Loading...
HomeMy WebLinkAbout5.374 Original ContractAGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE THE CITY OF PORT ANGELES AND BROWN AND CALDWELL RELATING TO: WASTEWATER SYSTEM IMPROVEMENTS 5 S7V THIS AGREEMENT is made and entered into this limy ofib,. 1 1996, by and between THE CITY OF PORT ANGELES, a non charter code city of the S r to of Washington, (hereinafter called the "CITY and BROWN AND CALDWELL, a California corporation (hereinafter called the "CONSULTANT WHEREAS, the CITY desires to replace its damaged underwater treatment plant outfall diffuser, complete construction of its compost facilities, gain approval of a new operating permit for its treatment plant, make minor modifications to the city's largest wastewater pumping station, and perform limited planning relative to reduction of combined sewer overflows (CSOs) in the city; and WHEREAS, the CITY desires to engage the professional services and assistance of a qualified consulting firm to perform the scope of work as detailed in Exhibit A; and WHEREAS, the CONSULTANT represents that it is in full compliance with the statutes of the State of Washington for professional registration and /or other applicable requirements; and WHEREAS, the CONSULTANT represents that it has the background, experience, and ability to perform the required work in accordance with the usual and customary professional standards under similar circumstances; and WHEREAS, the CONSULTANT represents that it will provide qualified personnel and appropriate facilities necessary to accomplish the work; NOW, THEREFORE, in consideration of the above representations and the terms, conditions, covenants and agreements set forth below, the parties hereto agree as follows: I SCOPE OF WORK The scope of professional services to be performed and the results to be achieved by the CONSULTANT shall be as detailed in the attached Exhibit A, and shall include all services and material necessary to accomplish the work. e: \user \2526 \agree.wpw Agreement -Page 1 of 7 April 4, 1996 The CITY may review the CONSULTANT'S work product, and if it is not satisfactory, based on the criteria set forth in Exhibit A, the CONSULTANT shall make such changes as may be required by the CITY. Such changes shall not constitute "Extra Work" as related in Section XI of this Agreement. The CONSULTANT agrees that all services performed under this Agreement shall be in accordance with the standards of the profession at the time CONSULTANT's work is rendered and in compliance with applicable federal, state and local laws. The Scope of Work may be amended upon written approval of both parties. II OWNERSHIP OF DOCUMENTS Upon completion of the work, all documents, exhibits, photographic negatives, or other presentations of the work shall become the property of the CITY for use without restriction and without representation as to suitability for reuse by any other party unless specifically verified or adapted by the CONSULTANT. However, any alteration or reuse of the documents, by the City or by others acting through or on behalf of the City, will be at the City's sole risk. CONSULTANT shall retain one file copy of all documents. III DESIGNATION OF REPRESENTATIVES Each party shall designate its representatives in writing. The CONSULTANT'S representative shall be subject to the approval of the CITY. IV TIME OF PERFORMANCE The CONSULTANT may begin work upon execution of this Agreement by both parties. The work shall be completed in accordance with the schedule set forth in the attached Exhibit D. V PAYMENT The CITY shall pay the CONSULTANT as set forth in this section of the Agreement. Such payment shall be full compensation for work performed, services rendered, and all labor, materials, supplies, equipment and incidentals necessary to complete the work. A. Payment shall be on the basis of the CONSULTANT'S cost for actual labor, overhead and profit plus CONSULTANT'S direct non -salary reimbursable costs as set forth in the attached Exhibits B and C, respectively. 1. Labor costs shall be based on the hourly rates shown in Exhibit B. Hourly rates shall be based upon an individual's hourly wage, times the total number of hours worked, times a multiplier of 3.2775. The multiplier shall include overhead and profit. e:\user \2526 \agree.wpw Agreement -Page 2 of 7 April 4, 1996 General clerical time shall be considered an overhead item, except where specific work items are involved that require one -half hour or more continued effort, in which case time will be charged on the basis of hours worked. 2. The direct non salary reimbursable costs are those directly incurred in fulfilling the terms of this Agreement, including, but not limited to, travel, subsistence, telephone, CADD computer, reproduction and printing, supplies and fees of outside services and consultants. Ten percent (10%) overhead and profit may be added to direct non -salary reimbursable costs. B. The CONSULTANT shall submit invoices to the CITY on a monthly basis. Invoices shall detail the work, hours, employee name, and hourly rate; shall itemize with receipts and invoices the non -salary direct costs; shall indicate the specific task or activity in the Scope of Work to which the costs are related; and shall indicate the cumulative total for each task. C. The CITY shall review the invoices and make payment for the percentage of the project that has been completed less the amounts previously paid. D. The CONSULTANT invoices are due and payable within 30 days of receipt. In the event of a disputed billing, only the disputed portion will be withheld from payment. E. Final payment for the balance due to the CONSULTANT will be made upon the completion of the work and acceptance by the CITY. F. Payment for "Extra Work" performed under Section XI of this Agreement shall be as agreed to by the parties in writing. VI MAXIMUM COMPENSATION Unless otherwise agreed to in writing by both parties, the CONSULTANT'S total compensation and reimbursement under this Agreement, including labor, direct non -salary reimbursable costs and outside services, shall not exceed the maximum sum of $244,700. VII EMPLOYMENT Employees of the CONSULTANT, while engaged in the performance of any work or services under this Agreement, shall be considered employees of the CONSULTANT only and not of the CITY, and claims that may arise under the Workman's Compensation Act on behalf of said employees while so engaged, and any and all claims made by a third party as a consequence of any negligent act or omission on the part of the CONSULTANT'S employees while so engaged, on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT. In performing this Agreement, the CONSULTANT shall not employ or contract with any CITY employee without the City's written consent. e: \user \2526 \agree.wpw Agreement- -Page 3 of 7 April 4, 1996 VIII NONDISCRIMINATION The CONSULTANT shall comply with all applicable federal, state and CITY nondiscrimination regulations and with the CITY'S Equal Opportunity /Affirmative Action clause, which is set forth in the attached Exhibit E. IX SUBCONTRACTS A. The CONSULTANT shall not sublet or assign any of the work covered by this Agreement without the written consent of the CITY. B. The CONSULTANT will be using the firms submitted with its proposal as subcontractors. Subcontractors other than those listed shall not be permitted without the written consent of the CITY. C. In all solicitation either by competitive bidding or negotiation made by the CONSULTANT for work to be performed pursuant to a subcontract, including procurement of materials and equipment, each potential subconsultant or supplier shall be notified by the CONSULTANT of Consultant's obligations under this Agreement, including the nondiscrimination requirements. X CHANGES IN WORK Other than changes directed by the CITY as set forth in Section I above, either party may request changes in the scope of work. Such changes shall not become part of this Agreement unless and until mutually agreed upon and incorporated herein by written amendments to this Agreement executed by both parties. XI EXTRA WORK The CITY may desire to have the CONSULTANT perform work or render services in connection with this project, in addition to the Scope of Work set forth in Exhibit A and minor revisions to satisfactorily completed work. Such work shall be considered as "Extra Work" and shall be addressed in a written supplement to this Agreement. The CITY shall not be responsible for paying for such extra work unless and until the written supplement is executed by both parties. XII TERMIINATION OF AGREEMENT A. The CITY may terminate this Agreement at any time upon not less than ten (10) days written notice to the CONSULTANT. Written notice will be by certified mail sent to the consultant's designated representative at the address provided by the CONSULTANT. B. In the event this Agreement is terminated prior to the completion of the work, a final payment shall be made to the CONSULTANT, which, when added to any payments e: \user \2526\agree.wpw Agreement- -Page 4 of 7 April 4, 1996 previously made, shall compensate the CONSULTANT for services rendered up to the date of termination. C. In the event this Agreement is terminated prior to completion of the work, documents that are the property of the CITY pursuant to Section II above, shall be delivered to and received by the CITY prior to transmittal of final payment to the CONSULTANT. XIII INDEMNIFICATION /HOLD HARMLESS The CONSULTANT agrees to indemnify the CITY from any claims, damages, losses, and costs including but not limited to attorney's fees and litigation costs arising out of claims by third parties for property damage and bodily injury including death, caused solely by the negligence of willful misconduct of the CONSULTANT, CONSULTANT employees, affiliated corporations, officers, and subcontractors in connection with the work performed under this Agreement. The CITY agrees to indemnify the CONSULTANT from any claims, damages, losses, and costs including but not limited to attorney's fees and litigation costs arising out of claims by third parties for property damage and bodily injury including death, caused solely by the negligence or willful misconduct of the CITY, CITY's employees, or agents in connection with the work performed under this Agreement. If the negligence or willful misconduct of both CONSULTANT and CITY (or a person identified above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense shall be shared between the CONSULTANT and the CITY in proportion to their relative degrees of negligence or willful misconduct and the right of indemnity shall apply for such proportion. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the CONSULTANT and the CITY, its officers, officials, employees, and volunteers, the CONSULTANT's liability hereunder shall be only to the extent of the CONSULTANT's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the CONSULTANT's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. However, the CONSULTANT expressly reserves its rights as a third person set forth 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: e: \user \2526 \agree.wpw Agreement- -Page 5 of 7 April 4, 1996 1. Automobile Liability insurance with limits no less than $1,000,000 combined single limit per accident for bodily injury and property damage; and, 2. Commercial General Liability insurance written on an occurrence basis with limits no less than $1,000,000 combined single limit per occurrence and $2,000,000 aggregate for personal injury, bodily injury and property damage. Coverage shall include but not be limited to: blanket contractual; products /completed operations; broad form property damage; explosion, collapse and underground (XCU) if applicable; and employer's liability; and, 3. Professional Liability insurance with limits no less than $1,000,000 limit per occurrence. Any payment of deductible or self insured retention shall be the sole responsibility of the CONSULTANT. The CITY shall be named as an additional insured on the Commercial General Liability insurance policy, as respects work performed by or on behalf of the Consultant and a copy of the endorsement naming the CITY as additional insured shall be attached to the Certificate of Insurance. The CITY reserves the right to review a certified copy of all required insurance policies in the CONSULTANT's office. The CONSULTANT'S insurance shall contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. The CONSULTANT'S insurance shall be primary insurance as respects the CITY and the CITY shall be given thirty [30] days prior written notice of any cancellation, suspension, or material change in coverage. XV APPLICABLE LAW This Agreement shall be construed and interpreted in accordance with the laws of the State of Washington, and in the event of dispute the venue of any litigation brought hereunder shall be Clallam County. XVI EXHIBITS AND SIGNATURES This Agreement, including its exhibits, constitutes the entire Agreement, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following exhibits are hereby made a part of this Agreement: Exhibit A Scope of Work Exhibit B Consultant Labor Costs Exhibit C Non -salary Reimbursable Costs Exhibit D Schedule for the Work Exhibit E Equal Opportunity /Affirmative Action /Facilities Nondiscrimination e: \user \2526 \agree.wpw Agreement- -Page 6 of 7 April 4, 1996 In WITNESS THEREOF, the parties hereto have executed this Agreement as of the day and year first written above. CITY OF PORT ANGELES ATTEST: C iar66 per Ostrowski, Mayor APPROVED AS TO FORM: Craig Knutson, City Attorney Becky Upt li Ci Clerk e: \user \2526 \agree.wpw BROWN AND CALDWELL David L. Parry, Vice Pres Agreement- -Page 7 of 7 April 4, 1996 This agreement covers the consulting engineering services anticipated to occur generally in 1996. Individual task descriptions are included below. Task 1.0 Project Management and Coordination To manage, administer, and provide ongoing coordination for the project. This task includes technical and financial management of the contract; liaison with the City, operational staff, design team, and subconsultants. 1. Prepare a project management plan that covers the predesign phase of work. The plan would define the design team, project schedule, scope of service, project control reports, method of estimating completion of work, invoicing, records storage, project filing, and calculation filing. 2. Utilize the program schedule prepared under Item 1 above to monitor the progress of the work in relation to established time and budget constraints. Update and coordinate schedule revisions with the City. 3. Prepare monthly progress reports for submittal with progress payment invoices with backup as required by the City. Progress reports will identify budget status, progress status, major activities of the previous month, out of scope work, upcoming activities, and issues or complications that could prevent meeting milestones. 4. Assumes that work will be spread over a 12 -month period. Task 2.0 Outfall Diffuser The Port Angeles wastewater treatment plant has an existing 27 -inch diameter concrete cylinder pipe outfall, which extends 3500 feet offshore into Port Angeles Harbor. It terminates in an existing diffuser that has been severely damaged and no longer functions to adequately diffuse and mix plant effluent with the receiving waters. A mixing zone study and preliminary design report have been prepared previously for WDOE approval. These documents recommended the design and construction of a new replacement outfall diffuser consisting of a 42 inch (OD) diameter HDPE pipe section, equipped with thirteen 6 -inch flexible risers and constructed on e /uset/2526 /scope.wpw EXHIBIT A SCOPE OF WORK CONSULTING SERVICES FOR PORT ANGELES 1996 WASTEWATER PROJECTS Exhibit A -Page 1 of 6 April 4, 1996 Location, vicinity map, index Site plan, staging area Diffuser sections and details Diffuser details Miscellaneous details Exhibit A- -Scope of Work an alignment parallel to the original diffuser, but offset by 75 feet. The City's NPDES permit requires the new diffuser to be operational by November 1, 1996. Consulting services for design and installation of the new outfall diffuser include the following: Prepare construction drawings. The level of effort associated with the project is based upon the following assumed drawing list: Prepare specifications and contract documents. City format will be used; technical specifications will be prepared using the preferred WSDOT /APWA format. Twenty -five copies of the bid documents will be delivered to the City for distribution. Perform detailed design review. Strict Brown and Caldwell quality assurance procedures will be followed throughout the design process, including a complete independent review by a senior Brown and Caldwell design engineer. Prepare Engineer's Estimate. A detailed cost estimate will be prepared prior to bid advertisement. Provide assistance during bidding. Respond as required to contractors' technical questions during the bidding period. A three week bid period is assumed. Provide limited construction management. The construction project is anticipated to take approximately one month. During that time, Brown and Caldwell will provide approximately two weeks of field inspection services during critical marine construction activities. Underwater inspection will be provided by a subconsultant to Brown and Caldwell. A budget of $10,000 is assumed. Task 3.0 Phase 2 Composting Construction Management The City operates a composting facility located at the southwest corner of the landfill. The Phase 1 project is completed and consisted of site drainage, paving, grading and installation of a preengineered metal building to allow sludge processing using the static pile composting method. Phase 2 project construction will upgrade the compost facility to include greater capacity through process improvements (aeration system and controls) for the aerated static pile method, and incorporate other features for a permanent facility such as building lighting, e /uset /2526 /scope.wpw Exhibit A -Page 2 of 6 April 4, 1996 Exhibit A- -Scope of Work electrical service, and fire alarm system. Construction management services will include the following: Perform submittal review. A total of 15 submittals is anticipated for detailed review. Submittals will include at least the blowers, motor control equipment, piping and ductwork, fire alarm system, concrete blocks, butterfly valves, coatings, and programmable logic controller (PLC). Field monitoring services. The construction contract period is for 120 days; 90 days are anticipated for actual field work. An approximate level of effort of 3 days per week is assumed during significant construction activities. Prepare RFI's and Change Orders. An allowance of 120 hours is included for preparation of requests for information (RFI) and change orders, including pertinent backup information. Provide C/M administration. Ongoing administration of the construction management effort is assumed at 56 hours per month. Activities include control of consultant's budget, schedule, work products and reports; preparation of project invoices; keeping the City apprised of progress through status reports and regular communications; and acting as City's representative with the contractor. Should the City elect to assume any of the activities described above, the consultant's level of effort would be reduced accordingly. Task 4.0 Assistance with Application for Reissuance of NPDES Permit The City's current National Pollutant Discharge Elimination System (NPDES) waste discharge permit (dated November 30, 1993) expires at the end of 1996. A fully developed application for renewal must be submitted by June 1, 1996 (permit pages 4 and 43). Prior to or concurrent with the application, WDOE's requirements obligate the City to submit an updated residual solids management plan, and an updated CSO reduction plan amended to cover the coming five years. Therefore, this task includes: 1. Preparation of a draft update residual solids management plan that will be similar to the existing, but will additionally incorporate progress on the City's silviculture program, the status of the agreement now under negotiations with Merrill Ring for potential forestry land application, aerated static pile compost operation, and future accommodation for biofilter odor control- -plus any other changes to the City's biosolids program, as identified by the City. e /uset/2526 /scope.wpw Exhibit A -Page 3 of 6 April 4, 1996 Exhibit A- -Scope of Work 4 2. Preparation of a draft and final version of the City's rolling 5 -year look ahead and commitment to CSO reduction -WDOE combined sewer overflow (CSO) reduction plan. The draft version will be submitted for City review. Because of the cost impacts of CSO commitments, it is anticipated that both technical and finance comments and questions may be substantial. 3. General assistance, as requested with other portions of the City's NPDES permit application. Task 5.0 Pumping Station 4 Flowmeter The City's current 5 -Year CSO Reduction Plan indicates that the City will install a flow meter in Pumping Station 4 in 1997. It is assumed that City personnel will undertake this work. This task will prepare design drawings, equipment specification, electrical schedules, and a proposed construction sequence. These will be used by City staff to purchase and install the new flow meter, at a time selected by the City. Work to prepare a stand -alone document for outside contractor bidding is not included. Task 6.0 Detailed Work Plan (Scope Development) for a Collection System Management Plan The City's existing 5 -Year CSO Reduction Plan indicates that the City will develop a plan to jointly and systematically improve both its stormwater and CSO collection systems through capital improvements that maximize future CSO reductions. Stormwater, which through structural changes is kept from entering the combined sewer system, has to have a place to go (i.e., the stormwater system). At the time the existing 5 -Year CSO Reduction Plan was drafted, it was recognized that the steps had not been developed to proceed from the limited, short-term CSO monitoring of the 1987 Facilty Plan to a detailed collection system CIP program. The collection system management plan is intended to remedy that. Excerpted from the 5 -Year CSO Plan: Combine information on the City's stormwater system and the combined sewer system for joint optimization. Create a collection system management plan that conceptually examines infrastructure options to deal with impervious runoff from the fully developed city; prioritizes implementation of those components that will reduce system infiltration /inflow (I /I) and related CSOs where cost effective, [examines the interrelation of hydraulics and I/I problems and well known structural deterioration of critical facilities], and examines alternative methods of implementing those portions of the work that are on private property. The latter has been identified as a major concern of the City. e /uset/2526 /scope.wpw Exhibit A -Page 4 of 6 April 4, 1996 Exhibit A- -Scope of Work Note: Brackets in above paragraph denote item not in 5 -year CSO plan. The plan will include a survey of results from other City efforts to implement incentive or grant programs for work on private property by owners or residents. The study will try to identify procedures to sequentially perform voluntary or grant assisted I/I removal, followed by residual city directed work that will be fair to all residents regardless of whether they chose to voluntarily disconnect. The plan will recommend features and components to be included in grant or incentive programs, if that is one of the inflow removal method recommendations. The plan will recommend specifics of a public education program. The consultant will work with the City's legal council on critical areas ordinances. The collection system management plan itself will be prepared in 1997, and is not a part of this task. Work under this task would review existing collection system database GIS information, CSO monitoring records, and past stormwater management plans and supporting calculations; fully develop the scope of the collection system management plan; prepare an annotated proposed outline for the plan; document what information sources would be used for the analysis; and determine if sufficient raw data already exists in order to complete the plan without additional field CSO monitoring or other data collection. The task would review collection system maintenance activities. Products would include a proposed collection system management plan outline, summary of existing and missing base data for both sanitary and stormwater flow and routing, recommendations for modeling and analysis to be conducted as part of the plan, recommendations for refined maintenance data recording and condition assessment procedures, and a culled list of municipalities with ongoing I/I removal programs which should be surveyed as part of the plan. It is Brown and Caldwell's opinion that preparation of the scoping document under this task will facilitate discussion with WDOE regarding acceptance of the City's proposed update to the 5- Year CSO Reduction Plan under Task 4.0 and will identify data collection requirements that will allow accurate scheduling of the management plan in 1997. Task 7.0 Additional Outfall Permitting Assistance As a result of the initial Hydraulic Project Approval application denial by the Washington Department of Fish and Wildlife and the new state policy toward outfalls as described in the Inter Agency Permit Streamlining Document--Shellfish and Domestic Wastewater Discharge Outfall Projects, permit negotiations need to be continued with the following entities: e /uset/2526 /scope.wpw Exhibit A -Page 5 of 6 April 4, 1996 Washington State Department of Fish and Wildlife Washington State Department of Ecology Washington State Department of Health Washington State Department of Natural Resources Lower Elwa Klallam Indian Tribe Issues to be resolved and coordinated include the following: NPDES Sampling Plan Adaptation of Sampling Plan to cover sampling necessary for sewage treatment plant outfall construction Geoduck survey Final design parameters Tribe involvement in geoduck survey Determination of excavated sediment disposal /backfill Permit application resubmittals Alternatives analysis, if necessary ITT Rayonier outfall upgrades General assistance, as necessary Task 8.0 Directed Services The City has established a budgeted amount of $30,000 for special services not otherwise covered by specific tasks of this agreement. Such services shall be undertaken only when so directed by the City. e /uset/2526 /scope.wpw Exhibit A- -Scope of Work 6 Exhibit A -Page 6 of 6 April 4, 1996 EXHIBIT B COMPENSATION PORT ANGELES 1995 ENGINEERING SERVICES Port Angeles Wastewater Services 1996 Task Description Total Direct Indirect Other Subs Fee Task Total Labor Labor Direct Costs 1 Administration and Coordination $10,013 $18,524 $2,033 $0 $4,484 $35,053 2 Outfall Diffuser Detailed Design $15,660 $28,971 $6,072 $10,000 $8,302 $69,005 3 Phase 2 Composting Construction $16,074 $29,736 $5,642 $0 $7,436 $58,888 Management 4 NPDES Assistance $4,107 $7,598 $377 $0 $1,793 $13,875 5 P.S. 4 Flowmeter $1,113 $2,060 $429 $0 $519 $4,121 6 Collection System Management $4,050 $7,493 $756 $0 $1,807 $14,105 Plan 7 Additional Outfall Permitting $5,499 $10,172 $1,270 $0 $2,478 $19,418 Assistance 8 Directed Services $8,954 $16,564 $769 $0 $3,905 $30,191 e \user\2526\exhb.doc Totals $65,469 $121,117 $17,348 $10,000 $30,723 $244,657 Port Angeles Wastewater Services 1996 Task 1 Administration and Coordination Direct Labor Category/Name Professional Rate D Eckhardt $45 06 D Schneider $38 79 Z Moore $28 21 G Jones $67 26 D Voigt $32 78 R Denson $33 23 A Molseed $29 26 G Kumataka $41 94 S Merrill $45 46 G Knott $35 32 Engineer I $25 00 Technical Administration Direct Costs Subconsultant Costs Total Subconsultant Costs TASK TOTAL D Aspmall $26 89 0 L Miller $26 07 0 D Duncan Word Processor $12 15 $17 11 Hours Subtotal 0 0 00 230 8,92170 0 0 00 0 0 00 0 0 00 0 0 00 0 0 00 0 0 00 0 0 00 0 0 00 0 0 00 0 00 56 680 40 24 410 64 Subtotal Direct Labor 310 10,012 74 Indirect Labor Cost 185% 18.523 57 Total Labor Cost Total $28,536 31 Telephone /Fax 125 00 Photocopies 200 00 Printing 75 00 Film /Prints 75 00 Travel /Parking 750 00 Shipping/Postage 150 00 Computer /Word Prc /CADD 658 26 Total Direct Costs $2,033 26 Fee (15% on labor, 10% on Other Direct Costs and Subconsultants) 0 00 0 00 0 00 $0 00 $4.483 77 535,053.34 Port Angeles Wastewater Services 1996 TASK 1 Administration and Coordination Task 1 Activities Project Management Plan Progress Monitoring Invoice Prep Develop Subagreements Coord Mgr Review Scope Development 24 96 16 70 24 Professional z c U U c do c o 2 t n 7 N C CZ cG c c a uo C7 c..Q C Tech Admin 0) U Ca C] 36 12 20 12 4/4/9610 07 AM h \projects \portan96 \pa961ab ds 0 230 0 0 0 0 0 0 0 0 0 0 0 56 24 310 Port Angeles Wastewater Services 1996 Task 2 Outfall Diffuser Detailed Design Direct Labor Category/Name Professional Rate D Eckhardt $45 06 D Schneider $38 79 Z Moore $28 21 G Jones $67 26 D Voigt $32 78 R Denson $33 23 A Molseed $29 26 G Kumataka $41 94 S Merrill $45 46 G Knott $35 32 Engineer I $25 00 Technical Administration D Duncan $12 15 24 291 60 Word Processor $17 11 24 410 64 Subtotal Direct Labor 496 15.659 92 Indirect Labor Cost 185% 28,970 85 Total Labor Cost Direct Costs Telephone /Fax 250 00 Photocopies 200 00 Printing 1.000 00 Film /Prints 250 00 Travel /Parking 2.000 00 Shipping /Postage 150 00 Computer /Word Prc /CADD 2,222 20 Total Direct Costs $6,072 20 Subconsultant Costs Underwater Inspection Team Total Subconsultant Costs Hours D Aspinall $26 89 0 L Miller $26 07 192 5,005 44 Fee (15% on labor, 10% on Other Direct Costs and Subconsultants) TASK TOTAL Subtotal 152 6,84912 16 620 64 88 2.482 48 0 0 00 0 0 00 0 0 00 0 0 00 0 0 00 0 0 00 0 0 00 0 0 00 10.000 00 0 00 0 00 Total $44,630 77 $10,000 00 $8,301 84 569,004.81 Port Angeles Wastewater Services 1996 TASK 2 Outfall Diffuser Detailed Design 0 N Task 2 Activities Drawings 32 40 Specs/ Contract Documents 16 24 Design Review 16 16 0 0 ro v 0 Professional c G 2 Q 2 j cG Q C7 Tech cl c i O O o V E. 0 2 a Q v W 0 Ca 120 Engineer's Cost Estimate 4 24 Assistance During Bidding 24 24 8 8 Limited Construction Management 60 40 16 Admen 24 152 16 88 0 0 0 0 0 0 0 0 0 192 24 24 496 4/4/9610 07 kM h \projects \portan96 \pa96fab \fs Port Angeles Wastewater Services 1996 Task 3 Phase 2 Composting Construction Management Direct Labor Category/Name Professional Rate D Eckhardt $45 06 D Schneider $38 79 Z Moore $28 21 G Jones $67 26 D Voigt $32 78 R Denson $33 23 A Molseed $29 26 G Kumataka $41 94 S Merrill $45 46 G Knott $35 32 Engineer 1 $25 00 Technical Hours Subtotal 128 5,767 68 0 0 00 112 3,159 52 0 0 00 0 0 00 0 0 00 0 0 00 72 3.019 68 0 0 00 0 0 00 0 0 00 D Aspmall $26 89 0 L Miller $26 07 80 2,085 60 Administration D Duncan $12 15 168 2.041 20 Word Processor $17 11 0 0 00 Subtotal Direct Labor 560 16.073 68 Indirect Labor Cost 185% 29,736 31 Total Labor Cost Direct Costs Total $45,809 99 Telephone/Fax 250 00 Photocopies 200 00 Printing 50 00 Film /Pants 500 00 Travel /Parking 3.000 00 Shipping/Postage 150 00 Computer /Word Prc /CADD 1.492 40 Total Direct Costs $5.642 40 Subconsultant Costs Total Subconsultant Costs Fee (15 %on labor. I0 %on Other Direct Costs and Subconsultants) TASK TOTAL 0 00 0 00 0 00 $0 00 $7.435 74 $58,888.13 Port Angeles Wastewater Services 1996 TASK 3 Phase 2 Composting Construction Management Task 3 Activities Submittal Review Field Work RFI/ Change Orders CM Administration 32 40 32 24 N 0 0 L.. C7 40 24 32 16 ca 0 Professional 24 24 24 Tech Admin a o ai c a a Q 2 C C7 W C1 .a CI 0 E- 40 80 32 96 4/4/9610 07 ADI h \projects \portan96\pa961ab r1s Port Angeles Wastewater Services 1996 Task 4 NPDES Assistance Direct Labor Category/Name Professional Rate D Eckhardt $45 06 D Schneider $38 79 Z Moore $28 21 G Jones $67 26 D Voigt $32 78 R Denson $33 23 A Molseed $29 26 G Kumataka $41 94 S Merrill $45 46 G Knott $35 32 Engineer I $25 00 Technical Administration Direct Costs Subconsultant Costs Total Subconsultant Costs TASK TOTAL Hours D Aspinall $26 89 0 L Miller $26 07 0 Subtotal 48 2,162 88 20 775 80 0 0 00 0 0 00 0 0 00 0 0 00 0 0 00 0 0 00 0 0 00 0 0 00 28 700 00 0 00 D Duncan $12 15 16 194 40 Word Processor $17 11 16 273 76 Subtotal Direct Labor 128 4,106 84 Indirect Labor Cost 185% 7,597 65 Total Labor Cost Total $11,704 49 Telephone /Fax 25 00 Photocopies 25 00 Printing 0 00 Film /Prints 0 00 Travel /Parking 0 00 Shipping/Postage 25 00 Computer/Word Prc /CADD 301 76 Total Direct Costs $376 76 Fee (15% on labor, 10% on Other Direct Costs and Subconsultants) 0 00 0 00 0 00 $0 00 $1.793 35 S 13,874.60 Port Angeles Wastewater Services 1996 TASK 4 NPDES Assistance Task 4 Activities Residual Solids Mgmt Plan CSO Reduction Plan NPDES Assistance 32 16 20 N O Professional Q 12 16 Tech Admin 0 o y ai U ca Q C as Q 2 Ca cn 0 0 Ca Ca 8 12 4 4 4 4/4/9610 07 AM h projects \portan961pa96lab Is Port Angeles Wastewater Services 1996 Task 5 P.S. 4 Flowmeter Direct Labor Category/Name Professional Rate D Eckhardt $45 06 D Schneider $38 79 Z Moore $28 21 G Jones $67 26 D Voigt $32 78 R Denson $33 23 A Molseed $29 26 G Kumataka $41 94 S Merrill $45 46 G Knott $35 32 Engineer 1 $25 00 Technical Administration Subtotal Direct Labor 50 1.113 38 Indirect Labor Cost 185% 2.059 75 Total Labor Cost Direct Costs Telephone /Fax 25 00 Photocopies 25 00 Printing 45 00 Film /Prints 0 00 Travel /Parking 150 00 Shipping/Postage 0 00 Computer /Word Prc /CADD 184 30 Total Direct Costs $429 30 Subconsultant Costs Total Subconsultant Costs Flours D Aspmall $26 89 12 L Miller $26 07 0 0 00 D Duncan $12 15 2 24 30 Word Processor $17 11 4 68 44 Fee (15% on labor. 10% on Other Direct Costs and Subconsultants) TASK TOTAL Subtotal 0 0 00 16 620 64 0 0 00 0 0 00 0 0 00 0 0 00 0 0 00 0 0 00 0 0 00 0 0 00 16 400 00 0 00 0 00 0 00 Total $3,173 13 $0 00 $518 90 $4,121.33 Port Angeles Wastewater Services 1996 TASK 5 P S. 4 Flowmeter Task 5 Activities Station Flowmeter 16 Professional rn C 0 I C ON ni 0 0 0 Q L. N C7 O x Q Tech Admin 2 2 4 4/4/9610 07 AM h ∎projects \porian96 \pa961ab xls 0 0 50 Port Angeles Wastewater Services 1996 Task 6 Collection System Management Plan Direct Labor Category/Name Professional Rate D Eckhardt $45 06 D Schneider $38 79 Z Moore $28 21 G Jones $67 26 D Voigt $32 78 R Denson $33 23 A Molseed $29 26 G Kumataka $41 94 S Merrill $45 46 G Knott $35 32 Engineer I $25 00 Technical Administration Direct Costs Subconsultant Costs Total Subconsultant Costs TASK TOTAL Hours D Aspinall $26 89 0 L Miller $26 07 0 Subtotal 0 0 00 16 620 64 0 0 00 0 0 00 0 0 00 0 0 00 0 0 00 0 0 00 48 2,182 08 32 1,130 24 0 0 00 0 00 D Duncan $12 15 4 48 60 Word Processor $17 11 4 68 44 Subtotal Direct Labor 104 4,050 00 Indirect Labor Cost 185% 7.492 50 Total Labor Cost Total $11,542 50 Telephone /Fax 30 00 Photocopies 125 00 Printing 50 00 Film /Prints 50 00 Travel /Parking 250 00 Shipping/Postage 50 00 Computer /Word Pre /CADD 200 90 Total Direct Costs $755 90 Fee (15% on labor, 10% on Other Direct Costs and Subconsultants) 0 00 0 00 0 00 $0 00 $1.806 97 $14,105.37 Port Angeles Wastewater Services 1996 TASK 6 Collection System Management Plan Task 6 Activities Collection System Mgmt Plan 16 O N sts bA 0 Professional t= o ce 2 rn 48 32 Tech Admin 4 4 0 16 0 0 0 0 0 0 48 32 0 0 0 4 4 104 4/4/9610 07 AM H \projects \portan96 \pa961ab xis Port Angeles Wastewater Services 1996 Task 7 Additional Outfall Permitting Assistance Direct Labor Category/Name Professional Rate D Eckhardt $45 06 D Schneider $38 79 Z Moore $28 21 G Jones $67 26 D Voigt $32 78 R Denson $33 23 A Molseed $29 26 G Kumataka $41 94 S Mem11 $45 46 G Knott $35 32 Engineer I $25 00 Technical Administration Direct Costs Subconsultant Costs Total Subconsultant Costs TASK TOTAL D Aspmall $26 89 0 L Miller $26 07 32 834 24 D Duncan Word Processor $12 15 $17 11 Hours Subtotal 8 360 48 8 310 32 0 0 00 0 0 00 0 0 00 92 1057 16 0 0.00 0 0 00 0 0.00 0 0 00 0 0 00 32 388 80 32 547 52 Subtotal Direct Labor 204 5.498 52 Indirect Labor Cost 185% 10.172 26 Total Labor Cost 1 otal 15,670 78 Telephone /Fax 50 00 Photocopies 150 00 Printing 75 00 Film /Prmts 25 00 Travel /Parking 200 00 Shipping /Postage 50 00 Computer /Word Prc ICADD 719 55 Total Direct Costs $1.269 55 Fee (15% on labor, 10% on Other Direct Costs and Subconsultants) 0 00 0 00 0 00 $0 00 $2,477 57 519,417.90 Port Angeles Wastewater Services 1996 TASK Additional Outfall Permitting Assistance Task 7 Activities Add1 Outfall Permitting Assist PA96LAB XLS 8 8 Professional c 0 °3 CA a h o c 0 i- o 2 N C7 Ca cG Q 92 T.. Tech Admtn c1 a C U Eli Q 2 o C7 0 vi s C] —a Ca 32 32 32 4/4/969 02 AM 6 1 projects \portan96 \pa961ab ∎Is Port Angeles Wastewater Services 1996 Task 8 Directed Services Direct Labor Category/Name Professional Rate Hours Subtotal D Eckhardt $45 06 0 0 00 D Schneider $38 79 82 3,180 78 Z Moore $28 21 0 0 00 G Jones $67 26 0 0 00 D Voigt $32 78 0 0 00 R Denson $33 23 0 0 00 A Molseed $29 26 40 1,170 40 G Kumataka $41 94 41 1,719 54 S Merrill $45 46 0 0 00 G Knott $35 32 0 0 00 Engineer 1 $25 00 48 1,200.00 Technical Administration D Duncan $12 15 85 1,032 75 Word Processor $17 11 38 650 18 Subtotal Direct Labor 334 8,953 65 Indirect Labor Cost 185% 16,564 25 Total Labor Cost Direct Costs Telephone /Fax 0 00 Photocopies 0 00 Printing 0 00 Film/Prints 0 00 Travel /Parking 0 00 Shipping/Postage 0 00 Computer /Word Prc /CADD 768 96 Total Direct Costs $768 96 Subconsultant Costs Total Subconsultant Costs TASK TOTAL D Aspinall $26 89 0 L Miller $26 07 0 0 00 Fee (15% on labor. 10% on Other Direct Costs and Subconsultants) 0 00 0 00 0 00 1 otal $25,517 90 $0 00 $3,904 58 530,191.44 Port Angeles Wastewater Services 1996 TASK 8 Directed Services Task 8 Activities Directed Services 82 O N Professional 40 41 C/] 48 Tech Admin a C O CZ 85 38 4/4/96 9 09 kM h \projects \portan96 \pa96lab 'Is 0 O r Mileage $0.30 per mile (increases each year per IRS reimbursement rate) Computer Chargeouts: CADD, graphics, engineering, word processing All $10.25 per hour Reproduction $0.10 per copy FAX $2.00 per page (no telephone charges added) Exhibit C -Page 1 of 1 April 4, 1996 EXHIBIT C BROWN AND CALDWELL OTHER DIRECT CHARGE RATES e: \user \2526 \exhc.wpw Page 1 of 1 Task 4 NPDES Assistance Task 5 P S 4 Flowmeter Tasks Mar Apr May Task 1 Administration and Coordination Task 2 Outfall Diffuser Detailed Design Task 3 Phase 2 Composting Construction Management Task 6 Collection System Management Plan Task 7 Additional Outfall Permitting Assistance Task 8 Directed Services 1 Exhibit D Port Angeles Wastewater Services 1996 1 Jun 1996 Jul Aug Sep Oct Nov Dec 4/4/1996 1997 Jan Feb Mar h \pro_Iects \portan96 \sched96 mI4