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