, if necessary.
.
Page 7 of7
EXHIBIT B - BUDGET SUMMARY
City of Port Angeles
Landfill Engineering Services 2008/2009
008 2009 TOT AL
Task 1 COMPLIANCE AND MONITORING SUPPORT
Task 1.
1 1
17,000 SUBTOTAL
$9,000 SUBTOTAL
$5,000
$4,000
1. Annual Beach Mor hology Monitorm Report
Task 2 MAINTENANCE SUPPORT
Tasks to assist with permit compliance and repair work
to be authorized and defmed as needed.
TOTAL
$13,000 $13,000
8,500 $49,500 $58,000 TOTAL
P \City of Port Angeles\Landfill Englneenng Servlces\Contracts\2008-10-12 Exhibit B - Budget summary FmaI10-22-08
Pnnted 10/22/2008
EXHIBIT C - Cost Estimate
Landfill Engineering Services 2008
City of Port Angeles
I Cost In Dollars
TASKS I Sr AssoCIate I Associate I pr~;ect I Sr I Drafting L Project Labor I Other Direct Costs I I Task
Staff Assistant Subtotal (ODC) Subs Subtotal
Task 1 - Compliance and Reporting Support
Task 1 1 Groundwater Reports
- Annual Report (assume 1 report)
Review eXisting reports, SAP & Post Closure-Plan 8 4 $1,504
Summary of englneenng and groundwater monotonng actlvllIes 1 2 $317
Summary table of sample results 2 $172
Stat AnalysIs calculallons and summary 1 8 $1,025
Notlficallon of Stat Inc or MCL exceedance 1 4 $585
Groundwater flow rate & direction 1 4 $489
Compare groundwater quality to GWQC standards 1 8 $833
Evaluabon of leachate indicator parameters 1 4 $489
ReVIew time senes plots and plot current data 1 4 $489
Tnhnear plot and analyze well geochemIstry 1 4 $489
Summanze and make recommendallon for gw man for next year 4 4 16 $2,396
Update site hydrogeologic conditIons 1 4 $489
Create P-map 1 2 2 $467
Draft and Final report deliverable 8 8 4 2 8 $3,054 $512
Subtofal $12,798 $512 $0 $13,310
- BIannual Report (assume 2 reports)
Analyze data 8 $688
Wnte summanes and recommendations of gw monotonng next year 2 16 $1,666
Update gw summanes and stat analysIs 2 8 4 $1,514
Draft and Final report dehverable -, 4 4 4 4 8 $2,184 $242
Subtotal $6,052 $242 $0 $6,294
- Seawall FlUId AnalysIs Tech Memo and recommendabon
Subtofal 8 20 40 2 8 $7,470 $299 $0 $7,769
Task 1 2 Shoreline Stablllzallon Monotonno (Beach Monotonno and Seawall
Monotonna Report)
- Review Existing Reports 8 4 $1,424
- AnalysIs of Transect Data 12 16 $2,996
- T echnocal Memorandum 3 8 16 2 4 $3,301 $309
- Annual Beach Morphology Monotonng Report 6 20 32 4 8 $7,142 $286
Subtofal . $14,863 $595 $0 $15,458
Task 2 - Maintenance Support
Task 2 1 - EnVIronmental Perrnots
- HPA & JARPA Permit preparation 4 22 30 8 4 $7,710 $308
Subtotal $7,710 $308 $0 $8,018
Task 2 2 - Contract Construction Documents
- Prepare contract documents 12 4 25 40 4 $8,290 $332
Subtotal $8,290 $332 $0 $8,622
Task 2 3 - Evaluate Concrete Wall Panels
- Field Inspecbon & prepare vIsual inspection report 5 16 2 2 $2,381 $195 $0
Subtotal $2,381 $195 $0 $2,576
Subtotal Hours 76 74 111 214 66 46 -- -- -- --
Labor Rates $145 $135 $110 $86 $75 $65 - -- - -
Subtotal Costs $11,020 $9,990 $12,210 $18,404 $4,950 $2,990 $59,564 $2,483 $0 $62,047
Notes: Cost Esbmate developed based on Exhibit A - Scope of Work prepared by City of Port Angeles
Rates are established per Aspect Consulting LLC 2008 Schedule of Charges WIth a mulbpher that vanes between 3 0 to 3 5 depending on the professIonal claSSIfication of a specific employee
P \Clty of Port Angeles\landfill Engmeenng SeNlC6s\Aspect Cst Est rev2
10/1412008
3
4
5
------------
6
-- 7 --
8
-------------
9
10
11
12
- --
13
14
-~
15
16
17
18
-- -
19
20
21 --
22
ID Task Name
1 Task 1 - Compliance and Reporting
Support
2 Task 1.1 - Groundwater Reports
Annual Report
08 Draft Report
08 Final Report
Biannual Report
08 Draft Report
08 Final Report
09 Draft Report
09 Final Report
Seawall Fluid Analysis
Draft Tech Memo
Final Tech Memo
Task 1.2 - Shoreline Stablization
Monitoring
Beach Transect Analysis
08 Draft Tech Memo
08 Final Tech Memo
09 Draft Tech Memo
09 Final Tech Memo
Annual Beach Morphology
Monitoring Report
Draft Report
Final Report
-~ Task 2 - Maintenance Support
Task
Project Landfill Englneenng Services
Date- Wed 10/15/08
Split
Progress
I Start I
Fri 10/31/08
Fri 10/31/08
Fri 2/13/09
Fn 2/13/09
Wed 4/1/09
Fri 10131108
Fn 10/31/08
Fn11/14/08
Fn 5/22/09
Fn 6/5/09
Fri 11/21/08
Fn11/21/08
Fn 12/19/08
Fri 11/7108
Fri 11/7/08
Fn 11/7/08
Fn 11/21108
F n 5/8/09
Fn 5/29/09
Fri 2113109
Fn 2/13/09
Wed 4/1/09
~
Exhibit D - Schedule
City of Port Angeles
Landfill Engineering Services
FInish .12009 =12010
Sep I ocU:Nod..Qec] )!!n I Fe-tiT~ar-1..illi[JJ~av r:!un 1- JlU Au!:! r sillLLQgl Nov I Q~-L,,@jL
Fri 6/5/09 ..... .....
Fri 6/5/09
Wed 4/1/09
Fn 2/13/09
Wed 4/1109
Fri 6/5/09
Fn 10/31/08
Fn 11/14/08
Fn 5/22/09
Fn 6/5/09
Fri 12/19/08
Fn 11/21/08
Fn 12/19/08
Fri 5/29/09
Fri 5/29/09
Fn 11/7/08
Fn 11/21/08
Fn 5/8/09
F n 5/29/09
Wed 4/1/09
Fn 2/13/09
Wed 4/1/09
Wed 10/1/08 Thu 12/31/09
I ,1't, ,N, ![
L:.." f:l, '~
ill <.'1 11'1
'M ~~IJ.'
..... .....
..... .....
. 2/13
.4/1
..... .....
. 10/31
. 11/14
. 5/22
.6/5
..... .....
. 11/21
. 12/19
..... .....
..... .....
. 11/7 }
. 11/21
.5/8 "'
. 5/29
..... .....
/
. 2/13
.4/1
..
.,
Milestone .
Summary ..... .....
.--- _'w~.
Project Summary ~
External Tasks 1 <i_/:, ..~.:
External Milestone ..
Deadline ,l}
I
Page 1
Aspect consulting
earth +water
June 29, 2010
Attn: Kathryn Neal, P.E.
Engineering Manager
City of Port Angeles
Public Works Utilities Dept.
321 East Fifth Street
PO Box 1150
Port Angeles, WA 98362 -0217
We are sending the following via:
D Regular Mail
Overnight Delivery
Qty Description
Remarks:
cc:
Express Mail
Courier
Re: Landfill Engineering Services
Amendment No. 1
1 Signed Original Amendment No. 1 to the Agreement for Professional Services
between the The City of Port Angeles and Aspect Consulting Project SW08 -01
Sent by: John J. Strunk, LHG
Senior Associate Hydrogeologist
j strunk@aspectconsulting.com
W1080170 Landfill Engineering Services \Contracts \Proposal Material\Amendment No 1 Transmittal doc
179 Madrone Lane North Bainbridge Island, WA 98110 Tel (206) 780 -9370 Fax (206) 780 -9438 www aspectconsulting corn
a limited liability company
TRANSMITTAL
Project No.: 080170
[i 1J Ly
Hand DelivelI90
o 01ie aP Utilities l Dent
r__
mg aery :Les Vlvlsion
5,9