Loading...
HomeMy WebLinkAbout5.398 Original Contract 5.3Qg AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF PORT ANGELES and RELATING TO: THIS AGREEMENT is made and entered into this II o.::!!.. day of ~.A.: 0 , 1996, by and between the CITY OF PORT ANGELES, a non-charter code city of the Stat of Washington (hereinafter called the "CITY"), and PARAMETRIX. INC. , a Corporation (hereinafter called the "CONSULTANT'). WHEREAS, the CITY desires to implement certain solid waste management programs; and WHEREAS, the CITY desires to engage the professional services and assistance of a qualified consulting firm to assist the CITY and 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 highest standards of the profession; and WHEREAS, the CONSULTANT represents that it will provide qualified personnel and appropriate facilities necessary to accomplish th ~ 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 services to be performed under this Agreement will involve a five (5) phase approach organized as follows: Phase I - Phase" - Phase III - Phase IV - Phase V - Early Action Task Assignments Programming Requirements/Preliminary Design Landfill DevelopmenUClosure Transfer Station Development Waste Export Procurement The complete scope of work for all phases cannot be completely defined at this time. Consequently, the CITY has requested a detailed scope of work for Phase I only. As work progresses, subsequent phases shall be defined and appropriate scope, budget and schedules developed by the CONSULTANT for review and approval by the CITY. These subsequent phases shall become a part of this master Agreement and executed as Agreement Supplements. Exhibit A defines work contemplated under Phase I and includes all services and material necessary to accomplish the work. The CITY may review the CONSULTANTS work product, and if it is not satisfactory, based on the criteria set forth in Exhibit A, the CONSULTANT shall make such changes as may be required by the CITY. Such changes shall not constitute "Extra Work" as related in Section XI of this Agreement. 1 The CONSULTANT agrees that all services performed under this Agreement shall be in 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 CONSULTANTS representative shall be subject to the approval of the CITY. IV TIME OF PERFORMANCE The CONSULTANT may begin work upon execution of this Agreement by both parties. The work shall be completed in accordance with the schedule set forth in the attached Exhibit D. V PAYMENT The CITY shall pay the CONSULTANT as set forth in this section of the Agreement. Such payment shall be full compensation for work performed, services rendered, and all labor, materials, supplies, equipment and incidentals necessary to complete the work. A. Payment shall be on the basis of the CONSULTANTS cost for actual labor, overhead and profit plus CONSULTANTS direct non-salary reimbursable costs as set forth in the attached Exhibits Band C, respectively. 1. Labor costs shall be based on the hourly rates shown in Exhibit B. Hourly rates shall be based upon an individual's hourly wage, times the total number of hours worked, times a multiplier of 3.05. The multiplier shall include overhead and profit. General clerical time shall be considered an overhead item, except where specific work items are involved that require one hour or more continued effort, in which case time will be charged on the basis orhours worked. 2. The direct non-salary reimbursable costs are those directly incurred in fulfilling the terms of this Agreement, including, but not limited to, travel, subsistence, telephone, CADD computer, reproduction and printing, supplies and fees of outside services and consultants. Ten percent (10%) overhead and profit may be added to direct non-salary reimbursable costs. These costs shall be limited to a maximum of $3,500.00 for the duration of Phase I of this Agreement. 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. 2 E. Final payment for the balance due to the CONSULTANT will be made upon the completion of the work and acceptance by the CITY. F. Payment for "Extra Work" performed under Section XI of this Agreement shall be as agreed to by the parties in writing. VI MAXIMUM COMPENSATION Unless otherwise agreed to in writing by both parties, the CONSULTANTS total compensation and reimbursement under this Agreement, including labor, direct non-salary reimbursable costs and outside services, shall not exceed the maximum sum of $18,500.00. 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 CONSULTANTS employees while so engaged, on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT. In performing this Agreement, the CONSULTANT shall not employ or contract with any CITY employee without the CITY'S written consent. VIII NONDISCRIMINATION The CONSULTANT shall comply with all applicable federal, state and CITY nondiscrimination regulations and with the CITY'S Equal Opportunity/Affirmative Action clause, which is set forth in the attached Exhibit E. IX SUBCONTRACTS A. The CONSULTANT shall not sublet or assign any of the work covered by this Agreement without the written consent of the CITY. B. The CONSULTANT will be using the firms submitted with Its proposal as subcontractors. Subcontractors other than those listed shall not be permitted without the written consent of the CITY. C. In all solicitation either by competitive bidding or negotiation made by the CONSULTANT for work to be performed pursuant to a subcontract, including procurement of materials and equipment, each potential subconsultant or supplier shall be notified-by the CONSULTANT of CONSULTANTS obligations under this Agreement, including the nondiscrimination requirements. X CHANGES IN WORK Other than changes directed by the CITY as set forth in Section I above, either party may request changes in the scope of work. Such changes shall not become part of this Agreement unless and until mutually agreed upon and incorporated herein by written amendments to this Agreement executed by both parties. XI EXTRA WORK The CITY may desire to have the CONSULTANT perform work or render services in connection with this project, in addition to the Scope of Work set forth in Exhibit A and minor revisions to satisf~ctorily 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. 3 XII TERMINATION OF AGREEMENT A. The CITY may terminate this Agreement at any time upon not less than ten (10) days wntten 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. XIII INDEMNIFICA TION/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 orwillful misconduct ofthe 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, attomey'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 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 CONSULTANTS liability hereunder shall be only to the extent of the CONSULTANTS negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the CONSULTANTS 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. 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 4 operations; broad form property damage; explosion, collapse and underground (XCU) if applicable; and employer's liability; and, 3. Professional Liabilitv 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 CONSULTANTS office. The CONSULTANTS insurance shall contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. The CONSULTANTS insurance shall be primary insurance as respects the CITY, 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 State of Washington, and in the event of dispute the venue of any litigation brought hereunder shall be Clallam County. XVI EXHIBITS AND SIGNATURES This Agreement, including its exhibits, constitutes the entire Agreement, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following exhibits are hereby made a part of this Agreement: Exhibit A - Scope of Work Exhibit B - Consultant Labor Cost Table Exhibit C - Non-salary Reimbursable Costs Exhibit D - Schedule for the Work Exhibit E - Equal Opportunity/Affirmative Action/Facilities Nondiscrimination In WITNESS THEREOF, the parties hereto have -executed this Agreement as of the day and year first written above. CITY OF PORT ANGELES ~N) oJ.s..~ CONSULTANT ~~hQ \ -' _/".,J J ',,' '- I. - r, I, r , ,) ,:, /' ).. :> I ~.... ~ '" \ "'" ' ~ } I,' ~ " " !' \ ' 5 APPROVED AS TO FORM: {L ,Vj ~ CRAIG D. KNbTSON, CITY ATTORNEY ATTEST: ~N~ Jtm" BECKY UP N, CLE File DIOOCS\RAOIAEAGMT 695 6 EXHmIT A - SCOPE OF WORK CITY OF PORT ANGELES SOLID WASTE MANAGEMENT CONSULTING SERVICES PHASE I - EARLY ACTION TASK ASSIGNMENTS OVERVIEW Implementation of the fInal phase of the Port Angeles/Clallam County Solid Waste Disposal program will involve three functional work programs; (1) LandfIll Development/Closure, (2) Transfer Station, and (3) Waste Export. Each have their independent requirements; however, they are all inextricably linked. The overall goal of the program will be the orderly closure of the landfIll followed concurrently by the development of a transfer facility and waste export contract. Currently, all of these programs are planned for completion by the fourth quarter of 1998. From a scheduling perspective, the driving force for this project is the closure date of the existing landfIll. The agreed upon date, October 1998, was a compromise between the 20 year overall site life estimate of Port Angeles and the immediate closure requested by the FAA. The fInal date was designed to allow the City of Port Angeles sufficient time to fIll the existing Cell #2 and recover capital investments dedicated to its construction in 1992/93 and 1996. Preliminary investigations indicate that Cell #2 is not fIlling as rapidly as originally planned. If this trend continues, closure in 1998 would be premature and could negatively impact the City. Potential adverse impacts would include lack of suffIcient revenue to adequately amortize previously committed capital expenditures and additional costs to import fIll material to establish fInal landfIll grades prior to closure. Clearly, this landfIll capacity/site life issue is critical to the overall program schedule and needs to be resolved immediately. Meetings with the City's Public Works Director and LandfIll Manager confIrmed this concern and they have requested that an early action task assignment be developed in advance of other project elements. Accordingly, the following scope of work and budget have been prepared to address these issues. Task 1.1 Landfm Site Life Verification Objective: To verify the remaining capacity of Cell #2 based upon current grading plan information and waste stream data. Elements: . The existing Cell #2 shall be surveyed to obtain revised topographic data in the active as well as the proposed expansion area of the cell. The data will be used to prepare a revised topographic base map and Autocad me for use in the subsequent evaluations. City of Port Angeles Scope of Work 1 April 5. 1996 83-2191-05(W2) Products: Task 1.2 Objective: Elements: Products: . Cell #2 shall be modeled using a digital terrain mapping program to calculate the remaining air space available in the cell between March 1996 and the final approved grade (WAC 173-351). Program specification: Softdesk DTM & Earthworks. . Waste stream data provided by the City of Port Angeles will be evaluated and landfill capacity requirements projected annually over the next several years. Based upon available air space and capacity projections, the remaining site life for Cell #2 will be estimated. . Technical Memorandum (5 copies) describing work effort undertaken, QA/QC procedures utilized and site life estimate. . Revised topographic base map (5 copies) and electronic format (Autocad 12). Grading Plan Alternatives Evaluation Develop and evaluate alternative grading plans for closure of Cell #2. . Identify up to 3 alternative grading plan options which could be implemented in lieu of the final grades identified in Task 1.1. Alternatives will be chosen through discussion with Consultant Team and City Staff. . Grading plans will be modeled using DTM methods. Capacity, site life and surface features will be developed for each alternative selected. . Alternatives will be evaluated based upon site life, grading plan restrictions and permit impacts. This evaluation will include input from City staff and Health Department officials. . Technical Memorandum (5 copies) describing work performed, QA/QC procedures and discussion regarding the development and evaluation of alternatives. . Recommendation concerning preferred grading plan alternative to be used for permit modifications (Task 1.3). Assumptions:. The following assumptions were considered in budgeting level of effort and cost for this task. City of Port Angeles Scope of Work 1. 2 - Meetings in Port Angeles attended by Parametrix Project Manager and Assistant Project Manager. 2. 1 - Presentation to City Manager and UAC outlining recommended grading plan and permit modification strategy. 2 April 5, 1996 83-2191-05(W2) Task 1.3 Objective: Elements: Products: Permit Requirements! Agency Coordination To defme specific requirements for modification of the existing solid waste disposal permit to allow for extended operation of the landfill beyond 1998. . Parametrix and City staff will meet with Ecology and Clallam County Health Department representatives to discuss permitting requirements. Specific issues to be discussed: . Cell #2 Expansion under WAC 173-351 . Operations beyond October 1998 . FAA considerations . Permit documentation . Meeting with Port of Port Angeles and FAA officials to discuss landfIll operations extension. . Based upon results of meetings above and work products from Task 1.2, Parametrix will outline strategy, documentation requirements and timeline for permit modifications. . Technical Memorandum summarizing work completed under this task and recommended strategy for modification of the existing Solid Waste Disposal Permit. Parametrix has included a limited effort in this task to support City staff in revising basic permit documentation and providing support information from Tasks 1.1 and 1.2. Assumptions: 1. 3 - Agency meetings (separate) are planned; 2 in Port Angeles and 1 in Seattle (FAA). City of Port Angeles Scope of Work 2. No additional technical documentation effort is planned to support the permit modification process. -Should the City request support from Parametrix, a supplemental scope of work and budget would be required. 3 April 5. 1996 83-2191-05(W2) EXHffiIT B CITY OF PORT ANGELES SOLID WASTE MANAGEMENT CONSULTING SERVICES PHASE I - EARLY ACTION TASK ASSIGNMENTS BUDGET SUMMARY I Task Description I Labor I Expense I Total I Task 1.1 Site Life Verification $2,867 $1,995 $4,862 Task 1.2 Grading Plan Alternatives $5,531 $ 295 $5,826 Task 1.3 Permit Requirements $6,587 $1,165 $7,752 TOTAL - PHASE I $14,985 $3,455 $18,440 Port Angeles Solid Waste Management Program Task Total Phase I--Early Action Task Assignments $18,440 Task: Project Summary -- Tasks 1.1 to 1.3 Date Prepared: 4f7 f96 LABOR COSTS Assigned Staff Hours Rate Labor Total Project Manager 35.5 $125 $4,438 Assistant Project Manager 50 $90 $4,522 Engineer III 21 $63 $1,323 Engineer IV 23 $98 $2,254 Lead Surveyor 1 $85 $85 Engineering Tech 8 $60 $480 Word Processing 11 $45 $495 Clerical 6 $30 $180 CADD Drafting 22 $55 $1,210 Total labor Cost 178 $14,986 DIRECT COSTS Direct Expense Item Units Qty Rate Expense Total Travel MI 822 $0.31 $255 Surveying NTI LS nfa nfa $1,900 Legal Review LS nfa nfa $1 ,000 Computer Time Hrs 6 $15 $90 Reproduction LS nfa nfa $150 Communications LS nfa nfa $60 Total Direct Expenses $3,455 TASK TOTAL $18,440 Port Angeles Solid Waste Management Program Task Total Phase I--Early Action Task Assignments $4,862 Task: 1.1 -- Site Life Verification Date Prepared: 4/7/96 LABOR COSTS Assigned Staff Hours Rate Labor Total Project Manager 1.5 $125 $188 Assistant Project Manager 8 $90 $723 Engineer III 11 $63 $693 Engineer IV 3 $98 $294 Lead Surveyor 1 $85 $85 Engineering Tech 8 $60 $480 Word Processing 1 $45 $45 Clerical 1 $30 $30 CADD Drafting 6 $55 $330 Total Labor Cost 40.5 $2,867 DIRECT COSTS Direct Expense Item Units Qty Rate Expense Total Travel MI 80 $0.31 $25 Surveying NTI LS nla nla $1,900 Computer Time Hrs 2 $15 $30 Reproduction LS nla nla $25 Communications LS nla nla $15 Total Direct Expenses $1,995 TASK TOTAL $4,862 Port Angeles Solid Waste Management Program Task Total Phase I--Early Action Task Assignments $5,826 Task: 1.2 -- Grading Alternatives Analysis Date Prepared: 4f7 f96 LABOR COSTS Assigned Staff Hours Rate labor Total Project Manager 10 $125 $1,250 Assistant Project Manager 22 $90 $1,989 Engineer III 10 $63 $630 Engineer IV 4 $98 $392 lead Surveyor 0 $85 $0 Engineering Tech 0 $60 $0 Word Processing 6 $45 $270 Clerical 4 $30 $120 CADD Drafting 16 $55 $880 Total labor Cost 72 $5,531 DIRECT COSTS Direct Expense Item Units Qty Rate Expense Total Travel MI 322 $0.31 $100 Computer Time Hrs 4 $15 $60 Reproduction lS nfa nfa $110 Communications lS nfa nfa $25 Total Direct Expenses $295 TASK TOTAL $5,826 Port Angeles Solid Waste Management Program Task Total Phase I--Early Action Task Assignments $7,752 Task: 1.3 -- Permitting Requirements Date Prepared: 4f7 f96 LABOR COSTS Assigned Staff Hours Rate Labor Total Project Manager 24 $125 $3,000 Assistant Project Manager 20 $90 $1,809 Engineer IV 16 $98 $1,568 Engineering Tech 0 $60 $0 Word Processing 4 $45 $180 Clerical 1 $30 $30 CADD Drafting 0 $55 $0 Total labor Cost 65 $6,587 DIRECT COSTS Direct Expense Item Units Qty Rate Expense Total Travel MI 420 $0.31 $130 Legal Review LS nfa nfa $1,000 Reproduction LS nfa nfa $15 Communications LS nfa nfa $20 Total Direct Expenses $1,165 TASK TOTAL $7,752 EXHIBIT C NON SALARY REIMBURSABLE COSTS Reimbursables shall be based on the following: Equipment Item Rate Category Telecommunications Cellular Phone $1 5/full day Field Inspection $7.50/half day Long Distance Actual Cost Telecommunications Computers Technical Computer Usage $10/hour Computers CADD Computer $1 5/hour Computers GIS Sunstation $30/hour Computers Printers and Plotters Tektronix 8 1/2 x 11 - color $1.25/sheet Computers Tektronix 11 x 1 7 - color $2.00/sheet Computers GIS Plots $2.00/sq. ft. Computers Graphics Plots - PaperNellum $5.00 Computers Graphics Plots - Mylar $12.50 Computers Graphics Color Plots $1 5.00 Computers Copying Photocopies $.05/each1 Blue Prints $1/print Faxes $1 /page Mileage Employee mileage $.31/mile Mileage Company Field Trucks/Survey $ .40/mile Field Inspection Vans Company Sedan Automobiles $.31/mile Mileage Video Camcorder - 8mm $50/day 1 Does not include staff labor costs in photocopying Parametrix, Inc. (Effective April 1996) In-House Equipment Use Rates (Subject to annual adjustments} EXIllBIT D CITY OF PORT ANGELES SOLID WASTE MANAGEMENT CONSULTING SERVICES PHASE I - EARLY ACTION TASK ASSIGNMENTS SCHEDULE Task Apr May June July , Task 1.1 Landfill Site Life Verification I I Task 1.2 Grading Plan Alternatives Evaluation . I Task 1. 3 Permit Requirements 1----- ---I EXHIBIT E EQUAL OPPORTUNITY/AFFIRMA TIVE ACTION/F ACILlTIES NONDISCRIMINATION (The following clause is applicable unless, and to the extent that, this contract is exempt under the rules, regulations, and relevant orders of the Secretary of labor, including 41 CFR, Ch. 50.) During the performance of this contract, the Consultant/Contractor agrees as follows: a. The ConsultanUContractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national ongin. The ConsultanUContractor Will take affirmative action to ensure that applicants are employed, and that employees are treated dUring employment, without regard to their race, color, religion, sex, or national Origin. The ConsultanUContractor will take affirmative action to employ, advance in employment, and otherwise treat qualified speCial disabled or Vietnam era veterans and handicapped indiViduals Without discrimination based upon their disability or veterans' status or physical or mental handicap In all employment actions. Such actions shall Include, but not be limited to, the follOWing: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The ConsultanUContractor agrees to post in conspIcuous places, available to employees and applicants for employment, notices to be prOVided by the local United States Department of Labor Office setting forth the provIsions of this Equal Opportunity/AffirmatIVe Action clause. b. The ConsultanUContractor will, in all solicitations or advertisements for employees placed by or on behalf of the ConsultanUContractor, state that all qualified applicants Will receIVe conSideration for employment without regard to race, color, religion, sex, physical or mental handiCap, or national origin, and that the ConsultanUContractor is under the legal obligation to take affirmatIVe action to employ, advance In employment, and otherwise treat qualified speCial disabled or Vietnam era veterans and handicapped indIViduals Without discrimination based upon their disability or veterans' status or physical or mental handicap In all employment actions. All suitable employment openings eXisting at contract award or occumng dUring contract performance Will be listed at the state employment source office In the locality where the opening occurs, prOVided that this listing requirement shall not apply to openings that the ConsultanUContractor intends to fill from within ItS own organIZation or under a customary and traditional employer-Union hiring agreement. c. The ConsultanUContractor Will send to each labor union or representatIVe of workers With which he has a collective bargaining agreement or other contract or understanding, a notice, to be prOVided by the agency Contracting Officer, advIsing the said labor union or workers' representatIVe of the ConsultanUContractor's commitments under this Equal Opportunity/Affirmative Action clause, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. d. The ConsultanUContractor Will comply with all provIsions of ExecutIVe Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor, including, but not limited to, the rules, regulations and orders Issued by the Secretary of Labor under the Vietnam Era Veterans' Readjustment Assistance Act of 1972, and the Rehabilitation Act of 1973 (29 USC 793), as amended. e. The ConsultanUContractor Will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to hiS books, records, and accounts by the contracting agency and the Secretary of labor for purposes of investigations to ascertain compliance with such rules, regulations and orders. f. The ConsultanUContractor will not, on grounds of race, color, religion, sex, physical or mental handicap, or national origin: 1. Deny an individual any services or other benefits provided under this agreement; 2. Provide any service(s) or other benefits to an individual which are difference, or are provided in a different manner from those provided to others under thiS agreement; 3. Subject an individual to segregation or separate treatment in any manner related to the receipt of any servlce(s) of other benefits prOVided under thiS agreement; 4. Deny any indiVidual an opportUnity to participate in any program provided by this agreement through the prOVISion of services or otherwise, or afford an opportUnity to do which is difference from that afforded others under this agreement. The ConsultanUContractor, in determining (1) the types of services or other benefits to be prOVided or (2) the class of indIVIduals to whom, or the situation In WhiCh, such services or other benefits will be prOVided or (3) the class of indivIduals to be afforded an opportunity to participate in any services or other benefits, will not utilize criteria or methods of administration whIch have the effect of subjecting indIViduals to discrimination because of their race, color, sex, religion, national origin, creed, or the presence of any sensory, mental or physical handicap. g. In the event of Consultant/Contractor noncompliance with the nondiscnmination requirements of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terrmnated or suspended, in whole or in part, and the Consultant/Contractor may be declared ineligible for further govemment contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as prOVIded in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. f. The Consultant/Contractor will include the provisions of paragraphs a through g in every subcontract unless exempted by the rules, regulations, or orders of the Secretary of Labor. _ ___ ___ 'U-'il~"',. :.l;'T'1'\--/l9.,'..~",'.,. . ADDENDUM NO.1 TO AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE 5.3Qg ... CITY OF PORT ANGELES and PARAMETRIX, INC. RELATING TO: Port Angeles Landfill THIS A DENDU NO.1 to the above referenced agreement is made and entered into this J ~.~ day of , 1997, by and between the CITY OF PORT ANGELES, a non-charter code city of the State of Washingto (hereinafter called the "CITY"), and Parametrix, Inc., a Washington Corporation (hereinafter called the "CONSULTANT"). WHEREAS, the original agreement contained provisions for five (5) phases of work due to the fact that the complete scope of work could not be defined at the time of signing the original contract; and WHEREAS, the CITY does not have personnel with the type of experience necessary to fUlly develop the plans, construction testing methods and technical knowledge; and WHEREAS, the City's Capital Facility Plan contains a project for the design and construction of a cell liner for the landfill's southern end; and WHEREAS, the State Department of Ecology requires that a liner be installed in the bottom of the landfill cell prior to placement of refuse in the cell. NOW, THEREFORE, in consideration of the above representations and the mutual agreements set forth herein, the original agreement between the parties shall be amended as follows: 1. Section I SCOPE OF WORK and Exhibit "A" shall be amended by including Exhibit F, attached, to provide professional services for permitting and engineering services for the cell liner at the landfill in the amount of $131 ,012. 2 Section VI MAXIMUM COMPENSATION and Exhibit "B" shall be amended by increasing the maximum compensation from $18,500 to $149,512. In WITNESS THEREOF, the parties hereto have executed this Agreement as of the day and year first written above. CITY OF PORT ANGELES , \~ ~JE>-'r"~ .:J-~~.n.~,. ,OR ----., "- CONSULTANT I~t~ :~iJED~S~~ C~~\l.iIBON: CITY A TIORNEY A TIEST: 6DCQ\~~, J).1'iir;iI.. BECKY UA N, ITY CLltRK FlleN IPROJECTS\95-2,j1CQ,"'S'JL nAGMTAD01 WPD / ~ . "- , ' , , - -~-. - - C,' -, ... _ 4 __.___ , EXH 113\ T "F" Proposal for Engineering Services Landfill Engineering and Permitting Services City of Port Angeles Landfill Port Angeles, Washington February 14, 1997 Parametrix, Inc. 5700 Kitsap Way, SUIte 202 Bremenon. Washington 98312 v .:"'C~~_'::'-_'..:l.':_~~:l-\:". PORT ANGELES LANDFILL ENGINEERING AND PERMITTING SERVICES T ABLE OF CONTENTS TABLE OF CONTENTS. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . PROJECT UNDERSTANDING... . . . . . . . . . . . . . . . . . .. .. . .. .. .. .. .. . .. .. . .. .. . .., 1 PROJECT APPROACH ....................................................... 1 SCOPE OF WORK Phase 2: PRELIMINARY ENGINEERING & PERMITTING Task 2.1 Update Landfill Closure/Post-Closure Plan. . . . . . . . . . . . . . . .. 3 Task 2.2 Financial Planning/Strategy . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 5 Task 2.3 Engineering Report ................................... 6 Task 2.4 WAC 173-351 Permit Application ....................... 8 Task 2.5 Client/Agency Coordination ........................... 10 Phase 3: CONSTRUCTION CONTRACT DOCUMENTS Task 3.1 60% Submittal ...................................... 11 Task 3.2 100% Submittal. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 12 Task 3.3 Final Submittal. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 13 Task 3.4 Project Management & Meetings ....................... 14 Exhibit I : Budget Worksheet ................................................... 15 Exhibit Z: Project Schedule. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 17 City of Port Angeles Landfi// Engmeermg and Permlttmg ServIces February 14, /997 Parametru:. inc. PORT ANGELES LANDFILL ENGINEERING AND PERMITTING SERVICES PROJECT UNDERSTANDING The City of Port Angeles intends to construct in 1997 an expansion of the existing landfill cell to provide for solid waste disposal through at least the year 2000. The design, construction and permitting of the new landfill cell will be in accordance with current landfilling standards of the Washington State Department of Ecology (WAC 173-351). Parametrix has been retained by the City of Port Angeles to provide professional engineering services in support of this project. Phase I of this project, "Early Action Task Assignments" was completed in May of 1996 under the agreement between Parametrix, Inc. and the City of Port Angeles. That agreement included additional phases of work which were not defined at that time. This proposal is provided for consideration as an addendum to the original agreement for Phases II and III, "Programming Requirements/Preliminary Design" and "Landfill Development/Closure," respectively. The work identified for Phase III in this proposal includes only landfill development since closure design will not be completed in 1997. PROJECT APPROACH The phased approach as outlined in the original agreement will be continued for the 1997 project work. For 1997, the phased approach to support the City of Port Angeles in designing, permitting, and constructing the 1997 expansion of the Port Angeles Landfill includes: (1) Preliminary Engineering and Permitting, (2) Construction Document Preparation, and (3) Construction Services. This scope of work describes in detail the work efforts and products to be generated for items 1 and 2 of this project, namely, Preliminary Engineering and Permitting and Construction Document Preparation. Work efforts and budgets for Construction Services will be prepared at the completion of the design phase when the construction requirements are more clearly defmed. The Phase II work, Preliminary Engineering and Permitting, is divided into five separate tasks as follows: Task 2.1: Task 2.2: Task 2.3: Task 2.4: Task 2.5: Update Landfill Closure/Post-Closure Plan. Financial Planning/Strategy Engineering Report WAC 173-351 Permit Application Client/Agency Coordination Concurrent with completion of the Phase II tasks, construction documents will be prepared as Cuy of Port Angeles Landfill Engmeermg and Permlltmg ServIces 1 February /4, 1997 Parametra. Inc. - ...+-->__>".;.;.'..:::;.~-r~~~.u~rL'S.",~ part of Phase III services. The construction documents will include plans, specifications, CQA Plan, and cost estimates. The information prepared will be submitted to Ecology and the Health Deparonent for issuance of a solid waste permit under WAC 173-351. Parametrix will provide coordination with the regulatory agencies during permit application review to provide additional information, as required. The Phase III work, Contract Document Preparation is broken into several tasks as follows: Task 3.1: Task 3.2: Task 3.3: Task 3.4: 60% Submittal 100% Submittal Final Submittal Project Management and Meetings Upon approval of the permit application Parametrix will provide construction support for the cell expansion to include bid review, assist in preparation of contract award notifications, contractor submittal reviews, oversee construction for conformance with the project specifications and drawings, review payment requests, and perform construction closeout procedures. Cuy of Pon Angeles Landfill Engmeermg and Permlllmg SerVIces 2 February /4. /997 ParamelnJc. Inc.- . PORT ANGELES LANDFILL ENGINEERING AND PERMITTING SERVICES SCOPE OF WORK PHASE II: PRELIMINARY ENGINEERING AND PERMITTING ( Task 2.1 Update Landfill Closure/Post-Closure Plans Objective: To prepare written Closure and Post-Closure Plans for the Port Angeles Landfill that accurately represent the current plans for closure and post-closure care and that meet the requirements ofW AC 173-351. Requirements: In accordance with WAC 173-351-500 the following specific items are required for the closure and post-closure plans: o Descnptlon of the fmal cover and the methods and procedures to be used to install the cover. o Estimate oftpe largest are of the MSWLF Unit ever requiring a [mal cover at any tune during the active life. o Estimate of the maximum inventory of wastes ever on-site over the active life of the facility. o Schedule for completing all activItles necessary to satisfy the closure criteria including sequencmg of each MSWLF unit and the use of intermediate cover. o Detailed wntten estimate, in current dollars, of the cost of hiring a third party to close the largest area of all MSWLF units ever requiring final cover. o A description of the post-closure maintenance and monitoring activities and the frequency at which these activities wIll be performed. o Description of planned uses of the property in post-closure. o A detailed wntten cost estimate of the cost ofhinng a third party to conduct post- closure care m compliance With the post-closure plan. Work Effort: The following work efforts will be performed in preparing closure and post- closure plans as described above: 1. Review existing closure and post-closure reports and information at the landfill offices and discuss approach with client. 2. Prepare site plan (11 "x17") and schematic details of the closure design for inclusion in plan. 3. Prepare closure cost estimate including quantity take-off and third party construction costs. 4. Prepare written post-closure plan describing activities to be conducted in post-closure and cost of third party performance. 5. Prepare one copy of a draft closure/post-closure plan and submit to client review and comment. 6. Revise plan per comments and prepare 5 copies for client and for submittal to regulatory agencies as part of the permit application. City of Port Angeles Landfill Englneermg and Permutmg ServIces 3 February 14. 1997 Paramelrix. Inc. Products: The products of this task will be: 1. One copy of the draft closure and post-closure plans for client review. 2. Five copies of the final closure and post-closure plans. Assumptions: The following assumptions are made in budgeting this task: 1. The Closure and Post-Closure plans will not be greater than 30 pages combined. 2. Only schematic drawings will be prepared. Detailed construction drawings are not required by WAC 173-351 at this stage. 3. Two trips to Port Angeles are required by the project engineer. One to collect information and a second to present the draft plans. 4. Revisions to the closure and post-closure plans as a result of regulatory agency comments are not included in the budget. Budget: Based on the above described activities, products, and assumptions, the budget for this task is an amount not to exceed $11,960 without prior client authorization. City of Port Angeles Landfill Engineering and Permitting ServIces ~ February 14, 1997 Parametrlx, Inc. Task 2.2 Objective: Activities: Products: Assumptions: Budget: ~L~' ,,-,,, _..:_~ _ Financial Planning/Strategy To evaluate overall financial plans and rate structure for the Port Angeles Landfill including closure and post-closure funding, expansion costs, and transfer station/long haul financial planning. The following activities will be performed as part of this task: 1. Evaluate overall financial obligations of landfill operations including debt service, operations, closure, post-closure and development costs. 2. Evaluate ability of landfill revenues through closure to cover all costs. 3. Estimate transfer station and long hauling costs and alternative financing scenarios in anticipation of commencing long hauling in the year 2000. 4. Prepare alternative fmancing scenarios to include additional landfill site life extension and fully funding closure and post-closure from landfill revenues through closure. The product of this task will be a technical memorandum summarizing fmancial alternatives including advantages, disadvantages, risk and rate impacts. The following assumptions are made in budgeting this task: 1. Financial data for current landfill operations and other costs are provided by client. 2. Cost estimates prepared in other tasks for closure and post-closure funding requirements will be used. 3. Three client meetings will be held with Butch Dunlap and Rusty Laferney at Port Angeles to discuss alternatives and results. 4. Rusty Laferney will be retained to complete a significant portion of the analyses of this task. The proposed subconsultant budget for Rusty's work is $5,500. 5. Foster, Pepper and Sheflman, attorneys will be used as advisors in evaluating approaches to project financing. A proposed subconsultant budget for their work is $1,650. Based on the above described activities, products, and assumptions, the budget for this task is an amount not to exceed $13,176 without prior client authorization. City of Port Angeles Landfill Engmeermg and Permlttmg ServIces 5 February 14, /997 Paramemx. Inc. ____:... _ '~~-~':.~"'_.~~:;'ft,<-m~~~.J-'-~ Task 2.3 Engineering Report Objective: To prepare an engineering report meeting the requirements ofW AC 173-351 and including an evaluation of the existing gas control system and leachate pre- treatment system to handle cell expansion. Requirements: In accordance with WAC 173-351-500 the following specific items are required for the engineering report and preliminary engineering plans: o A regional plan with a minimum scale of 1 :62,500 indicating directions and distances to airports within five miles of the facility. o A vicimty plan or map having a minimum scale of I :24,000 showing areas within one mile of the property boundary including zonmg and land uses, residences, water supply wells, known private water supply aqUIfers, well-head protection zones, surface waters, roads. bridges, historic sites and other man-made or natural features relating to the facility. o An overall site plan With a mmimum scale of 1 :2,400 with five foot contour intervals showing property boundaries. utilities. wetlands, faults, unstable areas, names and addresses of contiguous property owners, location of bormgs, excavations. test pits, gas control structures, wells, benchmarks, bull dings, drainage culverts, signs, also the delineation of the landfill area including staged development and lateral and vertical limits of preVIOusly filled areas. o Engineering report contents to include an analYSIS of the faCility including design capacity of the MSWLF Unit for which permit is sought, location of closest population center, description of transportation systems, analysis of existing topography, surface water and geologic conditions, description of construction methods and matenals for monitoring wells, gas systems, leachate systems. o The Engineering report also should include leachate generation rates, liner system efficiency, and prediction of the static head on the liner. Activities: The following Activities will be performed as part of this task: 1. Initial meeting with the client to collect existing information that may support preparation of the elements of the engineering report described under "requirements." 2. Meeting with Ecology to identify more specifically what will be required as part of the engineering report and what existing documentation is satisfactory to meet the regulations. 3. Prepare regional map, vicinity map, and site plan as outlined under "requirements" above. 4. Calculate water balance for site to include projected leachate flows and evaluate leachate-pretreatment system for ability to handle flows. Recommend modifications to pre-treatment facilities if required. City of Port Angeles Landfill Engmeermg and Permuting ServIces 6 February 14. /997 P aranretnJC. Inc. 5. Calculate landfill gas generation quantities for site as a result of expansion and recommend modifications to gas control facilities, if required. 6. Prepare leachate pre-treatment and gas management technical memorandums. 7. Prepare engineering report in format required by Ecology to support 351 Permit Application. Products: The product of this task will be as follows: 1. Two copies of a draft engineering report, and draft leachate and gas management technical memorandums for client review and comment. 2. Five copies of a final engineering report, with gas and leachate TM's included in appendix for submittal to the regulatory agencies. Assumptions: The following assumptions are made in budgeting this task: 1. No additional topographic surveying is required. 2. Data for the site analysis as required by Ecology is available from the client and will be provided to Parametrix. 3. Two trips to Port Angeles to collect data and review the draft report with the client are included in the budget. 4. Revisions to the Engineering Report required as a result of regulatory agency review are not included in the budget for this task. 5. Some additional field data and geotechnical work may be required in preparing the engineering report. NT! will be used to perform the preliminary work. A subconsultant budget of $2,200 is included in this task for NT!' s work. Budget: Based on the above described activities, products, and assumptions, the budget for this task is an amount not to exceed $17,528. City of Port Angeles lAndfill Engmeermg and Permuting ServIces 7 February 14, 1997 Parametra, Inc. Task 2.4 WAC 173-351 Permit Application Objective: To prepare required permit applications to support project permitting and approval by appropriate agencies. Requirements: In accordance with WAC 173-351 the following is required to be a part of the permit application: o Description of Locational Standards and how they are met for the site. o Hydrogeologic Report and Monitoring Plan. o Plan of Operations and Maintenance. o Engineenng Report including site analysis. o Closure & Post-Closure Plan and Cost Estimates. o CertIficatIon of Leachate Acceptance. ,0 CertIfy conformance with County Solid Waste Management Plan. o Engmeenng Plans and SpecIficatIOns o Construction QAlQC Plan. o Monitoring well construction details. o Documentation of SEP A Compliance Activities: The following activities will be performed as part of this task: 1. Review with the client the current site documentation and its appropriateness for inclusion in the 351 permit application package. 2. Meet with Ecology to review the current site documentation and identity what additional information is required to support a 351 permit application. 3. Prepare permit application report identifying where specific required information is contained with existing or newly prepared site documentation. Identify areas where information is required to be developed in addition to that proposed in the scope of work or already existing for the site. 4. Prepare permit application form supplied by Ecology and assemble package of information to be included in permit application. 5. Prepare a SEP A checklist for the project. Products: The products of this task include the following: 1. Record of meeting with Ecology regarding permit application requirements. 2. Five copies of permit application form and application report. 3. 10 Copies of completed SEP A checklist. City of Port Angeles Landfill Engrneerrng and Permlttrng ServIces 8 February /.I, 1997 Parametrlx. Inc. _ _'~_~'l_....."""":"-=-~~':'':'''''__ Assumptions: The following assumptions are made in budgeting this task: 1. That no additional work will be required to support the permit application beyond that identified in this scope of work and that which is already available for the site. 2. One meeting with Ecology, in Olympia to be attended by the project manager and assistant project manager to identify permit application requirements. 3. Four copies of existing reports will be produced to support the permit application. The assumed budget for report reproduction is $100 (assuming 4 reports, 100 pages each, four copies). 4. The SEP A checklist can be developed based on existing information and a DNS will be issued for the project. Budget: Based on the above described activities, products, and assumptions, the budget for this task is an amount not to exceed $4,246 without prior client authorization. elly of Port Angeles Landfill Engmeermg and Permlttmg ServIces 9 Febroary 14. /997 Paramel,.,x. inc. Task 2.5 Objective: Activities: Products: Assumptions: Budget: Client/Agency Coordination To provide for effective project management, client communications and coordination, and coordination with regulatory agencies in support of the project objectives. The following activities will be performed as part of this task: 1. Provide coordination with the City, FAA, the Health Department, and Ecology on permitting. An early meeting with FAA to confirm their recent decisions on wildlife management for the airport is included. 2. Prepare and present to the Clallam County Solid Waste Advisory Committee the proposed approach for landfill operations based on the results of meetings with regulatory agencies. 3. Prepare and present a formal briefmg to the City Council and County Commissioners on the proposed approach for landfill operations. 4. Conduct meetings with client staff during project performance to provide consultation, and review preliminary results and products. 5. Provide monthly progress effort reports to the client over the estimated project length of 3 months. 6. Meet with Ecolog) and/or Health Department two times including meetings prior to permit application and during permit review. The following products will be generated from work performed under this task: 1. Monthly written progress reports. 2. Written records of meetings and other communications. The following assumptions are made in budgeting this task: 1. Project duration is 3 months. 2. Rusty Lafemey and Foster, Pepper and Sheflman will be retained for this portion of the work to assist in agency coordination, as requested. The subconsultant budget established for this task is $2,200. Based on the above described activities, products, and assumptions, the budget for this task is an amount not to exceed $9,248. 10 CItV of Port Angeles Landfiil Engmeermg and Pennltllng ServIces February 14. 1997 Paramelrvc. Inc. Task 3.1 Objective: Activities: Products: Assumptions: Budget: _ .--::....:..-. ," !.t.l..'_::_~~j. PHASE III CONSTRUCTION CONTRACT DOCUMENTS 600/0 Submittal To prepare a preliminary set of plans, specifications, and cost estimate for review by the client prior to fmalization and submittal to the County. The following activities will be performed as part of this task: 1. Review engineering report and other technical information for incorporation into project documents. 2. Prepare construction drawings based on concepts presented in preliminary engineering report. 3. Prepare draft project specifications and CQA Plan including general provisions in a format agreed upon by the City. 4. Prepare a quantity take off and preliminary cost estimate based on the 60% design. The following products will be produced as part of this task and submitted to the City for review: 1. Three (3) sets of 60% complete project drawings (22x34), specifications. CQA Plan and cost estimates. The following assumptions are made in budgeting this task: 1. Drawings will be prepared in AutoCad on 22" by 34" sheets consisting of seven sheets including a cover sheet, legend sheet, site plan, cross- sections, and three details sheets. 2. Specifications will be in APW A format using WSDOT standard specifications as the basis with special provisions provided. It is estimated that the special provisions will be not more than 50 pages. 3. The cost estimate will be based on published labor and materials costs, past bid tabulations for similar projects, and price quotes. The format will be by unit price and quantity. 4. Modifications to the project based on Ecology review of the preliminary engineering report will not require any additional major changes to the proposed project design. 5. Modifications to the leachate pre-treatment system and/or gas control system to support the cell expansion is not included in the budget. Based on the above described activities. products and assumptions, the budget for this task is an amount not to exceed $35,512. 11 Cav of Port 4ngeles Landfill Engmeermg and Pennltlmg ServIces February /4, /997 ParametrlX. Inc. Task 3.2 Objective: Activities: Products: Assumptions: Budget: _:'~~.~4:}'{ilil1&.."':.._:'. 100% Submittal To revise the 60% submittal per client review comments and finalize the construction documents to the point of being ready for submittal to the regulatory agencies. The following activities will be performed as part of this task: 1. Review with client comments on the 60% submittal and agree on how revisions will be made. 2. Incorporate client requested revisions and fmalize project drawings, specifications, CQA Plan and cost estimate to be essentially bid ready. 3. Reproduce 100% documents and submit to Ecology and the Health Department as part of the 351 permit application. The following products will be provided under this task: 1. 5 copies of the 100% project drawings (7 sheets) and specifications will be prepared. 2. Three copies of the 100%cost estimate will be reproduced and provided to the client for the project. The same assumptions as discussed under task 3.1 will also apply to this task. Based on the above described activities, products, and assumptions, the budget for this task is an amount not to exceed $20,472. City of PorI Angeles Landfill Engineering and Permitting ServIces 12 February 14. 1997 Parametrl%.lnc. Task 3.3 Objective: Activities: Products: Assumptions: Budget: _..:_!....,:.- :.J..... ......:.. ~....i..L_~_ Final Submittal To incorporate Ecology and client final comments into 100% drawings and prepare final contract documents ready for bid. The following activities will be performed as part of this task: I. Review comments on 100% documents with Kitsap County Staff and the client to determine corrections required. 2. Incorporate comments and reproduce final construction drawings, specifications, and cost estimate. 3. Review final revisions with County for project approval prior to reproduction for bidding purposes. The following products will be generated under this task: I. Twenty (20) copies of final construction drawings and specifications for the project for issuance by client to interested contractors. 2. Five (5) copies of fmal engineers cost estimate for the project for submittal to the City. 3. Three copies of final construction drawings and specifications for the project for submittal to the Ecology and the Health Department for their records and [mal approval. Assumptions applicable to task 3.1 also applies to this task. Due to the uncertainty of comments from regulatory agencies, the budget estimate for this task is preliminary and may need to be modified based on the results of regulatory review. The preliminary budget for this task based on the above described activities, products, and assumptions is an amount not to exceed $9,986. elf}' of Port Angeles Landfill Engmeermg and Permtttrng SerVIces 13 February 14. 1997 Parametrlx. Inc. Task 3.4 Objective: Activities: Products: Assumptions: Budget: -_,_ _...-._ ~~l~J~;lf~,:.lC".icl::... QA, Project Management and l\'leetings To provide for effective project management, client communications and coordination, coordination with regulatory agencies, and ensure Quality Assurance reviews are conducted and documented. The following activities will be performed as part of this task: I. Project kickoff meeting with Parametrix staff responsible for the project design. 2. Prepare a project management plan to include responsibilities for project documentation, filing, communications, QA reviews, and schedule compliance. 3. Provide for Quality Assurance and constructability reviews of the contract documents at each stage of design--60%, 100%, and final. 4. Conduct meetings with client staff prior to and after each submittal to present project concepts and receive/discuss requested modifications. 5. Provide monthly progress effort reports to the client over the estimated project length of 4 months. 6. Meet with Ecology and/or Health Department three times including meetings prior to initiating design, after completion of the 100% drawings, and after completion of the fmal drawings. The following products will be generated from work performed under this task: I. Monthly written progress reports. 2. Written records of meetings and other communications. 3. Written documentation of Quality Assurance Reviews. The following assumptions are made in budgeting this task: I. Project duration is 4 months. 2. Two meetings with Ecology, one meeting with County Health Department. 3. Two client meetings to review design documents. 4. Three QA reviews by a senior engineer not associated with the project, one at each stage of design. Based on the above described activities. products, and assumptions, the budget for this task is an amount not to exceed $8,974. Cttv of Port Angeles Landfill Engmeermg and Permlflmg ServIces 1-1 Febnlarv /4. 1997 ParamelrDC, Inc. EXHIBIT t BUDGET WORKSHEET elly of Port Angeles Landfill Engmeermg and PermItting ServIces /5 Februarv /.1 /997 Paramelr/X. Inc. PARAMETRIX. INC BUDGET WORKSHEET Client City of Port Angele, ProJect Landfill Cell Expansion Engmeerlng & Permitting By T Pat Allen P E Date 2/14/97 CDst tor each Task at work will be figured at MH's X hourly base rate Task Name/Category Project Manager Asst PM'S, Engr Engineer II Engineer 1 Engineer Tech CAOO Oraher Wrd Processing Clencal Env Speclahst Totals $134 Per MH $95 Per MH $85 Par MH $65 Per MH $55 Per MH $55 Per MH $45 Per MH $30 Per MH $75 Per MH Task No IOeSCnptlon MHs Cast MHs Cost MHs COl" MHs Cost MHs COSt MHs Cost MHs Cast MHs Cost MHs Cost Expenses PHASE 2:I'nIIImk1ary,~g and Permmingr , ' , ' . ," " " ~. ~...L4r ~~...~,: ,,' , ,,,, ~ - , ,,'''"I , -, c , ~ 1 $ , , < "? < >.. ~ ,- " . , . . - ',~-"-i.~ Closure/Post-Closure Pien TaSk 2 , 10 $1340 24 $2,280 40 $3400 40 $2,600 0 $0 32 $1,760 6 $270 2 $60 0 $0 $250 $11 960 Flnancml Planntng/Strategy Task 2 2 24 $3216 24 $2,280 0 $0 0 $0 0 $0 0 $0 4 $180 0 $0 0 $0 $7,500 $13,176 Engineering Report Task 2 3 12 $1,608 32 $3040 60 $5 100 40 $2 600 0 $0 40 $2200 8 $360 4 $120 0 $0 $2500 $17,528 Permit ApplicatIon iTask 2 4 4 $536 24 $2,280 0 $0 0 $0 0 $0 8 $440 4 $180 2 $60 8 $600 $150 $4246 Client/Agency Coordination Task 2 5 32 $4 288 24 $2,280 0 $0 0 $0 0 $0 0 $0 4 $180 0 $0 0 $0 $2.500 $9248 IIPHASE.U,TOTAI.Slf>W';,I;.:;a,;"Ji'\ ' " il.f8Zlii ;$10.988, 128- t$-12;1601' f1oct~ :';$8.5~. < 80. ..6.200. ',l0:' I toll'. , 80(. . t4;4QO-, , ,26-'. '$,m7lJt;. ~8; i '$240. ,~8 $60031 $1~.soo;. , .$66.168; IIPHASE-3~ ; ..,:;~ l~ -s;'.....i- r~" ...:, ~~~~ ";.,j;,~ :..", "'4".1' *'" ~~"",,~.';:^, h(.~ -I> ~ .r\tt'~,.:." i>W,< ~,,~~~,':.r ~-~ , ::~_lt~""L~~. , ~,~~-:-'W,,;t;... ;}-'t.;' , .~....l~*- ~. ",-.., '" '..-'i....--:...~'-:f~ ,', 60% Submittal Task 2 1 8 $1,072 60 $5.700 120 $10.200 60 $3.900 40 $2,200 120 $6,600 16 $720 4 $120 0 $0 $5 000 $35.512 100% SubmIttal Task 2 2 8 $1,072 40 $3.800 60 $5,100 40 $2 600 24 $1 320 60 $3.300 12 $540 8 $240 0 $0 $2 500 $20,472 Final Submittal Task 2 3 4 $536 24 $2,280 40 $3,400 0 $0 0 $0 40 $2.200 8 $360 4 $120 0 $0 $1,000 $9.896 QA, Project Mgmt & MeetIngs ask 2 4 16 $2,144 40 $3,800 20 $1.700 4 $260 4 $220 0 $0 8 $360 8 $240 0 $0 $250 $8,974 PHASE ""TOT~!'".1~Qt'~ <<,'38'" ,,$4,824, 11140 :.,5.6801< ;240\ '$20.400.0 .jC)4. ;;-$8'..780;' 'li188~ " .3.7401>, '220:' ,$,12.100, :J,~ ,$1\98OIl. ;1"24~ . ,",'$OM', ' .8.71iO/,: ;.' $74\8541 I PROJECT TOTALS 118 $15.812 292 $27.740 340 $28900 184 $11,960 0 70 $3.150 32 0 $600 $21.650 $131,012 ~ ~ I; ~ I I' EXHIBIT Z. PROJECT SCHEDULE Clly of Port Angeles Landfill Engineering and Permltllng ServIces 17 Febroary /4. /997 Parametr/:c. inc. ----- ----- ------------ ----- - --------1 City 0' Port Angeles Landfill Englneenng and Pemuttlng 1 February I March I Apnl May June I July 10 Task Name Duration Start Flnlsh 1/19 I 1/26 212 I 219 2116 2123 3121 3/9 I 3116 : 3'23 1 3/30 I 4/6 I 4/13 4120 4/27 I 5/4 5/11 5/18 5/25 6/1 6/8 6/15 6122 6129 I 7/6 1 7/13 I 7120 1 Scope & Budget Approval , 24d, 1/21/97 i 2121/97 ~4:'21 I 2 Notice to Proceed I Od I 2121/97 I 2121/97 .1,,21 I ! 3 Closure/Post Closurw Plan I 24d1 2124/971 3127/97 i .... 4 ReView existing Oata/Rpts I 3d I 2124/971 2126/97 2124 , 5 Prepare Site PlanS/Detads I 5d I 2127/97 3/5/97 Z 7 315 I 6 Prepare Cost Estimates ! 3d i 3/6/97 3110197 318 3110 7 Prepare Draft Plan I 5d I 3111197 3117197 3/11 _ 17 I 6 Chent ReView & Comment I 5d I 3/16/97 3124/97 3/18 i~124 9 Revise & Reproduce 3d I 3125/97 3127197 13125 a3l27 10 SubmIt Final Plan to Client I Od! 3127197 3127197 .: .... 11 Financial Planning/Strategy I 60d I 2124/97 5/16197 21241 I 5/16 12 Engln..ring Repon I 24d I 3126/97 4/26/97 I I '13 -'~~-3i28/97 --- 3/26197 I .... .... -~- - ECOlogy Meeting .. , _.3/26 14 Prepare Maps 10d 3127197 4/9197 3127 15 Water Balance Cales 3d I 3127197 3/31/97 3127 - - I 18 PretreatmenUGas Imam 10d I 3/27/97 4/9197 3127 17 Ol1lft Engln..nng Report 5d 4/10/97 4/16/97 I 4/101. ~ -- 412J1gr 18 Client Review 5d 4/17/97 4 I 17 123 19 ReVise & Reproduce 3d 4124/97 4/26/97 I 4/24 6 20 Submit Final Plan to Client Od 4126197 4126/97 . 412B 21 P.nn~ Appllcadon l1d 516197 5120197 '" ~ 25 SEPA Review 30d 5121197 7/1/97 5121 711 28 Client/Agency Coordination 90d 3/20/97 7/23/97 3/20 7/ 27 Plans & SpecIfications 109d 2/24/97 7/24/97 \ ~ . '" 26 60% Submittal 30d I 2/24/97 4/4/97 I 29 Client RevIeW and Comment 5d 417/97 4/11197 ~~.&'~~...~J 30 100% Submotlal 30d I 4/14197 5123197 31 Regulatory ReView & Approv 30d 5126/97 7/4197 5126~~ 32 Final Submittal 14d1 7/7/971 7124/97 33 Start Construction Od I 7/24/97 7/24/97 .... I . Prepared by T Patrick Allen. P E I Talk Prog.... Summary '" '" Rolled Up CritlcalT.sk ~ Rolled Up progresa Oat. January 21.1997 CntJCal Task ~ Mdestone , Rolled Up Task Rollod Up MdeslOn. 0 .. ADDENDUM NO.2 TO AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE 5.3C;g CITY OF PORT ANGELES and PARAMETRIX, INC. RELATING TO: Port Angeles Landfill THIS DENDUM NO.2 to the above referenced agreement is made and entered into this ,~fu.- day of , , ,1997, by and between the CITY OF PORT ANGELES, a non-charter code city ofthe State of Washingt / (hereinafter called the "CITY"), and Parametrix, Inc., a Washington Corporation (hereinafter called the "CONSULT NT"). WHEREAS, the original agreement contained provisions for five (5) phases of work due to the fact that the complete scope of work could not be defined at the time of signing the original contract; and WHEREAS, the CITY does not have personnel with the type of experience necessary to fully develop the plans, construction testing methods and technical knowledge; and WHEREAS, the City's Capital Facility Plan contains a project for the design and construction of a cell liner for the landfill's southern end; and WHEREAS, the State Department of Ecology requires that a liner be installed in the bottom of the landfill cell prior to placement of refuse in the cell. NOW, THEREFORE, in consideration of the above representations and the mutual agreements set forth herein, the original agreement between the parties shall be amended as follows: 1. Section I SCOPE OF WORK and Exhibit "A" shall be amended by including Exhibit G, attached, to provide professional services for permitting and engineering services for the cell liner at the landfill in the amount of $271 ,927. 2 Section VI MAXIMUM COMPENSATION and Exhibit "B" shall be amended by increasing the maximum compensation from $149,512 to $421,379. In WITNESS THEREOF, the parties hereto have executed this Agreement as of the day and year first written above. AS TO FORM: ATTEST: - . "~.L1~ CR~IG D. K "TSgN, CITY ATTORNEY ~D~Q>~l~^ BECKY UP N, CLER - F'leN \PROJE~TS\95.24LF\CONSU'o TlAGMTADD2 WPD / / , ' \;~ \ J "", \ Contract Amendment Proposal EXHIBIT G Cell 3 Construction, Engineering & Permitting Services City of Port- Angeles Landfill Port Angeles, Washington July 25,1997 Parametrix, Inc. 5700 Kitsap Way, Suite 202 Bremerton, Washington 98312 ..,~~ ~ Exhibit G ~ ~ PORT ANGELES LANDFILL CELL 3 CONSTRUCTION, ENGINEERING & PERMITTING SERVICES TABLE OF CONTENTS TABLE OF CONTENTS. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 1 PROJECT UNDERSTANDING. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 1 PROJECT APPROACH ....................................................... 1 BUDGET SUMMARY ......................................................... 5 SCOPE OF WORK MODIFICATIONS: Phase 2: PRELIMINARY ENGINEERING & PERMITTING Task 2.1 Update Landfill Closure/Post-Closure Plan. . . . . . . . . . . . . . . .. 6 Task 2.2 Financial Plalming/Strategy . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 8 Task 2.3 Engineering Report .................................. 10 Task 2.4 WAC 173-351 Permit Application ................. No Mods Task 2.5 Client/Agency Coordination ........................... 12 Phase 3: CONSTRUCTION CONTRACT DOCUMENTS Task 3.1 60% Submittal. . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . .. No Mods Task 3.2 100% Submittal. . . . . . .. . . . . . . . . . . .. . . . . " . . . . .. No Mods Task ,3.3 Final Submittal. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 14 Task 3.4 Project Management & Meetings .................. No Mods NEW SCOPE OF WORK Phase 4: CELL 3 CONSTRUCTION SERVICES Task 4.1: Construction Management Services ...................... 16 Task 4.2: Construction Observation .............................. 18 Task 4.3: Specialty Inspections. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .20 Task 4.4: Construction Surveying .......... . . . . . . . . . . . . . . . . . . . . . . 22 Task 4.5: CQA Report PreparationlProject Closeout ................. 23 Phase 5: LANDFILL OPERATIONS ASSISTANCE Task 5.1: General Operations Assistance ..........................25 Task 5.2: Leachate Treatment Operations .........................26 Task 5.3: Gas Control Operations. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .27 Task 5.4: Waste Acceptance Planning. . . . . . . . . . . . . . . . . . . . . . . . . . . . .28 Task 5.5: Hydrogeologic Investigation. . . . . . . . . . . . . . . . . . . . . . . . . . . .29 Phase 6: SOLID WASTE PLANNING ASSISTANCE Task 6.1: Regulatory CoordinationlNegotiations .................... 31 Task 6.2: Comprehensive Planning/Consulting ..................... 32 Exhibit A: Budget Worksheet City of Port Angeles Landfill PMX #23-2191-05 July 25. 1997 ParametrlX. Inc. , Contract Amendment Proposal City of Port Angeles Landfill Cell 3 Construction, Engineering & Permitting Services PROJECT UNDERSTANDING The City of Port Angeles intends to construct in 1997 an expansion of the existing landfill cell to provide for solid waste disposal through at least the year 2000. The design, construction and permitting of the new landfill cell will be in accordance with current landfilling standards of the Washington State Department of Ecology (WAC 173-351). Parametrix has been retained by the City of Port Angeles to provide professional engineering services in support of this project. Phase I, of this project, "Early Action Task Assignments" was completed in MjlY of 1996 under the agreement between Parametrix, Inc. and the City of Port Angeles. Phase II, "Preliminary Engineering and Permitting" was performed between April and July of 1997 to prepare site documentation and submit a permit application for Cell 3. Phase III of the project, "Construction Document Preparation" was performed between April and July 1997 concurrent with Phase II to prepare engineering drawings, specifications and a CQA Plan to support construction of the Cell 3 Expansion. The previous contract amendment included work on Phases II and III. This proposal is provided for as an addendum to the original agreement to provide the following services: 1. Completion of Phase II and III work (Engineering & Permitting). 2. Perform construction management, observation, and quality assurance inspections to support construction of the Cell 3 Expansion project.. 3. Provide operations assistance to the landfill operations staff. 4. Provide solid waste planning and consulting services in support of the City's solid waste management goals and priorities. PROJECT APPROACH The phased approach as outlined in the original agreement will be continued for the 1997 project work. This phased approach supports the City of Port Angeles in designing, permitting, and constructing the 1997 expansion of the Port Angeles Landfill includes: (1) Preliminary Engineering and Permitting, (2) Construction Document Preparation, and (3) Construction Services. In addition, new tasks are proposed for providing landfill operations support and solid waste planning assistance. The following paragraphs briefly outline the work proposed for each existing or new task. A detailed description of the work to be performed, assumptions, and budget estimates are provided in the Scope of Work. City of Port Angeles Landfill PMX #23-2191-05 J July 25, 1997 Parametru:. Inc. Contract Amendment Proposal City of Port Angeles Landfill Cell 3 Construction, Engineering & Permitting Services PHASE II: PRELIMINARY ENGINEERING AND PERMITTING Task 2.1: Update Landfill Closure/Post-Closure Plans: This task is being modified to provide for additional work required to prepare permitting documents for the landfill. This includes preparing an updated Plan of Operations and Maintenance and preparing the site Development, Closure and Post-Closure Plan. Task 2.2: Financial Planning/Strategy: This task is being modified to provide for additional work required to support regulatory agency and airport safety meetings and consultation and provide for a m9re detailed evaluation of hmdfilling and long haul costs. Task 2.3: Engineering Report: This task is being modified to provide for a topographic survey which was determined to be necessary as a result of earthwork conducted in the Cell 3 area; geotechnical work required to evaluate the existing soil stockpile on-site for use in the Cell 3 construction; and to prepare a seismic evaluation (required based on recent regulatory agency meetings). Task 2.4: Client! Agency Coordination: This task is being modified to provide for additional work required to support a project duration of 5 months for Phase II (March through July) vice the 3 month project duration assumed in the original scope of work. PHASE III: CONSTRUCTION DOCUMENT PREPARATION Task 3.1: Final Submittal: This task is being modified to provide for additional work required to add the interim final cover design to the project and revise construction documents based on the results of the geotechnical investigation of the on-site soil stockpile and new topographic data. PHASE IV: CONSTRUCTION SERVICES The Construction Services Phase of the work, Phase IV is divided into separate tasks described as follows: Task 4.1: Construction Management Services: This task is established to assist the City in managing the construction of the Cell 3 Expansion project including pre-bid support, bidding, contract execution, schedule coordination, and pay estimate preparation. Task 4.2: Construction Observation: This task is established to provide for construction observation of the Cell 3 Expansion project as required by the Construction Quality Assurance Plan and to support preparation of engineer's construction certification as project completion. Task 4.3: Specialty Inspections: This task is established to provide for specialty inspections during the Cell 3 Expansion project to include geotechnical and geosynthetic inspections. City of Port Angeles Landfill PMX #23-219/-05 2 July 25, /997 ParametrlX, /nc ~ Contract Amendment Proposal City of Port Angeles Landfill Cell 3 Construction, Engineering & Permitting Services Task 4.4: Construction Surveying: This task is established to provide for record drawing surveys of the cell during intermediate phases of construction and establishment of bench marks for use by the contractor during construction. Task 4.5: CQA Report PreparationJProject Closeout: This task is established for the preparation of final record drawings (based on input from surveying & on-site inspectors) and a CQA report certifying the Cell 3 Expansion was constructed in conformance with the project specifications and drawings as required by WAC 173-351. PHASE V: LL\NDFILL OPERATIONS ASSISTANCE Task 5.1: General Operations Assistance: This task is established to provide general operations assistance to the landfill staff, as they adjust and transition from the departure of the previous landfill manager. This would include routine site visits and provide on-call assistance to the landfill staff. Task 5.2:Leachate Treatment Operations: This task is established to provide operations assistance to the landfill staff in support of the leachate pre-treatment system operations. This would include operations training based on the current Plan of Operations for the system and assistance in maintaining treatment operations through the Fall and Winter of 1997/1998. Task 5.3: Gas Control Operations: This task is established to provide operations assistance to the landfill staff in support of constructing additional lateral gas collection trenches and connecting the new landfill areas to the existing blower/flare facility. Task 5.4: Waste Acceptance Planning: This task is established to prepare a waste acceptance policy for the landfill, as requested by the local Health Department, as part of completing landfill permit documentation for the site. Task 5.5: Hydrogeology Investigation: This task is established to provide for the installation of a new groundwater monitoring well northeast of the existing active landfill area and prepare a plan for investigating groundwater impacts between the old landfilling area and the new expansion areas. PHASE VI: SOLID WASTE PLANNING ASSISTANCE Task 6.1 :Regulatory CoordinationlNegotiations: This task is established to provide for ongoing assistance to the City in securing a landfill site life extension through at least the completion of Phase I of the landfill (2007). This includes working with regulatory agencies, the FAA, the Port of Port Angeles, and City staff and representatives to provide technical support. City of Port Angeles Landfill PMX#23-2191-05 3 July 25. 1997 ParametrIX. Inc , Contract Amendment Proposal City of Port Angeles Landfill Cell 3 Construction, Engineering & Permi~ng Services Task 6.2: Comprehensive Planning/Consulting: This task is established to provide consulting services to the City and assist in representing the City in the update of the Clallam County Comprehensive Solid Waste Management Plan which is currently being conducted by Clallam County. City of Port Angeles Landfill PMX#23-2191-05 4 July 25, 1997 ParametrlX, Inc. Contract Amendment Proposal City of Port Angeles Landfill Cell 3 Construction, Engineering & Permitting Services BUDGET SUMMARY The following table summarizes the proposed contract amendment budget amounts for each existing and new task on this project: Current Budget Revised Task Task No. Task Description Budget Request Budget TASK 2: PRELIMINARY ENGINEERING AND PERMITTING - 2.1 ClosurelPost-Closure Plan $11 960 +$7 118 $19078 2.2 Financial PlannimvStratel!v $13 176 +$7 932 $21 108 2.3 Enl!meerinl! Renort $17528 +$19,970 $37.498 2.4 Permit Annlication $4 246 $0 $4 246 2.5 Client! Agencv Coordination $9 248 +$4 425 $13673 TASK 3: CONTRACT DOCUMENTS 3.1 60% Submittal $35 512 $0 $35.512 3.2 100% Submittal $20472 $0 $20472 3.3 Final Submittal $9 896 +$4 485 fl4311 3.4 OA Proiect Manal!ement & Meetinl!s $8,974 $0 $8.974 TASK 4: CELL 3 CONSTRUCTION SERVICES 4.1 Construction Manal!ement $0 $32,539 $32.539 4.2 Construction Observation $0 $36 539 $36 539 4.3 Snecialty Inspections $0 $46 174 $46 174 4.4 Construction Survevinl! $0 $13 160 $13 160 4" COA - $0 '1:1<; 7<;7 ctl, 'H7 TASK 5: LANDFILL OPERATIONS ASSISTANCE 5.1 General Onerations Assistance $0 $7 223 $7.223 5.2 Leachate Pre-Treatment Ops Assistance $0 $8 894 $8 894 5.3 Gas Control Operations Assistance $0 $7 782 $7 782 5.4 Waste Accentance Policv Prenaration $0 $5 055 $5 055 5.5 Hvdrol!eolol!v Investil!ation $0 $21 673 $21 673 TASK 6: SOLID WASTE PLANNING ASSISTANCE 6.1 Regulatorv CoordinationlNegotiations $0 $14181 $14181 6.2 Comprehensive Planninl!!Consulting $0 $19020 $19020 I TOTALS: I $131,012 I $271,921 I $492,9UI 14-.?,8l 402 )~'3~ City of Port Angeles Landfill PMX#23-2191-05 5 July 25. 1997 Parametrlx. Inc. Contract Amendment Proposal City of Port Angeles Landfill Cell 3 Construction, Engineering & Permitting Services SCOPE OF WORK MODIFICATIONS PHASE II: Task 2.1 Objective: Original Products: 1. 2. Original Assumptions: 1. 2. 3. 4. Original Budget: Basis for Budget Request: 1. PRELIMINARY ENGINEERING AND PERMITTING Update Landfill Closure/Post-Closure Plans To prepare written Closure and Post-Closure Plans for the Port Angeles Landfill that accurately represent the current plans for closure and post-closure care and that meet the requirements of WAC 173-351. _. The products of this task included in the original scope of work were: One copy of the draft closure and post-closure plans for client review. Five copies of the final closure and post-closure plans. The following assumptions were made in preparing the original scope of work and in budgeting this task: The Closure and Post-Closure plans will not be greater than 30 pages combined. Only schematic drawings will be prepared. Detailed construction drawings are not required by WAC 173-351 at this stage. Two trips to Port Angeles are required by the project engineer. One to collect information and a second to present the draft plans. Revisions to the closure and post-closure plans as a result of regulatory agency comments are not included in the budget. Based on the original scope of work described activities, products, and assumptions, the budget for this task was an amount not to exceed $11,960. Additional work required beyond the original scope of work on this task and work identified since the original scope of work includes: In reviewing the existing documentation for the landfill it was identified that there was no existing closure and/or post-closure plan. Based on this, a comprehensive Development, Closure and Post-Closure Plan was prepared as a new document vice modifying existing documents. ~. 6 City of Port Angeles Landfill PMX#23-2191-05 July 25, 1997 Parametru:, Inc. Contract Amendment Proposal City of Port Angeles Landfill Cell 3 Construction, Engineering & Permitting Services 2. During review of the existing Plan of Operations and Maintenance (O&M Plan) for the landfill (R W Beck, 1991) it was identified that revisions were required to satisfy the requirements ofW AC 173-351. Based on this, the O&M Plan was revised and updated with current information and necessary data. 3. Any required revisions to the Plan of Operations, Closure/Post-Closure Plan required as a result of regulatory agency review & comment, including reproduction of copies of final documents. Additional Budget Requested: As a result of work required beyond the original scope of work, and additional work required, as described above, the authorized budget for this task is requested to be increased by $7,118 from $11,960 to an amount not to exceed $19,078. .... City of Port Angeles Landfill PMX#23-2I9I-05 7 July 25. 1997 ParametrlX. Inc. Contract Amendment Proposal City of Port Angeles Landfill Cell 3 Construction, Engineering & Permitting Services Task 2.2 Financial Planning/Strategy Objective: Original Activities: 1. 2. 3. 4. Original Products: Original Assumptions: 1. 2. 3. 4. 5. To evaluate overall financial plans and rate structure for the Port Angeles Landfill including closure and post-closure funding, expansion costs, and transfer station/long haul financial planning. The following activities were to be perfonned as part of the original scope of work for this task: Evaluate overall financial obligations of landfill operations including debt service, operations, closure, post-closure and development costs. Evaluate ability of landfill revenues through closure to cover all costs. Estimate transfer station and long hauling costs and alternative financing scenarios in anticipation of commencing long hauling in the year 2000. Prepare alternative financing scenarios to include additional landfill site life extension and fully funding closure and post-closure from landfill revenues through closure. The product of this task under the original scope of work was to be a technical memorandum summarizing financial alternatives including advantages, disadvantages, risk and rate impacts. The following assumptions were made in budgeting this task: Financial data for current landfill operations and other costs are provided by client. Cost estimates prepared in other tasks for closure and post-closure funding requirements will be used. Three client meetings will be held with Butch Dunlap and Rusty Laferney at Port Angeles to discuss alternatives and results. Rusty Laferney will be retained to complete a significant portion of the analyses of this task. The proposed subconsultant budget for Rusty's work is $5,500. Foster, Pepper and Sheflman, attorneys will be used as advisors in evaluating approaches to project financing. A proposed subconsultant budget for their work is $1,650. '- City of Port Angeles Landfill PMX #23-2191-05 8 Ju/y25.1997 Parametrix. Inc. Contract Amendment Proposal City of Port Angeles Landfill Cell 3 Construction, Engineering & Permitting Services Original Budget: Basis for Budget Request: 1. 2. 3. 4. Additional Budget Requested: Based on the above described activities, products, and assumptions, the budget for this task was established as an amount not to exceed $13,176. Additional work required beyond the original scope of work on this task and work identified since the original scope of work includes: During the period from Fe~ruary through July 1997 additional issues related to the _ landfill financial operations arose for which the City requested Parametrix assistance. An evaluation of the cost impact of using the Port Angeles Landfill for only City of Port Angeles generated waste was requested by the City. Subconsultant costs for the legal assistance work to-date was approximately $900 less than budgeted. Subconsultant costs for the transfer station and long hauling cost evaluation was approximately $2,750 more than originally budgeted. An evaluation of changes in conditions and costs from the 1993 Feasibility Study to the results of 1997 cost estimates has been requested to be prepared. As a result of work required beyond the original scope of work, and additional work . required, as described above, the authorized budget for this task is requested to be increased by $7,932from $13,176 to an amount not to exceed $21,108. 9 City of Port Angeles Landfill PMX#23-2191-05 July 25, 1997 ParametrlX, Inc ~ Contract Amendment Proposal City of Port Angeles Landfill Cell 3 Construction, Engineering & Permitting Services Task 2.3 Engineering Report Objective: Original Activities: 1. 2. 3. 4. 5. 6. 7. Original Products: 1. 2. Original Assumptions: 1. To prepare an engineering report meeting the requirements ofW AC 173-351 and including an evaluation of the existing gas control system and leachate pre-treatment system to handle cell expansion. The following activities were to be performed as part of the original scope of work for this task: Initial meeting with the client to collect existing information that may support _ preparation of the elements of the engineering report described under "requirements." Meeting with Ecology to identify more specifically what will be required as part of the engineering report and what existing documentation is satisfactory to meet the regulations. Prepare regional map, vicinity map, and site plan. Calculate water balance for site to include projected leachate flows and evaluate leachate-pretreatment system for ability to handle flows. Recommend modifications to pre-treatment facilities if required. Calculate landfill gas generation quantities for site as a result of expansion and recommend modifications to gas control facilities, if required. Prepare leachate pre-treatment and gas management technical memorandums. Prepare engineering report in format required by Ecology to support 351 Permit Application. The products of this task as originally described in the scope of work and budget proposal were as follows: Two copies of a draft engineering report, and draft leachate and gas management technical memorandums for client review and comment. Five copies of a final engineering report, with gas and leachate TM's included in appendix for submittal to the regulatory agencies. The following assumptions were made in budgeting this task: No additional topographic surveying is required. 10 City of Port Angeles Landfill PMX#23-2/9/-05 July 25, /997 ParametrlX, Inc. .. Contract Amendment Proposal City of Port Angeles Landfill Cell 3 Construction, Engineering & Permitting Services 2. 3. 4. 5. Original Budget: Basisfor Budget Request: 1. 2. 3. Additional Budget Requested: Data for the site analysis as required by Ecology is available from the client and will be provided to Parametrix. Two trips to Port Angeles to collect data and review the draft report with the client are included in the budget. Revisions to the Engineering Report required as a result of regulatory agency review are not included in the budget for this task. Some additional field data _and geotechnical work may be required in preparing the _ engineering report. NTI will be used to perform the preliminary work. A subconsultant budget of $2,200 is included in this task for NTI's work. Based on the above described activities, products, and assumptions, the budget for this task was an amount not to exceed $17,528. Additional work required beyond the original scope of work on this task and work identified since the original scope of work includes: As a result of excavation performed in the Cell 3 area, and the addition of an interim cover on the north end of the landfill, additional topographic surveying was required. This work is being performed by NTI. The cost of the surveying effort is $4,400. Limited geotechnical work was anticipated for the project and a $2,200 budget was set for this in the original scope of work. After reviewing the available data for on- site soils, it was determined that additional characterization was necessary to support bidding the project. The geotechnical work was performed by AGRA Earth and Environmental for a budget of $5,500. A seismic evaluation of the landfill, as required by WAC 173-351 will be required as part of the compliance schedule under a permit issued by the Health Department. AGRA Earth and Environmental will prepare the seismic evaluation as described in their scope of work submitted to Parametrix in May at a cost of$12,235. As a result of work required beyond the original scope of work, and additional work required, as described above, the authorized budget for this task is requested to be increased by $19,970 from $17,528 to an amount not to exceed $37,498. ~- II City of Port Angeles Landfill PMX#23-2191-05 July 25, 1997 Parametrlx, 1nc Contract Amendment Proposal City of Port Angeles Landfill Cell 3 Construction, Engineering & Permitting Services Task 2.5 Client! Agency Coordination Objective: Original Activities: 1. 2. 3. 4. 5. 6. Original Products: 1. 2. Original Assumptions: 1. 2. To provide for effective project management, client communications and coordination, and coordination with regulatory agencies in support of the project objectives. The following activities were proposed to be performed as part of the original scope of work and budget for this task: Provide coordination with !he City, FAA, the Health Department, and Ecology on _ permitting. An early meeting with FAA to confirm their recent decisions on wildlife management for the airport is included. Prepare and present to the Clallam County Solid Waste Advisory Committee the proposed approach for landfill operations based on the results of meetings with regulatory agencies. Prepare and present a formal briefing to the City Council and County Commissioners on the proposed approach for landfill operations. Conduct meetings with client staff during project performance to provide consultation, and review preliminary results and products. Provide monthly progress effort reports to the client over the estimated project length of 3 months. Meet with Ecology and/or Health Department two times including meetings prior to permit applicatiqn and during permit review. The following products were generated from work performed under this task: Monthly written progress reports. Written records of meetings and other communications. The following assumptions were made in budgeting this task: Project duration is 3 months. Rusty Laferney and Foster, Pepper and Sheflman will be retained for this portion of the work to assist in agency coordination, as requested. The subconsultant budget established for this task is $2,200. ..... City of Port Angeles Landfill PMX#23-2/9/-05 12 July 25. /997 ParametrlX. lnc Contract Amendment Proposal City of Port Angeles Landfill Cell 3 Construction, Engineering & Permitting Services Original Budget: Based on the above described activities, products, and assumptions, the budget for this task was an amount not to exceed $9,248. Basis for Budget Request: Additional work required beyond the original scope of work on this task and work identified since the original scope of work includes: 1. The original scope of work and budget anticipated a project duration 00 months (from about March, 1997). _ This project duration has been extended to about 5 months for the Phase II tasks. 2. The level of client meetings was increased to typically an average of one meeting per week to facilitate close coordination between all elements of work. Additional Budget Requested: As a result of work required beyond the original scope of work, and additional work required, as described above, the authorized budget for this task is requested to be increased by $4,425 from $9,248 to an amount not to exceed $13,673. City of Port Angeles Landfill PMX#23-2191-05 13 July 25, 1997 Parametru:, Inc. Contract Amendment Proposal City of Port Angeles Landfill Cell 3 Construction, Engineering & Permitting Services Task 3.3 Objective: Original Activities: 1. 2. 3. Products: 1. 2. 3. Original Budget: Basis/or Budget Request: 1. PHASE ill CONSTRUCTION CONTRACT DOCUMENTS (Scope ofWorklBudget Modification) Final Submittal To incorporate Ecology and client final comments into 100% drawings and prepare final contract documents ready for bid. _ _ The following activities were performed as part of this task: Review comments on 100% documents with City staff to determine corrections required. Incorporate comments and reproduce final construction drawings, specifications, and cost estimate. Review final revisions with Clallam County and Ecology for project approval prior to reproduction for bidding purposes. The following products were to be generated under this task: Twenty (20) copies of final construction drawings and specifications for the project for issuance by client to interested contractors. Five (5) copies offinal engineers cost estimate for the project for submittal to the City. Three copies of final construction drawings and specifications for the project for submittal to Ecology and the Health Department for their records and final approval. Due to the uncertainty of comments from regulatory agencies, the budget estimate for this task was preliminary and it was anticipated that it may need modification based on the results of regulatory review. The preliminary budget for this task based on the original scope of work was an amount not to exceed $9,896. Additional work required beyond the original scope of work on this task and work identified since the original scope of work includes: Construction drawings were revised to incorporate new surveying data obtained from NT!' s survey. '"'. 14 City of Port Angeles Landfill PMX#23-2I9I-05 July 25, 1997 ParametrlX, Inc. Contract Amendment Proposal City of Port Angeles Landfill Cell 3 Construction, Engineering & Permitting Services 2. 3. 4. Additional Budget Requested: Design drawings and specifications were prepared to support the placement of interim cover on the north slope of the landfill. This work was not anticipated in the original scope of work for the project. Parametrix proceeded with Final Design prior to regulatory agency comments being received due to the need for going out to bid in time to complete construction during the summer of 1997. Comments from regulatory agencies on design documents will be performed as an addendum to the contract documents. A total of 30 copies of specifications and 25 copies of drawings were provided for _ _ bidding purposes. As a result of work required beyond the original scope of work, and anticipating a moderate response from regulatory agencies on the design documents, the authorized budget for this task is requested to be increased by $4,485 from $9,896 to an amount not to exceed $14,371. City of Port Angeles Landfill PMX#23-2I9I-05 15 July 25, 1997 Parametru:, Inc. Contract Amendment Proposal City of Port Angeles Landfill Cell 3 Construction, Engineering & Permitting Services PHASE IV CELL 3 EXPANSION, CONSTRUCTION SERVICES Task 4.1 Objective: Activities: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. Construction Management Services To provide overall construction management services to the City of Port Angeles in support of the Cell 3 Expansion project including pre-bid, bidding, contract execution, schedule coordination, contract issue resolution, and pay estimate review. The following activities wiJI be performed as part of this task: Coordinate and attend weekly construction progress meetings with contractor to identify work planned, issues, and project status. Prepare a construction management plan to include responsibilities for project documentation, filing, communications, and schedule compliance. Provide support to the City Engineer during the bidding phase of the project including issuance of addenda (may be scoped separately, depending on level of effort), respond to contractor inquiries, attend pre-bid meeting and bid opening, review and summarize received bids and assist City Engineer in preparation of a selection recommendation. Coordinate with contractor and City Engineer to ensure required documentation is received to support execution of a contract. Maintain a submittal log, and process required submittals as called for in the construction specifications. Coordinate, schedule and attend pre-construction meeting with City Engineer and Contractor representatives. Provide weekly schedule progress reports to the City Engineer based on contractor's submitted schedule. Prepare change orders, modifications, and other contract documentation during construction as required to support the timely completion of the work. Provide coordination between the quality assurance team and construction observers to ensure requirements of CQA Plan and contract specifications are being properly executed. Provide clarification and resolution on issues related to construction of the Cell 3 expansion, provide recommendations to the City Engineer for resolution of issues. 16 July 25. /997 ParametrlX, Inc CIty a/Port Angeles Landfill PMX #23-2/9/-05 Contract Amendment Proposal City of Port Angeles Landfill Cell 3 Construction, Engineering & Permitting Services 11. Prepare monthly progress reports for consultants work on the project. 12. Prepare monthly pay estimates from contractor submitted requests for payment. 13. Issue field orders to the Contractor for necessary clarifications. 14. Prepare and coordinate punch list items for rectification by the Contractor. 15. Maintain a complete set of project documents including Drawings, Specifications, Addenda, written commun~cations, records of meetings, daily reports, QA inspection _ forms, minutes, submittals, etc. 16. Perform final inspection and project acceptance, final pay estimate, and other final contract documentation. 17. Coordinate and document work performed under force account. Products: The following products will be generated from work performed under this task: 1. Records of meetings, contractor communications, daily field reports, and CQA forms. 2. Monthly progress report preparation and budget status reports. 3. Attendance at weekly progress meetings with contractor. 4. Four pay estimates will be prepared during the project. Assumptions: The following assumptions are made in budgeting this task: 1. Project duration is 60 working days (approximately 3 months). 2. The CQA Officer will attend one progress meeting per week for the 12 week period of the project. 3. The CQA Engineer will coordinate the majority of on-site work, and on-site time is budgeted under task 4.2, "Construction Observation." 4. AGRA Earth and Environmental will be retained to review submittals related to soils work for the project with a subconsultant budget of approximately $4,000 for this task. Budget: Based on the above described activities, products, and assumptions, the budget for this task is an amount not to exceed $32,539. City of Port Angeles Landfill PMX #23-2191-05 17 July 25, 1997 ParametrlX. 1nc Contract Amendment Proposal City of Port Angeles Landfill Cell 3 Construction, Engineering & Permitting Services Task 4.2 Construction Observation Objective: Activities: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. Products: 1. 2. To provide for overall construction observation as required by the Construction Quality Assurance Plan to support preparation of construction certifications that project was completed in general conformance to the project plans and specifications. The following activities will be performed as part of this task: Parametrix will provide a CQA inspector for the Cell 3 Expansion project to be on- site during any work being.performed by the contractor. Observe general construction work including embankment, excavation, sub grade preparation, roadway construction, silt and erosion control work, leachate collection pipe placement, etc. Compacted soil liner and geomembrane liner placement inspection will be performed under specialty inspections (see task 4.3). Coordinate surveying in support of pay estimates and record drawing preparation (surveying is included in task 4.4). Coordinate with City Engineer, CQA Officer, contractor, and specialty inspection team to ensure work is completed in accordance with plans and specifications. Prepare daily inspection reports and complete CQA documentation for elements of work not requiring specialty inspection. Observe placement of cover soil layer and leachate collection trenches to ensure no damage to underlying geosynthetics occurs. Issue field orders to contractor with CQA Officer and/or City Engineer concurrence. Take photographs of all phases of work to prepare a photo log for inclusion in CQA Report at end of project. Assist in maintaining complete set of project documents to reflect as-built conditions of project as it occurs. The following products will be generated from work performed under this task: Daily inspection reports will be prepared for each site visit by construction observers. Written records of meetings and other communications. ~. 18 July 25. 1997 Parametrix. Inc City of Port Angeles Landfill PMX#23-2191-05 Contract Amendment Proposal City of Port Angeles Landfill Cell 3 Construction, Engineering & Permitting Services 3. Marked up set of project specifications, CQA Report, and drawings to reflect as-built conditions of the project for use in preparation of record drawings and CQA Report. 4. Photographic log of the entire project for incorporation into the CQA Report for the project. Assumptions: The following assumptions are made in budgeting this task: 1. Project duration is 60 working days ( 12 weeks). 2. _ _ The CQA Engineer is assumed to be on site 75% of the time during the 12-week construction period. Time for which the CQA Engineer would not be required on-site include: (1) When no work is be accomplished (2) When only specialty inspection work is being completed, and a specialty inspector is on-site; or (3) When work performed by the Contractor does not require CQA oversight. 3. Two-hours travel time per day that construction inspector is on-site. 4. The CQA Officer will conduct one 4-hour site visit per week, in addition to the weekly meetings, for the 12-week construction period. Budget: Based on the above described activities, products, and assumptions, the budget for this task is an amount not to exceed $36,539. City of Port Angeles Landfill PMX #23-2191-05 19 July 25, 1997 ParametrlX, 1nc Contract Amendment Proposal City of Port Angeles Landfill Cell 3 Construction, Engineering & Permitting Services Task 4.3 Specialty Inspections Objective: Activities: 1. 2. 3. 4. 5. 6. 7. 8. To provide for specialty inspections during the Cell 3 Construction project including Compacted Soil Liner installation, geomembrane placement and seaming, and soil/ geosynthetic testing. The following activities will be performed as part of this task: Generally, specialty inspections will require a dedicated inspector to monitor and document installation of critical construction elements. The specialty inspector will not have other concurrent responsibilities while the specialty work is being performed. Subgrade compaction and suitability for liner installation will be a specialty inspection performed by the geotechnical subconsultant for the project. During all phases of compacted soil liner placement, a specialty inspector will be on- site to ensure samples are collected and tested, placement and compaction is performed in accordance with specifications, and to ensure the thickness and permeability requirements of the compacted soil liner are met by the contractor. A full-time inspector will be onsite during placement of the HOPE geomembrane liner to document certification of welders, observe quality control procedures, observe test seams, installation, and non-destructive testing by the contractor, inspect materials for damage and type, and collect destructive samples as outlined in the CQA Plan. The geotechnical work will include density testing, moisture content, proctor, gradation, hydraulic conductivity, and bentonite application rate tests on the subgrade, base soil, compacted soil liner, trench backfill, drain rock, and cover soils, as applicable. Daily inspection reports and applicable CQA forms will be completed by each inspector at the end of each day. At project completion, the geotechnical engineer will prepare a comprehensive soils report summarizing the results of field inspection, testing, and certifying that the compacted soil liner and soil elements were placed in accordance with the requirements of the specifications and drawings. An independent testing lab will provide geomembrane conformance testing and seam testing of 10 percent of destructive seam tests to verify the accuracy of the Contractor's on-site testing equipment. The destructive seam tests will include peel and shear tests and material thickness. 20 City of Port Angeles Landfill PMX#23-2191-05 July 25. 1997 ParametrlX, Inc. Contract Amendment Proposal City of Port Angeles Landfill Cell 3 Construction, Engineering & Permitting Services Products: The following products will be generated from work performed under this task: 1. 2. 3. 4. Assumptions: 1. 2. 3. 4. 5. 6. Budget: Daily field inspection reports and CQA forms will be prepared by each specialty inspector per day. A geotechnical summary report on the compacted soilliner, and other soils testing will be prepared at project completion by the geotechnical engineer for inclusion in the CQA Report. Records of communication, with contractor and owner will be prepared as required. A laboratory analysis report from the geosynthetic testing laboratory will be provided for inclusion in the CQA Report. The following assumptions are made in budgeting this task: Placement of compacted soil liner will require 15 working days, a geotechnical inspector will be on-site 8-hours per day during CSL construction. Placement of HDPE bottom liner will require 10 working days, a geosynthetics inspector will be on-site during all days for which geomembrane liner placement is occurrmg. The geotechnical engineer for this project will be AGRA Earth and Environmental, Kirkland, Washington. Geotechnical inspector is budgeted for a total of 15 working days (12 hours per day, including travel time), and 10 half days (6 hours per day). An outside geosynthetics testing lab is budgeted to provide 1 conformance test and 10 destructive seam tests. The budget for outside geosynthetics testing is $1,500. The sub consultant budget for laboratory soils testing is $4,000. Based on the above described activities, products, and assumptions, the budget for this task is an amount not to exceed $46,174. City of Port Angeles Landfill PMX#23-2191-05 21 July 25. 1997 ParametrlX, 1nc Contract Amendment Proposal City of Port Angeles Landfill Cell 3 Construction, Engineering & Permitting Services Task 4.4 Construction Surveying Objective: Activities: 1. 2. 3. 4. Products: Assumptions: Budget: To provide for record drawing surveys of installed components of the Cell 3 Expansion project and provide surveying in support of owner's verification of pay estimate quantities during the course of construction. NT! will be retained to provide surveying services for this task. The following activities will be performed as part of this task: Two control points will be ,set near the project area to facilitate contractor surveying. A record drawing topographic survey will be performed upon (1) completion of subgrade grading, (2) placement of the compacted soil liner, and (3) upon placement of the cover soil layer. The limits of the interim plastic cover and the location and depth ofleachate trenches in the cover area will be surveyed during and after completion of this element of work. The construction survey crew may be called upon to locate other as-built items during the project including leachate collection pipe locations and slopes, soil sampling locations, etc. The following products will be generated from work performed under this task: 1. Topographic survey drawings and AutoCAD files will be provided for each phase of record drawing surveying performed. 2. Two control points will be set for the contractors use during the project. The following assumptions are made in budgeting this task: 1. A two-man survey crew is budgeted for 8 working days (8 hours per day) to perform the work described above. 2. Four hours office time per each field day is budgeted for drawing formatting and preparation. Based on the above described activities, products, and assumptions, the budget for this task is an amount not to exceed $13,160. ""': 22 City of Port Angeles Landfill PMX#23-2/9/-05 July 25. 1997 ParametrlX, Inc Contract Amendment Proposal City of Port Angeles Landfill Cell 3 Construction, Engineering & Permitting Services Task 4.5 CQA Report Preparation/Project Closeout Objective: To provide for the preparation of record drawings and a construction quality assurance report which is required to be submitted to regulatory agencies at project completion certifying and documenting that the project was completed in general conformance with the plans and specifications. Activities: The following activities will be performed as part of this task: 1. Maintain file of contractor ,submittals, engineer reviews, laboratory testing results, _ field inspection reports, meeting minutes, photographic log, etc. in support of CQA Report preparation at project completion. 2. Obtain surveying records, field maintained construction documents, etc. to support preparation of the record drawings of the project. 3. Incorporate field markups, survey data, etc. in preparation of a set of record drawings for the project. 4. Prepare written descriptions of work completed, issues identified and addressed and corrective actions. 5. Receive and incorporate geotechnical summary report for the project into CQA Report. 6. Receive final quality control reports from geomembrane/geosynthetics manufacturers for inclusion in CQA Report. 7. . Assemble required information into three-ring notebooks for submittal to regulatory agencies and retention by the City of Port Angeles. 8. For project closeout, a final site walk-through with the contractor and the owner will be performed with preparation of a punch list. Products: The following products will be generated from work performed under this task: 1. Five copies of Construction Quality Assurance Report. 2. Addendum to CQA Plan to respond to regulatory comments. 3. Punch list from final project walkthrough. Assumptions: The following assumptions are made in budgeting this task: 1. The CQA Report will fill two 3-inch, three ring binders. ....~ City of Port Angeles Landfill PMX#23-2191-05 23 July 25, 1997 Parametrix, Inc. Contract Amendment Proposal City of Port Angeles Landfill Cell 3 Construction, Engineering & Permitting Services 2. One addendum to the CQA Report will be required to address comments received from regulatory agencies. 3. Five sets of record drawings will be prepared and included as inserts to the CQA Report. 4. Five additional sets of prints, one reproducible set, and an AutoCAD drawing file of the record drawings will be prepared and submitted to the City for filing. Budget: Based on the above describ.ed activities, products, and assumptions, the budget for _" this task is an amount not to exceed $15,757. Cay of Port Angeles Landfill PMX#23-2I9I-05 24 July 25. 1997 Parametru:. Inc. Contract Amendment Proposal City of Port Angeles Landfill Cell 3 Construction, Engineering & Permitting Services PHASE V LANDFILL OPERATIONS ASSISTANCE Task 5.1 General Operations Assistance Objective: Activities: 1. 2. 3. Products: 1. Assumptions: 1. 2. Budget: To provide operations assistance to the landfill operations staff through the end of 1997 including on-call assistance, routine site visits and consultations and other assistance as requested by the City. The following activities wiJI be performed as part of this task: A bi-weekly site visit by a solid waste professional engineer will be provided from October 1 st through December 31 st of 1997 to evaluate site operations and recommend improvements and procedures as the site transitions to operations without the previous solid waste superintendent. For each site visit an operations report will be prepared and forwarded to the landfill manager (Steve Evans) and Public Works director recommending operational practices and action items. Operational consulting will be provided through October 1 st 1997 as part of routine site visits required as part of the construction management project. The following products will be generated from work performed under this task: One operations report for each site visit and consultation with the landfill staff will be prepared and forwarded to the City. The following assumptions are made in budgeting this task: Each site visit will require the engineer to be on-site for an average of 3 hours to observe operations and meet with the manager. Round trip travel time to and from Port Angeles is estimated to be 2 ~ hours (travel from Bremerton to Port Angeles--approximately 75 miles one way). Based on the above described activities, products, and assumptions, the budget for this task is an amount not to exceed $7,223. City of Port Angeles Landfill PMX #23-2191-05 25 July 25. 1997 ParametrlX. 1nc. Contract Amendment Proposal City of Port Angeles Landfill Cell 3 Construction, Engineering & Permitting Services Task 5.2 Leachate Treatment Operations Objective: Activities: 1. 2. 3. Products: 1. 2. Assumptions: 1. 2. Budget: To provide operations support to the landfill staff responsible for the leachate pre- treatment system through the end of 1997. The following activities will be performed as part of this task: Wastewater treatment engineer will make up to three site visits to consult with the landfill staff in operations of the leachate management system as outlined in the current plan of operations ~d maintenance. An evaluation of the leachate pre-treatment system components and equipment will be performed and recommendations made for upgrades and improvements. For identified equipment and system component modifications, Parametrix will work with the landfill to identify equipment suppliers and assist in contracting to provide the work proposed. The following products will be generated from work performed under this task: Records of meetings, consultations, site visits, etc. will be prepared and forwarded to the landfill manager and Public Works Director. Product specifications and work orders will be prepared as necessary to support identified necessary improvements. The following assumptions are made in budgeting this task: Each site visit by a wastewater treatment engineer will include up to 4 hours on-site and 4 hours travel time (from Sumner to Port Angeles, approximately 120 miles). In addition to time budgeted for site visits, 40 hours of engineer's time is budgeted to provide phone consultation, prepare reports, and assist in specifying products and preparing work orders. Based on the above described activities, products, and assumptions, the budget for . this task is an amount not to exceed $8,894. 26 City of Port Angeles Landfill PMX#23-2191-05 July 25, 1997 ParametrlX, Inc. Contract Amendment Proposal City of Port Angeles Landfill Cell 3 Construction, Engineering & Permitting Services Task 5.3 Gas Control Operations Objective: To provide assistance to the landfill staff in constructing horizontal gas collection trenches in the active landfill area, connecting the new landfill areas to the existing blower/flare facility, and assisting in assessing the gas control system operations and necessary maintenance and repair work. Activities: The following activities will be performed as part of this task: 1. Three site visits will be pr~vided by a landfill gas specialist to assist in guiding the _ _ landfill operators in constructing lateral gas collection trenches and providing a gas collection manifold to route collected gas to the existing blower/flare facility. 2. Parametrix will work with the landfill staff to perform required maintenance on the gas collection system and prepare work orders and specifications for equipment upgrades and modifications identified for the site. 3. The gas control system Plan of Operations and Maintenance will be reviewed and Parametrix' engineer will work with the site operators to implement the operational procedures identified in the plan. Products: The following products will be generated from work performed under this task: 1. Records of site visits, meetings, contractor communications, etc. will be prepared and provided to the landfill manager and Public Works Director. 2. Product specifications and work orders will be prepared as necessary to support identified necessary improvements. Assumptions: The following assumptions are made in budgeting this task: 1. The gas control engineer will be on-site up to 6 hours for each site visit. 2. Round trip travel time of 4 hours is based on travel from Parametrix' Kirkland office to the Port Angeles Landfill. 3. In addition to the site visits, 40 hours of a gas control engineers time is budgeted preparation of site visit reports, assistance in preparing work orders, and providing consultation to the landfill operations staff. Budget: Based on the above described activities, products, and assumptions, the budget for this task is an amount not to exceed $7,782. ..;.;- City of Port Angeles Landfill PMX#23-219/-05 27 July 25. /997 Parametrix. Inc. Contract Amendment Proposal City of Port Angeles Landfill Cell 3 Construction, Engineering & Permitting Services Task 5.4 Waste Acceptance Planning Objective: Activities: 1. 2. 3. 4. 5. Products: 1. 2. Assumptions: 1. 2. Budget: To prepare a waste acceptance protocol for accepting special wastes such as petroleum contaminated soils, asbestos, demolition wastes, etc. for inclusion in the landfill Plan of Operations and Maintenance. The following activities will be performed as part ofthis task: Obtain examples of current waste acceptance policies from other landfills in western Washington. Review example policies and consult with the City landfill staff and Public Works Director to identify policies consistent with needs of Clallam County and desires of the City. Consult with the Health Department on reasonable restrictions and requirements related to waste acceptance and screening at the Port Angeles Landfill. Prepare a draft waste acceptance policy for review and incorporate comments and revisions in a final document. Forward copies of final waste acceptance policy to holders of the landfill Plan of Operations and Maintenance for inclusion in that document. The following products will be generated from work performed under this task: Three copies of a draft waste acceptance policy for review by the City and Health Department. Five copies of final waste acceptance policy for submittal to holders of the Plan of Operations and Maintenance including, the City, Ecology, the Health Department, and Parametrix. The following assumptions are made in budgeting this task: One meeting with the City and Health Department in Port Angeles is budgeted. Document will be less than 20 pages. Based on the above described activities, products, and assumptions, the budget for this task is an amount not to exceed $5,055. City of Port Angeles Landfill PMX#23-2191-05 28 July 25. 1997 Parametrvc, Inc. Contract Amendment Proposal City of Port Angeles Landfill Cell 3 Construction, Engineering & Permitting Services Task 5.5 Hydrogeologic Investigation Objective: To provide for the installation of an additional groundwater monitoring well and prepare a plan to investigate the presence of volatile organic compounds between the new landfill and old landfill in support of obtaining a landfill operating permit. Activities: The following activities will be performed as part of this task: 1. Parametrix will coordinate the solicitation of bids for the installation of a new groundwater monitoring well northeast of the current active landfill cell as proposed _ in the "Hydrogeologic Report Supplement, Port Angeles Landfill" (Parametrix, May 1997). 2. Summarize received drilling bids, recommend a drilling contractor for performing the well installation, and assist the City in preparation of a contract with the selected contractor. 3. Observe well installation, collect for analysis soil samples (every 20 feet) and prepare written drilling report and well log at completion of well installation. 4. After the well is installed and one sample round is completed, prepare a written plan for evaluating the presence of volatile organic compounds between the new landfill and old landfill as required by the Health Department.. 5. Survey the location of the new well as required by WAC 173-351 and update site map to show new well location. Products: The following products will be generated from work performed under this task: 1. Summary of bids and recommendation of drilling contractor. 2. Five Copies of well installation report including well log and revised site map showing well location.. 3. Plan for investigating the existence of volatile organic compounds for submittal to the Health Department. Assumptions: The following assumptions are made in budgeting this task: 1. Well installation will be based on the specifications prepared in the "Hydrogeologic Report Supplement, Port Angeles Landfill." 2. Drilling will be by Air Rotary method to a depth of not greater than 200 feet. CIty of Port Angeles Landfill PMX #23-2/9/-05 29 July 25. 1997 ParametrlX. Inc. Contract Amendment Proposal City of Port Angeles Landfill Cell 3 Construction, Engineering & Permitting Services 3. The contractor cost of drilling is not included in this budget proposal and will be based on bids received from contractors, paid separately from Parametrix contract. 4. Three field days are required by a Parametrix hydrogeologist during drilling and an additional two days are required for well development and completion. 5. Ten soil samples will be taken and analyzed for grain size and permeability by AGRA Earth and Environmental at a cost of$100 per sample. 6. The sampling of the new well after installation will be performed by the landfill staff and analyzed in accordance with the environmental monitoring program. 7. The plan for evaluating VOC's in groundwater will be a written plan and no field work or sampling is included in the budget for that task. Budget: Based on the above described activities, products, and assumptions, the budget for this task is an amount not to exceed $21,673. City of Port Angeles Landfill PMX#23-2191-05 30 July 25. 1997 Parametrix, Inc. Contract Amendment Proposal City of Port Angeles Landfill Cell 3 Construction, Engineering & Permitting Services PHASE VI SOLID WASTE PLANNING ASSISTANCE Task 6.1 Regulatory CoordinationlNegotiations Objective: Activities: 1. 2. Products: 1. Assumptions: 1. 2. Budget: To provide ongoing consultation and assistance to the City of Port Angeles in securing a solid waste handling permit to operate the landfill through the life of Cell 3 (2007). The following activities will be performed as part of this task: Initiate discussions with the FAA and Port of Port Angeles to identify the required elements of a bird hazard management program that will allow FAA to rule positively on the landfill airport demonstration. Work, as requested with City of Port Angeles staff and representatives to address landfill related issues including bird control, leachate management, permit duration, etc. The following products will be generated from work performed under this task: Records of meetings, communications, correspondence and briefing papers as required to support the objective of this task. The following assumptions are made in budgeting this task: The project manager (Butch Dunlap) will attend up to five meetings with regulatory agencies, the City, and/or the Port of Port Angeles. An additional 40 hours of project manager time and 40 hours of assistant project manager time is budgeted to support preparations for meeting, research, or other tasks as required through the end of 1997. Based on the above described activities, products, and assumptions, the budget for this task is an amount not to exceed $14,181. 31 CIty of Port Angeles Landfill PMX #23-2191-05 July 25, 1997 Parametrix, Inc. Contract Amendment Proposal City of Port Angeles Landfill Cell 3 Construction, Engineering & Permitting Services Task 6.2 Comprehensive Planning/Consulting Objective: Activities: 1. 2. 3. 4. Products: 1. 2. Assumptions: 1. 2. Budget: To provide consulting services to the City of Port Angeles to assist in representing the City in the update of the Clallam County Comprehensive Solid Waste Management Plan currently being updated by Clallam County. The following activities will be performed as part of this task: Attend SW AC meetings and prepare summary reports on the results of SW AC meetings attended. Review draft sections of the SWMP and comment on impacts to the City. Conduct one briefing to the City of Port Angeles Council regarding the financial program analysis. Provide on-call consulting to the City, as requested to support the City's solid waste management program goals. The following products will be generated from work performed under this task: Correspondence, records of meetings, and communications. Presentation materials and boards for use in presenting the results of fmancial alternatives evaluation to the City Counsel and SW AC. The following assumptions are made in budgeting this task: The project manager (Butch Dunlap) is budgeted for 16 hours per month from August 1997 through December 1997. The project manager or assistant project manager will attend up to five SW AC meetings, at the request of the City. Based on the above described activities, products, and assumptions, the budget for this task is an amount not to exceed $19,020. ..;;. 32 City of Port Angeles Landfill PMX#23-2191-05 July 25. 1997 ParametrlX, Inc. . Contract Amendment Proposal City of Port Angeles Landfill Cell 3 Construction, Engineering & Permitting Services EXHIBIT A: BUDGET WORKSHEET -.- PARAMETRIX, INC. BUDGET WORKSHEET . __'-1.\ .. Chent: CIty of Port Angele. Cost for each Task of work will be figured at MH's X hourly base rate. ProJect: Engineering & PermItting Amendment By: T Pat Allen, P E Date: 7/15/97 Name/Category Project Manager Asst PM/5r Engr Engineer II Engineer 1 EnglOeer Tech CAOO Drafter Wrd Processing Clencal Env Specialist II $134 Per MH 1$ 93 Per MHI $84 Per MHI $65 Per MH $57 Per MH $57 Per MH $37 Per MH $30 Per MH $75 Per MH Task Task No /Oescnptlon MHs I Cost I MHs Cost I MHs Cost I MHsl Cost MHs I Cost MHs Cost MHs Cost MHs Cost MHs I Cost Expenses Totals . . " 'iLF.' -"-n { A<< "'Ilfll @'ijt()i\JiI. , , wtI! b~ .~ R f~ " " "'"",;>.. '" wtl:l " ~. ' - 00 J - ," '" , Closure/Post, Closure Plan Task 2 1 0 $0 32 $2,988 24 $2,027 12 $777 0 $0 16 $912 6 $224 4 $120 0 $0 $70 $7,118 FInancial PlannIng/Strategy Task 2 2 20 $2,676 32 $2,988 0 $0 0 $0 0 $0 0 $0 3 $112 I 0 $0 0 $0 $2,156 $7,932 Engineering Report Task 2 3 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 $19,970 $19,970 Permit Application Task 2 4. 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 $0 $0 Client/Agency Coordination Task 2 5 18 $2,408 20 $1,868 0 $0 0 $0 0 $0 0 $0 4 $149 0 $0 0 $0 $0 $4,425 Pl!'Ki'fii;rgrA' ~~. -g ., ' Il r{1i~ lli'71,7l1i t~_ llifi ~1,t~J;i itkm:: .~if:~+ 1m f~~'i01:l~ :;u"'~ y , ,$ "l!.ili. ,t g;,ggl,j ,p:,,- _ v') '" 1<;!l ~"" _",," ,,>-,,< _'L M ~"" , . , " "!in 1 >~ 'I- : 'I '. ' il . 60% Submittal Task 3 1 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 $0 $0 100% Submittal Task 3 2 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 $0 $0 Final Submittal Task 3 3 0 $0 8 $747 32 $2,702 16 $1,036 0 $0 0 $0 0 $0 0 $0 0 $0 $0 $4,485 OA, Project Mgffit & Meetings Task 3 4 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 $0 $0 illig - , . 911 ~. " I ~ . ~. . f, ,,' l:! ~~'Q,; I )!L", II Name/Category Project Manager IeOA Officer IeOA Engineer Engineer Tech CAOO Drafter Wrd Processing Clencal Spec Inspector ,'...... ~ 1$134 Per MHI $93 Per MH 1$62 Per MH $57 Per MH $57 Per MH $37 Per MHI $30 I Per MHI $68 Per MH Task No /Oescrlptlon I MHs I Cost I MHs Cost I MHs I Cost MHsl Cost MHs I Cost MHs Cost I MHs 1 Cost I MHs I Cost IIPHASJi~;CiIIl2BQ " " ",,.! .., : , . ~ II fu "' .. , . ' . onstructlon Management Task 4 1 12 $1,606 160 $14,942 132 $8,158 0 $0 8 $456 16 $597 16 $480 0 $0 $6,300 $32,539 Construction ObservatIOn Task 4 2 0 $0 48 $4,483 458 $28,304 0 $0 0 $0 0 $0 0 $0 0 $0 $3,752 $36,539 Specialty InspectIOns Task 4 3 0 $0 8 $747 8 $494 0 $0 0 $0 4 $149 4 $120 100 $6,831 $37,832 $46.174 Construction SurveYing Tsk 4 4 2 $268 8 $747 8 $494 12 $684 32 $1,824 2 $75 4 $120 0 $0 $8,948 $13,160 CQA ReportlProJect Closeout Task 4 5 4 $535 50 $4,670 60 $3,708 40 $2,280 48 $2,736 8 $299 8 $240 0 $0 $1,290 $15.757 '" ~ " , J ra " >l'lllJ'''' ":~ ~ '~"~ ""'" & . n . , .~ ~ 1;, . ,~, -. .- Name/Category Sr Engineer $84 Per MH $65 Per MH Per MH Task .. Task No IDescrlptlon MHs Cost MHs Cost Expenses Totals Pl'l'A$lii .1;\.andfl!C ~<; rr- 1" 1 ~-~ General Operations Assistance Task 5 1 8 $1,070 60 $5,603 0 $0 0 $0 0 $0 0 $0 4 $149 0 $0 0 $0 $400 $7,223 leachate Treatment Operations Task 5 2 4 $535 8 $747 80 $6,756 0 $0 0 $0 8 $456 4 $149 0 $0 0 $0 $250 $8,894 Gas Control Operations Task 5 3 2 $268 8 $747 70 $5,912 0 $0 0 $0 8 $456 4 $149 0 $0 0 $0 $250 $7,782 Waste Acceptance Planning Task 5 4 8 $1,070 40 $3,736 0 $0 0 $0 0 $0 0 $0 4 $149 0 $0 0 $0 $100 $5,055 Hydrogeologic Investigation Task 5 5 2 $268 20 $1.868 0 $0 0 $0 0 $0 4 $228 4 $149 100 $7,800 80 $7,760 $3,600 $21,673 Task No /Descrlptlon $0 N Regulatory Coordlnatlon/Negot Task 6 1 Comprehensive Planning/Consult. Task 6 2 Expenses Task Totals $250 $14,181 , ADDENDUM NO.3 TO AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE 5.6Qg \ ,,- '-:-' CITY OF PORT ANGELES and PARAMETRIX, INC. RELATING TO: Port Angeles Landfill THIS ADDENDUM NO.3 to the above referenced agreement is made and entered into this ~ay of April, 1998, by and between the CITY OF PORT ANGELES, a non-charter code city of the State of Washington (hereinafter called the "CITY"), and Parametrix, Inc., a Washington Corporation (hereinafter called the "CONSULTANT"). WHEREAS, the original agreement contained provisions for five (5) phases of work due to the fact that the complete scope of work could not be defined at the time of signing the original contract; and WHEREAS, the CITY does not have personnel with the type of experience necessary to fully develop the plans, construction testing methods and technical knowledge; and WHEREAS, the City's Capital Facility Plan contains a project for the design and construction of a cell liner for the landfill's southern end; and WHEREAS, the State Department of Ecology requires that a liner be installed in the bottom of the landfill cell prior to placement of refuse in the cell. NOW, THEREFORE, in consideration of the above representations and the mutual agreements set forth herein, the original agreement between the parties shall be amended as follows: 1. Section I SCOPE OF WORK and Exhibit "A" shall be amended by including Exhibit H attached, to provide professional services for permitting and engineering services for the cell liner at the landfill in the amount of $114,245. 2 Section VI MAXIMUM COMPENSATION and Exhibit "B" shall be amended by increasing the maximum compensation from $421,379 to $535,624. In WITNESS THEREOF, the parties hereto have executed this Agreement as of the day and year first written above. MA~""r-G.A .. ,~~ CO~ TITLE: "B1-ens'lTD,j ()fPtu: /Wt}J11-4~ CITY OF PORT ANGELES APPRO/)' AS TO FORM: ~I(}/~ - CRAIG D. KNUTSON, CITY ATTORNEY ATTEST: ~~~. ~~"- BECKY UPT CI CLERK F,leN IPROJECTS195.24LFlCONSUL TlCONTRACnAGMTADD3 WPD I ~~ ~',') , J"/~~;:~ , /,,/!') ) ~'/ , fij , ....r/,fi; t/ Con~ra~t~,Amendment Proposal No.3 . '~' \.... .. ~' .c EXHIBIT H Engineering, Operations, Permitting & Construction Services City of Port- Angeles Landfill Port Angeles, Washington February 24, 1998 Parametrix, Inc. 5700 KItsap Way. SUite 202 Bremerton. Washmgton 98312 v '- ... . ~, , PORT ANGELES LANDFILL ENGINEERING, OPERATIONS, PERMITTING & CONSTRUCTION SERVICES TABLE OF CONTENTS TABLE OF CONTENTS................................................................................... 1 PROJECT UNDERSTANDING........................................................................... 2 BUDGET SUMMARy....................................................................................... 3 SCOPE OF WORK MODIFICATIONS: Phase 1: PRELIMINARY ENGINEERING ................................... Complete Phase 2: SITE PLANNING & PRELIMINARY ENGINEERING ........No Mods Phase 3: CONSTRUCTION CONTRACT DOCUMENTS Task 3.1 60% Submittal..... .... ...... ......... ...........................Complete Task 3.2 100% SubmittaL................................................ Complete Task 3.3 Final Submittal............................................................ 4 Task 3.4 Project Management & Meetings.. .. .. .. .. .. .. .. .. . .. .. .. ... No Mods Phase 4: CELL 3 CONSTRUCTION SERVICES Task 4.1: Construction Management Services.. ... ................ ...............6 Task 4.2: Construction Observation................................................ 7 Task 4.3: Specialty Inspections...................................................... 8 Task 4.4: Construction Surveying .. ..... ... ............ ........ ...... .... ..........9 Task 4.5: CQA Report Preparation/Project Closeout......................... 10 Phase 5: LANDFILL OPERATIONS ASSISTANCE Task 5.1: General Operations Assistance........................................ 11 Task 5.2: Leachate Treatment Operations ..............................No Mods Task 5.3: Gas Control Operations................................................ 13 Task 5.4: Waste Acceptance Planning................................... No Mods Task 5.5: Hydrogeologic Investigation.......................................... 15 Phase 6: SOLID WASTE PLANNING ASSISTANCE Task 6.1: Regulatory Coordination/Negotiations...................... No Mods Task 6.2: Comprehensive Planning/Consulting ........................No Mods NEW SCOPE OF WORK Phase 7: STORMW ATER OUTFALL REPAIR DESIGN & CONSTRUCTION Task 7.1: 100 % Design SubmittaL.................................................... 16 Task 7.2: Construction Support........................................................ 18 Exhibit A: Budget Worksheet Exhibit B: AGRA Scope of Work & Budget Proposal-Bentonite Admixture Design CIty of Port Angeles Landfill PMX #23-2191-05 February 20, 1998 Parametrix,Inc .. i PROJECT UNDERSTANDING The construction of Cell 3 at the City of Port Angeles Landfill was delayed from 1997 to 1998 as a result of weather concerns and other issues. The permitting of the new disposal cell was initiated in 1997 with submittal of permitting documents to the State Department of Ecology and the Clallam County Environmental Health Division in May of 1997. As a result of the decision to shift the Cell 3 construction to 1998, the regulatory review of permitting documents submitted in May of 1997 was somewhat delayed and comments were not received on the permit application documents until November 1997. Under the previous contract amendments with the City of Port Angeles, Parametrix has provided engineering design, landfill operations support, solid waste planning and financial planning assistance to the City. In addition, anticipating the Cell 3 construction in 1997, a proposal for performing the construction services for that project was submitted to the City in July of 1997 and approved. The contract amendment approved in July of 1997 included provisions for landfill operations assistance through the remainder of 1997 and also provided for the revision of site planning documents related to the permit application. This work is essentially completed. With the delay of Cell 3 construction to 1998, the City's desire for Parametrix to continue to provide operations assistance to the landfill in 1998, and the need to incorporate some additional design elements and construction work in 1998, this contract amendment proposal is submitted to include the following items, which are described in more detail in this proposal: 1. Revise Cell 3 construction documents to include landfill gas control collection header, a paved waste storage area, and other minor work. 2. Modify the construction services scope of work and budget proposal to include soil borrow source investigations and incorporate changes to the work effort as a result of delaying construction to 1998. 3. Continue to provide operations assistance to the landfill superintendent including oversight of construction work on the leachate breakout and gas trenching small works projects. 3. Modify the hydrogeologic support task to include contracting for the installation of a new groundwater monitoring well. 4. Prepare plans, specifications and construction support for the repair of the stormwater outfall east of the cemetery near the landfill. City of Port Angeles Landfill PMX #23-2191-05 ii February 20, 1998 Parametrl.x, Inc Contract Amendment Proposal City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services The following table summarizes the proposed contract amendment budget amounts for each existing and new task on this project: Task Current Budget Revised Task No. Task Description Bud2et Request Budeet TASK 1: PRELIMINARY ENGINEERING 1.1 Site Life Verification $4,862 $0 $4,862 1.2 Grading Plan Alternatives $5,826 $0 $5,826 1.3 Permitting Requirements $7,752 $0 $7,752 TASK 2: PRELIMINARY ENGINEERING AND PERMITTING 2.1 Closure/Post-Closure Plan $19,078 $0 $19,078 2.2 Financial Planning/Strategy $21,108 $0 $21,108 2.3 Engineering Report $37,498 $0 $37,498 2.4 Permit Application $4,246 $0 $4,246 2.5 Client/Agency Coordination $13,673 $0 $13,673 TASK 3: CONTRACT DOCUMENTS 3.1 60 % Submittal $35,512 $0 $35,512 3.2 100 % Submittal $20,472 $0 $20,472 3.3 Final Submittal $14,381 $14,244 $28,625 3.4 QA, Proiect Management & Meetings $8,974 $0 $8,974 TASK 4: CELL 3 CONSTRUCTION SERVICES 4.1 Construction Management $32,539 $7,610 $40,149 4.2 Construction Observation $36,539 $1,311 $37,850 4.3 SpeCIalty Inspections $46,174 $22,198 $68,372 4.4 Construction Surveying $13,160 $526 $13,686 4.5 CQA Report/Proiect Closeout $15,757 $579 $16,336 TASK 5: LANDFILL OPERATIONS ASSISTANCE 5.1 General Operations Assistance $7,223 $17,900 $25,123 5.2 Leachate Pre-Treatment Ops Assistance $8,894 $0 $8,894 5.3 Gas Control Operations Assistance $7,782 $10,414 $18,196 5.4 Waste Acceptance Policy Preparation $5,055 $0 $5,055 5.5 Hydrogeology Investigation $21,673 $22,000 $43,673 TASK 6: SOLID WASTE PLANNING ASSISTANCE 6.1 Regulatory Coordination/Negotiations $14,181 $0 $14,181 6.2 Comprehensive Planning/Consulting $19,020 $0 $19,020 TASK 7: CEMETARY STORMWATER OUTFALL DESIGN & CONSTRUCTION 7.1 Outfall Design Development $0 $13,935 $13,935 7.2 Outfall Construction Support $0 $3,528 $3,528 TOTALS: $421,379 $114,245 $535,624 City of pon Angeles Landfill PMX #23-2191-05 3 February 20. 1998 Paramemx. Inc. .. ..~. .- Contract Amendment Proposal City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services SCOPE OF WORK MODIFICATIONS PHASE III CONSTRUCTION CONTRACT DOCUMENTS (Scope of W orklBudget Modification) Task 3.3 Final Submittal Objective: To incorporate Ecology and client final comments into 100 % drawings and prepare - final contract documents ready for bid. Basis for February 1998 Budget Request: With delay of construction to 1998, the construction documents revisions, described in the original scope of work and the July 1997 contract amendment, to be part of an addendum will be included in this task with some new design elements incorporated into the design documents for construction in 1998 as follows: · Construction documents were modified per regulatory comments including additional leachate collection trenches, revised details for clarity, and modifications to the specifications for low permeability soils. . The interim cover on the north slope of the landfill was deleted from the project and thus removed from the construction drawings and the specifications. . Design of a gas collection header system for collecting landfill gas from the existing horizontal trenches and directing it to the motor/blower and flare facility will be included in the construction documents. . Design of a new paved area for storage of recycled motor oil, batteries, and antifreeze and stockpiling of white goods will be included in design documents including stormwater containment and routing to the sanitary sewer system. . Specifications for repair of a stormwater outfall at the landfill that has cracked as indicated by a video survey of the pipe. . Reproduction of a total of 30 copies of specifications and 25 copies of drawings for re- bidding of the project will be produced. City of Port Angeles Landfill PMX #23-2191-05 4 February 20, 1998 Parametrix, Inc. ~'h . v. Contract Amendment Proposal City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services February 1998 Additional Budget ' Requested: City of Port Angeles Landfill PMX #23-2191-05 As a result of additional work described above which is beyond the original scope of work and the July 1997 modification, the authorized budget for this task is requested to be increased by $14,244 from $14,381 to an amount not to exceed $28,625. 5 February 20, 1998 Parametrix, Inc. " ~, , Contract Amendment Proposal City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services Task 4.1 Objective: Basis for February 1998 Budget Request: PHASE IV CELL 3 EXPANSION, CONSTRUCTION SERVICES (Scope of Work/Budget Modification) Construction Management Services To provide overall construction management services to the City of Port Angeles in support of the Cell 3 Expansion project including pre-bid, bidding, contract execution, schedule coordination, contract issue resolution, and pay estimate reVIew. With delay of construction to 1998, and the re-bidding of the project, the effort budgeted in 1997 for bidding support and bid evaluation will be re-added to the budget for this task. The following summarizes the basis for the budget modification: · Provide bidding assistance during the advertising period to respond to contractor questions and prepare addenda, if necessary, to clarify bid specifications and contract documents. · Attend the pre-bid meeting at the landfill and provide a site walk through for contractors. · Assist in the bid evaluation phase and issue to the City a recommendation for contractor selection. . Assist the City in evaluating submittals in support of contract execution. . Attend a pre-contract award meeting with the selected contractor. . Update labor rates for 1998 (4% increase). February 1998 Additional Budget Requested: City of Port Angeles Landfill PMX #23-2191-05 As a result of additional work described above which is beyond the original scope of work, the authorized budget for this task is requested to be increased by $7,610 from $40,149 to an amount not to exceed $40,149. 6 February 20, 1998 Parametrix. Inc. .... h,- Contract Amendment Proposal City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services Task 4.2 Construction Observation Objective: Basis for February 1998 Budget Request: February 1998 Additional Budget Requested: City of Port Angeles Landfill PMX #23-2191-05 To provide for overall construction observation as required by the Construction Quality Assurance Plan to support preparation of construction certifications that the Cell 3 project was completed in general conformance to the project plans and specifications . - No change to the scope of work is required for this task. However, with delay of construction to 1998 the labor rates for staff assigned to the project will have increased by about 4 % (effective April 1, 1998). As a result of the adjustment for 1998 labor rates, the, the authorized budget for this task is requested to be increased by $1,311 from $36,539 to an amount not to exceed $37,850. 7 February 20, 1998 Parametrix. Inc. ~ . ,.,. - Contract Amendment Proposal City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services Task 4.3 Objective: Basis for February 1998 Budget Request: Specialty Inspections To provide for specialty inspections during the Cell 3 Construction project including Compacted Soil Liner installation, geomembrane placement and seaming, and soil/ geosynthetic testing. - With delay of construction to 1998, the effort budgeted in 1997 for specialty inspections is requested to be modified based on the following additional work! changes. · Geotechnial evaluation of soil borrow sources and bentonite admixture design testing was performed, as approved by Jack Pittis, (fax dated 11/7/97). The authorized budget for this effort was $19,664. One additional bentonite admix design was approved for testing by Gary Kenworthy, (via Phone conversation) authorized budget for that effort was $2,300. · Update labor rates for 1998 (4 % increase). February 1998 Additional Budget Requested: City of pon Angeles Landfill PMX #23-2191-05 As a result of additional work described above which is beyond the original scope of work, the authorized budget for this task is requested to be increased by $22,198 from $46,174 to an amount not to exceed $68,372. 8 February 20, 1998 Parametrix, Inc. ., ..... Contract Amendment Proposal City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services Task 4.4 Construction Surveying Objective: Basis for February 1998 Budget Request: February 1998 Additional Budget Requested: City of Port Angeles Landfill PMX #23-2191-05 To provide for record drawing surveys of installed components of the Cell 3 Expansion project and provide surveying in support of owner's verification of pay estimate quantities during the course of construction. NT! will be retained to provide surveying services for this task. No change to the scope oLwork is required for this task. However, with delay of - construction to 1998 the labor rates for staff assigned to the project will increase by about 4 % (effective April 1, 1998). As a result of the adjustment for 1998 labor rates, the, the authorized budget for this task is requested to be increased by $526 from $13,160 to an amount not to exceed $13,686. 9 February 20, 1998 Parametrix, Inc. ~ '.. Contract Amendment Proposal City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services Task 4.5 Objective: Basis for February 1998 Budget Request: February 1998 Additional Budget Requested: City of Pon Angeles Landfill PMX #23-2191-05 CQA Report Preparation/Project Closeout To provide for the preparation of record drawings and a construction quality assurance report which is required to be submitted to regulatory agencies at project completion certifying and documenting that the project was completed in general conformance with the plans and specifications. - No change to the scope of work is required for this task. However, with delay of construction to 1998 the labor rates for staff assigned to the project will increase by about 4 % (effective April 1, 1998). As a result of the adjustment for 1998 labor rates, the, the authorized budget for this task is requested to be increased by $579 from $15,757 to an amount not to exceed $16,336. 10 February 20, 1998 Parametrix, Inc. ., Contract Amendment Proposal City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services Task 5.1 Objective: PHASE V LANDFILL OPERATIONS ASSISTANCE (Scope of Work/Budget Modification) General Operations Assistance To continue to provide operations assistance to the landfill staff through the end of 1998 including on-call assistance, routine site visits and consultations and other - assistance as requested by the City. Addendum to Previous Scope of Work: Activities: 1. 2. 3. 4. Products: 1. 2. Assumptions: 1. The following activities will be performed as part of this task: A monthly site visit by a solid waste professional engineer will be provided from to evaluate site operations and recommend improvements and procedures as the site transitions to operations without the previous solid waste superintendent. For each operations site visit, a record of the visit will be prepared and forwarded, to the landfill manager (Steve Evans) and recommending operational practices and action items. An additional 80 hours of project engineer's time will be budgeted for on-call assistance in 1998 related to landfill operations and consulting. Oversee construction of the leachate breakout control system on the northwest comer of the landfill. Assumes a construction period of 1 week, with a Parametrix representative on-site for three full days during the construction period. The following products will be generated from work performed under this task: One site visit record for each site visit and consultation with the landfill staff will be prepared and forwarded to the City. Marked up leachate breakout plan sheets reflecting as-built conditions and materials and revised in CADD for record drawing purposes. The following assumptions are made in budgeting this task: Each site visit will require the engineer to be on-site for an average of 3 hours to observe operations and meet with the manager. 11 February 20. 1998 Parametrlx. Inc. City of Port Angeles Landfill PMX #23-2191-05 ~ . .., >- Contract Amendment Proposal City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services 2. Round trip travel time to and from Port Angeles is estimated to be 2 1f2 hours (travel from Bremerton to Port Angeles--approximately 75 miles one way). Budget: Based on the above described activities, products, and assumptions, the authorized budget for this task is requested to be increased by $17,900 from $7,223 to an amount not to exceed $25,123. City of Pon Angeles Landfill PMX #23-2191-05 12 February 20, 1998 Parametrix. Inc. , ~ ~I "" Contract Amendment Proposal City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services Task 5.3 Objective: Gas Control Operations To continue to provide assistance to the landfill staff in 1998 for the operations of the gas control system. This includes constructing horizontal gas collection trenches in the active landfill area, connecting the new landfill areas to the existing blowerlflare facility, and assisting in assessing the gas control system operations and necessary maintenance and repair work. Addendum to Previous Scope of Work: Activities: 1. 2. 3. 4. 5. Products: 1. 2. 3. 4. - The following activities will be performed as part of this task: Up to four site visits (quarterly) will be provided by a landfill gas specialist to assist in guiding the landfill operators in gas control system maintenance and operations. Provide construction services during installation of the lateral gas extraction trenches and landfill gas control system improvement plans that were prepared in late 1997. Prepare specifications for maintenance and improvements to the gas flare facility as discussed with the landfill superintendent in late 1997. This includes removal of un- used system components, maintenance of blowers, and replacement of the propane igniter with a solar igniter. It assumed that this work can be specialty work which is performed through the small works roster with a mechanical contractor. Prepare record drawings of new gas trench installation piping. Conduct an evaluation of the gas control system in the vicinity of GP-3 and recommend improvements to gas control for this area. Also assist in evaluating alternatives to address the gas migration impacts identified in the vicinity of GP-3 as discussed in regulatory agency comments on the recent solid waste permit application. The following products will be generated from work performed under this task: Records of field visits, meetings, contractor communications, etc. A technical memorandum related to gas control in the vicinity of GP-3 and alternatives for gas monitoring and control in this area. Product specifications and work orders for the maintenance and modifications of the motor blower and flare fac~lity. Record drawings of the lateral trench installation in the new landfill area. 13 February 20. 1998 Parametrix. Inc. City of Port Angeles Landfill PMX #23-2191-05 " " Contract Amendment Proposal City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services Assumptions: The following assumptions are made in budgeting this task: 1. The gas control engineer is budgeted for one full day (8 hours) for each site visit.. 2. Round trip travel time of 4 hours is based on travel from Parametrix' Kirkland office to the Port Angeles Landfill. Budget: - Based on the above described activities, products, and assumptions, the budget for this task is requested to be increased by $10,414 from $7,782 to an amount not to exceed $18,196. City of Pon Angeles Landfill PMX #23-2191-05 14 February 20, 1998 Parametrix, Inc. -., , ....'-., Contract Amendment Proposal City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services Task 5.5 Objective: Basis for February 1998 Budget Request: Assumptions: Hydrogeologic Investigation To provide for the installation of an additional groundwater monitoring well and prepare a plan to investigate the presence of volatile organic compounds between the new landfill and the old landfill in support of obtaining a landfill operating permit. - No change to the scope of work for Paramerix effort is required for this task. However, as requested by Gary Kenworthy, the cost of drilling will be included in the budget for this task and Parametrix will contract directly with the selected driller for the work. The following assumptions are made in budgeting the modifications to this task: . The estimated cost of well installation by the contractor is $20,000 (200ft depth @ $100 per foot). . Markup of 10% by Parametrix on the direct cost of the well installation. February 1998 Additional Budget Requested: City of pon Angeles Landfill PMX #23-2191-05 As a result of the addition of the well installation costs, the authorized budget for this task is requested to be increased by $22,000 from $21,673 to an amount not to exceed $43,673. 15 February 20, 1998 Parametrix, Inc. .... ", Contract Amendment Proposal City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services NEW WORK Task 7.1 PHASE VII CEMETERY STORMWATER OUTFALL REPAIR DESIGN Objective: Activities: 1. 2. 3. 4. 5. 6. 7. 8. Products: Stonnwater Outfall Design Development To prepare construction drawings, specifications, and estimates for the repair/replacement of the damaged stormwater outfall east of the Cemetery near the Port Angeles Landfill. The following activities will be performed as part of this task: Prepare base map of existing conditions in the vicinity of the outfall. (NT! to do surveying & base map preparation). Prepare a preliminary concept engineering plan for evaluation by the City and discussions with FEMA as to eligibility for cost reiumbursement. Prepare design drawings for outfall alignment, construction details, etc. Prepare specifications for outfall repair, including specifications for fill, pipe materials, thrust blocking, outfall, etc. Prepare cost estimate for outfall construction. Assemble PS&E package for 100% review submittal to the City of Port Angeles. Modify 100 % design submittal per City comments and resubmit Final design package as an additional bid item for the 1998 Cell 3 construction drawings. Prepare addenda package for including the outfall repair project as part of the Cell 3 construction project. The following products will be generated from work performed under this task: 1. Three (3) copies of concept design plan and preliminary cost estimate for review by the City prior to continuing with 100% PS&E. 2. Three (3) copies of 100% plans, specifications, and estimates for the outfall repair. 3. Up to Thirty (30) copies of the Final plans and specifications for submittal to bidders on the Cell 3 construction project. 16 February 20, 1998 parametrix, Inc. City of pon Angeles Landfill PMX #23-2191-05 , . ,.. Contract Amendment Proposal City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services Assumptions: The following assumptions are made in budgeting this task: . The outfall repair de.sign will be based on the assumption of the pipe flowing full. . The design package will include one plan view and one detail sheet. . Geotechnical assistance in specifying fill material requirements, etc. will be performed by AGRA Earth and Environmental in an amount not to exceed $2,000. . To facilitate separate bidding for the outfall work, the specifications and plans will be prepared as a Schedule B work package as part of the Cell 3 construction project. . One field day for surveying and 8 hours of office staff time will be required to prepare the base map. NT! budget for this effort is an amount not to exceed $1,500. Budget: Based on the above described activities, products, and assumptions, the budget for this task is an amount not to exceed $13,935. City of Pon Angeles Landfill PMX #23-2191-05 17 February 20, 1998 Parametrix, Inc. " , '. . , . Contract Amendment Proposal City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services Task 7.2 Stonnwater Outfall Construction Support Objective: To provide the oversight of construction on the Cemetery stormwater outfall construction. Activities: The following activities will be performed as part of this task: 1. Review contractor submittals related to the stormwater outfall repair work. 2. Oversee constrution work ~m the outfall repair. 3. Provide construction testing and monitoring including soil compaction testing. 4. Prepare construction inspection reports and prepare record drawings at project completion. Products: The following products will be generated from work performed under this task: . Record of field activities will be prepared for each day in which the construction observer monitors work on the outfall repair project. . Submittal reviews will be conducted and a record of the reviews will be provided to the City at the end of the project. . During construction, plans will be marked up reflecting changes to the plans and a record drawing will be prepared at project completion. (One reproducible and one blue line of record drawing will be provided to the City at project completion). . Separate pay estimates will be prepared for the outfall repair work to facilitate reimbursement from FEMA. Assumptions: The following assumptions are made in budgeting this task: . The landfill construction representative will provide construction observation for the outfall repair project. (No additional budget for this effort is required beyond what is already budgeted in Task 5). . Two days of geotechnical observation/testing will be provided specifically for the outfall repair work. (Assumes landfill cell 3 geotechnical and outfall repair occurs on separate days). Budget: Based on the above described activities, products, and assumptions, the budget for this task is an amount not to exceed $3,528. City of Port Angeles Landfill PMX #23-2191-05 18 February 20, 1998 Parametrix, Inc '" te I 4 Contract Amendment Proposal City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services EXlDBIT A: BUDGET WORKSHEET PARAMETRIX. INC. BUDGET WORKSHEET Client. City of Port Angele. PrOlect: Engineering &. PermItting Amendment No 3 By: T Pat Allen, P.E Date. 2/25/98 Cost for each Task of work will be flgured at MH's X hourly base rate Name/Category Per MH $67 Task No /Descnptlon Cost MHs \lot'll 1Ti' lWi%1i; ,,-, 60% Submittal Task 3 1 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 100% Submittal Task 3 2 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 Final Submittal Task 3 3 0 $0 40 $3,885 40 $3,513 0 $0 80 $4,742 24 $1,368 8 $311 4 OA, Project Mgmt &. Meetings Task 3 4 Ta.k Totel. 'L $0 $0 $0 $0 $0 $0 $0 $300 $14,244 Name/Category Subs &. Task Task No /Oescrlptlon Expenses Totel. r Construction Management Task 4 1: 2 $268 40 $3,885 24 $1,616 8 $474 0 $0 4 $155 2 $62 0 $0 $100 $7,610 Construction Observation Task 4 2 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 $0 $1,311 Specialty Inspections Task 4 3 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 $334 $21,864 $22,198 Construction SurveYing Tsk 4 4 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 $168 $358 $526 COA Report/Project Closeout Task 4 5 Name/Category Project Manager Asst PM/Sr Eng Sr Engineer Engineer 1 Engineer Tech CADD Drafter Wrd Processmg Hydrogeologlst Sr Hydrogeol $134 Per MH $97 Per MH $88 Per MH $67 Per MH $59 Per MH $57 Per MH $39 Per MH $57 Per MH $95 Per MH Labor Rate Subs & Task Task No IDescrlptlOn MHs I Cost MHsl Cost MHs I Cost MHs Cost MHs Cost MHs Cost MHs I Cost MHs Cost MHs Cost Adlustmen Expenses Totals P,HASE,6iU.'in'ifflIf:06!ltiiilohs"lAial$tenc.;;.sudgat"AmenClrifent!OliNilll;lbf Cj m )!<,)1!m f~J\lIif4t '$illtEtOClk%\~};f":~~i ,Jdt,% ; fu "~'\~~ ;: ~~~~A-~<t S2:;t< ,.>,iY.J>4 ~ Y::"~"~'\<_7'-\;' ~':~~~~"~~t{ General Operations Assistance Task 5.1 4 $535 62 $6.022 80 $7,026 40 $2,693 0 $0 4 $228 8 $311 0 $0 0 $0 $0 $1,085 $17,900 Leachate Treatment Operations Task 5 2 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 $0 $0 $0 Gas Control Operations Task 5 3 0 $0 8 $777 48 $4.216 40 $2,693 24 $1,423 4 $228 2 $78 0 $0 0 $0 $0 $1,000 $10,414 Waste Acceptance Planning Task 5 4 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 $0 $0 $0 Hydrogeologic Investigation Task 5 5 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 $0 $22.000 $22,000 ~se,\i;TQi'~Lsji~\;;,.fjtl,f I!f~, iL\~~~~ lllif'w, m1f~' ~~Gjk ,,f{="W4<,;,,<r <,. :~O\ $!'i~~!lq~ ,$1'A23 "g'" " , 10'..:;'5$'388'" )\'0' ~1&M:&'i ,'\,. "~totl "'i~~ ;,,;,~O-7 Ltli~.~~i iL~~t ,.45& . ,,~ -, ~ _ ,'\.~~' '>-- ~~,u~ ~~,~, ~ ..,.~'Z% <>_~" ~\ ~ Name/Category Sr Engr (Hermes) Asst PM/Sr Eng Design Engineer Structural Engr Engineer Tech CADD Drafter Wrd Processing Clencal $134 Per MH $85 Per MH $59 Per MH $57 Per MH $39 Per MH $31 Cost MHs Cost MHs Cost MHs Cost MHs Cost MHs Subs & Expenses Task Totals &00.. 011 ~1;{~A;v~" ~~~\~~ \>~->:~ ~'=\.'-r"" "f~~\J} ,"'11 ~\~1i~ l '~'1> "'I "",'>-.~, J0(,-*'t~, 20 $2.676 16 $1,554 40 $ 2, 693 $680 8 $474 8 20 $1,140 $155 4 2 $4,500 4 $535 $389 4 o :l~.1 ~3f~11P, ~~02 })>J;~'>~A~ A~ '~ . . , , ... .' \ . ., . Contract Amendment Proposal City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services EXIllBIT B AGRA EARTH AND ENVIRONl\tlENTAL SCOPE OF WORK-AND BUDGET PROPOSAL (Bentonite Admix Design Testing) ~ PORT ANGELES CITY LT ID:360-417-4709 NOV 10'97 8:35 No.OOl P.Ol " #- '(i "Malnt.lnlng end bUilding 8 better community" I JfICIr Plft/9 Director (4601 J Phylllll RIJ9k1r Atlmlnlmtlve AN/stanl (4800} Cllte Rinehart AdmlnlstrBtIve AS9IsllJnl (47001 IIOD Tltull Deputy DIrOCtor (4701J Ksn Ridout 0$pII1y' OIfflCtl1r [4602] Gill]' KlInworlhy City Engl- {4803} SllI!I'6HUfflh Eng/noorlng MIJ/18f18r (4702J TtmSlTIftll Conlral;t & ProjtJCf Admlnl&lrator {46041 Lou Hllehnll/n Sr BuIlding fntJPtJClOf (48151 Tom Sperl/ne Sr. ElecIrlcllllnspllCtor {4T35J ~ Melo//! Power Manager {4703J A/I/ph E1lswort/1 Walllr, Wll8I\!lWBIw" ColltJc1lon Supertnf$tld9n1 {48551 Pr1tf1 Burrall EquIp S1Jrvk:lI8 SuperlntendtJtll (48351 MI/I( StJe"", lfgllf OperatfollS MfinB(IfK (47311 Ken Mfif/le CQnlJfJl\l/llfoll M/l1HIfIlI" {471f! KlIVIn Curtis 7'rae1. "'lInt SupervtsoI' {48451 Tom McCabe SW CoI/tJof/on SuplNVlsof [4f1Sl Stew Evens L/JntJfln Suf'M'l-' (4fT3J D/J1/8 WlIcoK S#nI6t MalntenanctJ SupclfVf- [#iSl FAX TRANSMISSION City of Port Angeles. Public Works Department P.O. 80)( 1150 Port Angeles, WA 98362 (360) 417-4801 Fax: (360) 417-4542 To: Pat Allen Date: November 7, 1997 Fax': 360-479-5961 Pages: 1, including this cover sheet. Fr9m: Jack Pittis, Director of Public Works Subject: Authorization of Borrow Source Eva COMMENTS: This fax is to respond to your letter of November 6th requesting that you be authorized to proceed witht the evaluation of borrow sources for the next round of bidding for the extension of the landfill cell. We understand that it will take about 6 to 8 weeks to accomplish this work and that the cost of the work is $19,664, which include your markup. We also understand that this work was not in the original scope but can be covered in the short term through using the task funds available in either Task 4.3 for Construction Services or Task 6.2 Comprehensive Planning Assistance or a combination thereof. Please consider this fax authorization to proceed with the necessary work as outlined in your letter and scope prepared by AGRA. N:\PROJECTS\9~24LF\CONSUL T\CONTRAcnSOILS-1'.'0 PORT ANGELES CITY LT It".,.... --.. ...-. .., ID:360-417-4709 NOV 10'97 8:35 No.OOl P.02 . . 1 ... t' ; .. . Parametrbc, Inc. - .._~.. ---.,..... ... 1;100 KJtcap W~y $..:t~ '2~ a"'''''e~ot\ WA!lS:'l 1 ?.',~J4 :;OOf'. ,:\11.1,)074. J::l'< ~O;J,7g.596~ COMrlltJ,'ts; ,0 EfI(l"'c.-'If"fl "nr/ Fnvt:(Jnmenl.,' .~,." ",.... ----. .. 1------ v Novem~r 6, 1991 PMX #23.2191..QS Mr. Jt10k Pitt is. Director of Public Works City of Port Angeles P.O. Box 1150 Port Angeles, Washington 98362 Sllbjec:tI _ AuthoridtiOD of Borrcm Source Evaluation Wurk for Port ADgeles Landfill. Dear Jack: The purpose of dlls letler i~ tu request your auiliorization to proceed with the seopr of work prepared hy AORA Earth & Environmental for Borrow Source Evaluation. A copy oftbeir scope lIIlO budget was provided to you at oW' meeting of October 30th. The need to proceed with this work effon is ba.~d on AGRA~s estimate of 6 to 8 weeb to complete the WDrk including pemteability testing of iucnlifi~ sources. With a notice to proceed from you by November 15th. the work should be completed by mid.Januat'y. and allow time to ineorpora~ the result& of the bonow ~uurce evaluation into the Cell-) project specifications. This wuck c(furt \ViIS not previously budgeted in our Contract Amendment No.2: however. to prevent hllVing to go to council for this effort we would request that we be authori= to JXo~d with this work as pan of Task 4.3, Construcuon Services. SpecialtY Inspections. We would incorporate this c:hcmge in Task 4.3 into oW' submittal of a c:ontl'act anl~lJmmt request once we.vc identified work required in response to the regulatory 8gencie$ permit conunen1&. Currently. the budget for wk 4.3 ;" $46,114. We would not anticipate any work other than the Bom)w SOUlCC Evaluation being nc:cessary Wider Task 4.3 WitH construction is commenced on Ct'!1I-3 (AprillMay 1998). Parametrix labor required to coordinate the work with AORA can be billed to existing task 4.1, "Construction Management." which currently bas adequate hudget to support this efron. With the 10'% subconsul1ant markup, the total effor1 for the AORA work, would be S 19,664. Tbis would be included 8$ an add-on to task 4.3 at the time we request a cx>n~ amendment. ,~ if -e,'V ,.,.ntH.." "l<llOfI''''d F'~I ~Q~T..A~GE.~.~S. C!JY LT. .......I9.:}69.-:-.417-4709 J-!QY _l9:.97 8:36 NQ..9_9LP.03 ... . J" ~I ~ , .. l ~ . . II Mr. Jack Piuis November (S, J997 Page :2 It'this approach is satisfactory. please let us know as soon as possible so that we may give AORA authorization to proeced with the work. cc: Pat Allen, PMX Bremenon H: lPROJECWI' .,4NGELIPH,zEHGIl.I1/?J .OjIl.TRMEMOIL.AORJJUOJP , . r;::-.--------- ------ - '-r-' fe: :'TJ f7 I -, ---:~; i ,.., j tS ':J t~ ~; ~I , : !I.'.;A.'_._....~~..-"'_." ~ -. ~~ ~ AGRA Earth & Environmental . 'J 0.....- 3 ''")''7 ~ I - '~'AbRA Earth & Environmental, Inc. . ----- - -; - - - -- -11335 NE 122nd Way SUite 100 J ---- - - ---. Klrklanct;-Washlngton USA 98034-6918 Tel (206) 820-4669 Fax (206) 821-3914 ENGINEERING GLOBAL SOLUTIONS ij .......,- ~ 1 October 1997 91 P-1 0908A Parametrix, Inc. 5700 Kitsap Way, Suite 202 Bremerton, Washington 98312-2234 Attention: Mr. Patrick Allen Subject: Scope of Work and Budget Estimate Borrow Source Evaluation Port Angeles Landfill, Cell No.3 Kitsap County, Washington Dear Pat: As requested within your letter dated 17 September 1997, AGRA Earth & Environmental, Inc. (AEE) is pleased to present this proposal for performing a borrow source evaluation and providing design recommendations for a bentonite admixture using the available borrow sources. In addition, we were also requested to provide assistance with preparation and review of the project specifications. We understand that the City of Port Angeles would like a borrow source identified and a bentonite admixture design determined prior to the next round of bidding for the expansion of Cell No.3 at the Port Angeles Landfill, to take place in January or February 1998. Our additional work for this evaluation would supplement the previous limited borrow source evaluation in which we assessed the suitability of the on-site, stockpiled base soils. However, no bentonite admixture design recommendations or permeability testing was provided in our previous limited evaluation. SCOPE OF WORK The purpose of our evaluation is to identify a feasible, cost effective borrow source which provides a suitable, consistent soil type of sufficient quantities for admixing with bentonite to complete the project. All potential sources will be compared to the on-site soils which can also be utilized as a potential borrow source. On-Site Bentonite Admixture Design Since an admixture design was not completed for the previous phase of work, we understand that an admixture design utilizing the on-site borrow soils is to be performed. To perform the testing, additional quantities of samples will need to be obtained from the site. We have @ A:\P10908A borrow eva' wpd '. ,. '.; . . .. ~ Parametnx, Inc. 1 October 1997 91P-10908A Page 2 budgeted for a site visit to obtain representative bulk samples from the stockpiled on-site soils. To be conservative, permeability testing will then be performed on a relatively low fines content soil sample which will have been screened to remove the oversize portion of the sample. The tests will be performed at three different admixture rates to determine the appropriate admixture rate to achieve the required permeability. Preliminary Screening of Potential Off-Site Sources The first portion of our work to identify off-site borrow sources, would be to identify any potential borrow sources within a cost-effective distance from the site. We would utilize readily available information sources from the City of Port Angeles, Clallam County, possibly WSDOT, and tocal contractors to identify these potential sources. Any available information concerning the soils present at these sites would be used to screen out sites which may not contain soils of sufficient quality or quantity for the project. The information obtained would be then utilized to rank the potential sites. Off-Site Borrow Source Evaluation As discussed in our meeting on 25 September 1997, we would submit the top four potential borrow source sites to the City for their review and evaluation. The City review would establish if the ownership and permits for candidate sites can be secured. Once a feasible source has been secured by the City, we propose to visit each site to obtain composite soil samples from these borrow sources for laboratory testing. We would anticipate spending one day in the field characterizing and sampling each borrow site. We would then submit representative samples for laboratory testing to establish general index properties of each source sample. Based on the results of the laboratory testing, we would identify the most suitable borrow source soil for admixing (if required). Grain size analyses would then be performed on three samples from the most desirable borrow source, to characterize the variations within the source. Off-Site Borrow Source Admix Design Using the cleanest sample (that with the least amount of fines) sample derived from the borrow source, which would be the most conservative, a bentonite admix design would be determined. Permeability testing would then be performed on the sample at three different admixture rates to determine the appropriate admixture rate. Once the admixture rate has been determined, an additional two permeability tests would be performed at other moisture contents and densities to determine the target moisture content and density which will achieve the required permeability with an adequate factor of safety. Specification/CQA Plan Review/On Call Consulting As requested within your letter of we would also provide assistance in preparation and review of the specifications to be included in the contract documents for the landfill expansion. This @10908A borrow ovol.wpd ~ AGRA Earth & Environmental ENGINEERING GLOBAL SOLUTIONS ~,' 4 t, . .. 1 Parametrix, Inc. 1 October 1997 91 P-1 0908A Page 3 would include review of the geotechnical portions of the specifications and the construction quality assurance (COAl plan. We would also be available for geotechnical consultation as the design phase proceeds. At this time, we have included budget to address the question raised by Ecology regarding need for SDRI testing of the low permeability soil liner. Other consultation and meetings are not included in this scope of services. COST AND TIME ESTIMATE We anticipate that we would be able to complete the outlined scope of services within a budget of $ 11,876. A generalized cost breakdown for each of the phases of work described above is provided subsequently, while a more detailed allocation of labor hours and testing costs is shown in the attached AEE Cost Summary table: On-Site Admixture Design Report ............................. $4,398 Preliminary Screening of Off-Site Borrow Sources . . . . . . . . . . . . . . . . . .. 1,240 Off-Site Borrow Source Evaluation. . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 3,816 Off-Site Admixture Design Report .............................. 4,484 Specification and CQA Plan Review. . . . . . . . . . . . . . . . . . . . . . . . . . . .. 3.938 Total Cost Estimate. . . . . . . . . . . .. $17,876 We anticipate that we would be able to complete the borrow source study in approximately four to six weeks, because of the extensive time anticipated to perform the bentonite-admix permeability laboratory tests. We could be able to perform the specification and COA plan review within one week of receiving your draft documents. A:\P1 0908A borrow eval,wpd @ ~ AGRA Earth & Environmental ENGINEERING GLOBAL SOLUTIONS , "J :f1 .. . . Parametrix, Inc. 1 October 1997 91 P-1 0908A Page 4 We appreciate the opportunity to present this proposal and look forward to its favorable consideration. If you have any questions or need further information, please do not hesitate to call us. Respectfully submitted, AGRA Earth & Environmental, Inc. ~(/;tI ;;tLc Willam J. Lockard, P.G. Project Geologist ~~~~'> /" James S. Dran ield, .E. Associate WJLlJSD/lad Enclosures: AEE Cost Summary - Port Angeles Landfill, Cell No.3 1997 Schedule of Charges and General Conditions A:\Pl090BA borrow eval.wpd @ ~ AGRA Earth & Environmental ENGINEERING GLOBAL SOLUTIONS PORT ANGELES LANDFILL, CELL NO.3 AEE COST SUMMARY BORROW SOIL EVALUATION TASK DESCRIPTION ASSOCIATE ........ :~'""" ~ ~. ~ SR PROJECT PROJECT SR STAFF SENIOR DRAFTING CLERICAL ENGRlSCI ENGRlSCI ENGRlSCI TECHNICIAN 8 12 5 2 10 3 3 20 4 8 12 5 17 13 4 38 67 0 0 4 17 ADMIXTURE DESIGN REPORT (ON-SITE) PRELIMINARY SCREENING OFF-SITE BORROW SOURCE EVALUATION ADMIXTURE DESIGN REPORT (OFF-SITE) SPECIFICATION PREPARATION AND REVIEW TOTAL HOURS EXPENSES 3 3 10 18 TOTAL TYPE UNIT AMOUNT UNIT COST BENTONITE ADMIXTURE SOIL TESTING lON-SITEl PERMEABILITY (ASTM D 5084) 2050 00 BORROW SOURCE EVALUATION lOFF-S1TEl GRAIN SIZE (ASTM D 422) BACKHOE SUBCONTRACT BENTONITE ADMIXTURE SOIL TESTING lOFF-SITEl PERMEABILITY (ASTM D 5084) PROCTOR TEST (ASTM D 698) OTHER EXPENSES AUTO MILEAGE PER DIEM FERRY FARE PerM.le Each Each Each Each Each Each Each 400 00 100 400 TOTAL EXPENSES 500 41000 525 00 900 00 2050 00 17000 14000 7500 2800 5938 00 SUMMARY OF COSTS 700 100 7500 900 00 Page 1 CATEGORY ASSOCIATE SR PROJ E1S PROJECT ENGRlSCIENTIST SR STAFF E1S SENIOR TECHNICIAN DRAFTING CLERICAL HOURS 1800 3800 6700 000 000 400 1700 TOTAL LABOR TOTAL EXPENSES 500 100 41000 17000 AMOUNT 2034 00 3534 00 5561 00 000 000 18000 829 00 1193800 5938 00 035 7500 700 RATE 11300 9300 8300 7200 5000 4500 3700 TASK TOTAL 517,87600 I 1'; ADDENDUM NO.4 TO AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE 5.&qg :t- ). 'I CITY OF PORT ANGELES and PARAMETRIX, INC. RELATING TO: Port Angeles Landfill THIS ADDENDUM NO.4 to the above referenced agreement is made and entered into thiS~y of July, 1999, by and between the CITY OF PORT ANGELES, a non-charter code city of the State of Washington (hereinafter called the "CITY"), and Parametrix, Inc., a Washington Corporation (hereinafter called the "CONSULTANT"). WHEREAS, the original agreement contained provisions for five (5) phases of work due to the fact that the complete scope of work could not be defined at the time of signing the original contract; and WHEREAS, the CITY does not have personnel with the type of experience necessary to fully develop the plans, construction testing methods and technical knowledge; and WHEREAS, the City's Capital Facility Plan contains a project for the design and construction of cell closure facilities for the landfill and ongoing quarterly and annual groundwater monitoring coordination and reporting; and WHEREAS, the State Department of Ecology requires cell closure and ongoing quarterly and annual groundwater monitoring coordination and reporting. NOW, THEREFORE, in consideration ofthe above representations and the mutual agreements set forth herein, the original agreement between the parties shall be amended as follows: 1. Section I SCOPE OF WORK and Exhibit "A" shall be amended by including Exhibit I attached, to provide professional services for permitting and engineering services for the cell closure and quarterly and annual groundwater monitoring and repporting the landfill in the amount of $211,060. 2 Section VI MAXIMUM COMPENSATION and Exhibit "B" shall be amended by increasing the maximum compensation from $535,624 to $746,684. In WITNESS THEREOF, the parties hereto have executed this Agreement as of the day and year first written above. CITY OF PORT ANGELES CONSULTANT ~I t?\,~ J MAY01 6 ~?&j~q D AS TO FORM: CRAIG'D.K. "Q..~ ATTEST: b~(I~ .i~A BECKY UPT CI LERK , , - ,~ <, . ~l 'PROJECTSl95.24LF\CONSUL n~ONTRACl\AGMT ADD4 WPD jt EXHIBIT I '..... i Parametrix, Inc. Consultants m Engmeermg and Environmental Snef'ces 5700 Kltsap Way SUite 202 BrefTlerto!l WA 98812-2234 360-377-0014' Fax 360-479-5961 v\ RECEIVED MAY 2 6 1999 May 25,1999 PMX #23-2191-05 Mr. Gary Kenworthy City of Port Angeles P.O. Box 1150 Port Angeles, Washington 98362 Subject: Revised Contract Amendment No.4, Port Angeles Landfill Engineering, Construction and Environmental Monitoring Services Dear Gary: I am forwarding for you approval and submittal to the City Council, Contract Amendment No.4 for Engineering and Environmental Services at the Port Angeles Municipal Landfill for calendar year 1999. The enclosed amendment reflects changes and adjustments to our original proposed amendment submitted on February 4, 1999. The adjustments were necessary to reflect the following: . Changes to Parametrix' staff designated to support this project; . Comments received from the City on the original Parametrix submittal; and . Inclusion of "Environmental Monitoring Services" into the principal Parametrix agreement with the City. In response to current and anticipated changes to Parametrix staff, I have revised the budget worksheets to reflect estimates of actual resource allocation on this project. The change in staffing has resulted in minor changes to task costs with the overall contract value reducing slightly. The two key personnel Parametrix will allocate to your project are Butch Dunlap (Principal) and Peter Battuello (Project Manager). The remaining staff will be identified on a task basis depending on technical capabilities and availability. As previously discussed and reported, this amendment includes $43,030 to supplement engineering work related to Cell 3 construction (Task 4); primarily related to required changes to the CQA inspection and testing and delays in completing construction during the 1998 construction season. Weare also requesting a budget supplement to cover changes to the Cemetery Outfall project related to design changes and construction oversight (Task 7). The remainder of the amendment is for new engineering and environmental services proposed for 1999, including operations assistance, solid waste planning, regulatory compliance support, (Tasks 5 and 6) and design services for Phase I closure activities (Task 8). Please note that I F-'r:lltEG on HE::Cvci60 PapEr. .i:~ " V' Mr. Gary Kenworthy PMX #23-2191-05 May 25,1999 Page 2 have not included scope or budget for construction services for Phase I closure. Seeing that construction will occur no sooner than the 2000 construction season, I felt it most appropriate to provide construction scope and budget in our next annual budget submittal. This amendment also incorporates Environmental Monitoring Services (Task 9) into our engineering services contract. Effective April 30, 1999, I will close-out our existing environmental monitoring contract and begin recognizing charges against our engineering services contract. Ms. Lisa Gilbert from our Kirkland office will continue to lead this effort for Parametrix and I anticipate no changes to the day-to-day activities related to this work. Lastly, I wish to reiterate that Parametrix has not invoiced the City of Port Angeles, while awaiting approval of this supplement. Upon approval of the enclosed amendment, I anticipate submitting an invoice for approximately $46,000. This will cover Parametrix fees accrued since December 1998. I will provide detail and justification for the billing with the invoice. Parametrix appreciates your efforts and consideration in working through the changes and proposed new work elements presented in this proposed contract amendment. Should you have any questions regarding the amendment or require additional information or services, please feel free to contact me at (360) 377-0014. Sincerely, P ARAMETRlX, INe. ~~\6 Peter Battuello Project Manager cc: Steve Evans Butch Dunlap Project File I IBREMERTON _ J IPRl _MKT1PROJ-MRKIPROJECTlPT-ANGEL IP H-2ENGR\2 J 9 J -05\LTRMEMOlSupplement #4 cover letter doc " Contract Amendment Proposal No.4 Engineering, Operations, Permitting & Construction Services City of Port Angeles Landfill Port Angeles, Washington May 24, 1999 Parametrix, Inc. 5700 Kitsap Way, Suite 202 Bremerton, Washmgton 98312 v " Contract Ame~dment Proposal No.4 City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services PORT ANGELES LANDFILL ENGINEERING , OPERATIONS, PERMITTING & CONSTRUCTION SERVICES T ABLE OF CONTENTS TABLE OF CONTENTS.......... .................................. ......... ...................... ..... .............. .......... ........ PROJECT UNDERSTANDING...... ......................................................................................... ..... 1 BUDGET SUMMARy................................ ................................................................................. ...2 SCOPE OF WORK MODIFICATIONS: Phase 1: PRELIMINARY ENGINEERING ............................................... Complete Phase 2: SITE PLANNING & PRELIMINARY ENGINEERING ............ Complete Phase 3: CONSTRUCTION CONTRACT DOCUMENTS Task 3.1 60% Submittal................................................. ................... Complete Task 3.2 100% Submittal...... ................. ...... ............................ ........ Complete Task 3.3 Final Submittal....... ...... ............ ........................ .......... ....... Complete Task 3.4 Project Management & Meetings ..................................... Complete Phase 4: CELL 3 EXPANSION - CONSTRUCTION SERVICES Task 4.1: Construction Management Services ................................................4 Task 4.2: Construction Observation .......... ......................................................4 Task 4.3: Specialty Inspections .............. ........ .......................... .......................5 Task 4.4: Construction Surveying ..................................................... Complete Task 4.5: CQA Report PreparationIProject Closeout ........................ Complete Phase 5: LANDFILL OPERATIONS ASSISTANCE Task 5.1: General Operations Assistance ........................................................8 Task 5.2: Leachate Treatment Operations .........................................No Mods Task 5.3: Gas Control Operations............................. ................................... ....9 Task 5.4: Waste Acceptance Policy Preparation ...........................................10 Task 5.5: Hydrogeologic Investigation.............................................. Complete Phase 6: SOLID WASTE PLANNING ASSISTANCE Task 6.1 : Regulatory CoordinationlNegotiations ............................ ..............11 Task 6.2: Comprehensive Planning/Consulting ............................................12 Phase 7: CEMETERY STORM WATER OUTFALL REPAIR DESIGN Task 7.1: Stormwater Outfall Design Development .............................................13 Task 7.2: Stormwater Outfall Construction Support ............................................13 CIty of PorI Angeles Landfill Contracl Amendment Proposal No 4 Supplmenlfor Fmal 5-24-99 PM)( #23-2191-05 May 1999 " Contract Amendment Proposal No.4 City of Port Angeles Landfill Engineerjng, Operations, Permitting and Construction Services NEW SCOPE OF WORK Phase 8 PHASE I LANDFILL CLOSURE DESIGN .............................................14 Phase 8: PHASE I LANDFILL SCOPE OF WORK CLOSURE DESIGN ............15 Task 8.1 Topographic Survey....................................................................... 15 Task 8.2 Specifications and Quality Assurance (QA) Documents ...............16 Task 8.3 90 Percent Plans Submittal ............................................................17 Task 8.4 Final Submittal. ...................... .......................... ................. ..... ........18 Task 8.5 Quality Assurance (QA), Project Management and Meetings....... 19 Task 9.1 Task 9.2 Task 9.3 LANDFILL ENVIRONMENTAL MONITORING SCOPE OF WORK................ ............... ....... ........... ...... .......... ..... ..20 Project Management .............. '" ..... .... ... ....... ........... ...... .......... .......20 Quarterly Groundwater Monitoring Coordination and Report ......21 Annual Groundwater Monitoring Report (1999 Calendar Year ....22 Phase 9: A TT ACHMENTS Exhibit A: Budget Worksheets Exhibit B: AGRA Earth and Environmental Scope of Work and Budget Proposal (Cell 3 CQA and Soils Testing) Soil Technology, Inc. Soils Testing Proposal ClIy of POri Angeles Landfill Contract Amendment Proposal No 4 Supplmentfor FmaI5-24-99 11 PMX #23-2191-05 May 1999 " Contract Amendment Proposal No.4 City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services PROJECT UNDERSTANDING The construction of Cell 3 at the City of Port Angeles Landfill was substantially completed in late 1998; however, some work was postponed until the spring of 1999 due to weather related concerns. Operations in the new cell have commenced and the installation of new gas control piping, leachate breakout containment berms, and other improvements are in place and functioning. The next phases of work for the Port Angeles Landfill include continued operations assistance, completion of work related to the Cell 3 construction, solid waste planning for future disposal, and commencement of landfill closure design and construction in accordance with the landfill Closure Plan. Under the previous contract amendments with the City of Port Angeles, Parametrix has provided engineering design, landfill operations support, solid waste planning and financial planning assistance to the City. The following summarizes previous contract amendments: Original Contract: Executed in April 1996 provided for preliminary engineering work related to landfill capacity planning, evaluating grading and permitting alternatives, and preliminary permitting requirements evaluation. Amendment No.1: Executed in March 1997 provided for the preparation of landfill permitting documents to bring the site into compliance with WAC 173-351 permitting requirements. This included preparation of revised Development, Closure and Post-Closure Plans, an updated Plan of Operations and Maintenance, and preparation of project documents for the Cell 3 construction. Amendment No.2: Executed in August 1997. This Amendment provided for additional studies related to the Cell 3 design, preparing final plans per review comments, a Cell 3 construction budget assuming construction in 1997, landfill operations assistance for 1997 and solid waste planning assistance. Amendment No.3: Executed in March of 1998. This amendment updated the Cell 3 construction services budget for construction in 1998, provided for landfill operations assistance through 1998 and provided for the design and construction management of the Cemetery Outfall project. With the substantial completion of Cell 3 construction to 1998, this contract amendment proposal is submitted to provide for continuing engineering, permitting, and operations assistance in 1999 and includes the following items, which are described in more detail in this proposal: 1. Provide for the completion of Cell 3 work not completed in 1998 including roadway paving, waste storage area paving, and other minor work. City of Port Angeles Landfill Contract Amendment Proposal No 4 Supplmentfor FmaI5-24-99 PMX#23-2191-05 May 1999 ~ " Contract Amendment Proposal No.4 City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services 2. Modify the construction services scope of work and budget proposal to include work performed during permitting and bid evaluation in 1998 by AGRA which was not included in the original scope of work and budget proposed in Amendments No.2 and No.3. 3. Continue to provide operations assistance to the landfill operations manager including assistance in gas control system improvements, landfill surveying and grading, and waste acceptance. 4. Provide for continued solid waste management and permitting consulting with the City of Port Angeles as requested. 5. Complete the design and construction management for the Cemetery Outfall project per current understanding of design requirements. 6. Prepare plans, specifications and obtain approvals for the construction of the first phase of landfill closure to be constructed in 1999. The following table summarizes the proposed contract amendment budget amounts for each existing and new task on this project: Task Current Budget Revised Task No. Task Description Budget Request Budget TASK 1: PRELIMINARY ENGINEERING 1.1 Site Life Verification $4,862 $0 $4,862 1.2 Grading Plan Alternatives $5,826 $0 $5,826 1.3 Permitting Requirements $7,752 $0 $7,752 TASK 2: PRELIMINARY ENGINEERING AND PERMITTING 2.1 Closure/Post-Closure Plan $19,078 $0 $19,078 2.2 Financial Planning/Strategy $21,108 $0 $21,108 2.3 Engineering Report $37,498 $0 $37,498 2.4 Permit Application $4,246 $0 $4,246 2.5 Client! Agency Coordination $13,673 $0 $13,673 TASK 3: CONTRACT DOCUMENTS 3.1 60% Submittal $35,512 $0 $35,512 3.2 100% Submittal $20,472 $0 $20,472 3.3 Final Submittal $28,625 $0 $28,625 3.4 QA, Project Management & Meetings $8,974 $0 $8,974 TASK 4: CELL 3 CONSTRUCTION SERVICES 4.1 Construction Management $40,149 $3,692 $43,841 4.2 Construction Observation $37,850 $7,232 $45,082 4.3 Specialty Inspections $68,372 $32,106 $100,478 4.4 Construction Surveying $13,686 $0 $13,686 Cay of Port Angeles Landfill Contract Amendment Proposal No 4 Supplmentfor Fmal 5-24-99 2 PMX#23-2191-05 May 1999 ,; Contract Amendment Proposal No.4 City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services Task Current Budget Revised Task No. Task Description Budget Request Budget 4.5 CQA ReportlProject Closeout $16,336 $0 $16,336 TASK 5: LANDFILL OPERATIONS ASSISTANCE 5.1 General Operations Assistance $25,123 $19,855 $44,978 5.2 Leachate Pre-Treatment Ops Assistance $8,894 $0 $8,894 5.3 Gas Control Operations Assistance $18,196 $10,944 $29,140 5.4 Waste Acceptance Policy Preparation $5,055 $605 $5,660 5.5 Hydrogeology Investigation $43,673 $0 $43,673 TASK 6: SOLID WASTE PLANNING ASSISTANCE 6.1 Regulatory Coordination/Negotiations $14,181 $18,490 $32,671 6.2 Comprehensive Planning/Consulting $19,020 $19,309 $38,329 TASK 7: CEMETERY STORMWATER OUTFALL DESIGN & CONSTRUCTION 7.1 Outfall Design Development $13,935 $3,671 $17,606 7.2 Outfall Construction Support $3,528 $4,445 $7,973 TASK 8: PHASE 1 LANDFILL CLOSURE DESIGN & CONTRACT DOCUMENTS 8.1 Topo Survey & Base Map Preparation $0 $4,141 $4,141 8.2 Preliminary Engineering $0 $19,608 $19,608 8.3 90% Submittal $0 $24,069 $24,069 8.4 100% Submittal $0 $11,245 $11,245 8.5 Final Submittal & Approval $0 $6,299 $6,299 TASK 9: LANDFILL ENVIRONMENTAL MONITORING 9.1 Project Management $0 $3,101 $3,101 9.2 Quarterly Groundwater Monitoring $0 $14,920 $14,920 Coordination and Reporting 9.3 Annual Groundwater Monitoring Report $0 $7,328 $7,328 (1999 Calendar Year) TOTALS: $535,624 $211,060 $746,684 City of Port Angeles Landfill Contract Amendment Proposal No 4 Supplmentfor Fma/5-24-99 3 PMX#23-2191-05 May 1999 Contract Amendment Proposal No.4 City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services SCOPE OF WORK MODIFICATIONS PHASE IV CELL 3 EXPANSION - CONSTRUCTION SERVICES (Scope ofWork/Budget Modification) Task 4.1 Objective: Basis for 1999 Budget Request: Additional Budget Requested: Task 4.2 Objective: Construction Management Services To provide overall construction management services to the City of Port Angeles in support of the Cell 3 Expansion project including pre-bid, bidding, contract execution, schedule coordination, contract issue resolution, and pay estimate review. With postponement of the completion of Cell 3 and related improvements construction into the Spring of 1999, and the overall increase in the construction time on which the previous budget was based (i.e. 60 working days), this budget modification is requested to provide for completion of the Cell 3 work through final pay estimates and project completion. The following summarizes the basis for the budget modification: . Assist in preparing change orders for work to be performed by Del Hur under the current contract including regrading of the active landfill area. . Provide construction observation for remaining work to be completed to finalize the Cell 3 construction contract. . Provide for punch list inspections and final contract closeout. As a result of additional work described above which is beyond the original scope of work, the authorized budget for this task is requested to be increased by $3,692 from $40,149 to an amount not to exceed $43,841. Construction Observation To provide for overall construction observation as required by the Construction Quality Assurance Plan to support preparation of construction certifications that the Cell 3 project was completed in general conformance to the project plans and specifications. 4 PMX #23-2191-05 May 1999 City of Port Angeles Landfill Contract Amendment Proposal No 4 Supplmentfor Fmal 5-24-99 Contract Amendment Proposal No.4 City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services Basis for 1999 Budget Request: Additional Budget Requested: Task 4.3 Objective: Basis for 1999Budget Request: With postponement of the completion of Cell 3 and related improvements construction into the Spring of 1999, and the overall increase in the construction time on which the previous budget was based (i.e. 60 working days), this budget modification is requested to provide for construction observation for completion of the Cell 3 work through final project completion. The following summarizes the basis for the budget modification: . Provide for an additiona115 working days of on-site construction oversight. . Provide for lodging and transportation related to the final construction oversight. . Provide for inspection and testing services and documentation for work needing to be completed. Based on the above changes to the scope of work the authorized budget for this task is requested to be increased by $7,232 from $37,850 to an amount not to exceed $45,082. Specialty Inspections To provide for specialty inspections during the Cell 3 Construction project including Compacted Soil Liner installation, geomembrane placement and seaming, and soiVgeosynthetic testing. This supplemental budget proposal is requested to provide for CQA and soils testing which was conducted in accordance with the CQA plan for the project. Contract amendment proposal No.3, submitted prior to Cell 3 construction in February 1998, was not modified to reflect revisions to the CQA plan (the CQA plan was still in approval process). Parametrix received a revised budget proposal from AGRA and Soil Technology (for soils testing) in August of 1998 which was the basis for work completed during the Cell 3 construction. The revised proposal was accepted at that time since construction was imminent. This supplemental budget request is to provide for the work which was completed in accordance with those proposals (copies attached). 5 PMX#23-2/9/-05 May /999 City of Port Angeles Landfill Contract Amendment Proposal No 4 Supplmentfor Fmal 5-24-99 Contract Amendment Proposal No.4 City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services Specific items included in this supplemental budget for this task include the following: . Revised CQA requirements for soils testing and inspection during Cell 3 construction. . Additional Eclipse soils borrow source evaluation and evaluation of CECON compacted soils layer placement methodology. . Revisions to the seismic evaluation per Ecology Comments received in July 1998. . Preparation of response to Ecology comments to soils work including justification for not requiring Split Double Ring Infiltrometer Testing (SDRI). The original expense budget (contract amendment No.2, July 1997) included $37,832 for subconsultants and expenses. This was broken down as follows: . Laboratory Soils Testing = $4,000 . Outside Geosynthetics Lab = $1,500 . HDPE Liner Inspector Travel & Expense = 10 days @ $50/day = $500 . Geotechnical Subconsultant (AGRA) = $31,832 Based on the proposal for geotechnical work received from AGRA at the start of the Cell 3 construction in July/August 1998 and the proposal for laboratory testing of soil received from Soil Technology, Inc. the following revised breakdown of the subconsultant budget is provided: . Laboratory Soils Testing = $18,145 + 10% = $19,960 . Outside Geosynthetics Lab = $,1500 (no change) . HDPE Liner Inspector Travel & Expense = $500 (no change) . $43,616 + 10% = $47,978 Clly of Port Angeles Landfill Contract Amendment Proposal No.4 Supplmentfor Fmal 5-24-99 6 PMX#23-219J-05 May J 999 Contract Amendment Proposal No.4 City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services Therefore this budget proposal requests an increase in the expense budget on this task from $37,832 to $69,938 based on the above described changes. Additional Budget Requested: As a result of basis described above, the authorized budget for this task is requested to be increased $32,106 from $68,372 to an amount not to exceed $100,478. Clly of Port Angeles Landfill Contract Amendment Proposal No.4 Supplmentfor FmaI5-24-99 7 PMX #23-2191-05 May 1999 Contract Amendment Proposal No.4 City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services PHASE V LANDFILL OPERATIONS ASSISTANCE (Scope ofWorkIBudget Modification) Task 5.1 General Operations Assistance Objective: To continue to provide operations assistance to the landfill staff through the end of 1999 including on-call assistance, routine site visits and consultations and other assistance as requested by the City. Scope of Work for Services in 1999: Activities: The following activities will be performed as part of this task: 1. Site visits by a solid waste professional engineer will be provided from to evaluate site operations and recommend improvements and procedures as requested. 2. An additional 80 hours of project engineer's time will be budgeted for on-call assistance in 1999 related to landfill operations and consulting. 3. Provide for surveying and evaluation of grading alternatives for Cells 1 and 2 and coordinate contract amendment for Del Hur to provide grading. Products: The following products will be generated from work performed under this task: 1. Existing landfill grades topographic base map. 2. Grading plan and specifications for use in preparing change order for Del Hur to perform grading work. 3. Records of meetings/communications related to site visits, as required. Assumptions: The following assumptions are made in budgeting this task: 1. Each site visit will require the engineer to be on-site for an average of2 hours to observe operations and meet with the manager. 2. Round trip travel time to and from Port Angeles is estimated to be 2 1/2 hours (travel from Bremerton to Port Angeles--approximately 75 miles one way). City of Port Angeles Landfill Contract Amendment Proposal No 4 Supplmentfor Fmal 5-24-99 8 PMX #23-2191-05 May 1999 Contract Amendment Proposal No.4 City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services Budget: Based on the above described activities, products, and assumptions, the authorized budget for this task is requested to be increased by $19,855 from $25,123 to an amount not to exceed $44,978. Task 5.3 Gas Control Operations Objective: To continue to provide assistance to the landfill staff in 1999 for the operations of the gas control system. This includes providing operations assistance on the motor/blower and flare system, and assisting in assessing the gas control system operations and necessary maintenance and repair work. Scope of Work for Services in 1999: Activities: The following activities will be performed as part of this task: 1. Up to four site visits (quarterly) will be provided by a landfill gas specialist to assist in guiding the landfill operators in gas control system maintenance and operations. 2. Prepare specifications for maintenance and improvements to the gas flare facility as discussed with the landfill superintendent in late 1997. This includes removal of un-used system components, maintenance of blowers, and replacement of the propane igniter with a solar igniter. It assumed that this work can be specialty work which is performed through the small works roster with a mechanical contractor. 3. Conduct an evaluation of the gas control system in the vicinity of GP-3 and recommend improvements to gas control for this area. Also assist in evaluating alternatives to address the gas migration impacts identified in the vicinity of GP-3 as discussed in regulatory agency comments on the recent solid waste permit application. Products: The following products will be generated from work performed under this task: 1. Records of field visits, meetings, contractor communications, etc. 2. A technical memorandum related to gas control in the vicinity of GP-3 and alternatives for gas monitoring and control in this area. 3. Product specifications and work orders for the maintenance and modifications of the motor blower and flare facility. CIty of Port Angeles Lancijill Contract Amendment Proposal No 4 Supplmentfor Fmal 5-24-99 9 PMX #23-2191-05 May 1999 Contract Amendment Proposal No.4 City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services Assumptions: The following assumptions are made in budgeting this task: Budget: Task 5.4 Objective: Basis for 1999Budget Request: Budget: 1. The gas control engineer is budgeted for one full day (8 hours) for each site visit. 2. Round trip travel time of 4 hours is based on travel from Parametrix Kirkland office to the Port Angeles Landfill. Based on the above described activities, products, and assumptions, the budget for this task is requested to be increased by $10,944 from $18,196 to an amount not to exceed $29,140. Waste Acceptance Policy Preparation To prepare a waste acceptance protocol for accepting special waste such as petroleum contaminated soils, asbestos, demolition wastes, etc. for inclusion in the landfill Plan of Operations and Maintenance. This supplemental budget proposal is requested to bring the task budget in-line with the effort expended on completing the Waste Acceptance Policy. This work included revisions to the document per regulatory comments, and providing copies of disks, and figures to the City per request. No additional work on this task is proposed in 1999--consulting related to waste acceptance will be provided under other tasks. Based on the above described basis, the budget for this task is requested to be increased by $605 from $5,055 to an amount not to exceed $5,660. 10 CIty of Port Angeles Landfill Contract Amendment Proposal No 4 Supplmentfor FmaI5-U-99 PMX #23-2191-05 May 1999 Contract Amendment Proposal No.4 City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services PHASE VI SOLID WASTE PLANNING ASSISTANCE Task 6.1 Regulatory CoordinationlN egotiations Objective: To provide ongoing consultation and assistance to the City of Port Angeles in securing a solid waste handling permit to operate the landfill through the life of Cell 3 (2007). The following scope of work is provided to support this task in 1999: Activities: The following activities will be performed as part of this task: 1. Work with the City of Port Angeles, as required/requested, to provide for bird hazard management to allow the FAA to rule positively on the landfill airport demonstration. 2. Provide consultation and assistance to the City in working with regulatory agencies to ensure permit compliance at the landfill. Products: The following products will be generated from work performed under this task: 1. Records of meetings, communications, correspondence, and briefing papers as required to support the objective of this task. Assumptions: The following assumptions are made in budgeting this task: 1. The Principal and/or Project Manager will attend up to five meetings with regulatory agencies, the City, and/or the other parties to support the objective of this task. 2. An additional 40 hours of Principal time and 48 hours of Project Manager and Project Engineer time is budgeted to support preparations for meetings, research, or other tasks as required through the end of 1999. Budget: Based on the above described activities, products, and assumptions, the budget for this task is requested to be increased by $18,490, from $14,181 to an amount not to exceed $32,671. CIty of Port Angeles Landfill Contract Amendment Proposal No.4 Supplmentfor FInal 5-24-99 11 PMX#23-2191-05 May 1999 Contract Amendment Proposal No.4 City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services Task 6.2 Comprehensive Planning/Consulting Objective: To provide consulting services to the City of Port Angeles to assist in representing the City in the update of the Clallam County Comprehensive Plan, to provide for future solid waste management alternatives, and to evaluate alternative strategies. The following scope of work is provided to support this task in 1999: Activities: The following activities will be performed as part of this task: 1. Attend City Council, SW AC, and client meetings as requested to support' the City's position on solid waste management issues. 2. Prepare financial evaluations of solid waste management alternatives and comparative analysis of waste handling strategies as required/requested. 3. Perform preliminary engineering on transfer station alternatives and comparative cost evaluations for alternative waste handling methods as required/requested. Products: The following products will be generated from work performed under this task: 1. Records of meetings, communications, correspondence, and briefing papers as required to support the objective of this task. Assumptions: The following assumptions are made in budgeting this task: 1. The Principal Engineer is budgeted for 80 hours in 1999 to support the objectives of this task. 2. A total of 48 hours for the Project Manager and Project Engineers time and 40 hours of a staff engineer's time is budgeted to support preparations for meetings, research, or other tasks as required through the end of 1999. Budget: Based on the above described activities, products, and assumptions, the budget for this task is requested to be increased by $19,309 from $19,020 to an amount not to exceed $38,329. CIty of Port Angeles Landfill Contract Amendment Proposal No 4 Supplmentfor FmaI5-24-99 12 PMX#23-2191-05 May 1999 Contract Amendment Proposal No.4 City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services PHASE VII CEMETERY STORMWATER OUTFALL REPAIR DESIGN Task 7.1 Objective: Basis for 1999Budget Request: Budget: Task 7.2 Objective: Basis for 1999 Budget Request: Budget: Stormwater Outfall Design Development To prepare construction drawings, specifications, and estimates for the repair/replacement of the damaged stormwater outfall east of the Cemetery near the Port Angeles Landfill. This supplemental budget proposal is requested for preparing the final design documents for the Cemetery outfall project. This budget request is made based on the current change in concept for the outfall from replacement of the existing outfall to realignment and redesign of the outfall energy dissipation structure. The activities, assumptions, and other elements of the initial scope of work remain in effect for this task. Based on the above described basis, the budget for this task is requested to be increased by $3,671 from $13,935 to an amount not to exceed $17,606. Stormwater Outfall Construction Support To provide the oversight of construction on the Cemetery stormwater outfall construction. This supplemental budget proposal is requested to provide for construction management, field observation of construction, and construction staking. The original scope of work for this task assumed that the outfall construction would occur concurrent with the Cell 3 Construction, therefore reducing the amount of effort required. This budget supplement assumes that the work outlined in the previous proposal will still be accomplished, however, the outfall construction and Cell 3 construction completion will not be concurrent. Based on the above described basis, the budget for this task is requested to be increased by $4,445 from $3,528 to an amount not to exceed $7,973. 13 PMX #23-2191-05 May 1999 City of Port Angeles Landfill Contract Amendment Proposal No 4 Supplmentfor FmaI5-24-99 4 Contract Amendment Proposal No.4 City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services PHASE VIII PHASE I LANDFILL CLOSURE DESIGN Port Angeles Landfill desires to conduct a partial closure of Cells 1 and 2 of the landfill. The area to be closed is approximately 5 acres. This area has been filled to approximately final grade as outlined in the site Development and Closure Plan (DCP, Parametrix 1998). The closure will be designed and constructed as outlined in the DCP to include a two foot low permeability soil liner or Bentonite mat overlain by a geomembrane, geocomposite drainage layer, and 24-inches of cover soil. Parametrix, Inc. will prepare the construction contract documents for the Phase I Closure. Construction documents include Construction Drawings, Specifications, and a Construction Quality Assurance Plan. These documents will be prepared and submitted to the Clallam County and Ecology for approval prior to bidding. After review by the County and Ecology, any required revisions will be made and final, bid ready, construction documents will be prepared. After completion of construction documents, Parametrix will provide construction support to include notifying selective bidders, conducting bid reviews, assisting in preparation of contract award notifications and contract finalization. During construction Parametrix will provide for Contractor submittal reviews, oversee construction for conformance with the project specifications and drawings, review payment requests, and perform construction closeout procedures such as preparing punchlists (and ensuring their completion) and record drawing preparation. A detailed breakdown of project work including objectives, activities, assumptions and budgets are provided in the following scope of work. City of Port Angeles Landfill Contract Amendment Proposal No 4 Supplmentfor FmaI5-24-99 14 PMX#23-2191-05 May 1999 . Contract Amendment Proposal No.4 City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services PHASE VIII PHASE I LANDFILL SCOPE OF WORK CLOSURE DESIGN Task 8.1: Topographic Survey Objective: To establish a base map of the project area with adequate topographic detail to provide for design. Activities: The following activities will be performed as part of this task: 1. Project Engineer will identify specific features of the site which need to be located horizontally and vertically. 2. The lead surveyor will identify horizontal and vertical control points and acquaint the field survey crew with the mapping requirements for the site. 3. A two man field survey crew will provide field mapping services using total station equipment and field data recorders. 4. Field data will be downloaded to computer mapping software for production of a base map. 5. Surveying technician will refine the raw data from the field collection and produce a draft base map in AutoCAD showing all features identified in the field survey. 6. Parametrix (PMX) Project Engineer will review topographic base map and request additional information and/or field data, if required. Products: The product of this task will be the preparation of a topographic base map for the closure area which will be used in the preparation of the construction drawings. Assumptions: The following assumptions are made in budgeting this task: 1. The area of topographic survey is not greater than 6 acres. 2. The field survey crew will require 2 days in the field to collect topographic data. Budget: Based on the above described activities, products and assumptions, the budget for this task is an amount not to exceed $4,141. City of Port Angeles Landfill Contract Amendment Proposal No.4 Supplmentfor Fmal 5-24-99 15 PMX#23-2191-05 May 1999 ~ Contract Amendment Proposal No.4 City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services Task 8.2: Specifications and Quality Assurance (QA) Documents Objective: To prepare draft and final Specifications and Construction Quality Assurance Plans for approval by regulatory agencies and use in bidding and construction. Activities: The following activities will be performed as part of this task: 1. Parametrix will contract with AGRA Earth and Environmental, a professional geotechnical consulting firm to provide geotechnical support for the construction specifications and CQA Plan. 2. Parametrix will prepare draft Specifications and CQA plan to include all material requirements and meet current standards for closure construction. 3. Draft Specifications and CQA Plan will be submitted to the regulatory agencies for review and approval. 4. Client and regulatory comments will be incorporated into the draft documents and final specifications and CQA Plan will be prepared. Products: The products of this task will include the following: 1. Five (5) copies of Draft Specifications and CQA Plan. 2. Ten (10) copies of Final Specifications and CQA Plan. 3. One (1) photo ready set of Final Specifications and CQA Plan. Assumptions: The following assumptions are made in budgeting this task: 1. Geotechnical work required to support the Specifications and CQA Plan is assumed to cost $8,500. 2. Specifications and CQA Plan will be bound together in one document of approximately 150 pages. 3. Front sections of specifications including the contract and certifications will be as provided by the City of Port Angeles. 4. Parametrix standard markup of 10 percent will be applied to subconsultant costs. CIty of Port Angeles Landfill Contract Amendment Proposal No 4 Supplmentfor Fmal 5-24-99 16 PMX #23-2/91-05 May 1999 . Contract Amendment Proposal No.4 City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services Budget: Based on the above described activities, products and assumptions, the budget for this task is an amount not to exceed $19,608. Task 8.3: 90 Percent Plans Submittal Objective: To prepare draft (i.e. 90 percent complete) construction drawings for submittal with the Specifications and CQA Plan to the County and Ecology. Activities: The following activities will be performed as part of this task: 1. Prepare grading plans and detail sheets to show closure construction details adequately for regulatory approval and contract bidding. 2. Meet with client to review proposed details and limits of closure prior to finalizing the 90 percent drawings. 3. Provide for control of stormwater runoff from closure area and route stormwater to appropriate location. 4. Provide calculations to support slope stability analysis of closure materials to satisfy regulatory requirements and good design practices. 5. Prepare a preliminary cost estimate including quantity takeoff and construction schedule. 6. Prepare Engineering Report describing design elements, assumptions and calculations. Products: The product of this task will be five (5) sets of 90 percent complete construction drawings. Assumptions: The following assumptions are made in budgeting this task: 1. Construction drawings will not exceed ten (10) sheets including a cover and legend sheet, site plan and detail sheets. 2. Construction drawings will be prepared in AutoCAD. 3. Drawings will be reproduced on full size sheets (22 x 34). 4. Five (5) copies of 90 percent construction drawings will be reproduced for regulatory and client review. City of Port Angeles Landfill Contract Amendment Proposal No 4 Supplmentfor Fmal 5-24-99 17 PMX#23-2191-05 May 1999 . Contract Amendment Proposal No.4 City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services Budget: Task 8.4: Objective: Activities: Products: 5. Five (5) copies of Engineering Report. Based on the above described activities, products and assumptions, the budget for this task is an amount not to exceed $24,069. Final Submittal To revise contract documents prepared in Task 8.2 and 8.3 per Ecology and Clallam County comments and prepare a final project cost estimate. The following activities will be performed as part of this task: 1. Receive regulatory agency comments and review with client for incorporation. 2. Prepare a response to comments and include in final contract specifications. 3. Revise construction drawings as necessary to satisfy regulatory agencies. 4. Review material quantity takeoffs and cost estimate based on changes to plans required by regulatory review. Twenty (20) copies of the Final, bid ready construction drawings will be prepared with two (2) copies provided to the regulatory agencies, three (3) copies for the client and the remainder provided to prospective bidders. Also, a full set of signed, reproducible drawing in full and ~ size will be provided to the City for making additional copies. Assumptions: The following assumptions are made in budgeting this task: Budget: 1. Final construction drawings will consist of not greater than ten (10) sheets. 2. Regulatory agency comments do not require major revisions to the 90 percent construction drawings. Based on the above described activities, products and assumptions, the budget for this task is an amount not to exceed $11,245. 18 PMX#23-2191-05 May 1999 City of Port Angeles Landfill Contract Amendment Proposal No 4 Supplmentfor Fmal 5-24-99 Contract Amendment Proposal No.4 City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services Task 8.5: Quality Assurance (QA), Project Management and Meetings Objective: To provide for effective project management, Quality Assurance reviews, client communication and coordination, and provide for meetings with the regulatory agencies to review comments on 90 percent submittal plans. Activities: The following activities will be performed as part of this task: 1. Initial project setup, including establishing files, prepare a project management plan, and a kickoff meeting with Parametrix staff to communicate objectives, schedule, and communication. Also coordinate with project subconsultant. 2. Meet with client as necessary to provide a satisfactory design (three meetings assumed). 3. Attend one (1) meeting with regulatory agencies to review comments on 90 percent submittal. 4. Provide monthly progress reports to the client for an anticipated project length of 9 months. 5. Provide for internal review of documents prepared by an assigned QA reviewer not involved in the project development. Products: The following products will be generated from work performed under this task: 1. Monthly progress reports. 2. Records of meetings and other communications. 3. Record of QA review of specifications, drawings and CQA Plan. Assumptions: The following assumptions are made in developing the budget for this task: 1. Duration of entire project, including construction phase does not exceed 9 months. 2. The number of meetings is as outlined under project activities. Budget: Based on the above described activities, products and assumptions, the budget for this task is an amount not to exceed $6,299. City of Port Angeles Landfill Contract Amendment Proposal No 4 Supplmentfor Fmal 5-24-99 19 PMX #23-2191-05 May 1999 Contract Amendment Proposal No.4 City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services PHASE IX LANDFILL ENVIRONMENTAL MONITORING SCOPE OF WORK The objective of this task is to comply with the reporting requirements of WAC 173-304 (closed landfill) and WAC 173-351 (active landfill), the Solid Waste Handling Permit issued by the Clallam County Health Department (Health Department), and the Groundwater Sampling and Analysis Plan (Parametrix 1994). To meet this objective, our services have been divided into the following tasks: Task 9.1 Task 9.2 Task 9.3 Project Management Quarterly Groundwater Monitoring Coordination and Reporting Annual Groundwater Monitoring Report (1999 Calendar Year) Each of these tasks are described below. Task 9.1: Project Management Objective: To ensure effective management of the technical tasks, project schedule, and budget for this task, and provide effective coordination with the City of Port Angeles staff and regulatory agencies throughout the project. Activities: The following activities will be performed as part of this task: 1. Provide general administration of tasks. 2. Review analytical laboratory subcontractor invoices and forward to City for payment. 3. Prepare progress reports to accompany montWy invoices for services rendered during the previous month. 4. Attend one meeting with the City and/or regulatory agencies. This meeting is to address potential groundwater issues concerning the site that may develop during the year. Products: None. Assumptions: The following assumptions are made in budgeting this task: 1. Includes preparation of monthly progress reports and invoices. City of Port Angeles Landfill Contract Amendment Proposal No 4 Supplmentfor FmaI5-24-99 20 PMX#23-2191-05 May 1999 Contract Amendment Proposal No.4 City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services Budget: The budget for this task is $3,101. Task 9.2: Quarterly Groundwater Monitoring Coordination and Report Objective: To comply with the reporting requirements of WAC 173-304 and WAC 173-351, validate data quality and objectives, and assess and compare data results for groundwater to state and federal standards, as applicable. Activities: The following activities will be performed as part of this task: 1. Parametrix will coordinate the quarterly sampling events with the analytical laboratory and the City, including review of tide tables and preparation of sample container request forms. Sample collection will be conducted by City of Port Angeles staff in accordance with the Groundwater Sampling and Analysis Plan (Parametrix 1994). Four monitoring events will be required in 1999 from both active and closed landfill wells (March, June, September, and December). In accordance with WAC 173-351, two additional sampling events during the (February and April/May) will also be conducted for new monitoring well MW-8. 2. Three quarterly groundwater monitoring reports (first through third quarters) will be prepared for submittal to the Health Department and Ecology for the 1999 calendar year. The data for the additional MW-8 sampling events will be presented in the subsequent quarterly or annual report. Data analysis for the fourth quarter of 1999 will be conducted under this task, and the results included in the annual report for 1999 (Task 9.3). 3. The quarterly groundwater monitoring reports shall be comprised of two parts; one part in reference to the active landfill under WAC 173-351 and the second part in reference to the closed landfill under WAC 173-304. The monitoring reporting for the active and closed portions of the site shall meet their respective regulatory requirements. Monitoring requirements for the closed landfill are regulated under WAC 173-304 along with any additional requirements specified within the Solid Waste Handling Permit. Monitoring requirements for the active landfill are regulated under WAC 173-351 along with any additional requirements specified within the Solid Waste Handling Permit. Elements of the quarterly monitoring reports will include: a. Conduct QAlQC of data results and laboratory QAlQC data packet. b. All groundwater monitoring data for the sampling period. 21 PMX#23-2191-05 May 1999 CIty of Port Angeles Landfill Contract Amendment Proposal No 4 Supplmentfor Fmal 5-24-99 Contract Amendment Proposal No.4 City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services c. All statistical calculations and summaries. d. Time-series plots showing all historical data. e. Notification of any statistical increase and concentrations above state groundwater standards (MCLs). f. Static water level readings for each monitoring well for each sampling event. g. , Potentiometric surface elevation maps depicting groundwater flow rate and direction (active landfill only). h. Cation-anion balances and trilinear diagrams. Products: Three (3) 1999 quarterly groundwater monitoring reports (first through third quarters) and data analysis for the fourth quarter. Each quarterly report is required to be submitted to the Health Department and Ecology within 60 days after receipt of the analytical data results from the laboratory. Assumptions: The following assumptions are made in budgeting this task: 1. Sample collection will be performed by City of Port Angeles Staff. 2. Laboratory invoices will be checked by Parametrix and forwarded to City for direct payment. 3. Three (3) quarterly reports (first through third quarters) shall be prepared for the 1999 monitoring program. 4. Data analysis will be conducted for the fourth quarter and included in the 1999 annual report (Task 9.3). 5. Data for additional MW-8 sampling events will be included in quarterly or annual reports. Budget: The budget for this task is $14,920. Task 9.3: Annual Groundwater Monitoring Report (1999 Calendar Year) Objective: To comply with the reporting requirements of WAC 173-304 and WAC 173-351, validate data quality and objectives, and assess and compare data results for groundwater to state and federal standards, as applicable. CIty of Port Angeles Landfill 22 PMX#23-2191-05 Contract Amendment Proposal No 4 May 1999 Supplmentfor Fmal 5-24-99 Contract Amendment Proposal No.4 City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services Activities: Preparation of Annual Report. Products: The following products will be prepared as part of this task: 1. 1999 annual groundwater monitoring report (as part of the facility annual report). Elements of the annual report will include: a. Presentation of laboratory and field data for the fourth quarter of 1999. b. A brief summary of statistical results and/or any statistical trends including any findings of any statistical increases for the year. Updated prediction limits and tolerance limits for the upcoming year. c. A brief summary of groundwater flow rate and direction for the year, noting any trends or changes (active landfill only). d. A copy of all potentiometric surface maps developed for each quarter (active landfill only). e. A summary geochemical evaluation noting any changes or trends in the cation-anion balances, trilinear diagrams and general water chemistry for each well. f. As appropriate, recommendations for improvements or necessary changes for the 1999 monitoring program. May include recommendations for changes in routine tested parameters, if applicable. The annual report is required to be submitted to the Health Department and Ecology by March 1,2000. Assumptions: The following assumptions are made in budgeting this task: 1. One annual report shall be prepared (1999 monitoring program). Budget: The budget for this task is $7,328. City of Port Angeles Landfill Contract Amendment Proposal No 4 Supplmentfor Fmal 5-24-99 23 PMX#23-2191-05 May 1999 Contract Amendment Proposal No.4 City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services EXHIBIT A BUDGET WORKSHEETS Chent City of Port Angeles PARAMETRIX. INC. BUDGET WORKSHEET PrOject Engineering & Permitting Amendment No 4 By Peter Bettuel10 Date 5/24/99 Checked By Gary Arndt P E. Pro ect Mana er COA Officer COA En Ineer Constr Ins ect CADD Drafter Wrd ProcesSln Clencal $125 Per MH $100 Per MH $66 Per MH $64 Per MH $64 Per MH $45 Per MH $31 MHs Cost MHs Cost MHs Cost MHs Cost MHs Cost MHs Cost MHs Al~CilI'3~ Construction Management Task 4 1 0 Construction ObservatIOn ask 4 2 0 peclalty Inspections ask 4 3 0 onstructlon SurveYing sk 4 4 0 OA Report/ProJect Closeout ask 4 5 0 Name/Cate 0 Task No IDescn tlon General Operations ASSistance Task 5 1 8 eachate Treatment Operations ask 5 2 0 as Control Operations ask 5 3 0 aste Acceptance Planning ask 54 ydrogeologlc InvestIgation ask 5 5 0 $0 16 $1,596 $0 12 $1,197 $0 o $0 $0 o $0 $0 o $0 Poncl al $125 MHs 8 $526 16 $1,016 o $0 $179 o $125 $125 $0 $0 $0 S ec Ins ector Per MH $66 Per MH Cost MHs Cost 4 o 4 4 o '1 By Peter Bettuello '''' o $179 $179 $179 $0 $0 Per MH $64 Cost MHs Per MH $45 Cost MHs Checked BV Gary Arndt P E Per MH $31 Cost MHs 4 4 o o o $358 4 $179 2 $0 $89 $0 o $0 o 80 $5,082 o 4 $0 $179 o $0 $0 o $0 o $0 o 4 $0 o $0 o $0 $0 o $0 o $0 o $0 o $0 o $0 $0 o $0 o $0 o $0 Pro ect Mana er Pro ect En Ineer En meer 1 Surve Crew CADD Drafter Wrd Processln Gas Ctrl En r Per MH $90 Per MH $ 1 05 Per MH $66 Per MH $125 Per MH $64 Per MH $45 Per MH $82 Cost MHs Cost MHs Cost MHs Cost MHs Cost MHs Cost MHs Cost MHs $1,000 88 $7.920 $0 o $0 $0 32 $2,880 $125 $0 o $0 Chent City of Port Angeles $125 Task No /Desen tlon MHs Wi'~ " egulatory CoorchnatlonlNegot ask61 80 omprehenslve Planning/Consult ask62 80 Name/Cate 0 Task No /Descn tlon Outfall DeSign Development Task 7.1 12 $1.606 Outfall Construction Support Task 7 2 8 $1.070 'W City of Pott Ange". LendtiR Cont,..ct Amtn6nent Pmposal No 4 Amend" tasks" tht'OUflr 8 Per MH $90 Cost MHs fit $10,704 24 $10.704 24 o $0 60 $6,300 40 $2,631 o $0 16 $1,025 o $0 o $0 80 $6.560 o $0 o $0 Date 5/24/99 o $0 o $0 o $0 o $0 o $300 o $0 o $0 o $0 16 $1,025 Subs &: Ex enses $500 $200 Sr En r $134 MHs Pro ect Mana er Desl n En Ineer Structural En r En Ineer Tech CADD Drafter Wrd Processln Clencal Per MH $90 Per MH $66 Per MH $85 Per MH $64 Per MH $64 Per MH $45 Per MH $31 Cost MHs Cost MHs Cost MHs Cost MHs Cost MHs Cost MHs Cost MHs Subs & Ex enses 4 @ .~e7 $270 o $0 o $0 o o $0 o $0 o ProJect Solid Waste Plarmlng Assistance Per MH $105 Cost MHs 1"" Per MH $66 Cost MHs oil ;X ~' Per MH $64 Cost MHs $2,160 24 $1,579 24 $2.040 8 $2,160 24 $1,579 40 $3,400 8 .{ 16;':;" <<, $180 8 $526 o $0 4 $340 $360 o $0 40 $2,563 $0 o , 110 ' @faG;' $0 o $0 $0 o $0 $513 8 $513 $513 8 $513 4 0: 12 $769 o $0 II. $250 Task Total. $3,692 $7,232 $32,106 $0 $0 Task Totals $19,855 $0 $10,994 $605 $0 Task Totafs $18,490 $19,309 : II Task Totals $3,671 $4,445 PM>< '23-2191~5 May 199" PARAMETRIX, INC. BUDGET WORKSHEET Cltent Cltv of Port Angeles PrOject PALF Ph.s8 1 Closure Design By Peter Battuello Dale ...!!!1!!!L Checked By Gary Arndt P .E. Task Name/Cateaorv Pnnel"a! Prolect Mananer Pro ac En Ineer Staff Ennlneer CADD Drafter Wrd ProceSSion Clencal 2 Man Survey Totals E~':" -" $125 Per MH $90 Per MH $105 Per MH $75 Per MH $64 PerMH $45 Per MH $35 Per MH $125 PerMH Subs & I tlon MHs Cost MHs Cost MHs Co., MHs Cost MHs Cost MHs Cost MHs Cost MHs Cost E~ 0 $0 2 $180 0 $0 8 $600 8 $512 4 $179 2 $70 20 $2,500 $100 $4,141 Specifications & CQA Plan Task 8 2 2 $250 24 $2.180 80 $8 400 40 $3.000 0 $0 8 $358 4 $140 0 $0 $5,300 $19.608 90% Subrrnttal Task 8 3 2 $250 32 $2,880 60 $6,300 120 $9.000 80 $5,120 4 $179 4 $140 0 $0 $200 $24,069 FInal Submittal Task 8 4 2 $250 16 $1.440 40 $4.200 40 $3.000 24 $1.536 4 $179 4 $140 0 $0 $500 $11.245 QA/ProJect Mgmt/Meetlngs Task 8 5 8 $1.000 24 $2.160 24 $2,520 0 $0 0 $0 4 $179 4 $140 0 $0 $300 $6,299 OTAlS'-" ~ " 00 ~ JIB 1 ~. t' % 8'~ "'i' III * \\'t 2;' . , ('. an . .. Chent. City of Port Anneles PrOject Phase 9 . LandflU and Monitoring BV Usa Gilbert Dale 5/24199 Checked By Peter BattueDo Name/CalecoTV Pnne!na! In Charnll Prolect Mananar Pro eet Hvdronelo OA/OC Staff Hvdroneolo Sr Statistician Statlstic,anlDatab GraDhles Word ProeesslnQ $125 Per MH $90 Per MH $101 Per MH $120 Per MH $60 Per MH $82 Per MH $60 Per MH $55 Per MH $50 Per MH Subs & Task Task No lDeserlotlon MHs Cost MHs Cost MHs Cost MHs Cost MHs Cost MHs Cost MHs Cost MHs Cost MHs Cost Exnenses Totals " , " Task 9 1 Pro eet Manaoement 2 $250 12 $1.080 12 $1,212 0 $0 0 $0 0 $0 0 $0 0 $0 8 $400 $159 $3.101 Task 9 2 QuarterlY Groundwater. Monltonno Coordination an 0 $0 4 $360 38 $3.636 6 $720 48 $2.880 12 $984 48 $2,880 12 $860 48 $2,400 $400 $14.920 Task 9 3 Annual Groundwater MOOltonna Reoort 0 $0 3 $270 16 $1.618 3 $360 16 $960 8 $492 40 $2.400 8 $330 16 $800 $100 $7.328 ~4th-AtC, .*, > ~ ~_k ~- :~l,,*- 'ft;'. ~1.1 , . " ." City of Pori Angeles bndtm Contnlct Amenlt7wnt Proposll1 No ., Amend., t.sks" throur/l 8 PMX'23-21g1-DS May1g99 Contract Amendment Proposal No.4 City of Port Angeles Landfill Engineering, Operations, Permitting and Construction Services EXHIBIT B AGRA EARTH AND ENVIRONMENTAL SCOPE OF WORK AND BUDGET PROPOSAL (Cell 3 CQA and Soils Testing) Soil Technology, Inc. Soils Testing Proposal ~ AGRA Earth & Environmental ENGINEERING GLOBAL SOLUTIONS AGRA Earth & Environmental, Inc. 11335 NE 122nd Way Suite 100 Kirkland, Washington USA 98034-6918 Tel (425) 820-4669 Fax (425) 821-3914 July 17,1998 91 P-1 0908-B Parametrix, Inc. 5700 Kitsap Way, Suite 202 Bremerton, Washington 98312-2234 " Attention: Mr. Pat Allen Subject: Updated Scope of Work and Budget Estimate Construction Quality Assurance Geotechnical Inspection and Supplementary Seismic Impact Assessment Analysis Port Angeles Landfill, Cell No.3 Clallam County, Washington Dear Pat: As requested, AGRA Earth & Environmental, Inc. (AEE) is pleased to present this proposal with our updated scope of work and budget estimate for performing the geotechnical special inspection required as a part of the Construction Quality Assurance (CQA) plan for the proposed construction of Cell No. 3 at the subject site. In addition, we have included a budget for performing supplementary engineering analyses to address the Washington Department of Ecology (WDOE) review comments regarding the design earthquake Peak Horizontal Acceleration (PHA). AEE has previously provided a seismic impact assessment and a borrow source study for this landfill phase, as well as geotechnical design, exploration and CQA inspection during the previous landfill phase. We have based our estimate on the Project Manual & Bid Documents prepared by Parametrix, Inc. (June 26,1998), our experience with previous landfill CQA inspection work, and our conversations with you regarding the anticipated construction schedule. SCOPE OF WORK We understand that the new cell will be constructed by regrading and lining the sloped south side of the existing landfill. As requested, we have provided a scope of work to perform CQA geotechnical specialty inspection, including field and laboratory testing to meet the requirements of the proposed CQA plan. Our time and cost estimates are based on the testing frequency given and your proposed geotechnical review and special geotechnical inspection schedule. , We have also included as separate budget tasks: . work to date comprising our review of an alternative mixing method as proposed by CECON using the Eclipse borrow source; and ~ 0 'o:;f S IWORDPROCIPROPOSALI1000 sI10908-Pl]ort Angeles Landfill, Cell No 3\CM proposal update wpd Parametrix, Inc. July 17, 1998 91P-10908-B Page 2 . a supplementary engineering analysis to address the WDOE Seismic Impact Assessment review comments. Both of these tasks are discussed below. Work to Date Preliminary Review of New Eclipse Soil-Bentonite Admix Method: As requested, we have reviewed the new admixing process proposed by Eclipse C. Corp and Soil Technology as a borrow source material for the CSL. This has included office review and a field visit to observe the proposed admixing methods. Our involvement during this review is presented as a separate task below and includes our work to date based on your verbal authorization. Supplementary Seismic Impact Analysis ~ Although the selection of an appropriate design earthquake PHA was addressed in our Seismic Impact Assessment (dated October 28, 1997), WDOE has required supplementary engineering review using a PHA of 0.53g instead of 0.3g, which was used in our assessment. This will require a reevaluation of the design earthquake input parameters and the dynamic response of the landfill. We will then submit a supplement to our seismic impact assessment, presenting our conclusions and recommendations. CQA Specialty Inspection Pre-Construction Permeability Testing on the Selected Borrow Source: Prior to beginning construction, additional permeability tests will be performed to further refine the acceptable zone of moisture and density for the selected bentonite percentage. In their review comments, Ecology requested defining an acceptable zone on the basis of the line of optimums method. The line of optimums method, coupled with the requirement for utilizing a finer gradation bentonite than was used in the initial mix design, has the potential to reduce the required percentage of bentonite required to attain the design permeability. We have included budget for six additional permeability tests on remolded samples to define this acceptable zone. Construction Monitoring: Our on-site inspector will observe the earthwork activities and perform the required CQA tests during placement of the compacted soil liner. Daily field reports documenting the earthwork and field I laboratory test results will be provided. We have based our construction monitoring budget on the estimated construction schedule provided (15 full-time and 10 part-time field inspection days) for CSL placement. Surrogate testing will be performed on the compacted subgrade and soil liner at the frequency described in the bid documents. Density and water content calibration tests will also be completed at the frequency required in the CQA plan. As a minimum, we would perform one calibration test per day. Verification Testing: Verification testing is specified in the CQA plan for the selected borrow source material, the soil-bentonite batching process, the CSL placement, and the drain rock material. In S IWORDPROCIPROPOSALI10000s110908-Pl_Port Angeles Landfill, Cell No 31CM proposal update.wpd @ @ AGRA Earth & Environmental ENGINEERING GLOBAL SOLUTIONS Parametrix, Inc. July 17. 1998 91 P-1 0908-8 Page 3 addition, verification of the landfill base subgrade is needed and we anticipate the need for a pre- construction meeting. The COA plan stipulates that samples of the compacted barrier layer be taken for hydraulic conductivity verification testing at a frequency of two per acre per lift (30 total). We would propose to obtain these samples either with a hand-operated drive cylinder sampler or by pushing a Shelby tube with the aid of an on-site backhoe (pushing the tube with the backhoe's hydraulic system). Each tube would be excavated (or pulled out). The resulting hole would need to be backfilled with a clay borrow/bentonite mix, since identical compactive effort would be difficult to obtain in these small repaired areas. Because of the difficulty with obtaining relatively undisturbed specimens using a backhoe, particularly on the slope, we recommend taking 2 samples at each test location. The extra samples would be available if disturbance to some of the specimens becomes evident during laboratory analyses. Daily and Final Summary Reports: Daily field reports would be provided to you periodically as construction proceeds. A final report would be provided upon completion of the field work. At your request, we could defer completion of this report so that the results of verification testing would be included. Alternatively, we could provide the verification testing under separate cover when our laboratory analyses are completed. COST ESTIMATE We anticipate that we would be able to complete the outlined scope of services within a budget of $43,616, based on the estimated inspection schedule discussed above. A task breakdown of this budget is provided below, while a more detailed cost breakdown and allocation of labor hours is shown in the attached Cost Summary table: Work to date (review of new Eclipse method) ........................... $2,000 Supplementary Seismic Impact Review. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. $3,500 Geotechnical CQA Special Inspection ................................ $38,116 TOTAL COST ESTIMATE ................................... $43.616 Travel Expenses To minimize costs, we have included a per-diem charge in lieu of travel time for the full time COA inspection. Mileage and ferry fare would be charged for weekly round trips to our office and daily local travel to the site. For part-time visits, we will bill a flat-fee trip charge in lieu of all travel time and expenses. Similarly, it is assumed that sample shipment to the Bainbridge Island lab will be provided for a flat fee. Permeability Testing We have assumed permeability testing would be completed by Soil Technology, Inc. of Bainbridge Island, so that the turnaround time for the tests can be minimized. We have presented their costs as a separate item, but have not included it in our budget. We understand that Soil Technology S.IWORDPROCIPROPOSALll0000S\1090a-Pl_port Angeles Landfill, Cell No. 31CM proposal update wpd ~ AGRA Earth & Environmental ENGINEERING GLOBAL SOLUTiONS .-:-r;... '6;f Parametrix, Inc. July 17, 1998 91P-10908-B Page 4 would contract directly with Parametrix, Inc. If the Soil Technology lab is unable to handle the volume of tests, we could ship the samples overnight to our Reno, Nevada, or Phoenix, Arizona labs. We would provide the tests on a time and expense basis for the same fee as stated herein. We have included the costs for performing 10% additional permeability tests, should failures occur. The cost estimate for permeability testing, in addition to the above budget is $13,890. This does not include any markup. Terms and Conditions Our work will be charged on a time and expenses basis in accordance to our current Schedule of Charges and General Conditions. We understand this scope of services would be referenced in a subconsulting agreement between AEE and Parametrix. SCHEDULE We anticipate that we would be able to complete the supplementary seismic review within two to three weeks of authorization to proceed. We anticipate the additional permeability testing will be completed within two to three weeks of identification of the borrow source by the Contractor. CLOSURE We appreciate this opportunity to be of continued service on this project. Should you have any questions or need additional information, please do not hesitate to call us. Sincerely, ~~p /?:ames S. Dr sid, P.E. Vice Preside RBH/JSD/jdp Enclosures: AEE Cost Summary Table - P.A. Landfill, Cell No.3 (Geotechnical CQA) 1998 Schedule of Charges and General Conditions Distribution: Parametrix, Inc. (2) Attn: Mr. Pat Allen 5 IWORDPROCIPROPOSALI10000sI1090e-Pl_port Angeles Landfill, Cell No. 31CM proposal update wpd @ ~ AGRA Earth & Environmental ENGINEERING GLOBAL SOLUTIONS COST SUMMARY TABLE PORT ANGELES LANDFILL - CELL NO.3 GEOTECHNICAL CQA SPECIALTY INSPECTION AEE 91P-10908-B PROFESSIONAL SERVICES TASK PROJECTED HOURS PRINCIPAL SR. PROJECT ENG/SCI STAFF ENG/SCI CLERICAL Borrow Source Submittal Review 2 20 - - Borrow Source Sampling - - 10 - Pre-Construction Meeting - 10 10 - Subgrade Inspection and Testing - - 10 - CSL Field Inspection 5 - 200 - Field and Final Summary Reports 3 25 40 15 Admin.lMeetings 5 10 - - SUBTOTAL HOURS 15 65 270 15 HOURLY RATE $128.00 $96.00 $68.00 $37.00 SUBTOTAL COST $1,920.00 $6,240.00 $18,360.00 $555.00 TOTAL PROFESSIONAL SERVICES $27,075.00 i EXPENSES ITEM QUANTITY UNIT COST UNIT TOTAL COST Field Density/Moisture (Nuclear Densometer) 25 $25.00 per day $625.00 Field Dens.lMoist. Calibration (Drive Cylinder) 15 $25.00 per test $375.00 Laboratory Proctor Test (ASTM D:698) 11 $150.00 per test $1,650.00 Laboratory Grain Size Analysis (ASTM D:422) 9 $75.00 per test $675.00 Laboratory % Passing #200 Sieve (ASTM D:422-> 60 $25.00 per test $1,500.00 Sample Shipment to Bainbridge Island 5 $325.00 per trip $1,625.00 Shelby tubes 60 $5.00 each $300.00 Per-Diem 15 $78.00 per day $1,170.00 Trip Charge (part-time visits) 10 $200.00 per day $2,000.00 Ferry 3 $18.00 round trip $54.00 Mileage 3050 $0.35 per mile $1,067.50 TOTAL EXPENSES 11,041.50 'GRAND TOTAL GEOTECHNICAL CQA $38,116.50 PALF-CQA-pro.xls 7/15/98 COST SUMMARY TABLE PORT ANGELES LANDFILL - CELL NO.3 GEOTECHNICAL CQA SPECIALTY INSPECTION AEE 91P-10908-B PERMEABILITY TEST EXPENSES ITEM QUANTITY UNIT COST UNIT TOTAL COST Remolded Permeability Test (ASTM 0:5084) 6 $390.00 per test $2,340.00 Shelby Permeability Test (ASTM 0:5084) 33 $350.00 per test $11,550.00 TOTAL PERMEABILITY TEST EXPENSES 13,890.00 ASSUMES PERMEABILITY TESTING WOULD BE PERFORMED BY SOIL TECHNOLOGY OF BAINBRIDGE ISLAND NO MARKUP HAS BEEN INCLUDED IN THESE COSTS THESE COSTS ARE NOT INCLUDED IN THE AGRA CQA BUDGET. WE COULD PERFORM THESE TESTS ON A TIME AND EXPENSES BASIS FROM OUR LAS VEGAS, NEVADA OR PHOENIX, ARIZONA LABS, IF REQUESTED. PALF-CQA-pro.xls 7/15/98 Page 1 of 2 ~ AGRA Earth & Environmental ENGINEERI"" GLOBAL SOLU'IONS AGRA Earth & Environmental, Inc. 11335 NE 122nd Way Suite 100 Kirkland, Washington USA 98034-<>918 Tel (425) 820-4669 Fax (425) 821.3914 1998 SCHEDULE OF CHARGES AND GENERAL CONDITIONS KIRKLAND, WASHINGTON OFFICE Personnel Charaes Charges for employees are determined by the hourly rates listed below. Time spent in either local or Inter-City travel, when travel is reqUired for work. will be charged in accordance with this schedule; when traveling by public carner, a maximum charge of eight hours per day will be made. Principal Associate Senior Project Engineer/Scientist Project Engineer/Scientist V Senior Staff Engineer/Scientist IV Engineering/Science Semor Staff III Engineering/Science Staff II Engineering/Science Staff I Drafter II Drafter I Project Administration Materials/Geotechnical Lab Charaes - See Sched. A $128/hour $110/hour $S6/hour $87/hour $77/hour $72/hour $68/hour $ 60/hour $60/hour $59/hour $45/hour Semor Technician/lnspector Technlclan/lnspector III Techmclan/lnspector II Techniclan/lnspector I Clerical/Word Processing Expert Witness Fees Mileage Off-road Use of Vehicle Outside Services or Subcontractors Office Overhead Charge Per Diem $58/hour $49/hour $45,hour $37/hour $38/hour $175/hour $0.35/mile $2/hour (8-hour max.) Cost plus 12% (3% of Fee l.abor) $78/day Chemistrv Lab Charaes - See Sched. B Eauioment Charaes - See Sched. C 1. Payment Terms - Client agrees to pay AEE's invoices (billed monthly) upon receipt. Interest of 1-1/2% per month (but not exceeding the maximum allowable by law) will be added to any account not paid within 30 days. It IS agreed that any attorney's fees or other cost incurred in collecting any delinquent amount shall be paid by the Client. Hourly rates and cost estimates do not include sales tax; these will be added in any applicable Jurisdiction. No deduction shall be made from AEE's invoices on account of retention or liqUidated damages, unless expressly included in the Agreement. After five days prior notice to Client, AEE may suspend services until paid on invoices over 60 days, which are not reasonably in dispute. 2. Overtime/Minimum/Rush Charaes - If required, hours worked on any project in excess of eight hours per ddY, before 7:00 a.m. or after 5.00 pm., or on weekends, Will be charged at 140% of the regular hourly rate, unless special arrangements are agreed upon In advance. Work on national holidays Will be charged at an additional premium depending on the proJect. A minimum of two hours will normally be charged per s.te visit. 3. Testimonv - Whether as "witness to fact" or "expert witness", should AEE or any AEE employee be compelled by law to provide testimony or other evidence by any party, whether at deposition, hearing or trial, in relation to services provided under this Agreement. and AEE is not a party in the dispute, then AEE shall be compensated by Client for the associated reasonable expenses and labor for AEE's preparations and testimony at appropriate unit rates. If AEE or an AEE employee acts as an expert witness on matters outside the scope of a particular consulting services contract, expert witness fees Will be charged both for preparation for and attendance at any hearings. 4. Termination - Either party may terminate this Agreement without cause upon 30 days prior written notice. ThiS agreement will terminate upon the insolvency of Client. In the event Client requests termination prior to completion of proposed services, Client agrees to pay AEE for reasonable charges incurred to date and associated With termination of work. 5. Site Ooerations - Client Will arrange for flght-of-entry to the property so that AEE and its subcontractors can perform all tasks outlined In AEE's proposal or reqUired by this Agreement. Client represents that it possesses necessary permits and licenses required for the activities of AEE and ItS subcontractors at the site. While AEE Will take all reasonable precautions to minimize damage to the property, Client agrees that AEE shall not be liable for damage or injury arising from damdge to subterranean structures (pipes, tanks, phone lines, pipelines, etc.l which are not called to AEE's attention and correctly identified on plans furnished by the Client in connection With work performed under this Agreement. S. Relationshio of Parties/Standard of Care - AGRA Earth & Environmental, Inc. agrees to provide those specific conslJlting services set out In Its fee proposal or in the form of agreement attached hereto as an Independent contractor to the Client. These services are for the sole benefit and exclusive use of the Client. No other party shall be entitled to rely upon any work products provided to the Client and AEE shall not be responSible to any such third party with respect to any statements contained in such reports. AEE will use the degree of skill and care in the performance of the consulting services ordinarily exerCised by reputable members of its profession, practicing In the same or Similar localities at the time of the performance of such services based on-the then-current state of practice. DUE TO THE NATURE OF PROFESSIONAL CONSULTING SERVICES PROVIDED, NO GTHER WARRANTY OR GUARANTEE, WHETHER EXPRESS OR IMPLIED, IS OR CAN BE MADE IN OR INTENDED BY AEE'S PROPOSAL, UNDER ANY AGREEMENT OR IN ANY REPORT PROVIDED BY AEE AS A RESULT OF SUCH CONSULTING SERVICES. AEE'S LIABILITY UNDER THIS WARRANTY SHALL BE RESTRICTED TO THE DIRECT COSTS OF REPERFORMING THE SERVICES HEREUNDER AND IN NO EVENT SHALL AEE BE RESPONSIBLE FOR ANY CONSEQUENTIAL LOSSES WHICH CLIENT MAY SUFFER AS A RESULT OF ANY BREACH OF THE WARRANTY HEREUNDER. 7, Professional Liabilitv - CLIENT AGREES THAT THE LIABILITY OF AEE, ITS OFFICERS, DIRECTORS, EMPLOYEES, AGENTS AND SUBCONTRACTORS, ARISING FROM OR DUE TO ANY NEGLIGENT PROFESSIONAL ACT, ERROR OR OMISSION BY AEE, ITS OFFICERS, DIRECTORS, EMPLOYEES, AGENTS AND SUBCONTRACTORS, OR ARISING FROM ANY BREACH OF CONTRACT, INCLUDING ANY BREACH OF WARRANTY BY AEE IN RELATION TO THE CONSULTING SERVICES HEREUNDER, SHALL BE LIMITED TO AN AGGREGATE OF $50,000 OR AEE TOTAL CHARGES, WHICHEVER IS GREATER. IF CLIENT PREFERS TO HAVE HIGHER LIMITS OF PROFESSIONAL LIABILITY, AEE AGREES TO INCREASE THE AGGREGATE LIMIT, UP TO A MAXIMUM OF $1,000,000, UPON CLIENT'S WRITTEN REQUEST AT THE TIME OF ACCEPTING OUR PROPOSAL, PROVIDED CLIENT AGREES TO PAY AN ADDITIONAL CONSIDERATION OF TEN PERCENT OF AEE TOTAL CHARGES, OR $500, WHICHEVER IS GREATER. THE ADDITIONAL CHARGE FOR THE HIGHER LIABILITY LIMIT IS BECAUSE OF THE GREATER RISK ASSUMED BY AEE AND IS NOT A CHARGE FOR ADDITIONAL PROFESSIONAL LIABILITY INSURANCE. THIS LIMIT A nON SHALL APPLY TO THE EXTENT PERMITTED BY LAW. IF CLIENT PREFERS HIGHER LIMIT OF LIABILITY AND AGREES TO ADDITIONAL ASSOCIATED COST, PLEASE INITIAL HERE _ ~~ 5 \WORDPROC\MARKETfee98 wpd ~c..,+(} S Il TECHNOLOGX INC. LEITER OF TRANSMITTAL SPECIALIZING IN PHYSICAL SOIL TESTING fD) rnJ~ ffi U W rn.~ lfQ SEP I 7 1998 : l!.0 7St,S ~~ E Do\ Ro::::: 'N",' BGl'l~-,,'ciOf= !$iond \,V;., .)8110 (20c 1842 Sq; Fo,S..:::.901.l Tol! Flee 1.8\.)'.1.540 5W~ PA9~METRIX. INC. BREMeR !'.!t-l. WASH:Nr.T~N TO: Parametrix, Inc. 5700 Kitsap Way Bremerton, WA 98312 Date: September 15, 1998 ATTENTION: Pat Allen SUBJECT: Port Angeles Landfill Testing Standard Subconsultant Agreement for Professional Services We are sending the following items: Date 9/15/98 Description Fully executed Subconsultant Agreement These are transmitted for your use. REMARKS: Enclosed please find tbe fully executed subconsultant agreement for tbe above referenced project. Please note that I have made two minor changes under Article 1. A - invoicing to twice a month and article 2 F. Indemnification. Please feel free to contact me if you have any questions or if! can be of any further assistance. Thank you for using Soil Technology, Inc.'s services. Best regards, SOIL TECHNOLOGY, INC. \.~~ / /;. ~~ktJ--C-~~ (I', Kristin A. Sheets, President -~,~ v Parametrix, Inc. STANDARD SUBCONSUL T ANT AGREEMENT FOR PROFESSIONAL SERVICES Page 1 of 6 Parametrix Project No.: 23-2191-05 SUBCONSUL T ANT's Name: SUBCONSUL T ANT's Address: Soil Technology. Inc. 7865 N.E. Day Road West Bainbridge Island. Washinaton 98110 Parametrix, Inc. has entered into a written consulting 'agreement (the CONTRACT) with the City of Port Anaeles (the OWNER) for providang laboratory services for the Port Angeles Landfill (the PROJECT) as described in the CONTRACT, dated April 6, 1996. Parametrlx, Inc. and the SUBCONSUL T ANT have agreed that the SUBCONSUL T ANT will perform the following services which are part of the CONTRACT Identified above. The services covered by this SUBCONSUL T ANT AGREEMENT will be performed in accordance with the PROVISIONS included wlthan this form, the CONTRACT identified above, and any attachments or schedules. For purposes of incorporating these PROVISIONS, wherever reference in the CONTRACT IS to the OWNER, substitute the name Parametrix, Inc., and wherever reference is made In the CONTRACT to Parametrix, substitute the SUBCONSUL TANT'S name. To the extent that any provision of the CONTRACT IS inconsistent with the terms of thiS SUBCONSULTANT AGREEMENT, then the terms of this SUBCONSULTANT AGREEMENT shall supersede such inconsistent terms of the CONTRACT. SCOPE OF SERVICES: Provide soil testina services in support of Port Angeles Landfill Cell 3 construction per attached letter dated August 27. 1998. COMPENSATION: Time and materials per attached letter dated August 27. 1998. Amount not to exceed $18.145. OTHER TERMS (including time for performance or completion of the work): None. Form 90-7 Rev 6-97 Page 2 of 6 PROVISIONS ARTICLE 1. TERMS OF PAYMENT i:5 A. Invoicing W;U-- The SUBCONSUL T ANT may submit in~lces to Parametnx for progress p3yments not more than QflCe each month by the 25th of each month. InvOices received by Parametnx by the 25th day of the month will be included In Parametrix' next invoice to the OWNER. Such inVOices Will represent the value of the completed Scope of Services and Will be prepared in a form and supported by documentation as Parametrix may reasonably require. Invoices received after the 25th will be withheld by Parametrix for submittal to the OWNER with the Parametnx Invoice for services the month following. Invoices submitted by the SUBCONSUL T ANT shall,jn,elude the following information: progress report outlining activity associat- ed with the invOice, authorized contract amount allocated by task, amount Invoiced to date, current balance, percent com- plete, name of pnmary Parametrix contact, Parametrix Job number, and all charges broken out by task. InvOices Will be reviewed and approved by Parametrix before submittal to the OWNER. Invoices submitted without the information indicated above will be returned to the SUBCONSUL T ANT for revision before submittal to the OWNER. B. Payment Following receipt of reimbursement from the OWNER, payment will be made by Parametrix to the SUBCONSUL T ANT within 30 days for the approved Invoice amount, less any retalnage by the OWNER, less any retalnage specified elsewhere in this SUBCONSULTING AGREEMENT. C. Final Payment Final payment of any balance will be made upon completion of the Scope of Services, and receipt of all deliverables and all PROJECT-related documents and data that are required to be furnished under this SUBCONSUL TING AGREEMENT. Final payment will be made within 1 5 days of receipt of final payment from the OWNER. D. Interest Any interest received by Parametrix, Inc. from the OWNER for late progress payments or retain ages will be shared with the SUBCONSUL T ANT on a pro rata basis. E. Claims Against OWNER Whenever the SUBCONSUL T ANT requests Parametrix to pass through a subconsultant elaim to the OWNER, the SUB- CONSULTANT agrees to reimburse Parametnx for any costs or expenses reasonably incurred by Parametnx, Inc. ARTICLE 2. OBLIGATION OF SUBCONSUL TANT A. Independent Contractor SUBCONSUL T ANT is an independent contractor and Will maintain complete control of and responsibility for ItS employees. agents, methods. and operations. Nothing contained in this SUBCONSUL TING AGREEMENT will create any contractual relationship between OWNER and SUBCONSUL T ANT. B. Lower Tier Subcontracts The SUBCONSUL T ANT shall not sublet or assign any of the work covered by this Agreement. except with the prior written approval of ParametTlx and in strict compliance with the terms, prOVIsions, and conditions of this Agreement. SUBCONSUL T- ANT will bind all Lower Tier Subconsultants to the PrOVIsions of thiS SUBCONSUL TING AGREEMENT. Neither this SUBCONSUL TING AGREEMENT nor any Lower Tier subcontract will create any contractual relationship between any Lower Tier Subconsultant and Parametrix, Inc. nor any liability of Parametnx, Inc. to any Lower Tier Subconsultant. C. Performance The standard of care applicable to SUBCONSUL T ANT's services WIll be the degree of skill and diligence normally em- ployed by professional engineers or consultants performing the same or Similar services. The SUBCONSUL T ANT will reperform any services not meeting thiS standard without additional compensation. If such deficiencies are not corrected In a timely manner, ParametTlx may cause the same to be corrected and deduct costs incurred from SUBCONSUL T ANT'S compensations. D. Notice of Delay The time schedule for the performance of services as set forth under this Agreement is based on the SUBCONSUL T ANT'S antiCipation of the orderly and continuous progress of the proJect. If the SUBCONSUL T ANT is delayed In the performance of services by conditions which are beyond his control, he shall notify Parametrix In writing of the cause of delay and the amount of delay anticipated. Such notice shall be delivered to ParametTlx Within five (5) days of the time the SUBCONSUL T- ANT is aware of the delay. Any extension of time granted by Parametrix to the SUBCONSUL T ANT shall not constitute cause for additional compensation. No such additional compensation shall be paid to the SUBCONSUL T ANT unless specifically agreed upon In wntlng by ParametTlx. E. Insurance The SUBCONSUL T ANT will maintain throughout thiS SUB- CONSULTING AGREEMENT the following insurance and Will submit certificates veTlfYlng such to ParametTlx, Inc.: (1) Worker's compensation and employer's liability insur- ance as reqUired by the state or province where the work is performed. (2) Comprehensive automobile and vehicle liability Insur- ance covering elalms for injuTles to members of the public and/or damages to property of others anslng from use of motor vehicles, including onsite and off site operations. and owned. nonowned. or hired vehicles, With $1.000.000 combined single limits. (3) Comprehensive general liability insurance covering claims for Injuries ariSing out of any negligent act or omission of the SUBCONSUL T ANT or of any of its employees, agents, or subcontractors, with $1,000,000 combined Single limIts. (4) ProfeSSional liability insurance of $500,000. (5) Parametrix, Inc. will be named as an additional Insured With respect to SUBCONSUL T ANT's liabilities hereun- der in insurance coverages identified in items "2" and "3," and SUBCONSULTANT waives subrogation Form 90-7 Rev 6-97 against OWNER and Parametrix, Inc. as to said poli. cies. All insurance certificates will state that the Insurance carner will give Parametrix, Inc. thirty \30} days notice of any cancella. tlon of the policies. F. Indemnification SUBCONSUL T ANT agrees to Indemnify, defend, and hold OWNER and Parametrix, Inc. harmless from any and all claims, liabilities, obligations, governmental penalties, fines, and causes of action of whatsoever nature, including Injury to or death of any person or damage to or destruction of any property resulting from any and all negligent acts or omissions of SUBCONSUL T- ANT or any Lower Tier Subconsultant, Including court costs and attorney's fees, excluding only those caused by the ~ ne~liQence of Pilram~trix, Inc. r OWNER. 5\A6GONSJ.\...,f\l'Jr.s IIo.lOf1iCj .;Jil. M -#e ~t:U6~tr"Y' G. Liens rec.e..\ ~ ~vecot-3GuL..,.."NT, SUBCONSUL TANT Will promptly pay for all services, labor, matenal, and equipment used or employed in the Scope of Services and will maintain the materials, equipment, structures, buildings, premises, and other subject matter hereof, free and clear of mechaniC's or other liens. H. Codes, Laws, and Regulations SUBCONSUL T ANT will comply With all applicable codes, laws, regulations, standards, and ordinances in force during the term of this SUBCONSUL TING AGREEMENT. In executing this Agreement, the SUBCONSUL T ANT acknowledges that he IS familiar with conditions at the project site(s) and has ascertained any requirements of applicable laws and regulations pertinent to the specifiC site conditions. I. Permits, Licenses, and Fees SUBCONSUL T ANT will obtain and pay for all permits and licenses required by law that are assOCiated with the SUBCON. SUL T ANT's performance of the Scope of Services and will give all necessary notices. J. Publicity SUBCONSUL T ANT will not disclose the nature of its Scope of Services on the PROJECT, or engage in any other publiCity or public media disclosures With respect to thiS PROJECT without the prior written consent of Parametrix and the OWNER. K. Key Personnel The SUBCONSUL T ANT will provide qualified personnel to perform the Scope of Services. Within five (5) days of execution of this SUBCONSUL TING AGREEMENT or receipt of a written authorization to proceed, the SUBCONSUL T ANT will submit a list of key personnel for its work, including a deSignated project manager, if requested by Parametrlx. The SUBCONSUL T ANT will not change or reassign any of the deSignated key personnel Without the written approval of Parametrix. L. Copies of Data One legible copy each of all notes, field notes, drawings, prints, and plans prepared under the terms of thiS SUBCON. SUL TING AGREEMENT will be delivered by the SUBCONSUL- T ANT to Parametrlx upon completion of the Scope of Services. M. Additional Assignments The SUBCONSUL T ANT will not separately soliCit or accept any assignment from the OWNER directly related to the PRO- JECT during the life of the CONTRACT Without Parametrlx, Inc. written approval. Page 3 of 6 N. Access to Records The SUBCONSUL T ANT will maintain accounting records, in accordance with generally accepted accounting prinCiples and practices, to substantiate all inVOiced amounts. Said records will be available for examination by Parametrix dUring SUBCONSUL- TANT's normal bUSiness hours for a period of 3 years after SUBCONSUL T ANT's final Invoice to the extent required to verify the costs incurred hereunder. O. Suspension of Work The SUBCONSUL T ANT will, upon written notice from Parametrix, Inc., suspend, delay or interrupt all or a part of the Scope of Services. In such event, the SUBCONSUL T ANT will resume the Scope of Services upon written notice from Para. metrix and an appropriate extension of time will be mutually agreed upon and added to the SUBCONSULTANT's time of performance. P. Responsibility of Technical Adequacy Approval by Parametrlx and/or the OWNER of the work performed hereunder shall not in any way relieve the SUBCONSUL T ANT of the responsibility for the technical adequacy of the work. Neither approval nor acceptance of nor payment for services performed shall be construed to operate as a waiver of any nghts under this Agreement, and the SUBCON- SUL T ANT shall be and remain liable in accordance with applica- ble law for damage to the OWNER or Parametrix caused by the SUBCONSUL T ANT'S negligent performance or omission of the services furnished under this Agreement. Q. Affirmative Action The SUBCONSUL T ANT, with regard to the work performed by It after approval and/or award and prior to completion of thIS contract, shall not diSCriminate on the grounds of race, color, sex, age, sexual orientation, political Ideology or national ongin, and In the selection and retention of employees and subcontrac- tors, including, but not limited to, services for procurement of materials and leases of eqUipment. R. Personnel ASSigned to Hazardous Waste Sites SUBCONSUL T ANT personnel who perform work at hazard- ous waste sites shall successfully undergo Hazwoper 40-hour training and shall maintain eight-hour refresher updates, from a qualified trainer, according to 29 CFR 1910.120. The SUB- CONSULTANT shall not enter hazardous waste sites Without this training and shall supply Parametnx With eVidence of compliance with these training requirements prior to beginning work. ARTICLE 3. GENERAL PROVISIONS A. Proprietary Information All draWings, speCifications, technical data, and other Information furnished to SUBCONSUL T ANT either by Parametrlx or OWNER or developed by SUBCONSUL T ANT or others in connection with the Scope of Services are, and will remain. the property of Parametrlx or OWNER, and may not be copied or otherWise reproduced or used in any way except In connection with the Scope of Services, or disclosed to third parties or used In any manner detnmental to the interests of Parametnx or OWNER. The following information will not be subject to the confidentiality requirements of the above: 1) Information which its OWNER has released in writing from being maintained In confidence. 2) Information which, at the time of disclosure, is in the public domain by having been printed and published and available to the public libraries or other public places where such data is usually collected. Form 90-7 Rev 6-97 . . . . B. Waivers No waiver by either party of any default by the other party in the performance of any provision of this SUBCONSUL TING AGREEMENT will operate as, or be construed as. a waiver of any future default, whether like or different m character. C. Force Majeure Neither party to this SUBCONSUL TING AGREEMENT will be liable to the other party for delays in performing the Scope of Services. or for the direct or Indirect costs resultmg from such delays, that may result from labor strikes, nots, war, acts of governmental authorities. extraordmary weather conditions or other natural catastrophe, or any other cause beyond the reasonable control or contemplation or either party. D. Authorization to Proceed Execution of the SUBCONSUL TING AGREEMENT by Parametnx will be authonzation for SUBCONSUL T ANT to proceed with the Scope of Services, unless otherWise provided for in this SUBCONSUL TING AGREEMENT. ' -', E. No Third Party Beneflclanes This SUBCONSUL TING AGREEMENT gives no nghts or benefits to anyone other than the SUBCONSUL T ANT and Parametrix and has no third-party beneficiaries. F. Jurisdiction The law of the state, or provmce, governing the CON- TRACT between Parametrix and the OWNER shall govern the validity of this SUBCONSUL TING AGREEMENT, its Interpretation and performance, and any other claims related to It; venue of any lawsuit shall also be m accordance with that defmed by the Parametnx and OWNER Contract. G. Disputes In the event of any dispute arismg out of this Agreement, the parties agree to submit the dispute to non-blndmg mediation and binding arbitration under the then prevailmg rules of the American Arbitration Association (AAA) for construction Industry disputes, provided that no party objects to arbitration within 30 days after a demand for arbitration is filed with AAA. In any action brought for such dispute, the prevailing party shall be entitled to recover its reasonable costs and attorney fees. H. Severability and Survival If any of the provIsions contained in this SUBCONSUL TING AGREEMENT are held for any reason to be mvalid, Illegal, or unenforceable in any respect, unenforceabihty will not affect any other provision of thiS SUBCONSUL TING AGREEMENT. I. Termination/Cancellation Parametrix will have the right to terminate this SUBCON- SUL TING AGREEMENT for its convenience. After termination, SUBCONSUL T ANT will be reimbursed for services rendered and necessary expenses Incurred to the termmatlon date upon submiSSion to Parametnx of detailed supporting mVOlces. SUBCONSUL T ANT will not be entitled to profit or other compen- sation on servIces not performed. If SUBCONSUL T ANT during performance of the Scope of Services: (1) Becomes insolvent or makes a general assignment for the benefit of ItS creditors; files or has filed agamst SUB CONSUL T ANT a petition in bankruptcy or an attachment or execution levied upon any of SUBCON- SUL T ANT's property used hereunder; or has appointed a receiver for SUBCONSUL T ANT's business; or (21 Has any legal proceeding commenced agamst SUB- CONSULTANT that, in the opinion of Parametrix, inter- Page 4 of 6 feres with the performance and satisfactory comple- tIon of the Scope of Services; or (3) Falls or refuses to proceed With the Scope of Services in a prompt, safe. diligent manner. or to supply ade- quate equipment or properly skilled employees; or (4) Fails to pay promptly all monies due Lower Tier Subconsultants for services, labor, or materials used In connection With the Scope of Services; or (5) Fails or refuses to proceed In full compliance with all provisions of thiS SUBCONSUL TING AGREEMENT; then SUBCONSUL T ANT will be deemed In default and Para- metrix, without prejudice to any other nghts or remedy it may have, may give SUBCONSUL T ANT notice m writing setting forth the particulars of such default. Unless such default IS corrected within seven (7) days from date of said notice, Parametrix, at its option, may terminate this SUBCONSUL TING AGREEMENT. J. Scope of Services Parametrix may adjust the Scope of Services by either adding to or deleting from the services to be performed. If such adjustment increases or decreases the cost or time required for the SUBCONSUL T ANT's Scope of Services, adjusted compensa- tion and/or time will be mutually agreed upon in writing. Additional Services provided by the SUBCONSUL T ANT will be entitled to additional compensation or extension of time only as authorized in writing by Parametrix. K. Attachments and Schedules The following attachments and schedules are hereby made a part of thiS SUBCONSUL TING AGREEMENT: Attachment nAn - Additional provisions made part of this AGREEMENT. Form 90-7 Rev. 6-97 . . . . Page 5 of 6 This SUBCONSUL TING AGREEMENT represents the entire agreement between the parties, supersedes all pnor agreements and understandings. and may be changed only by written amendment executed by both parties. Approved for SUBCONSUL T ANT By~1*~ o. JL,i:v k,-,'si..,'t'L A. .5Ju:.e....ts By Title A hl//:(fA1~ Title Bremerton Office ManaQer Date CJh /C;g ~ h'8/9f? ( I Date Form 90.7 Rev 6-97 , . ,.~~~.. Page 6 of 6 ATTACHMENT A Pursuant to Executive Order 12246, as amended; Section 503 of the Rehabilitation Act of 1973, as amended; and 38USC2012, the Vietnam Era Veterans Readjustment Assistance Act of 1974, as amended; and the rules and regulations promulgated thereunder, we, as federal government contractor and purchaser from you, as seller, are required to have the following provisions included m any applicable contract between you, as seller, and ourselves, as buyer: 1. Equal Opportunity Clause (Applicable to all contracts or purchase orders in excess of $10,000) The equal opportunity clause and regulations (as amended from time to time) promulgated by the Secretary of Labor, or his/her deSignee, and to implement Executive Order 11246, as amended, and found in Part 60-1 .4(a) of Title 41 of the Code of Federal Regulations, are hereby incorporated by reference and made a part hereof. Seller shall be bound by and agrees to comply with the EEO clause as contamed in Executive Order 11246, as amended, at Subpart B, Section 202, and the implementing regulations at 4CFR60-1 .4(a) to the extent applicable. 2. Certification of Nonsegregated Facilities The seller certifies that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, sex, age, religion, national origin, handicap, or veterans status cannot result. Your company may neither require such segregated use by written or oral policies, nor tolerate such use by employee custom. ThiS obligation extends to ensuring that employees are not assigned to perform their services at any location, under your control, where facilities are segregated. 3. Employment of Individuals with Handicaps The affirmative action clause and regulations (as amended from time to time) promulgated by the Secretary of Labor, or his/her designee, and to implement Section 503 of the Rehabilitation Act of 1973, as amended (P.L. 93-112, as amended); and as contained in Part 60-741 of Title 41 of the Code of Federal Regulations, are incorporated by reference and made a part hereof. The seller agrees to comply with the affirmative action clause, as contained in 41- CFR60-741.4, and the regulations at 41CFR60-741 to the extent applicable. 4. Disabled Veterans and Veterans of the Vietnam Era The affirmative action clause and regulations (as amended from time to time) promulgated by the Secretary of Labor, his/her designee, to implement 38USC201 2, the Vietnam Era Veterans Readjustment Assistance Act of 1974, as amended (P.L. 93-508, as amended), and found in Part 60-250 of Title 41 of the Code of Federal Regulations, are incorporated by reference and made a part hereof. Seller agrees to comply with the affirmative action clause, as contained in 41 CFR60-250.4, and the regulations at 41 CFR60-250 to the extent applicable. 5. Employer Information Report (EEO-1, Standard Form 100) If seller has 50 or more employees and is required under Part 60-1.7(a) to file Employer Information Report, EEO-1 (Standard Form 100), seller hereby certifies that it has done so or if not, agrees that it will file such report in accordance with the applicable instructions and will continue to file such report unless or until seller is not required by law or regulation to so file. 6. Affirmative Action Compliance Program If the seller has 50 or more employees and the contracts of sale amount to $50,000 or more, seller may be required under Parts 60-1.40, 60-741.5, and 60-250.5 of Title 41 of the Code of Federal Regulations to develop a written Affirmative Action Program. If the seller is so required, it agrees to do so no later than a 120 days after the effectiveness of the first of the contracts of sale and maintain such program until such time as it is no longer required by law or regulations. 7. Federal Contractor Veterans' Employment Report (VETS-100) If the contracts of sale amount to $10,000 or more and the seller is required under Part 61 -250.1 0 of Title 41 of the Federal Regulations to file Federal Contractors Veterans' Employment Report (VETS- 100), seller hereby certifies that It has done so or if not agrees that it will file such report, no later than March 31 of each year, beginning March 31, 1 988. Such report shall be mailed to and blank VETS-1 00 Forms may be obtained from: OASVETS (VETS-100) U.S. Department of Labor 200 Constitution Avenue, NW Washington, DC 20210 SUBCONSUL T ANT BY;d~~t?~ Signature K r,'.s tl'r, A <:S ~ep f 5 Typed or printed name ~~/r? Date . Form 90-7 Rev 6-97 .. Aug ..2f. I ~~~ '!.: I U~M , . ',)-..---- ~, .' . SOil TECHNOLOGY, iNC. SllECIAUZING IN PHYSICAL SOIL -reSTING ? 8M ~U: D,)'J Ruc:d West Ball\bl!d~e Islond, W,A.. 98110 (206 )84.!- 09/7 Fc:.. 642-9014 To!1 Free 1.800546-5022 August 27,1998 Parametrix, Inc. 5700 Kitsap Way Bremerton, WA 98312 - . " Subject: Port Angeles Landfill Testing Estimated Costs - Revision 1 Attention: Pat Allen Dear Mr. Allen: Soil TechnologyTM, Inc. (STI) is please to submit this revised cost estimate for construction QNQC testing at the Port Angeles Landfill. The anticipated tests, quantities, and associated costs are as follows: 1. Hydraulic Conductivity (ASTM 0-5084) (Shelby and Drive Rings) 33 samples @ $395.00 ea. = $13,035.00 2. Hydraulic Conductivity (ASTM 0-5084) (Remolded) 6 samples @ $435.00 ea. = $ 2,610.00 3. Standard Proctor Compaction (ASTM 0-698) (Cohesive Soil) 2 ~amples @ $200.00 ea. = 4. Mechanical Sieve Analysis (ASTM 0-422) (sieve only with 200 wash) 6 samples @ $ 75.00 ea. = 5. Additional Testing (To be done as dIrected by AGRA, the tests to include those listed above @ Indicated prices. moisture content @ $6.00 ea., design mix preparation @ $50.00 ea., or other tests at prices to be determined.) 10% of above costs ($16,495.00) ,. $ 400.00 $ 450.00 $ 1.650.00 TOTAL $18,145.00 Thank you for considering STI. Please give me or Steven Hoffman a call In you have any questions. Sincerely, SOIL. TECHNOLOGY. INC. ~~ Rick Sheets Laboratory Director Confidential F:\SOILS\PROPOSAL\P ARAP AL2.DOC Page 1 08/27/98 t, ADDENDUM NO.5 TO AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE 5.3qg CITY OF PORT ANGELES and PARAMETRIX, INC. RELATING TO: Port Angeles Landfill THIS ADDENDUM NO.5 to the above referenced agreement is made and entered into this ~ay of May, 2000, by and between the CITY OF PORT ANGELES, a non-charter code city of the State of Washington (hereinafter called the "CITY"), and Parametrix, Inc., a Washington Corporation (hereinafter called the "CONSULTANT"). WHEREAS, the original agreement contained provisions for five (5) phases of work due to the fact that the complete scope of work could not be defined at the time of signing the original contract; and WHEREAS, the CITY does not have personnel with the type of experience necessary to fully develop the plans, construction testing methods, and technical knowledge; and WHEREAS, the City's Capital Facility Plan contains a project for the design and construction of cell closure facilities for the landfill; and WHEREAS, the State Department of Ecology requires cell closure; NOW, THEREFORE, in consideration of the above representations and the mutual agreements set forth herein, the original agreement between the parties shall be amended as follows: 1. Section I SCOPE OF WORK and Exhibit "Aft shall be amended by including Exhibit A-1 attached, to provide professional services for construction engineering support for the landfill phase 1 closure in the amount of $97,625.00. 2 Section VI MAXIMUM COMPENSATION and Exhibit "B" shall be amended by increasing the maximum compensation from $535,624 to $844,309.00. In WITNESS THEREOF, the parties hereto have executed this Agreement as of the day and year first written above. PARAMETRIX, INC. Attest: ~ f){~~ -UptoA._" Becky Upto ity erk .. .. " N IPROJECTS\95-24LF\CONSUL nCONTRACT\AGMT ADDS WPD . Parametrix, Inc. Consultants ff1 EnQmeeru1Q and EnvIronmenTal SClenCE'f 5700 Y,I1~ap VI/ay SUI1€ 202 8'8IT,el\O'-, Wf>, 98312-22::'4 ::'60-277-0014 ' Fa>, 360-479-596~ '1\ RECEIVED APR - ~ 2000 April 02, 2000 PMX #235-2191-005 Mr. Gary Kenworthy City of Port Angeles 321 East Fifth Street P.O. Box 1150 Port Angeles, Washington 98362 RE: Scope of Work for Construction Assistance, LandfIll Closure 2000. Dear Gary: Enclosed are the revised scope of work and budget estimate for Construction Services to support Landfill Closure 2000. In response to your request, I have revised the scope and budget to include the following: . Effort to address four pay estimates. . Four days of surveying to verify contractor pay requests. To clarify other questions and comments provided during our March 28, 2000 meeting, the budget does account for a six day work week and per diem rates are based on $58 per night for lodging, $34 per day for meals, and $0.325 per mile. I have also included a schedule for reference. Please provide me with direction on proceeding with this work. I recognize it will take several weeks to process the contract amendment. However, in the interim, we will execute elements of work based on your verbal authorization. Please contact me with questions or comments regarding the enclosed information. I can be reached at (360) 377-0014. Sincerely, P ARAMETRIX, INe. ~~Ib Project Manager Attachments cc: Butch Dunlap, PMX Bremerton Gary Arndt, PMX Sumner Project File G,\PROJ_MRlN'ROJEC1\PT-ANGEL\PH-2ENGKI2191-05\LTRMEMOICQA lnspeCllon scope cover leller.doc EXHIBIT A-I 1.-J~ ','],::;- Pnnted on Recycled Paper SCOPE OF WORK LANDFILL CLOSURE 2000 CONSTRUCTION SERVICES TASK 10.1 BIDDING AND CONSTRUCTION ASSISTANCE Objective: To provide overall construction management services to the City of Port Angeles in support of the Landfill Closure 2000 project including pre-bid, bidding, contract execution, schedule coordination, contract issue resolution and pay estimate review. Activities: The following activities will be performed as part of this task: . Coordinate and attend construction progress meetings with Contractor to identify work planned, issues, and project status. Meetings will be bi-weekly, with weekly meetings during the installation of geosynthetics. . Provide support to the City Engineer during the bidding and contract award phase of the project. Support will include issuance of addenda, response to Contractor inquiries, bid evaluation and recommendation for award, attendance at the pre-bid meeting and the bid opening, review and summary of bids received and recommendation for award. . Coordinate ~ith Contractor and City Engineer to ensure required documentation is received to support execution of a contract. . Maintain a submittal log, and process required submittals, as called for in the construction specifications. . Coordinate, schedule and attend pre-construction meeting with City Engineer and Contractor representatives. . Provide bi-weekly schedule progress reports to the City Engineer based on Contractor's submitted schedule. Facilitate the use of CPM schedule software requirements. City of POri Angeles LAndfill Engineering &< Permitting landfill closure 2000 con service scope.rev1.doc 1 PMX #235-2191-005 March 2000 EXHIBIT A-I . Prepare change orders, modifications, and other contract documentation during construction, as required to support the timely completion of the work. . Provide clarification and resolution on issues related to construction of the Landfill Closure 2000; provide recommendations to the City Engineer for resolution of issues. . Prepare monthly progress reports, track project costs and schedule, and coordinate resources for consultant work on the project. . Prepare monthly pay estimates from submitted requests for payment from the Contractor. . Issue field orders to the Contractor for necessary clarifications. . Prepare and coordinate punch list items for rectification by the Contractor. . Maintain a complete set of project documents including drawings, specifications, addenda, written communications, records of meetings, Daily Inspection Reports, QA Inspection forms, minutes, submittals, etc. . Perform final inspection and project acceptance, final pay estimate, and other final contract documentation. . Coordinate and document work performed under force account. Products: The following products will be generated from work performed under this task: . Summary records of all meetings and Contractor communications. This will include responses to inquiries from prospective bidders, a record of the pre-bid meeting, a bid summary and recommendation for award, and addenda, as required. . Monthly consultant progress and budget status reports. . Attendance at progress meetings and preparation of project status reports. . Four pay estimates will be prepared during the project. City of Port Angeles Landfill Engmeering & Permittmg landfill closure 2000 con servICe scope.revl.doc 2 PMX #235-2191-005 March 2000 EXHIBIT A-I Assumptions: The following assumptions are made in budgeting this task: . Project duratIOn is 75 calendar days (11 weeks). . The Construction Quality Assurance (CQA) Engineer or designated alternate will attend the pre-bid meeting, one pre- construction meeting, eight progress meetings, the final inspection, and one project closeout meeting. . Two written addenda will be required and no drawings will be revised and re-issued. . These activities are in addition to the CQA requirements presented in Task 10.2. . Inclusive of travel time, meetings are anticipated to require 5 hours. Meetings will be attended either by the Engineer of Record, the Project Manager, or a designated alternate with appropriate expertise to address work activities. The pre-construction meeting will also be attended by the CQA Inspector. Budget: Based on the above-described activities, products, and assumptions, the budget for this task is an amount not to exceed $14,854. TASK 10.2 CONSTRUCTION OBSERVATION Objective: To provide for overall construction observation, as required by the CQA Plan, to support preparation of construction certifications that project was completed in general conformance to the project plans and specifications. Activities: The following activities will be performed as part of this task: . Parametrix will provide daily CQA inspection for the Landfill Closure 2000 project. CQA inspection will occur during any on- site work being performed by the Contractor. . Observe general construction work including grading, cover installation, subgrade preparation, roadway construction, silt and erosion control work, leachate, gas, and condensate collection pipe placement, etc. . Perform surveying, as needed, to verify Contractor measurements, support pay estimates and prepare record drawings. City of Pori Angeles Landfill Engmeering & Permitting landfill closure 2000 con service scope revl.doc 3 PMX #235-2191-005 March 2000 EXHIBIT A-I . Coordinate with City Engineer, CQA Officer, and Contractor to ensure work is completed in accordance with plans and specifications. . Prepare Daily Inspection Reports and complete CQA documentation. . Observe and document placement of cover soil layer and leachate collection trenches to ensure no damage to underlying geosynthetics occurs. . Issue field orders to Contractor with CQA Officer and/or City Engineer concurrence. . Take photographs of all phases of work to prepare a photo log for inclusion in CQA Report at end of project. . Assist in maintaining complete set of project documents to reflect as-built conditions of project as it occurs. Products: The following products will be generated from work performed under this task: . Daily Inspection Reports will be prepared for each site visit by construction observers. . Written records of meetings and other communications. . Marked up set of project specifications, CQA Report, and drawings to reflect as-built conditions of the project for use In preparation of record drawings and CQA Report. . Test results of geosynthetic products as required in the CQA Plan. . Photographic log of the entire project for incorporation into the CQA Report for the project. . Survey records and written verification of Contractor measurement for payment and record drawing. Assumptions: The following assumptions are made in budgeting this task: . Project duration is 75 calendar days (up to 63 working days). . The CQA Inspector will be on-site 100% of the time during construction activities. CIty of Port Angeles Landfill Engmeermg & Permlttmg landfill closure 2000 con service scope. rev] doc 4 PMX #235-2]9]"()()5 March 2000 EXHIBIT A-I . Precision Geosynthetics, Inc. will be retained to provide construction testing for liner materials, as required in the CQA Plan. . Survey will require one 10 hour day per pay estimate. The cost estimate is based on 4 field days at Parametrix survey rates. Budget: Based on the above-described activities, products, and assumptions, the budget for this task is $69,061.00. TASK 10.3 CQA REPORT PREPARATIONIPROJECT CLOSEOUT Objective: To provide for the preparation of record drawings and a CQA Report, which is required to be submitted to regulatory agencies at project completion certifying and documenting that the project was completed in general conformance with the plans and specifications. Activities: The following activities will be performed as part of this task: . Maintain file of Contractor submittals, engineer reviews, laboratory testing results, field inspection reports, meeting minutes, photographic log, etc. in support of the CQA Report preparation at project completion. . Obtain surveying records, field maintained construction documents, etc., as needed to prepare record drawings of the project. . Incorporate field markups, survey data, etc. in preparation of a set of record drawings for the project. . Prepare written descriptions of work completed, issues identified and addressed, and corrective actions. . Receive and incorporate geosynthetic summary report for the project into CQA Report. . Receive final quality control reports from geomembrane/geosynthetics manufacturers for inclusion in CQA Report. . Assemble required information into three-ring notebooks for submittal to regulatory agencies and retention by the City of Port Angeles. City of Port Angeles Landfill Engmeermg &: Permitting landfill closure 2000 con service scope.rev1.doc 5 PMX #235-2191-005 March 2000 EXHIBIT A-I . For project closeout, a final site walk-through with the Contractor and the Owner will be performed with preparation of a punch list. Products: The following products will be generated from work performed under this task: . Five copies of CQA Report. . Addendum to CQA Plan to respond to regulatory comments. . Record drawings. . Punch list from final project walk-through. Assumptions: The following assumptions are made in budgeting this task: . The CQA Report will fill two 3-inch, three-ring binders. Two copies will be provided to the City and two copies will be provided for CCHO. . One addendum to the CQA Report will be required to address comments received from regulatory agencies. . Five sets of record drawings will be prepared and included as inserts to the CQA Report. . Five additional sets of prints, one reproducible set, and an AutoCAD drawing file of the record drawings will be prepared and submitted to the City for filing. Budget: Based on the above-described activities, products, and assumptions, the budget for this task is an amount not to exceed $13,710.00. City of Port Angeles Landfill Engineering & Permitting landfill closure 2000 con service scope.rev1 doc 6 PMX #235-2191-005 March 2000 EXHIBIT A-I trj ~ = ~ t.l::l ~ ~ > I ~ P ARAMETRIX, INC. BUDGET WORKSHEET Client City of Port Angeles Project Construction and CQA Assistance, Landfill aosore 2000 Date D:rte 3125/2000 312512000 By: Peter Battoeno Checked By: Gary Arndt P.E. Narne/Cote~ory Project Man311er COA Enstineer COA IDs1>ector Desismer CADD Drafter Wrd Processiul! Clerical SIOO Per MH SlOS Per MH S71 Per MH $74 PerMH S62 Per MH S48 Per MH $37 I Per MH Subs & Task Task NoJDescription MHs I Cost MHs I Cost MHs I Cost MHs I Cost MHs I Cost MHs I Cost MHs I Cost ExpensCS(.) Totals . ..r,;. J .. Construction Assistance Task 10.1' 12 SI.200 96 SIO 080 S $355 16 SII84 0 SO 20 S960 ,4 $148 S908 $14,834 Construction Observallon Task 1l>.2 12 $1200 24 S2,S20 528 S37 445 0 SO 0 SO 16 $768 60 $2..ZZ0 $14.908 $69 061 CQA ReportlPmject Closeout trask 103 12 $1,200 24 SZ,S20 24 SI702 32 $2.36& 64 $3,968 16 $768 12 S444 S760 S13.730 I I I (a) Subconmllm11 and expenses include 1he foRowing Task 10 1 Mileage and npense rormcctinzs, reproduction., amd delivery (FedEx) ch2r&cs. Task 102 PCl'aICm and milC:3lc fur CQA (Snlghu pc:rwce~oncroundtripperwee:lc.). reprodadioo.,fiIm and photoprocessin&,SdnC)'.md&cosyn1heticttsUnl- T:I$k 103 Rcprodaction and dcll\'cry. 5N/OO 7'50 AM CQA ~CDpl! of work Y1K elm;uTI fav J.xb A LANDFILL CLOSURE 2000 CONSTRUCTION ASSISTANCE SCHEDULE \0 Task Name Duration Start April May June July August September October 1 Bidding and Construction Assist; 96 days Apr 9 '00 \ '" : .., 2 Advertisment o days Apr 9 '00 1 .4/9 3 Pre-bid Support 17 days Apr 10 '00 : - 4 Pre-bid Meeting 1 day Apr 14 '00 I 5 Bid Opening o days May 2 '00 6 Pre-Con Meeting 1 day May 16 '00 7 Start Construction 1 day Jun 13 '00 8 Construction Meetings 50 days Jun 12 '00 0 000000000 20 Construction Observation 67 days Jun 16 '00 21 Survey 67 days Jun 16 '00 I I I I 26 Geosynthetic Testing 3wks Jul 21 '00 - 27 Pay Estimates 44 days Jul1 '00 <> <> <> 31 CQA ReportlProject Close-out 15 days Sep 18 '00 ...... ...... 32 Punch list Inspection o days Sep 18 '00 33 CQA Report 3wks Sep 19 '00 34 Record Drawing 2wks Sep 26 '00 35 Final Pay Estimate o days Oct 2 '00 . 10/2 Task Project: Project1 Date: Apr 2 '00 Split .., Rolled Up Progress External Tasks 11111."'J'IIII"'1 Summary Rolled Up Task '" Milestone . Rolled Up Split , I , , , I , 1 , I , , , I , , 1 , , Rolled Up Milestone <> Project Summary ~;M1'~F~""" . ~1\ A A~..Bf~Jf,J$ ~~.,,;g~.f.l '" .., Progress Page 1