HomeMy WebLinkAbout5.283 Original Contract5.280 Agreement with Bonneville Power Administration
Residential Conservation Agreement No. DE -MS79-
91BP93607 12/20/91 6/30/2001 12/20/91
Amendatory Agreements #1 #2 Residential
Conservation Agreement No. DE- MS79- 92BP93607 4/27/92
5.281 Port Angeles BMX Association Land Use Agreement for
Bicycle Moto -Cross Facility in Lincoln Park (west end)
August 16, 1991 August 16, 1992 (with yearly options to
extend agreement for each of next five (5) years no fee 9/16/91
5.282 Memorandum of Understanding Port of Port Angeles and
Clallam County and Cities within County -wide planning
policy
Memorandum of Understanding Clallam County Public Utility
District #1 and Clallam County and Cities within County-
wide planning policy
Agreement for County -wide Planning Policy Ratification
Process and Desired Planning Policies 3/17/92
5.283, Landfill Expansion Project Agreement for Professional
Services Parametrix, Inc.
Amendment 1
Amendment 3
Note: Amendment 2 was never fully executed
it has been incorporated into and made a part
of Amendment 3
5.283A Landfill Expansion Project Seton Construction,
Inc. (Contract 2B)
Seton Construction (Contract 2C)
Delhur Industries, Inc. (Contract 2D)
1/92
1/92
3/17/92
7/23/92
5/93
8/13/92
9/29
5/6/93
5.284 Agreement for Interim Sludge Disposal Northwest Cascade,
Inc. 2/7/92
5.285 Agreement for Assumption of LID Liabilities LBR
Construction Lots 11 -20, Block 401
CR LID 204 3/92
5.286 IBM Customer Agreement to provide support services
4/22/92 7/31/92 (estimated) 4/21/92
5.287 Building Improvements Construction Vern Burton Memorial
Community Center Primo Construction 4/22/92
5.288 Transportation Improvement Board Transportation Improvement
Project TIB No. 9W- 150(001) -1 Lauridsen Boulevard /Edgewood
Drive "L" Street to Edgewood Drive $836,100 5/92
Parametrix, Inc.
P 0 Box 460 Sumner. WA 98390
206 863 -5128 206-838-9810 Fax 206 -863 -0946
May 18, 1993
PMX #81- 2191- 02(E2)
Mr. Gary Kenworthy
City Engineer
P.O. Box 1150
Port Angeles, WA 98362
Re: Port Angeles Landfill Expansion Services Agreement, Amendment III
Dear Gary:
Attached are two signed copies of Amendment III to our Agreement for Professional Services
for the Port Angeles Landfill.
Amendment III provides for the engineering services relating to the Solid Waste Disposal.
Feasibility Study. It also provides for the elimination of Tasks 14.1, Permit Variance, and 14.-2;.
General Landfill Support Services, as defined under Amendment II of the Agreement. The:task-
budgets from the two eliminated tasks, totalling $30,000, will be redistributed to provide.
compensation for the work defined in this Amendment III.
Also included is a spreadsheet showing all of our current tasks, their corresponding budget and_,
budget status, and our proposed redistribution of task budgets. This redistribution of task._
budgets provides for the new work under Amendment III. It also provides for adjustments from
other tasks that were completed under budget to those that have required additional effort. In
any case, all work will be completed, including the new work outline in Amendment III; within
the agreed maximum compensation set forth in Amendment II with no increase required under_
Amendment III.
If you have any questions or concerns, please give me a call.
Sincerely,
PARAME311.IX, G.
7,77
Thair Jorgenson,
Project Manage
TJ:jmn
Enclosure
5) Printed on Recycled Paper
RO WMt71R i Consultants rn Engineenng and Environmental Sciences
RECEIVED
M 2 4 1993
CITY OF PORT ANGELES
PUBLIC WORKS
AMENDMENT III
TO
AGREEMENT FOR PROFESSIONAL SERVICES
FOR
THE CITY OF PORT ANGELES
LANDFILL EXPANSION PROJECT
THIS AMENDMENT is made and entered into this day of
1993, by and between THE CITY OF PORT ANGELES,
WASHINGTON, hereinafter called the CITY and the consulting firm of PARAMETRIX, INC.,
whose address is P.O. Box 460, Sumner, Washington 98390, hereinafter called the
CONSULTANT, amends Section I, OBJECTIVES AND SCOPE OF WORK; Section VI,
PAYMENT; Section VII, MAXIMUM COMPENSATION; and Section XIV, SUBLETTING
OR ASSIGNING OF CONTRACTS.
WITNESSETH THAT:
WHEREAS, an Agreement for Professional Services was made and entered into on the
17th day of March, 1992, by and between the CITY, and the CONSULTANT, and
Amendment I and Amendment II have been made and entered into, and
WHEREAS, pursuant to said Agreement, the CONSULTANT is providing engineering
services to do the necessary work for the landfill expansion and associated work, and
WHEREAS, the CITY deems it advisable and is desirous of engaging the professional
services and assistance of the CONSULTANT to do the necessary work for the landfill
expansion and associated activities as defined in the original agreement and Amendments I and II
and the newly defined work for the solid waste /landfill alternative evaluation as defined under
this Amendment III, and
WHEREAS, the work to be provided by this Amendment III will not require additional
funds, but rather will be provided for by elimination of two tasks established under Amendment
II with the redistribution of the eliminated task budgets to the new work provided for under this
Amendment III, and
WHEREAS, the CONSULTANT has represented and by entering into this Amendment
now represents that it is in full compliance with the statutes of the State of Washington for
registration of professional engineers and that all personnel to be assigned to the work required
under this Amendment are fully qualified to perform the work to which they will be assigned
in a competent and professional manner, and
WHEREAS, the CONSULTANT has indicated that it desires to do the work set forth in
this Amendment upon the terms and conditions set forth below:
Pon Angeles Landfill Expansion Project 81- 2191 -02
Amendment III 1 May 1993
NOW, THEREFORE, in consideration of the terms, conditions, covenants, and
performances contained herein below, the parties hereto agree to amend those articles contained
herein, while leaving unchanged the remainder of the above noted Agreement for Professional
Services, Amendment I and Amendment II.
Port Angeles Landfill Etpanaron Project
Amendment III
I.
OBJECTIVES AND SCOPE OF WORK
The scope of professional services to be performed under Amendment III by the
CONSULTANT shall be as detailed in Exhibit A.3 attached hereto, and shall include all services
and material necessary to accomplish the work.
In order to provide compensation for the work performed under this Amendment, two
tasks shall be eliminated from the work that was to be provided under Amendment II to this
Agreement. These two tasks are identified as Task 14.1, Permit Variance, and Task 14.2,
General Landfill Support Services. The budgets for these tasks ($20,000 and $10,000,
respectively), will be utilized as compensation for the work provided in Exhibit A.3.
V I.
PAYMENT
The CONSULTANT shall be paid by the CITY for completed work for services rendered
under this Amendment as provided hereinafter. Such payment shall be full compensation for
work performed, services rendered and for furnishing all labor, materials, supplies, equipment
and incidentals necessary to complete the work as described above.
A. Payment for work accomplished under the terms of this Amendment shall be on the basis
of the CONSULTANT'S cost for actual labor, overhead and profit plus
CONSULTANT'S direct non salary costs as outlined in Exhibit B.2 of Amendment II,
Exhibit B.1 of Amendment I, and Exhibits B and C of the Agreement.
1. The labor costs shall be based on the hourly rates. Hourly rates shall be based
upon an individual's hourly wage, times a multiplier of 3.0. The 3.0 multiplier
includes overhead and profit.
2. The direct non salary costs are those costs directly incurred in fulfilling the terms
of this Amendment, including, but not limited to, travel, subsistence, telephone,
CADD computer, reproduction and printing, supplies and fees of outside services
and consultants. In house direct non salary costs rates are shown in Exhibit C of
the Agreement. Ten percent (10 overhead and profit shall be added to all
outside services and consultants.
B. The CONSULTANT will submit invoices including subconsultant invoices to the CITY
on a monthly basis. Invoices shall detail the work, hours and employee name and level
81- 2191 -02
2
May 1993
for which payment is being requested and shall itemize with receipts and invoices the
other direct costs for which reimbursement is being requested.
C. The CONSULTANT may submit invoices to the CITY monthly during the progress of
work for partial payment for work completed to date. Such invoices will be checked by
the CITY and payment shall be made for the amount thereof as has been found to
represent the value of the percentage of the completed project less the amounts previously
paid.
D. Final payment for the balance due to the CONSULTANT will be made upon the
completion of the work under this Amendment and acceptance by the CITY.
E. Payment for extra work performed under this Amendment shall be paid as agreed to by
the parties hereto in writing at the time extra work is authorized.
f
VII.
It is also understood and agreed, notwithstanding any other provision to the contrary, that
the total compensation and reimbursement, if any, to be paid to the CONSULTANT, including
reimbursement for outside services is in no event to exceed the maximum sum of $834,086 for
all services required to satisfactorily complete the work described in Exhibit A of the
Agreement, Exhibit A.1 of Amendment I, Exhibit A.2 of Amendment II, and Exhibit A.3 of this
Amendment III, provided that the scope of work is not expanded beyond the control of the
CONSULTANT. The maximum sum of $834,086 is the total compensation allowed up through
Amendment II. No additional compensation is required for work provided from Amendment III.
Compensation for Amendment III is provided for through the elimination of Tasks 14.1 and 14.2
of Exhibit A.2 of Amendment II and the reuse of those task budgets, totaling $30,000, for the
Amendment III work.
XIV.
SUBLETTING OR ASSIGNING OF CONTRACTS
The CONSULTANT shall not sublet or assign any of the work covered by this
Amendment without the express consent of the CITY.
Pon Angeles Landfill Erpanston Project
Amendment III 3
MAXIMUM COMPENSATION
81- 2191 -02
May 1993
In WITNESS THEREOF, the parties hereto have executed this Amendment as of the day
and year first written above.
BY:
ATTEST:
0
Port Angeles landfill Expansion Project
Amendment III 4
YOR
ITY OF ORT ANGELES
81- 2191 -02
May 1993
The objective of this Scope of Work is to define the engineering services to be provided by the
CONSULTANT under Amendment III for the evaluation of alternative solid waste disposal
options to the Port Angeles Landfill. Task 14.1, Permit Variance, and Task 14.2, General
Landfill Support Services, as described in Exhibit A.2 of Amendment II, shall be eliminated and
their assigned budgets, totalling $30,000, redistributed to within Task 14.3 as shown on
Exhibit B.3.
The CONSULTANT is responsible for the management and completion of all work within this
amended scope. Subconsultants will be used to perform specialty services as needed. The work
to be provided under each task as amended or added is described within this Scope of Work.
Budgets for completing the tasks are provided in Exhibit B.3.
TASK 14.3 SOLID WASTE /LANDFILL MANAGEMENT EVALUATION
The work to be provided under Task 14.3 generally includes the evaluation of alternative solid
waste disposal options for the City of Port Angeles and Clallam County. The City's sanitary
landfill may have to cease operations as an MSW facility in as early as five years; therefore, the
determination of a potential substitute facility or system to accommodate the City and County's
solid waste is necessary at this time.
Task 14.3 under this Scope of Work has been divided into the following subtasks:
14.31 Criteria Definition
14.32 Alternative Selection
14.33 Analysis
14.34 Recommendations
14.35 Coordination
TASK 14.31 CRITERIA DEFINITION
EXHIBIT A.3
AMENDMENT III SCOPE OF WORK
Each of these subtasks are described as follows:
Review recent update of the Clallam County Solid Waste Management Plan (1992) and verify
data pertaining to waste stream projections, existing institutional systems, and current costs of
service. Develop technical and process criteria under which the study will be undertaken,
including basic planning assumptions.
TASK 14.32 ALTERNATIVE SELECTION
Select and define appropriate alternatives for evaluation. The scope of this study permits the
evaluation of proven operating techniques only. It is anticipated that both in- county and out -of-
county alternatives will be selected with up to four or five evaluated.
Port Angeles Landfill 81- 2191 -02
Amendment 111 Scope of Work 1 Mav 1993
TASK 14.33 ANALYSIS
Each alternative selected from Task 3 will be evaluated against pre- selected criteria, including
the following:
Technical feasibility (system configuration)
Cost (capital and operating)
Legal /institutional issues (procurement, permitting)
Environmental concerns
An alternatives analysis matrix will be developed for use by the consultant and Solid Waste
Advisory Committee (SWAC) in ranking the alternatives.
TASK 14.34 RECOMMENDATIONS
The results of the previous tasks will be combined to recommend a preferred system alternative
that will be used in preparing a draft report outlining detailed system descriptions, cost
estimates, and recommended implementation procedures.
The draft report will be submitted to the SWAC, City of Port Angeles, and Clallam County for
detailed review. Comments will be reviewed and necessary changes /additions incorporated into
the final report.
TASK 14.35 CLIENT. AGENCY, AND PUBLIC COORDINATION
The consultant will coordinate the entire study effort with City and County staff. Additionally,
the SWAC will serve as the "study advisory committee" with approximately four meetings
planned.
Formal presentation to the Port Angeles City Council and Clallam County Board of
Commissioners will be conducted under this task.
Port Angeles Landfill
Amendment 111 Scope of Work
81- 2191 -02
May 1993
Number
14.31
14.32
14.33
14.34
14.35
Pon Angeles Landfill
Amendment 111 Budget
Task
Criteria Definition
Alternative Selection
Analysis
Recommendations
Coordination
EXHIBIT B.3
AMENDMENT III BUDGET
Labor
$3,300.00
3,800.00
11,300.00
7,200.00
3.700.00
TOTAL $29,300.00
1
Direct Total
Cost Cost
$100.00 $3,400.00
200.00 4,000.00
0.00 11, 300.00
200.00 7,400.00
200.00 3.900.00
$700.00 $30,000.00
81- 2191 -02
May 1993
10
11
21
22
23
24
25
26
30
40
40B
41
42
50
51
52
53
60
70
80
81
90
91
100
101
102
103
104
105
106
NAME
Project Management
Permitting Assistance
Data Collect Review
Survey Map
Geotech Low Perm
Prel. Design Emir
Excav Grad. Cont
Engr Report Amend
LF Expansion Design
Const. Serv. A Si B
Const. Serv. B fSetonl
Const Services D
Const Services C
Leach. Treat. Analysis
Leachate Design
Leach Design Report
Leachate Permitting
Landfill Gas Analysis
Supplemental Design
Supolem'tl Const Ser
Leach Pret Upgrade
Cemetary Fill Design
Cemetary EIS Support
Bluff Erosion
Hydro Task Manage.
Hydro. Review
Grdwater Quality Data
Grdwater Well Plan
Install Mon Wells
Grdwater Mon Plan
CONTRACT'
TASK BUD:
14130/931
TASK
EXPENDED TO COMPLETE.
14/30/931_ _14/301931
PT ANGELES EXPANSION
AMENDED TASK BUDGETS1
ESTIMATED
BUDGET TO
COMPLETE
828,862.00 821,116.40I 73% 87,745.60I
835,112 61 835,808 91 I 100% to be closed
86,378 57 86,378 57 I 100% Closedl
812,687 46 812,687 46 I 100% Closedl
827,771 72 827,771 72 I 100% Closed I
821,682 51 821,682 49 I 100% Closedl 80 02
$20,323 08 820,323 08 I 100% Closedl
82,833 00 82,833 00 1 100% Closedl
851,382 76 851,382 76 I 100% Closedl
8163,791 31 8172,753 89 I 98 5% 82,500 00 1
316,000.00 911,475 91 I 85% 92,000 00 1 92,524.09
852,267 70 84,086.49 I 8% 848,181 21 I
848,738 00 85,526 57 I 7% 943,211 43 I
813,460 96 813,460.96 I 100% Closedl
823,726 42 823,731 42 I 100% Closed l
87,120.62 37,120 62 I 100% Closedl
89,475 82 89,408.32 I 100% Closedl 867.50
87,316 28 86,971.12 I 100% to be closed 8345 16
80 00 80.00 I Closedl
8000 80.001 Closedl
814,171.20 83,423 34 1 24% 810,747 86 I
$11,516 83 811,516 83 1 100% Closet
8856 68 8856 68 I 100% Closet
850,509 23 850,257 40 1 100% to be closed! 8251 83
85,817 20 31,941 35 1 33% 93,875.85 I
81,827 60 81,809 71 I 99% 817 89 1
$5,536.60 84,608 67 1 83% 8927 93 1
84,285 20 83,579 47 I 84% 8705.73 1
867,305 20 80 00 I 0% 867,305 20 1
89,665 20 80 00 1 0% 89,665 20 I
Page 1
PROPOSED
ESTIMATED ESTIMATED AMENDED TASK
BUDGET UNDER BUDGET OVER BUDGET
8696 30
$11,462 58
85 00
828,862 00
835,808.91
86,378.57
812,687 46
827,771.72
821,682 49
$20,323 08
82,833 00
851,382 76
8175, 253.89
813,475.91
852,267 70
848,738 00
813,460 96
823,731 42
97,120.62
$9,408 32
86,971 12
80 00
80 00
814,171 20
811,516.83
8856.68
850,257.40
85,817 20
81,827.60
$5,536.60
$4,285 20
867,305 20
89,665 20
May 21, 1993
1. Refer to Exhibit B 2 of
Amendment II for detailed task
budgets. Note that under Task
14.0, Subtask budgets 14 1 and
14 2 have been transferred to
Subtasks 14.31 through 14 35
LANDFILL EVALUATION
PT ANGELES EXPANSION
AMENDED TASK BUDGETS1
CONTRACT %TASK ESTIMATED
ad
a T1 TASK BUD. EXPENDED TO COMPLETE BUDGE O ESTIMATED ESTIMATED
NAME 4,F r: as r' 4/30 3 COMPLETE BUDGET UNDER BUDGET OVER
1071 Hydro. Assessment 514,969.20 80 00 0% $14,969.20
1081 Grdwater Reports 813,171.20 1 8239.13 1 2 %1 812,932 07 1 I
1101 Contaminated Soils 83,231.00 1 83,059.74 1 100 %I to be closed! 8171 26 1
1111 LFG Mon Plan 86,924.40 1 52,414.78 1 80 %1 8700 00 1 33,809.62 1
112+ Install Gas Probes 521,345.20 1 80.00 1 0 %1 821,345.20 1 I
1131 LFG Support Services $10,156 40 1 80 00 1 0 %I 57,382.10 1 82,774 30 1
1201 Interim Cover Plan 59,226 40 1 88,713.10 1 94 %i 8513.30 1 I
1301 Sur. Water Proced. 54,642 40 I 51,722.30 1 90 %1 3700.00 1 32,220 10 1
PROPOSED
AMENDED TASK
SUDGET'
$14,969.20
513,171.20
83,059.74
83,114.78
821,345.20
37,382.10
59,226.40
32,422.30
14311 Criteria Definition 83,400 00 1 81,207 06 1 36 %I 52,192 94 1 83,400 00
14321 Alternative Selection 84,000.00 1 80 00 1 0 %I 54,000 00 1 84,000 00
14331 Analysis 811,300 00 1 50 00 1 0 %I 811,300 00 1 811,300 00
14341 Recommendations 87,400 00 1 50 00 1 0 %I 57,400 00 1 87,400 00
14351 Coordination 83,900 00 1 80 00 1 0 %I 83,900 00 1 83,900.00
TOTALS: 8834,087.96 $549,869.25 8284,218.71 412,'163.88 412,163.88 4834,087.96
Page 2
May 21, 1993
PORT AA
SC'.
s
L 321 E. FIFTH ST. P.O. BOX 1150 PHONE (206) 457-0411
A °e c
February 12, 1993
TO: City Manager, Mayor Hall nd City Council
FROM: Public Works Departmen
MEMORANDUM
RE: Amendment II of Agreem for Professional
Services Regarding the Landfill Expansion and Permitting
ISSUE: Should the City Council amend the agreement with Parametrix, Inc. for professional
services regarding the Landfill Expansion and Permitting.
BACKGROUND: Parametrix's current contract, as amended July 28, 1992, covered
engineering design services for the new landfill cell Projects 2A (excavation), 2B (liner
installation), 2C (leachate treatment), and 2D (bluff erosion). Construction support services
were also included for Projects 2A and 2B, only.
During the design of the above projects, the Department of Ecology imposed new permitting
requirements which were not anticipated or included in the original design contract. It was
assumed that the original engineering report which covered the total 20 year landfill and had
been reviewed, approved, and permitted by the County Health Department and DOE was
sufficient.
New in place soil permeability testing requirements were imposed by DOE to check the previous
cell and the new cell, which resulted in additional testing and reporting. We challenged these
testing requirements, but had to acquiesce to permit variance conditions since time did not allow
for a lengthy debate. We have appealed the imposed variance for the permeability on the basis
that the required testing method is not sufficient to determine the inplace permeability of the
liner soils and that the normal testing indicated that the permeability met the requirements.
Additional engineering, testing, and permitting support was required of Parametrix for this work.
In addition, installation of two gas and three groundwater sampling facilities are required by the
variance conditions.
City Council
RE: Landfill Amendment
Page 2
The need for an additional amendment to Parametrix's contract can be summarized into four
areas, as follows:
1. Additional permitting and construction services required and complete
Projects 2A and 2B and obtain new landfill operation and leachate
discharge permits.
(Tasks 1.1, 4.0, 5.3) 86,392.00
2. Additional reports, groundwater (3) and gas (2) monitoring wells, testing
and monitoring, interim cover plan, and surface water sampling to meet
permit variance conditions.
(Tasks 1.0, 10.0, 11.0, 12.0, 13.0 and 14.9) $215,167.00
3. Construction support for Projects 2C and 2D.
(Tasks 4.1, 4.2) $101,006.00
4. Leachate pretreatment, upgrade expanded services.
(Task 8.1) 14.171.00
TOTAL AMENDMENT II AMOUNT $416,736.00
It should be noted that only areas 3 and 4 above would represent expected services while areas
1 and 2 represent additional services to meet DOE permit and variance requirements. Thirty
thousand dollars has been included in area 2 as owner directed services for assistance, if
necessary, in providing engineering support regarding the Variance appeal to the County and
DOE.
The revised contract amount including Amendment I and II is $834,086.00. Efforts to reduce
costs, where possible, will be made during construction support services for Projects 2C and 2D
as well as appealing the landfill variance conditions. City forces, when workloads allow, will
be utilized to reduce construction inspection costs. Parametrix's performance continues to be
responsive, on time, and within budget for anticipated work.
RECOM1'IENDATION: We recommend that the City Council approve Amendment II to the
agreement with Parametrix, Inc. and authorize the Mayor to sign Amendment II.
CC- Amal.GWK
Lj
Gary W. nworthy, P.E., City En
Parametrix, Inc.
P 0 Box 460 Sumner, WA 98390
206-863-5128 206-838-9810 Fax 206 863 -0946
February 2, 1993
PMX #81- 2191 -02(E2)
Mr. Gary Kenworthy
City Engineer
P.O. Box 1150
Port Angeles, WA 98362
titUtw =Y
FEB 3 1993
MITI( OF PORT ANGELES
p1 IRI tf' 16/11RKC
Re: Port Angeles Landfill Expansion Services Agreement, Amendment II
Dear Gary:
Consultants in Engineering and Environmental Sciences
9J- z14.0t
A draft of Amendment II to the Agreement for Professional Services is submitted for your review and
consideration. This includes Amendment II;" Exhibit A.2, the Scope of Work; and Exhibit B.2,
Engineering /Environmental Budget together with task budgets and subconsultants' scope and budget
letters.
This Amendment covers the extra work provided under the original Agreement for landfill permitting,
leachate permitting, and additional construction services for the work in progress. This new work scoped
and budgeted includes:
Expanded project management.
Construction services for the notch erosion and leachate facilities.
Expanded leachate pretreatment facility upgrade work.
Hydrogeologic and groundwater quality assessment.
Landfill gas management assistance.
Interim cover plan.
Surface water sampling and report procedures.
Supplemental services.
The groundwater and landfill gas work includes the anticipated complete installation costs for drilling
three wells and two gas probes. Construction services budgets allow for six weeks' full -time inspection
on the notch erosion contract and five weeks on the leachate upgrade contract.
We will be available to review and discuss this scope and budget at your request.
Sincerely,
PARAgERX, INC�
CD:nkd
it Jorgenson,
Project Mana
Enclosure
:te Printed on Recycled Paper
AMENDMENT II
TO
AGREEMENT FOR PROFESSIONAL SERVICES
FOR
THE CITY OF PORT ANGELES
LANDFILL EXPANSION PROJECT
THIS AMENDMENT is made and entered into this day of
1993, by and between THE CITY OF PORT ANGELES,
WASHINGTON, hereinafter called the CITY and the consulting firm of PARAMETRIX, INC.,
whose address is P.O. Box 460, Sumner, Washington 98390, hereinafter called the
CONSULTANT, amends Section I, OBJECTIVES AND SCOPE OF WORK; Section VI,
PAYMENT; Section VII, MAXIMUM COMPENSATION; and Section XIV, SUBLETTING
OR ASSIGNING OF CONTRACTS.
WITNESSETH THAT:
WHEREAS, an Agreement for Professional Services was made and entered into on the
17th day of March, 1992, by and between the CITY, and the CONSULTANT, and
Amendment 1 has been made and entered into, and
WHEREAS, pursuant to said Agreement, the CONSULTANT is providing engineering
services to do the necessary work for the landfill expansion and associated work, and
WHEREAS, the CITY deems it advisable and is desirous of engaging the professional
services and assistance of the CONSULTANT to do additional work for solid waste permitting:
leachate management improvements and permitting; environmental monitoring including
hydrogeologic and groundwater quality assessment, surface water sampling and reporting
procedures, landfill gas monitoring, well and gas probe location, design, permitting and
installation; landfill gas management; and construction services for contract delays and extension,
leachate pretreatment facilities, and bluff erosion construction; and
WHEREAS, the CONSULTANT has represented and by entering into this Amendment
now represents that it is in full compliance with the statutes of the State of Washington for
registration of professional engineers and that all personnel to be assigned to the work required
under this Amendment are fully qualified to perform the work to which they will be assigned
in a competent and professional manner, and
WHEREAS, the CONSULTANT has indicated that it desires to do the work set forth in
this Amendment upon the terms and conditions set forth below:
NOW, THEREFORE, in consideration of the terms, conditions, covenants, and
performances contained herein below, the parties hereto agree to amend those articles contained
herein, while leaving unchanged the remainder of the above noted Agreement for Professional
Services and Amendment I.
Port Angeles Landfill Expansion Project 81- 2191 -02
Amendment !1 1 January 1993
The scope of professional services to be performed and the results to be achieved by the
CONSULTANT shall be as detailed in Exhibit A.2 attached hereto, and shall include all services
and material necessary to accomplish the work.
The CITY may edit and review the CONSULTANT'S work product and if it is not
satisfactory, based on the criteria set forth in Exhibit A.2, the CONSULTANT shall make such
minor changes, amendments or revision in the detail of the work as may be required by the
CITY to the end that it is complete and appropriate. This item does not constitute an "Extra
Work" item as related in Section X of the Agreement.
The CONSULTANT represents that the studies, projections, plans, reports, designs,
drawings, specifications and all other engineering, consultant and analytical services furnished
under this Contract will be in accordance with generally accepted professional practices. The
CONSULTANT makes no other representation or warranty, expressed or implied.
Pon Angeles Landfill Expansion Project
Amendment 11
I.
OBJECTIVES AND SCOPE OF WORK
VI.
PAYMENT
The CONSULTANT shall be paid by the CITY for completed work for services rendered
under this Amendment as provided hereinafter. Such payment shall be full compensation for
work performed, services rendered and for furnishing all labor, materials, supplies, equipment
and incidentals necessary to complete the work as described above.
A. Payment for work accomplished under the terms of this Amendment shall be on the basis
of the CONSULTANT'S cost for actual labor, overhead and profit plus
CONSULTANT'S direct non -salary costs as outlined in Exhibit B.2 of this Amendment
and Exhibit C of the Agreement.
1. The labor costs shall be based on the hourly rates shown in Exhibit B.2. Hourly
rates shall be based upon an individual's hourly wage, times a multiplier of 3.0.
The 3.0 multiplier includes overhead and profit.
2. The direct non -salary costs are those costs directly incurred in fulfilling the terms
of this Amendment, including, but not limited to, travel, subsistence, telephone,
CADD computer, reproduction and printing, supplies and fees of outside services
and consultants. In house direct non -salary costs rates are shown in Exhibit C of
the Agreement. Ten percent (10 overhead and profit shall be added to all
outside services and consultants.
B. The CONSULTANT will submit invoices including subconsultant invoices to the CITY
on a monthly basis. Invoices shall detail the work, hours and employee name and level
81- 2191 -02
January 1993
for which payment is being requested and shall itemize with receipts and invoices the
other direct costs for which reimbursement is being requested.
C. The CONSULTANT may submit invoices to the CITY monthly during the progress of
work for partial payment for work completed to date. Such invoices will be checked by
the CITY and payment shall be made for the amount thereof as has been found to
represent the value of the percentage of the completed project less the amounts previously
paid.
D. Final payment for the balance due to the CONSULTANT will be made upon the
completion of the work under this Amendment and acceptance by the CITY.
E. Payment for extra work performed under this Amendment shall be paid as agreed to by
the parties hereto in writing at the time extra work is authorized.
VII.
MAXIMUM COMPENSATION
It is understood and agreed, notwithstanding any other provision to the contrary, that the
total compensation and reimbursement, if any, to be paid to the CONSULTANT, including
reimbursement for outside services is in no event to exceed the sum of $416,736 for all services
required to satisfactorily complete the work described in Exhibit A.2, provided that the scope
of work is not expanded beyond the control of the CONSULTANT.
It is also understood and agreed, notwithstanding any other provision to the contrary, that
the total compensation and reimbursement, if any, to be paid to the CONSULTANT, including
reimbursement for outside services is in no event to exceed the maximum sum of $834,086 for
all services required to satisfactorily complete the work described in Exhibit A of the
Agreement, Exhibit A.1 of Amendment I, and Exhibit A.2 of this Amendment II, provided that
the scope of work is not expanded beyond the control of the CONSULTANT.
XIV.
SUBLETTING OR ASSIGNING OF CONTRACTS
The CONSULTANT shall not sublet or assign any of the work covered by this
Amendment without the express consent of the CITY.
Port Angeles Landfill Expansion Protect 81- 2191.02
Amendment 11 3 January 1993
In WITNESS THEREOF, the parties hereto have executed this Amendment as of the day
and year first written above.
BY:
PRINCIPAL
PARAMETRIX, INC.
ATTEST:
MAYOR
CITY OF PORT ANGELES
Port Angeks landfill Expansion Project 81- 2191 -02
Amendment II 4 January 1993
The objective of this Scope of Work is to define the engineering services to be provided by the
CONSULTANT under Amendment II for additional design and construction services, for
developing groundwater assessment and monitoring plans, installing monitoring wells, amending/
revising gas monitoring plan, installing gas probes, and operations planning services for the
landfill and associated facilities. This work will be developed and consistent with the
Washington State Minimum Functional Standards (WAC 173 -304) and RCRA Subtitle D. The
work to be provided under this Amendment has been added to the appropriate existing task or
defined as a new task.
The CONSULTANT is responsible for the management and completion of all work within this
amended scope. Subconsultants will be used to perform specialty services as needed. The work
to be provided under each task as amended or added is described within this Scope of Work.
Budgets for completing the tasks are provided in Exhibit B.2.
TASK 1.0 PROJECT MANAGEMENT /AGENCY COORDINATION, EXPANDED
Objective:
Amend this task to ensure effective management of the additional technical tasks, extended
project schedule and new budget controls, and provide effective coordination with the City of
Port Angeles staff and regulatory agencies throughout the additional project work.
Work Plan:
EXHIBIT A.2
AMENDMENT II SCOPE OF WORK
The extended services to be provided under this task include the following:
1. Provide general administration of Contract for engineering services, including
coordination with County staff, Consultant staff and sub consultants.
2. Prepare monthly progress reports to accompany invoices for services rendered
during the project. Include description of services performed during the month,
services to be performed during the coming month, identification of concerns and
their proposed resolution.
3. Attend a maximum of three (3) general project meetings with the City to maintain
good communications with City staff and provide effective management of the
project. These meetings are to allow for direct interface between the City project
staff and the appropriate members of the Consultant Project Team.
Port Angeles Landfill 81- 2191 -02
Amendment 11 Scope of Work 1 February 2, 1993
Work Plan:
4. A maximum of two (2) general meetings with the Department of Ecology and
Environmental Health Division officials shall be attended by appropriate
personnel, as authorized by the City. The purpose of these meetings will be to
discuss and obtain agency input on the critical elements of the project and provide
for product review meetings. Additional site visits, meetings with City or agency
staff and field work to complete specific work tasks are budgeted under the
corresponding task. Whenever possible, multiple task/meeting trips will be
planned to obtain the highest level of information gathering and communication
between the Consultant team and the City.
Products:
Management of all project activities and coordination with the City of Port Angeles.
TASK 1.1 EXPANDED PERMITTING ASSISTANCE
Objective:
This task was established to track the expanded permitting assistance relating to Ecology's
requirements to provide additional testing of the low permeable soil barrier layer for both the
old and new landfill cells. This includes various meetings with the regulatory agencies, field
sampling laboratory testing report preparation, and preparing a variance request.
The services provided include:
1. Plan, coordinate, arrange for, and conduct additional low permeability testing of
soil barrier layer as required by the Washington State Department of Ecology.
Prepare and submit sampling and testing plan. This includes taking nine samples
of placed material, four samples from two locations in Phase I area and four
samples from four locations in new Phase II area. These samples are taken by
soils engineers from RZA -AGRA as supported by the Contractor, Seton
Construction, Inc., and Parametrix field and project representatives.
2. Attend various meetings with City, County Health Division, and WDOE as
necessary for additional testing, for obtaining facility permit, and for arranging
for variance.
3. Prepare status and final report of testing. Final report incorporated in CQA final
documentation.
4. Assist with obtaining solid waste handling facility permit.
5. Prepare variance request needed for acceptance of soil barrier layer.
Port Angeles Landfill
Amendment II Scope of Work
1
81- 2191 -02
February 2, 1993
Products:
Soil testing plan
Test report
Draft request for variance
Attendance at meetings
The costs for this task are presented on the Summary Budget page in Exhibit B.2.
TASK 4.1 CONSTRUCTION SERVICES NOTCH EROSION PROTECTION,
CONTRACT NO. 2D
Objective:
To providing engineering and construction services assistance to the City during the bidding and
construction phases of the Contract.
Work Plan:
The following outlines the services to be provided by the Consultant during the bidding,
construction, and project closeout phases of the notch erosion protection contract (Contract
No. 2D):
1. Bidding Phase Provide assistance to the City during the public advertising
process and in the evaluation of bid proposals received for the notch erosion
protection project.
2. Construction Phase Provide engineering services during the construction period
which will include:
a) Attend preconstruction conference with the City and Contractor.
b) Review and approval of Contractor's submittals.
c) Construction surveying limited to:
1) Cross sectioning before and after excavation to determine pay
quantities.
2) Providing horizontal and vertical control for the Contractor.
3) Survey documentation for record drawings.
d) Provide clarification and resolution of any questions regarding the
construction documents.
Port Angeles Landfill 81- 2191 -02
Amendment 1I Scope of Work 3 February 2, 1993
Products:
e) Provide a resident engineer /inspector to oversee construction and
document Construction Quality Assurance (CQA) requirements.
f) Provide for up to four concrete cylinder tests.
g) Provide for soil compaction testing of fill materials.
h) Observe and record drilling of observation well.
i) Document, calculate, and /or review various bid item quantities for
contract payments and prepare Contractor partial payment requests.
j) On -call field engineering when necessary during construction.
k) Participate in progress meetings at the job site with the Contractor to
discuss construction and schedule issues as appropriate.
1) Provide construction progress reports to the City and attend and provide
technical support to the City in all construction meetings.
3. Project Close Out Prepare record drawings and construction quality assurance
documentation for the notch erosion protection.
The products under the construction tasks will include reviewed shop drawings, progress reports
during construction, pay quantities and pay requests, construction correspondence, record
drawings, and CQA documentation.
TASK 4.2 CONSTRUCTION SERVICES LEACHATE PRETREATMENT
FACILITIES CONTRACT NO. 2C
Objective:
To provide engineering and construction services during construction of the Contract.
Work Plan:
The following outlines the services to be provided by the Consultant during the bidding,
construction, and project closeout phases of the leachate pretreatment facilities improvements
contract:
1. Construction Phase Provide engineering services during the construction period
which will include:
Port Angeles Landfill 814191 -02
Amendment II Scope of Work 4 February 2, 1993
Products:
a) Review and approval of Contractor's submittals.
b) Construction surveying limited to:
1) Providing horizontal and vertical control for Contractor.
2) Survey documentation for record drawings.
c) Provide clarification and resolution of any questions regarding the
construction documents.
d) Provide a resident engineer /inspector to oversee construction and
document Construction Quality Assurance (CQA) requirements.
e) Provide a start-up visit for electrical work.
f) Document, calculate and /or review various item quantities and installations
for contract payments.
g) On -call field engineering when necessary during construction.
h) Participate in progress meetings at the job site with the Contractor to
discuss construction and schedule issues as appropriate.
i) Provide construction progress reports to the City and to attend and provide
technical support to the City in all construction meetings.
2. Project Close Out Prepare record drawings and construction quality assurance
documentation for the leachate pretreatment facilities improvements.
The products under the construction tasks will include reviewed shop drawings, progress reports
during construction, pay quantity approvals, construction correspondence, record drawings, and
CQA documentation.
TASK 5.3 LEACHATE SYSTEM PERMITTING
Objective:
This task was established to track the efforts required in obtaining a permit to improve leachate
pretreatment facilities from Ecology Wastewater Group.
Port Angeles Landfill 81- 2191-02
Amendment II Scope of Work 5 February 2, 1993
Work Plan:
Respond to WDOE requirements for additional information relating to leachate system
improvements. Attend meetings with City, County Health Division, and WDOE, and
preparation of the final engineering report and permit documents.
Products:
Information requested
Attendance at meetings
Preparation of final permit documents and design report
The costs for this task are presented on the Budget Summary page in Exhibit B.2.
TASK 8.1 LEACHATE PRETREATMENT FACILITY UPGRADE EXPANDED
SERVICES
Objective:
Amend this task to provide procurement documents for a portable trailer mounted wastewater
pump compatible for leachate and sewage transfer, to update the leachate pretreatment facility's
Operation and Maintenance Manual for continuous operations and to allow for operational
assistance during start-up of modifications to leachate pretreatment facilities.
Work Plan:
Prepare procurement technical specifications for the portable pump to be used for leachate and
sewage. Coordinate capacity and features with the City to assure compatibility with current and
future needs. Review manufacturer equipment specifications provided by the City.
Prepare an update to the Operations and Maintenance Manual to incorporate the continuous flow
mode strategy and the operation and maintenance of the equipment for the upgraded leachate
facility.
Provide operator assistance in start-up of leachate ponds following modifications.
Products:
Pump procurement technical specifications
Update to Operations and Maintenance Manual
Leachate ponds operator assistance
Port Angeles Landfill 81- 2191 -02
Amendment 11 Scope of Work 6 February 2, 1993
TASK 10.0 HYDROGEOLOGIC AND GROUNDWATER QUALITY ASSESSMENT
Objective:
To comply with the groundwater monitoring requirements of the current state MFS (WAC 173-
304) and the 1993 Solid Waste Permit issued by the Clallam County Environmental Health
Division. To comply with variance Condition #1 of the Permit. To develop appropriate
documents that will comply with the new state MFS (WAC 173 -351) currently under
development as a result of the Federal Subtitle D groundwater monitoring requirements. This
task is divided into the following subtasks:
10.1 Task Management
10.2 Review Existing Hydrogeologic and Engineering Reports
10.3 Collect and Perform Data Reduction of Existing Groundwater Quality Data
10.4 Develop Groundwater Monitoring Well Installation Work Plan
10.5 Installation of Groundwater Monitoring Wells
10.6 Develop Site Groundwater Monitoring Plan
10.7 Prepare Hydrogeologic and Groundwater Quality Assessment Report
Each of these subtasks are described below.
TASK 10.1 TASK MANAGEMENT
Objective:
To ensure effective management of the technical subtasks, project schedule and budget for this
task. Provide effective coordination with the City of Port Angeles staff and regulatory agencies
throughout the project.
Work Plan:
The service to be provided under this task include the following:
1. Finalize task scope, schedule, and budget based upon input from City of Port
Angeles.
2. Provide general administration of tasks.
Port Angeles Landfill 81- 2191 -02
Amendment 11 Scope of Work 7 February 2, 1993
Product:
Objective:
Work Plan:
3. Input to project monthly progress reports to accompany invoices for services
rendered during completion of subtasks.
4. Attend three general meetings with the City that includes two meetings with the
Health Division and /or Ecology. The first meeting would be with the City to
review this Scope of Work and budget to insure complete understanding of task
objectives between all participants. The second meeting is for review of Health
Division and Ecology comments to the Work Plan. A third meeting is to review
findings and recommendations after completion of the Draft Hydrogeologic and
Groundwater Quality Assessment Report.
Management and coordination of all subtask activities and communication with Project Manager
and the City of Port Angeles.
TASK 10.2 REVIEW EXISTING HYDROGEOLOGIC AND ENGINEERING
REPORTS
To evaluate previous hydrogeologic and applicable engineering reports to gain an understanding
of the existing hydrogeologic conditions at the site for the purpose of identifying data gaps and
determining proper location of the required three downgradient monitoring wells for the existing,
lined landfill.
Under this subtask we will review all available pertinent information and previous reports. This
review of reports shall include the following:
1. Operations and Maintenance Plan.
2. Geotechnical Investigation.
3. Engineering Report.
4. Hydrogeologic Investigation.
Products:
None
Port Angeles Landfill 81- 2191 -02
Amendment 11 Scope of Work 8 February 2, 1993
TASK 10.3 COLLECT AND PERFORM DATA REDUCTION OF EXISTING
GROUNDWATER QUALITY DATA
Objective:
To obtain all available groundwater quality data previously collected from monitoring wells at
the site. Compile, summarize, and reduce data to an effective format for the purpose of
groundwater quality assessment and interpretation, and for development of a statistical analysis
program to meet regulatory requirements.
Work Plan:
Work performed under this subtask includes:
Products:
1. Compile and enter data into our data base specifically designed for water quality
data from landfills.
2. Generate summary tables of data.
3. Perform an assessment of the data results and comparative study to state
groundwater quality standards.
A technical memorandum summarizing the data results (including summary tables), water quality
assessment, and comparative study to state standards. Data base containing all groundwater
monitoring data results.
TASK 10.4 DEVELOP GROUNDWATER MONITORING WELL INSTALLATION
WORK PLAN
Objective:
To develop a plan that describes the objective, techniques, and methodology for the placement,
drilling, and installation of three groundwater monitoring wells to assess potential impacts from
the active, lined landfill to the underlying uppermost aquifer.
Work Plan:
Based on findings from Subtask 10.2 and 10.3 above, the plan shall include, but not be limited
to:
1. Sufficient information to justify proposed well locations.
2. Description of the types, methods, and frequency of data acquisition /analysis
during drilling.
Port Angeles Landfill 81- 2191 -02
Amendment II Scope of Work 9 February 2, 1993
7. Description of sampling pump equipment and installation.
Products:
Work Plan that includes items described above.
TASK 10.5 INSTALLATION OF GROUNDWATER MONITORING WELLS
Objective:
Install three groundwater monitoring wells located downgradient of the lined landfill capable of
monitoring potential impacts to the underlying uppermost aquifer. To satisfy condition #1 of
the variance described in the 1993 Solid Waste Permit and comply with the current MFS
regulations for groundwater monitoring.
Work Plan:
3. Description of techniques and methods to perform aquifer test (slug test in each
monitoring well) and analysis. This will provide data to estimate groundwater
flow rate within target aquifer.
4. Description of well construction design that meets the state standards of WAC
173 -160.
5. Description of well development techniques.
6. Well drilling equipment decontamination procedures.
Install three groundwater monitoring wells as per the approved Work Plan developed in Subtask
10.4 above. Prior to well installation, a health and safety plan and a drill bid specifications
package will be developed.
The health and safety plan is for use by Parametrix personnel working at the site and will
include the following activities:
1. Drilling and monitoring well installation.
2. Groundwater sampling.
The drill specifications will be prepared to serve as a basis for bid preparation by interested
drilling contractors and for use as a reference and guidance document during drilling and well
construction.
Port Angeles Landfill 81- 2191 -02
Amendment 11 Scope of Work 10 February 2, 1993
The budget developed for this subtask was developed with the following assumptions:
1. The uppermost aquifer is approximately 150 feet below the surface.
2. Each monitoring well will be drilled approximately 160 feet (total of 480 feet).
3. Drilling will be performed by a qualified, licensed driller.
4. A Parametrix staff geologist will be present to supervise and direct all drilling
activities.
5. Well development will be performed by Parametrix staff.
6. A slug test will be performed in each completed well to determine hydraulic
conductivity.
7. Sampling pumps (Hydrostars) will be installed by Parametrix staff.
8. Well logs describing lithologic characteristics and as -built well construction.
Products:
Three monitoring wells installed that comply with state standards, geologic and well construction
logs, aquifer analysis, and one round of groundwater samples. Dedicated sampling pumps will
be installed in each well. Information, findings, and data collected during this Subtask will be
included within the updated hydrogeologic and groundwater assessment report (Subtask 10.7
below). A health and safety plan and drill bid specifications.
TASK 10.6 DEVELOP SITE GROUNDWATER MONITORING PLAN
Objective:
9. One round of samples (MFS conventional parameters and volatile organic
compounds) will be collected by Parametrix staff upon completion of monitoring
wells.
To develop a site groundwater monitoring plan that describes techniques, methodology, and
quality assurance for future groundwater sample collection. The site monitoring plan includes
a field sampling plan (FSP) and a quality assurance project plan (QAPP). The monitoring plan
shall be developed such that it can be upgraded cost effectively to incorporate new sampling
requirements per the new state MFS.
Port Angeles Landfill
Amendment II Scope of Work
11
81- 2191 -02
February 2, 1993
Work Plan:
The site monitoring plan will include the following elements:
Field Samnline Plan (FSP):
At a minimum, the FSP will include the following elements:
1. Identification and location of each sampling point.
2. Description of sampling equipment and sample collection procedures.
3. Sample frequency and analytical parameters.
4. Procedures for decontamination of sampling equipment.
5. Procedures for sample handling, preservation, and shipment.
Oualitv Assurance Proiect Plan (OAPP):
At a minimum, the QAPP will include the following elements:
1. Quality assurance objectives.
2. Sampling procedures.
3. Sample chain -of- custody procedures.
4. Methods and procedures for data reduction, validation, and reporting.
5. Calibration procedures for field instrumentation.
6. Laboratory analytical procedures and methods.
7. Data assessment procedures (includes development of statistical program).
Products:
A groundwater monitoring plan that meets the requirements of the current MFS and anticipated
future MFS following the guidelines of Subtitle D.
Port Angeles Landfill 81- 2191 -02
Amendment 11 Scope of Work 12 February 2, 1993
TASK 10.7 PREPARE HYDROGEOLOGIC AND GROUNDWATER QUALITY
ASSESSMENT REPORT
Objective:
To provide a comprehensive document describing the existing hydrogeologic conditions and an
assessment of groundwater quality at the site.
Work Plan:
The basis of this report will be taken from the existing Port Angeles Landfill Hydrogeologic
Investigation Final Report (R. W. Beck and Associates, 1988). Findings and information
collected from the above subtasks will be evaluated and assessed along with findings from the
previous report and finalized in this report. Elements of the report will include, at a minimum:
2. Groundwater beneficial uses within one mile of the site.
3. Groundwater quality assessment within regulatory environment.
4. Conclusions and recommendations.
Products:
Site hydrogeologic and groundwater quality assessment report.
TASK 10.8 QUARTERLY AND ANNUAL GROUNDWATER MONITORING
REPORTS FOR CALENDAR YEAR 1993
Objective:
1. Description of site hydrogeologic conditions including geologic characteristics,
and groundwater occurrence, flow direction, and aquifer hydraulic properties and
appropriate accompanying maps and charts.
To comply with the reporting requirements of the current and anticipated state MFS, validate
data quality and objectives, assess and compare data results to state and federal standards, and
provide recommendations or actions to take, as appropriate.
Work Plan:
Four quarterly groundwater monitoring reports will be prepared for submittal to the Health
Division and Ecology for the 1993 calendar year. Prepare the 1993 annual groundwater
monitoring report. Elements of the reports will include:
Pon Angeles Landfill 81- 2191 -02
Amendment 11 Scope of Work 13 February 2, 1993
Products:
Objective:
Quarterly Reports
1. Summary text of data results compared to state and federal standards.
2. Summary text of statistical analysis.
3. Conduct QA /QC of data results and laboratory QA /QC data packet.
4. Summary tables of data results, statistical analysis, and static groundwater
elevations.
5. Site map showing groundwater potentiometric surface contours and flow
direction.
Annual Report
1. Summary and groundwater quality assessment of 1993 data results.
2. Statistical and trend analysis of 1993 data results.
3. Discussion and map of groundwater flow directions and seasonal
variability.
4. As appropriate, recommendations for improvements or necessary changes
for the 1994 monitoring program. May include recommendations for
reduction in routine tested parameters.
Four 1993 quarterly groundwater monitoring reports.
1993 Annual Groundwater Monitoring Report.
TASK 11.0 LANDFILL GAS MANAGEMENT ASSISTANCE
To provide an amended landfill gas monitoring plan for the landfill as required in the landfill
permit. Also to evaluate need and location for installing additional landfill gas monitoring
probes at the site. Providing for the installation of the gas probe wells (as necessary) and to
provide on -call support services for the City's landfill gas management program. This task is
divided into the following subtasks:
Port Angeles Landfill 81- 2191 -02
Amendment II Scope of Work 14 February 2, 1993
11.1 Landfill Gas Monitoring Plan
11.2 Installation of Gas Monitoring Probes
11.3 Landfill Gas Support Services
Each of these subtasks is described below:
11.1 LANDFILL GAS MONITORING PLAN
Objective:
To provide an amended landfill gas monitoring plan for the landfill which will include
monitoring of the landfill perimeter and confined areas on or near the landfill. This is to comply
with the landfill permit condition #1 under Landfill Gas.
Work Plan:
The following outlines the work to be provided under this subtask:
Product:
TASK 11.2 INSTALLATION OF GAS MONITORING PROBES
1. Site Visit Data Collection Meet with landfill operations staff to review gas data
and to identify important monitoring location (i.e., on -site structures, existing
probe conditions, adjacent properties to protect).
2. Develop amended monitoring plan for landfill.
3. Determine need for additional gas monitoring probe wells for proper system and
compliance monitoring.
4. 'Attend one meeting with the Health Division /Ecology regarding the monitoring
plan.
Amended Landfill Gas Monitoring Plan
Objective:
Installation of a maximum of two monitoring probe wells to supplement the existing gas
monitoring program at the landfill site (if determined necessary under subtask 11.1).
Port Angeles Landfill 81- 2191 -02
Amendment 11 Scope of Work 15 February 2, 1993
Work Plan:
The following outlines the work to be provided under this subtask:
Drilling and probe well installation specifications will be prepared to serve as basis for
bid preparation by drilling contractors and for use as a reference and guidance document
during drilling and well installation. NOTE: It is assumed that these specifications will
be combined with the groundwater monitoring documents develop under Task 10.5. This
will provide for one drilling contractor to install both gas probe and groundwater
monitoring at the site.
The budget developed for this subtask was developed with the following assumptions:
1. A maximum of two gas monitoring probes will be installed.
2. Each monitoring probe well will be drilled to a depth of 45 feet (total of 90 feet),
a single completion monitoring probe will be installed in each boring.
3. Drilling will be provided by a qualified, licensed driller that is obtained under
Task 10.5.
4. A Parametrix staff geologist will be present to supervise and direct all drilling
activities and oversee installation of the monitoring probes. Well logs will be
recorded for as -built well construction.
Product:
A maximum of two landfill gas monitoring will be installed.
TASK 11.3 LANDFILL GAS SUPPORT SERVICES
Objectives:
To provide on -call support services for operating, maintenance, and monitoring of the landfill
gas collection and control system.
Work Plan:
On -call support services will generally include:
1. Assistance to landfill personnel in implementing amended gas monitoring plan for
the landfill.
2. On -call operation or maintenance troubleshooting and /or oversite of the landfill
gas collection system, blower /flare facility.
Port Angeles Landfill 81- 2191 -02
Amendment II Scope of Work 16 February 2, 1993
3. On -call assistance in review and interpretation of monitoring data (both gas
system data and offsite monitoring probes) to determine system performance and
evaluate problem.
4. Provide on -call assistance and support in responding to issues imposed by
regulator agencies.
The budget developed for this subtask is based upon providing 16 hours of on -call services per
month for six months. This is a total of 96 hours of on -call services by staff in the Parametrix
landfill gas operations group. Additional management and support services and included in this
budget.
TASK 12.0 INTERIM COVER PLANS
Objective:
To develop and evaluate need for interim cover plans over inactive portions of the landfill.
Work Plan:
Develop an interim cover plan of synthetic material to reduce leachate produced and evaluate
cost of plan versus leachate handling costs, effectiveness, and operational difficulties. The plan
to be coordinated with Landfill Operations Plan to account for sequential fill, waste volume
placed, and impacts on stormwater runoff from the landfill.
Products:
Technical memorandum of interim cover plan evaluation.
TASK 13.0 SURFACE WATER SAMPLING AND REPORTING PROCEDURES
Objective:
To provide sampling and reporting procedures as required by the compliance schedule in the
solid waste handling facility permit.
Work Plan:
1. Review sampling and reporting procedures currently being used.
2. Coordinate with the Health Division and Port Angeles Sewage Treatment Plant
laboratory as necessary to identify procedures.
3. Assure compliance with state MFS and Subtitle D federal regulations.
Port Angeles Landfill 81- 2191-02
Amendment I1 Scope of Work 17 February 2, 1993
4. Prepare map of sampling points (2).
5. Prepare appendix to operations plan.
Products:
Appendix to operations plan for surface water sampling and reporting procedures.
TASK 14.0 SUPPLEMENTAL SERVICES
Task 14.0, Supplemental Services, is divided into two subtasks for permit variance support and
general landfill support services.
Objective:
The purpose of this task is to establish additional budget in the event additional services are
required outside the work that has been scoped and budgeted under the previous tasks. These
funds are to be used only under written authorization by the City for such additional work
authorized by the City.
Work Plan:
Products:
TASK 14.1 PERMIT VARIANCE
Provide additional work as directed by the City in support of the permit variance and
appeal.
TASK 14.2 GENERAL LANDFILL SUPPORT SERVICES
Provide additional work as directed by the City for planning, design, monitoring
construction services, and operations support.
As directed by the City.
Port Angeles Landfill 81- 2191 -02
Amendment 11 Scope of Work 18 February 2, 1993
TASK 1.0
1.1
TASK 4.0
4.1
4.2
TOTAL TASK 4.0
TASK 53
TASK 8.1
TASK 10.0
10.1
10.2
10.3
10.4
10.5
10.6
10.7
EXHIBIT B.2
ENGINEERING /ENVIRONMENTAL BUDGET
AMENDMENT II SUMMARY BUDGET
PORT ANGELES LANDFILL EXPANSION
City of Port Angeles, Washington
Project Management, Expanded $10,298
Permitting Assistance' 35.113
TOTAL TASK 1.0 $45,411
Construction Services'
Contract 2D, Notch Erosion
Contract 2C, Leachate Facilities
Leachate Permitting'
Hydrogeologic Groundwater Quality
Task Management
Hydrogeologic Review
Groundwater Quality Data
Groundwater Well Installation Plan
Install Monitoring Wells
Groundwater Monitoring Plan
Hydrogeologic Groundwater Quality
Assessment
10.8 Quarterly Annual Reports
$41,803
52,268
48.738
Leachate Pretreatment Facility Upgrade, Expanded
Assessment
$5,817
1,828
5,536
4,285
67,305
9,665
14,969
13.171
142,809
9,476
14,171
TOTAL TASK 10.0 122,576
The extra amounts for Tasks 1.1, 4.0, and 53 are as described in Parametrix letter dated
January 18, 1993.
2 The budget amount in these subtasks include reasonable estimates for drilling three (3)
groundwater wells and two (2) gas monitoring probes. The actual cost will be based on
completed depth and bid price from drillers.
Port Angeles Landfill 81- 2191 -02
Amendment II Budget 1 February 2, 1993
TASK 11.0 Landfill Gas Management Assistance
11.1 Landfill Gas Management Plan $6,924
11.2 Install Gas Monitoring Probes 21,345
11.3 Landfill Gas Support Services 10.156
TOTAL TASK 11.0 38,425
TASK 12.0 Interim Cover Plan 9,226
TASK 13.0 Surface Water Sampling Reporting Procedures 4,642
TASK 14.0 Supplemental Services'
14.1 Permit Variance $20,000
14.2 General Landfill Support Services 10.000
TOTAL TASK 14.0 30.000
TOTAL ENGINEERING /ENVIRONMENTAL BUDGET $416.736
2 The budget amount in these subtasks include reasonable estimates for drilling three (3)
groundwater wells and two (2) gas monitoring probes. The actual cost will be based on
completed depth and bid price from drillers.
3 Supplemental service provides for additional services requested by the City which are
outside of this Contract Scope and Budget. These funds are to be used only under written
authorization by the City for additional work requested by the City from Parametrix or their
subconsultants including RZA -AGRA; Northwestern Territories, Inc.; and Casne Engineering,
Inc. as appropriate.
Pon Angeles Landfill 81- 2191 -02
Amendment 11 Budget 2 February 2, 1993
PAPM.XLS
Project Name: PORT ANGELES LANDFILL Project No. 81- 2191 -02
Task Name: Project Management, Expanded Task No. 1.0
Date: 25- Jan -93 Total Cost: 10,298.00
LABOR COSTS
LABOR
STAFF HOURS RATE TOTAL
Principal 2 $125.00 $250.00
Project Manager 60 $93.60 $5,616.00
Project Engineer 44 $81.00 $3,564.00
Word Processing 12 $39.00 $468.00
Total Labor Costs $9,898.00
DIRECT COSTS
Travel $200.00
Supplies $100.00
Printing Reproduction $100.00
Total Direct Costs $400.00
IITOTAL COSTS $10,298.00
Page 1
PACON.XLS
Project Name: PORT ANGELES LANDFILL Project No. 81- 2191 -02
Task Name: Contract 2D Construction Services Task No. 4.1
Date: 25- Jan -93 Total Cost: $52,267.70
LABOR COSTS
LABOR
STAFF HOURS RATE TOTAL
Principal 2 $125.00 $250.00
Project Manager 22 $93.60 $2,059.20
Construction Manager 12 $90.00 $1,080.00
Senior Engineer 22 $107.00 $2,354.00
Project Engineer 122 $81.00 $9,882.00
Staff Engineer 32 $65.00 $2,080.00
Project Hydrogeologist 4 $77.00 $308.00
Staff Hydrogeologist 32 $68.00 $2,176.00
Inspector, Resident 328 $50.00 $16,400.00
Drafting 32 $48.00 $1,536.00
Word Processing 34 $39.00 $1,326.00
Total Labor Costs $39,451.20
SUBCONSULTANTS
NTI, Surveying $5,400.00
NTI, Geotechnical $1,415.00
Subtotal $6,815.00
Subconsultant Fee 10% $681.50
Total Subconsultant Cost $7,496.50
DIRECT COSTS
Travel $750.00
CADD Computer $360.00
Subsistence $2,200.00
Equipment Rental $360.00
Supplies $250.00
Printing and Document Reproduction $1,400.00
Total Direct Costs $5,320.00
TOTAL COSTS $52,267.70
Page 1
PACON2.XLS
Project Name: PORT ANGELES LANDFILL Project No. 81- 2191 -02'
Task Name: Contract 2C Construction Services Task No. 4.2
Date: 25- Jan -93 Total Cost: $48,738.00
LABOR COSTS
LABOR
STAFF HOURS RATE TOTAL
Principal 4 $125.00 $500.00
Project Manager 20 $93.60 $1,872.00
Project Engineer 100 $81.00 $8,100.00
Construction Ser. Manager 8 $90.00 $720.00
Senior Sanitary Engineer 22 $107.00 $2,354.00
Staff Engineer 52 $65.00 $3,380.00
Inspector, Resident 272 $50.00 $13,600.00
Drafting 32 $48.00 $1,536.00
Word Processing /Clerical 28 $39.00 $1,092.00
Total Labor Costs $33,154.00
SUBCONSULTANTS
Casne Engr. (Elect.) $5,700.00
NTI Surveying $2,600.00
NTI Geotechnical $2,040.00
Subtotal $10,340.00
Subconsultant Fee 10% $1,034.00
Total Subconsultant Cost $11,374.00
DIRECT COSTS
Travel $550.00
Subsistance $1,700.00
CADD Computer $360.00
Geomembrane Testing $300.00
Supplies $300.00
Printing Reproduction $1,000.00
Total Direct Costs $4,210.00
'TOTAL COSTS $48,738.00
Page 1
PALEACH.XLS
Project Name: PORT ANGELES LANDFILL Project No. 81- 2191 -02
Task Name: Leachate Facility Services Task No. 8.1
Date: 25- Jan -93 Total Cost: $14,171.20
LABOR COSTS
LABOR
STAFF HOURS RATE TOTAL
Project Manager 12 $93.60 $1,123.20
Project Engineer 32 $81.00 $2,592.00
Senior Sanitary Engineer 14 $107.00 1,498.00
Sanitary Engineer 48 $85.00 $4,080.00
Staff Engineer 36 $65.00 $2,340.00
Drafting 24 $48.00 $1,152.00
Word Processing 24 $39.00 $936.00
Total Labor Costs $13,721.20
DIRECT COSTS
Printing Reproduction $100.00
CADD Computer $300.00
Miscellaneous $50.00
Total Direct Costs $450.00
IpTOTAL COSTS $14,171.20
Page 1
LABOR
STAFF HOURS RATE TOTAL
Project Manager 2 $93.60 $187.20
Project Engineer 4 $81.00 $324.00
Senior Hydrogeologist 40 $81.00 $3,240.00
Project Hydrogeologist 24 $77.00 $1,848.00
Word Processing 4 $42.00 $168.00
Project Name: PORT ANGELES LANDFILL Project No. 81- 2191 -02
Task Name: Hydrogeologic Task Mng. Task No. 10.1
Date: 25- Jan -93 Total Cost: $5,817.20
LABOR COSTS
Total Labor Costs $5,767.20
DIRECT COSTS
Printing Reproduction
Total Direct Costs
TOTAL COSTS
1) Includes 3 meetings with City /agencies
PA101.XLS
Page 1
50.00
50.00
$5,817.20 II
PA102.XLS
Project Name: PORT ANGELES LANDFILL Project No. 81- 2191 -02
Task Name: Hydrogeologic Review Task No. 10.2
Date: 25- Jan -93 Total Cost: $1,827.60
LABOR COSTS
LABOR
STAFF HOURS RATE TOTAL
Project Manager 1 $93.60 $93.60
Project Engineer 2 $81.00 $162.00
Senior Hydrogeoligist 8 $81.00 $648.00
Project Hydrogeologist 12 $77.00 $924.00
Total Labor Costs $1,827.60
IITOTAL COSTS $1,827.60
Page 1
PA103.XLS
Project Name: PORT ANGELES LANDFILL Project No. 81- 2191 -02
Task Name: Groundwater Quality Data Task No. 10.3
Date: 25- Jan -93 Total Cost: $5,535.60
LABOR COSTS
LABOR
STAFF HOURS RATE TOTAL
Project Manager 1 $93.60 $93.60
Project Engineer 2 $81.00 $162.00
Senior Hydrogeologist 8 $81.00 $648.00
Project Hydrogeologist 28 $77.00 $2,156.00
Staff Hyrogeologist 24 $52.00 $1,248.00
Data Base Specialist 24 $47.00 $1,128.00
Total Labor Costs $5,435.60
DIRECT COSTS
Printing Reproduction
Miscellaneous
1) Data will be entered into Parametrix data base (Oracle).
2) Approximately 16 rounds of data are available.
Page 1
50.00
50.00
Total Direct Costs $100.00
JITOTAL COSTS $5,535.60
PA 104. XLS
Project Name: PORT ANGELES LANDFILL Project No. 81- 2191 -02
Task Name: Well Installation Plan Task No. 10.4
Date: 25- Jan -93 Total Cost: $4,285.20
LABOR COSTS
LABOR
STAFF HOURS RATE TOTAL
Project Manager 2 $93.60 $187.20
Project Engineer 4 $81.00 $324.00
Senior Hydrogeologist 8 $81.00 $648.00
Project Hydrogeologist 16 $77.00 $1,232.00
Staff Hyrogeologist 24 $52.00 $1,248.00
Graphics 6 $45.00 $270.00
Word Processing 3 $42.00 $126.00
Total Labor Costs $4,035.20
DIRECT COSTS
Travel $50.00
Printing Reproduction $200.00
Total Direct Costs $250.00
'TOTAL COSTS $4,285.2011
1) One site visit (2 staff) for site reconnaissance and well location.
Page 1
PA 105.XLS
Project Name: PORT ANGELES LANDFILL Project No. 81- 2191 -02
Task Name: Install Monitoring Wells Task No. 10.5
Date: 25- Jan -93 Total Cost: $67,305.20
LABOR COSTS
LABOR
STAFF HOURS RATE TOTAL
Project Manager 2 $93.60 $187.20
Project Engineer 4 $81.00 $324.00
Senior Hydrogeologist 8 $81.00 $648.00
Project Hydrogeologist 30 $77.00 $2,310.00
Staff Hydrogeologist 170 $52.00 $8,840.00
Word Processing 4 $42.00 $168.00
Total Labor Costs $12,477.20
SUBCONSULTANTS
Drilling $36,700.00
HAZCON (H S Plan) $1,000.00
Laboratory Analysis $1,680.00
Subtotal $39,380.00
Subconsultant Fee 10% $3,938.00
Total Subconsultant Cost $43,318.00
DIRECT COSTS
Sampling Pumps $8,660.00
Travel $350.00
Subsistence $1,000.00
Equipment Rental $500.00
Data Logger $1,000.00
Total Direct Costs $11,510.00
J TOTAL COSTS $67,305.20 II
1) Three (3) wells at 160 foot depth per well (480 feet total).
The budget amount allocated for drilling the 3 wells is a reasonable estimate.
The actual cost will be based on depth and bid price from driller.
2) One round of sampling (MFS conventional parameters and VOC's volatile organic compounds).
3) Dedicated sampling pumps (Hydrostar) installed in each well.
4) Slug test performed in each well.
Page 1
PA 106. XLS
Project Name: PORT ANGELES LANDFILL Project No. 81- 2191 -02
Task Name: Groundwater Monitoring Plan Task No. 10.6
Date: 25- Jan -93 Total Cost: $9,665.20
LABOR COSTS
LABOR
STAFF HOURS RATE TOTAL
Project Manager 2 $93.60 $187.20
Project Engineer 4 $81.00 $324.00
Senior Hydrogeologist 8 $81.00 $648.00
Project Hydrogeologist 40 $77.00 $3,080.00
Staff Hyrogeologist 24 $52.00 $1,248.00
Statistician 60 $61.00 $3,660.00
Word Processing 4 $42.00 $168.00
Total Labor Costs $9,315.20
DIRECT COSTS
Printing Reproduction $300.00
Miscellaneous $50.00
Total Direct Costs
'TOTAL COSTS
Page 1
$350.00 t
$9,665.20
PA107.XLS
Project Name: PORT ANGELES LANDFILL Project No. 81- 2191 -02
Task Name: Hydrogeologic Assessment Task No. 10.7
Date: 25- Jan -93 Total Cost: $14,969.20
LABOR COSTS
LABOR
STAFF HOURS RATE TOTAL
Project Manager 2 $93.60 $187.20
Project Engineer 4 $81.00 $324.00
Senior Hydrogeoligist 12 $81.00 $972.00
Project Hydrogeologist 100 $77.00 $7,700.00
Staff Hydrogeologist 80 $52.00 $4,160.00
Graphics 12 $45.00 $540.00
Editor 4 $45.00 $180.00
Word Processing 8 $42.00 $336.00
Total Labor Costs $14,399.20
DIRECT COSTS
Printing Reproduction $400.00
CADD Computer $120.00
Miscellaneous $50.00
Total Direct Costs $570.00
IRTOTAL COSTS S14,969.20 I
Page 1
PA108.XLS
Project Name: PORT ANGELES LANDFILL Project No. 81- 2191 -02
Task Name: Groundwater Reports, 1993 Task No. 10.8
Date: 26- Jan -93 Total Cost: $13,171.20
LABOR COSTS
LABOR
STAFF HOURS RATE TOTAL
QUARTERLY
Project Manager 1 $93.60 $93.60
Project Engineer 2 $81.00 $162.00
Senior Hydrogeologist 4 $81.00 $324.00
Project Hydrogeologist 12 $77.00 $924.00
Staff Hyrogeologist 80 $52.00 $4,160.00
Statistician 48 $61.00 $2,928.00
Graphics 4 $45.00 $180.00
Word Processing 4 $42.00 $168.00
Subtotal Labor Costs $8,939.60
ANNUAL
Project Manager 1 $93.60 $93.60
Project Engineer 2 $81.00 $162.00
Senior Hydrogeologist 2 $81.00 $162.00
Project Hydrogeologist 4 $77.00 $308.00
Staff Hydrogeologist 16 $52.00 $832.00
Statistician 40 $61.00 $2,440.00
Word Processing 2 $42.00 $84.00
Subtotal Labor Costs $4,081.60
Total Labor Costs $13,021.20
DIRECT COSTS
Printing Reproduction $100.00
Miscellaneous $50.00
Total Direct Costs $150.00
11TOTAL COSTS $13,171.2011
Page 1
PA111.XLC
Project Name: PORT ANGELES LANDFILL Project No. 81-2191-02'
Task Name: Landfill Gas Monitoring Plan Task No. 11.1
Date: 25- Jan -93 Total Cost: $6,924.40
LABOR COSTS
LABOR
STAFF HOURS RATE TOTAL
Project Manager 4 $93.60 $374.40
Project Engineer 8 $81.00 $648.00
Senior Gas Manager 18 $79.00 1,422.00
LFG Engineer 44 $51.00 $2,244.00
Graphics 20 $45.00 $900.00
Word Processing 8 $42.00 $336.00
Total Labor Costs $5,924.40
DIRECT COSTS
Travel $100.00
Printing Reproduction $500.00
CADD Computer $300.00
Miscellaneous $100.00
Total Direct Costs $1,000.00
(TOTAL COSTS $6,924.40
Page 1
PA112.XLS
Project Name: PORT ANGELES LANDFILL Project No. 81- 2191 -02
Task Name: Install Gas Monitoring Probes Task No. 1 1.2
Date: 25- Jan -93 Total Cost: $21,345.20
LABOR COSTS
LABOR
STAFF HOURS RATE TOTAL
Project Manager 2 $93.60 $187.20
Project Engineer 4 $81.00 $324.00
Senior Gas Manager 6 $79.00 $474.00
LFG Engineer 16 $51.00 $816.00
Staff Hydrogeologist 32 $60.00 $1,920.00
Drafting 12 $45.00 $540.00
Word Processing 2 $42.00 $84.00
Total Labor Costs $4,345.20
SUBCONSULTANTS
Drilling $15,000.00
Subconsultant Fee @10% $1,500.00
Total Subconsultant Cost $16,500.00
DIRECT COSTS
Travel $100.00
Subsistence $200.00
Printing Reproduction $100.00
Miscellaneous $100.00
Total Direct Costs $500.00
1TOTAL COSTS $21,345.20
1) Two(2) gas monitoring probes at 45 foot depth each for a total of 90 feet.
The budget amount allocated for drilling the 2 probes is a reasonable estimate.
The actual cost will be based on depth and bid price from the driller.
Page 1
PA113.XLS
Project Name: PORT ANGELES LANDFILL Project No. 81- 2191 -02
Task Name: Landfill Gas Support Services Task No. 11.3
Date: 25- Jan -93 Total Cost: $10,156.40
LABOR COSTS
LABOR
STAFF HOURS RATE TOTAL
Project Manager 4 $93.60 $374.40
Project Engineer 8 $81.00 $648.00
Senior Gas Manager 40 $79.00 $3,160.00
LFG Engineer 96 $51.00 $4,896.00
Graphics 8 $45.00 $360.00
Word Processing 4 $42.00 $168.00
Total Labor Costs $9,606.40
DIRECT COSTS
Travel $250.00
CADD Computer $100.00
Printing Reproduction $100.00
Miscellaneous $100.00
Total Direct Costs $550.00
TOTAL COSTS $10,156.40
Page 1
PA 120. XLS
Project Name: PORT ANGELES LANDFILL Project No. 81- 2191 -02
Task Name: Interim Cover Plan Task No. 12.0
Date: 25- Jan -93 Total Cost: $9,226.40
LABOR COSTS
LABOR
STAFF HOURS RATE TOTAL
Project Manager 4 $93.60 $374.40
Project Engineer 12 $81.00 $972.00
Design Engineer 64 $65.00 $4,160.00
Technician 32 $55.00 $1,760.00
Word Processing 20 $39.00 $780.00
Total Labor Costs $8,046.40
DIRECT COSTS
Travel $100.00
CADD Computer $480.00
Printing Reproduction $600.00
Total Direct Costs $1,180.00 1
'TOTAL COSTS $9,226.40
Page 1
LABOR
STAFF HOURS RATE TOTAL
Project Manager 4 $93.60 $374.40
Project Engineer 8 $81.00 $648.00
Design Engineer 32 $65.00 $2,080.00
Water Quality Specialist 4 $70.00 $280.00
Drafting 12 $48.00 $576.00
Word Processing 6 $39.00 $234.00
Total Labor Costs $4,192.40
DIRECT COSTS
CADD Computer $150.00
Printing Reproduction $250.00
Miscellaneous $50.00
Project Name: PORT ANGELES LANDFILL Project No. 81- 2191 -02'
Task Name: Surface Water Procedures Task No. 13.0
Date: 26- Jan -93 Total Cost: $4,642.40
LABOR COSTS
Total Direct Costs
IITOTAL COSTS
PASUR.XLS
Page 1
$450.00
$4,642.40 jf
NTI
Mr. Charles H. Diedrich
Parametrix, Inc.
Post Office Box 460
Sumner, Washington 98390
Dear Charlie:
NORTHWESTERN TERRITORIES, INC.
Engineers Land Surveyors Planners
Construction Coordination Matenats Testing
January 20, 1993
0) L
251
File P arametrix, r
Subject: Surveying Services for the Port Angeles Landfill Construction
Contract 2C (Leachate Pretreatment Facilities) and Contract 2D
(Landfill Notch Erosion Protection) in Port Angeles, Washington
Thank you for selecting our firm to provide the subject services. In response
to our conversation and your letter dated January 18, 1993, I am outlining the
following services we will provide (Items 1 through 5 are for Contract 2C and
Items 6 through 12 are for Contract 2D).
1. Set two horizontal and vertical control points suitable for use by the
contractor during construction of Contract 2C.
2. Provide a survey crew to verify construction locations and elevations at
the direction of your representative (one day of field crew time has
been allotted for this item).
3. Map the locations and elevations of piping values and structures after
construction of Contract 2C.
4. Provide sketch map in AutoCAD V.11 format of the above locations and
elevations, together with an ASCII point list of the features mapped.
5. Provide coordination, calculations and supervision for Items 1 through
4, above.
6 Set two horizontal and vertical control points suitable for use by the
contractor during construction of Contract 2D.
7. Map the two notches after excavation to determine excavation pay
quantities. We will use existing mapping to determine pre construction
quantities. Compute excavation pay quantities after consultation with
your representative to be sure excavation is complete.
8. Map the two notches after completion to determine embankment pay
quantities. Compute embankment quantities.
717 SOUTH PEABODY, PORT ANGELES. WA 98362 (206) 452 -8491 1- 800 654 -5545 FAX 452-8498
AN INDEPENDENTLY OWNED AFFILIATE OF BECKER INVESTIGATIVE ENGINEERING CORP
Mr. Charles Diedrich
Parametrix, Inc.
January 20, 1993
Page 2 of 2 pages
9. Provide a survey crew to verify construction locations and elevations as
directed by your representative (one day of survey crew time has been
allotted for this item).
10. Map the locations and elevations of:"
a. the top of the retaining wall and backfill at Notch 1;
and
b. the liner cutoff trench, concrete bag dam, 8" diameter
drain pipe, 12" discharge line and leachate observa-
tion well at Notch 2.
In order to provide these locations and elevations, we will have to be
notified when the items are in place but not yet backfilled.
11. Provide a sketch map in AutoCAD V.11 format of the above items, together
with an ASCII point list of the features mapped.
12. Provide coordination, calculations and supervision for Items 6 through
11, above.
Our estimate for Items 1 through 5, above (Contract 2C) is $2,600. Our
estimate for Items 6 through 12, above, is $5,400.
Item 8 was not included in your January 18, 1993 letter, but I think we talked
about it by telephone earlier. If it is not needed, please let me know and I
will revise the letter and estimate.
If you have any questions, please feel free to call.
Sincerely,
NORTHWESTERN TERRITORIES, INC.
49.1
Ronald L. Nesary, PLS
Principal Surveyor
RLN /ph
fc: Lndfl2CD.Jan
dir: Svy /Est
NT1
Mr. Charles H. Diedrich
PARAMETRIX, INC.
Post Office Box 460
Sumner, Washington 98390
Dear Charlie:
NORTHWESTERN TERRITORIES, INC.
Engineers Land Surveyors Planners
Construction Coordination Matenals Testing
Item 3 Sieve Analysis Testing
Item 4 On -call services
January 26, 1993
CONTRACT 2C, LEACHATE PRETREATMENT FACILITIES $2,040.00 Maximum
Item 1 Concrete cylinder compression testing
4 each $15.00 $60.00
Item 2 Density and Proctor Testing of Backfill
Sampling of Soils $70.00
Proctor Tests, 3 each $375.00
Field Density Testing, 3 site visits $315.00
Bedding materials, 2 tests $140.00
Drainage layer, 2 tests $140.00
Native /imported backfill, 2 tests $140.00
Const. Services Manager, 10 Hours $450.00
Const. Engr. Technician, 10 Hours $350.00
717 SOUTH PEABODY, PORT ANGELES. WA 98362 (206) 452 -8491 1-800-654-5545 FAX 452 -8498
AN INDEPENDENTLY OWNED AFFILIATE OF BECKER INVESTIGATIVE ENGINEERING CORP
1
JAN 271993
r'arametrix. Inc.
File
Subject: Port Angeles Landfill Construction Monitoring Services for
Contracts 2C and 2D
As requested in your letter of January 19, 1993, PMX #81- 2191 -02, the
following not -to- exceed quotes for construction monitoring services for
Contracts 2C and 2D are transmitted.
Mr. Charles H. Diedrich
January 26, 1993
Page 2 of 2 pages
CONTRACT 2D, LANDFILL NOTCH EROSION PROTECTION $1,415.00 Maximum
Item 1 Concrete cylinder compression testing
6 each $15.00 $90.00
Item 2 Density and Proctor Testing
Proctor Test $125.00
Field Density Testing, 2 site visits $280.00
Item 3 Sieve Analysis Testing
Item 4 On -call services
Const. Services Manager, 8 Hours $360.00
Const. Eng. Technician, 8 Hours $280.00
Work completed under each of these quotations will be billed at the rate shown
for the work on the enclosed Schedule "B" but will not exceed the maximum
quoted. Each test or inspection will be documented on an invoice and a copy
will be provided with each billing.
Should you require any further information, please do not hesitate to call.
Very truly yours,
NORTHWESTERN TERRITORIES, INC.
Jerry G( Neef
Construction Services Manager
JON /ksh
Enclosure
fc: Para.Jan
Dir: Engineer /Est
Glacial Till Backfill, 2 tests $140.00
Coarse Sand Leveling Course, 2 tests $140.00
NTI
A. FIELD SERVICES
NORTHWESTERN TERRITORIES, INC.
Engineering Technician 35.00 (1 hr. min.)
Senior Construction Inspector 45.00 (1 hr. min.)
Concrete: (Includes slump, temperature, air content, unit weight, casting of
test specimens and reinforcing steel placement inspection.)
Masonry: (Includes inspection of masonry units, inspection of mortar and
grout, casting of mortar and grout test specimens, fabrication of masonry
prisms, and inspection of reinforcing steel placement.)
Soils: (Includes soils compaction testing, sampling of soils and gravels, and
placement of structural fill or gravels.)
B. LABORATORY SERVICES
Concrete Compression Test* 15.00 Each
Mortar or Grout Compression Test* 15.00 Each
*(Includes mold, curing, testing and reporting of
specimens fabricated by NIT personneL)
Concrete Compression Test cast by others 25.00 Each
Moisture-Density Relationship Test 12 Each
(Proctor) ASTM D-698 or ASTM D -1557
Gradation (Sieve) Analysis 70.00 Each
ASTM C -33 and C -117
Sand Equivalent (AASHTO D -4318) 45.00 Each
Atterburg Limits (ASTM T -176) 60.00 Each
Moisture Content 10.00 Each
Fracture Count 30.00 Each
Travel time shall be hourly per rates listed above. Work in excess of eight hours per day
is to be paid at time and one -half; Sundays and Holidays at double time. Travel in excess
of eight hours will be paid at the regular full time hourly rates listed above.
Effective December 1, 1992 subject to revision.
Engineers Land Surveyors Planners
Construction Coordination Matena/s Testing
SCHEDULE B CONSTRUCTION SERVICES FEES
717 SOUTH PEA80DY. PORT ANGELES. WA 98362 (206) 452 -8491 1-800-654-5545 FAX 452-8498
AN INDEPENDENTLY OWNED AFF1UATE OF BECKER INVESTIGATIVE ENGINEERING CORPORATION
January 6, 1992
Parametrix Inc.
1231 Fryer Ave.
Sumner WA. 98312
CASNE ENG I
E P.O. BOX 7207 BELLEVUE. WA 98008 (206)45
06)454 555
ATTENTION: MR. CHARLIE DEIDRICH
Subject: Port Angeles Assistance During Construction Revised
Dear Charlie:
6) @RI1'57R
i i Aso
Fife
Parametrnc. Inc.
In response to your request for services during construction on this project we propose
the following:
We will provide submittal reviews, answer contractor questions, do a control panel
checkout on the bubbler and instrumentation control panel, provide a start -up visit and
write a list of incomplete electrical items.
We have added some time for change orders for another sampler and other minor changes
required during construction. New 1993 rates have not been established yet, so I have
bumped our fees 3% to cover any changes from 1992 rates.
We have not planned a trip before start-up. If you have any questions on this proposal,
please contact us.
Sincerely,
Casne Engineering, Inc.
IPA-
Kenneth L.
920S3A/PROP92DISC/MAD
finger, P.E.
CASNE ENGINEERING, INC. FILENAME:PRTANG
FEE ESTIMATE WORKSHEET DATE: 1/6/93
PORT ANGELES LEACHATE MODS ASSIS. DURING CONSTRUCTION
Task Description 1992 Pr.Eng Sr.Eng Eng. Des. CAD Sec. Total
Billing Rate $100 $80 $65 $55 $48 $35 Costs
SUBMITTAL REVIEWS 20 $1,600
CONTRACTOR QUESTIONS 8 $640
CONTROL PANEL CHECKOUT 6 6 $870
STARTUP PUNCH LIST 14 2 $1,190
CHANGE ORDERS 14 $1,120
Totals
62 6 2 $5,420
1.03 RATE INCREASE
MISC. EXPENSES
$5,582
$118
TOTAL $5,700
4
WITNESSETH THAT:
AMENDMENT I
TO
AGREEMENT FOR PROFESSIONAL SERVICES
FOR
THE CITY OF PORT ANGELES
LANDFILL EXPANSION PROJECT
THIS AMENDMENT is made and entered into this 2 5 day of
1992, by and between THE CITY OF PORT ANGELES,
WASHINGTON, hereinafter called the CITY and the consulting firm of PARAMETRIX, INC.,
whose address is P.O. Box 460, Sumner, Washington 98390, hereinafter called the
CONSULTANT, amends Section I, OBJECTIVES AND SCOPE OF WORK; Section VI,
PAYMENT; Section VII, MAXIMUM COMPENSATION; and Section XIV, SUBLETTING
OR ASSIGNING OF CONTRACTS.
WHEREAS, an Agreement for Professional Services was made and entered into on the
17th day of March, 1992, by and between the CITY, and the CONSULTANT, and
WHEREAS, pursuant to said Agreement, the CONSULTANT is providing engineering
services to do the necessary work for the landfill expansion and associated work, and
WHEREAS, the CITY deems it advisable and is desirous of engaging the professional
services and assistance of the CONSULTANT to do the necessary work to control erosion of
the bluff adjacent to the north edge of the landfill and to upgrade the existing leachate
pretreatment facility, and
WHEREAS, the CONSULTANT has represented and by entering into this Amendment
now represents that it is in full compliance with the statutes of the State of Washington for
registration of professional engineers and that all personnel to be assigned to the work required
under this Amendment are fully qualified to perform the work to which they will be assigned
in a competent and professional manner, and
WHEREAS, the CONSULTANT has indicated that it desires to do the work set forth in
this Amendment upon the terms and conditions set forth below:
NOW, THEREFORE, in consideration of the terms, conditions, covenants, and
performances contained herein below, the parties hereto agree to amend those articles contained
herein, while leaving unchanged the remainder of the above noted Agreement for Professional
Services.
1
83
I.
OBJECTIVES AND 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 Exhibit A.1 attached hereto, and shall include all services
and material necessary to accomplish the work.
The CITY may edit and review the CONSULTANT'S work product and if it is not
satisfactory, based on the criteria set forth in Exhibit A.1, the CONSULTANT shall make such
minor changes, amendments or revision in the detail of the work as may be required by the
CITY to the end that it is complete and appropriate. This item does not constitute an "Extra
Work" item as related in Section X of the Agreement.
The CONSULTANT represents that the studies, projections, plans, reports, designs,
drawings, specifications and all other engineering, consultant and analytical services furnished
under this Contract will be in accordance with generally accepted professional practices. The
CONSULTANT makes no other representation or warranty, expressed or implied.
VI.
PAYMENT
The CONSULTANT shall be paid by the CITY for completed work for services rendered
under this Amendment as provided hereinafter. Such payment shall be full compensation for
work performed, services rendered and for furnishing all labor, materials, supplies, equipment
and incidentals necessary to complete the work as described above.
A. Payment for work accomplished under the terms of this Amendment shall be on the basis
of the CONSULTANT'S cost for actual labor, overhead and profit plus
CONSULTANT'S direct non -salary costs as outlined in Exhibit B.1 of this Amendment
and Exhibit C of the Agreement.
1. The labor costs shall be based on the hourly rates shown in Exhibit B.1. Hourly
rates shall be based upon an individual's hourly wage, times a multiplier of 3.0.
The 3.0 multiplier includes overhead and profit.
2. The direct non -salary costs are those costs directly incurred in fulfilling the terms
of this Amendment, including, but not limited to, travel, subsistence, telephone,
CADD computer, reproduction and printing, supplies and fees of outside services
and consultants. In house direct non -salary costs rates are shown in Exhibit C of
the Agreement. Ten percent (10 overhead and profit shall be added to all
outside services and consultants.
2
B. The CONSULTANT will submit invoices including subconsultant invoices to the CITY
on a monthly basis. Invoices shall detail the work, hours and employee name and level
for which payment is being requested and shall itemize with receipts and invoices the
other direct costs for which reimbursement is being requested.
C. The CONSULTANT may submit invoices to the CITY monthly during the progress of
work for partial payment for work completed to date. Such invoices will be checked by
the CITY and payment shall be made for the amount thereof as has been found to
represent the value of the percentage of the completed project less the amounts previously
paid.
D. Final payment for the balance due to the CONSULTANT will be made upon the
completion of the work under this Amendment and acceptance by the CITY.
E. Payment for extra work performed under this Amendment shall be paid as agreed to by
the parties hereto in writing at the time extra work is authorized.
VII.
MAXIMUM COMPENSATION
It is understood and agreed, notwithstanding any other provision to the contrary, that the
total compensation and reimbursement, if any, to be paid to the CONSULTANT, including
reimbursement for outside services is in no event to exceed the sum of $72,591.00 for all
services required to satisfactorily complete the work described in Exhibit A.1, provided that the
scope of work is not expanded beyond the control of the CONSULTANT.
It is also understood and agreed, notwithstanding any other provision to the contrary, that
the total compensation and reimbursement, if any, to be paid to the CONSULTANT, including
reimbursement for outside services is in no event to exceed the maximum sum of $417,350.00
for all services required to satisfactorily complete the work described in Exhibit A of the
Agreement and Exhibit A.1 of this Amendment, provided that the scope of work is not expanded
beyond the control of the CONSULTANT.
XIV.
SUBLETTING OR ASSIGNING OF CONTRACTS
The CONSULTANT shall not sublet or assign any of the work covered by this
Amendment without the express consent of the CITY.
3
In WITNESS THEREOF, the parties hereto have executed this Amendment as of the day
and year first written above.
BY:
PRINCIPAL
Z �a PARAMETRIX, INC.
4
ATTEST:
eA
(/I YO
ITY OF F
PORT ANGELES
4
EXHIBIT A.1
AMENDMENT I SCOPE OF WORK
The objective of this Scope of Work is to define the engineering services to be provided by the
CONSULTANT under Amendment I for the design of measures to control the bluff erosion and
leachate control at Notches 1 and 2, the design of upgrades to the leachate pretreatment facility,
and to characterize the soil stockpiled at the Land Treatment Unit (LTU) at the Port Angeles
Landfill. This work will be developed and consistent with the Washington State Minimum
Functional Standards (WAC 173 -304) and RCRA Subtitle D. The work to be provided under
this Amendment has been divided into two general tasks:
Task 7.0 Bluff Erosion and Leachate Control
Task 8.0 Leachate Pretreatment Facility Upgrade
Task 9.0 Contaminated Soil Characterization
The CONSULTANT is responsible for the management and completion of each task listed
above. Subconsultants will be used to perform specialty services as needed. The work to be
provided under each task is described within this Scope of Work. Budgets for completing the
tasks are provided in Exhibit B.1. The Scope of Work and budget for Task 8.0 are based on
the following assumption:
The maximum daily discharge rate from the leachate pretreatment facility will be
increased to 20,000 gallons per day with a provision of 30,000 gallons per day
at peak flows after coordination with the treatment plant operations staff.
If this assumption does not hold true, the Scope of Work and budget for Task 8.0 may require
adjustments to reflect the changes in the project assumptions.
Port Angeles Landfill 21- 2191 -01
Amendment 1 Scope of Work 5 July 17, 1992
Task 7.0 BLUFF EROSION AND LEACHATE CONTROL
Obiective
Prepare drawings, specifications, bid documents, and engineer's cost estimate for the
construction of corrective action for the bluff erosion and leachate control along the north edge
of the Port Angeles Landfill at Notches 1 and 2.
Work Plan
Based on using a retaining wall for the Notch 1 area and a cast -in -place flexible, cable
reinforced erosion control revetment with underdrain for the Notch 2 area as corrective actions
to control erosion and leachate along the bluff erosion area, the work to be provided under this
task includes:
1. Surveying Develop a base map for the bluff erosion area at a horizontal scale
of 1 -inch equals 20 -feet and contour intervals of 2 -feet. Provide a base map
survey with electronic worksheet in AutoCAD and ASCII point files.
2. Conduct Geotechnical Exploration Test borings will be drilled along the top of
the bluff erosion area to establish the thickness of refuse and depth to suitable
bearing soils, to evaluate groundwater conditions, and to provide parameters for
foundation design. Test borings are proposed at the following locations:
Two borings atop the Notch 1 area, each to a depth of 30 feet.
Three borings atop the Notch 2 area, two at a depth of 25 feet and
one to a depth of 55 feet.
Since the borings will be drilled through refuse, a health and safety plan will be
prepared and followed during drilling activities.
3. Prepare Geotechnical Engineering Design Report Upon completion of the
geotechnical exploration, a geotechnical engineering design report addressing the
following items will be prepared.
Description of the project site with approximate locations of
borings shown on a site plan.
Descriptive boring logs of the explorations and a summary of
subsurface conditions.
Conclusions regarding the feasibility of site stabilization, using the
retaining wall for the Notch 1 area and the erosion control
revetment for the Notch 2 area.
Port Angeles Landfill 21- 2191 -01
Amendment I Scope of Work 6 July 17, 1992
Soil parameters to be used in development of design including
allowable foundation bearing capacity, lateral earth pressures, and
coefficient of friction against sliding.
Construction considerations.
Recommendations for maintenance and future observations.
Recommendations for further study, if required.
4. Design Corrective Action for Notch 1 Using information obtained from the
geotechnical exploration and the geotechnical engineering design report, a
retaining wall will be designed around the opening in Notch 1. The wall will be
keyed into native materials. The depression area south of the proposed retaining
wall will be backfilled and graded to direct surface drainage away from the site.
5. Design Corrective Action for Notch 2 Using information obtained from the
geotechnical exploration and the geotechnical engineering design report, the
following stabilization improvements will be designed for the Notch 2 area:
A cast -in -place flexible, cable reinforced erosion control revetment
will be installed from the top of the notch, which is located
adjacent to the existing landfill, and down the notch approximately
70 feet. The existing grade in the notch will be regraded to
provide a 1H:1V slope for placement of the erosion control
revetment.
A leachate collection underdrain system will be installed under the
erosion control revetment. The underdrain system will be
comprised of a leachate collection layer and a submersible well or
sump pump. The collection layer will collect leachate and the well
and pump will be capable of transferring the collected leachate to
a collection vehicle or storage chamber located at the top of Notch
2.
Surface drainage presently discharging into the Notch 2 area will
be diverted away from the area wherever possible. A flexible
drainage conduit will be installed at the lower end of the erosion
control revetment to collect surface water off of the revetment and
transfer it down to the shoreline.
6. Prepare Engineer's Construction Cost Estimate A construction cost estimate will
be prepared for the construction of the corrective actions for Notches 1 and 2.
Port Angeles Landfill 21- 2191 -01
Amendment 1 Scope of Work 7 July 17, 1992
Products
The products of this task will be a geotechnical engineering design report, a biddable set of plans
and specifications, and an engineer's construction cost estimate for the construction of the
corrective actions designed for the Notch 1 and Notch 2 bluff erosion areas.
Port Angeles Landfill 21- 2191 -01
Amendment 1 Scope of Work 8 July 17, 1992
8.0 LEACHATE PRETREATMENT FACILITY UPGRADE
Obj ective
Prepare drawings, specifications, bid documents, interim operations plan, operation and
maintenance manual, and engineer's cost estimate for the construction of upgrades to the Port
Angeles Landfill leachate pretreatment facility.
Work Plan
The work conducted under this task will implement the recommendations developed in the
System Evaluation Report, June 1992, prepared by Parametrix, Inc. for the leachate pretreatment
facility at the Port Angeles Landfill. The work to be provided under this task includes:
1. Conduct Leachate Sampling Program As recommended in the System Evaluation
Report for the leachate pretreatment facility, a six week sampling program will
be conducted to characterize the leachate being generated by the landfill at the
present time. Leachate samples will be collected and tested for total and soluble
BOD, total and soluble COD, suspended solids, total solids, nitrogen (ammonia
and total Kjeldahl), and phosphorous.
2. Upgrade Leachate Pretreatment Facility Using the data collected during the
leachate sampling program to characterize the leachate, the operation of the
existing leachate pretreatment system will be revised to operate in a continuous
flow mode rather than the current batch mode. The operation of the system in
a continuous flow mode will improve the quality of the leachate effluent and
better equalize the discharge flows. To allow operation in a continuous flow
mode, the existing leachate pretreatment system will be upgraded by revising the
existing operations strategy, modifying existing equipment, and installing new
equipment as recommended in the System Evaluation Report. New equipment to
be installed include: an outlet structure for Lagoon No. 2, a floating partition for
Lagoon No. 2, an effluent magnetic flow meter, an effluent flow recorder, an
effluent sampler, an automated valve, and electrical instrumentation and control
modifications.
3. Prepare an Interim Operations Plan A plan describing the operation of the
leachate pretreatment facility while it is being upgraded will be prepared. The
plan will ensure that leachate will be properly handled during construction of the
facility upgrades.
4. Prepare an Operations and Maintenance Manual An operations and maintenance
manual will be prepared to incorporate the continuous flow mode strategy and the
operation and maintenance of the equipment for the upgraded leachate
Port Angeles Landfill 21- 2191 -01
Amendment 1 Scope of Work 9 July 17, 1992
Products
5. Modify Aerator Mooring System The existing post moored system used to
anchor the aerators in the leachate lagoons will be evaluated to determine if a
walkway should be constructed out to the aerators or if the existing post moored
system should be converted to a cable moored system. The Scope of Work will
be adjusted to include the selected modifications to the aerator mooring system.
6. Prepare Engineer's Cost Estimate Construction cost estimates will be prepared
for the leachate pretreatment facility upgrades and the aerator mooring
modifications.
The products of this task will be biddable plans and specifications, an interim operations plan,
an operations and maintenance manual, and an engineer's cost estimate for the leachate
pretreatment facility upgrades.
Pon Angeles Landfill
Amendment 1 Scope of Work
pretreatment facility into the facility's existing operations and maintenance
manual.
10
21- 2191 -01
July 17, 1992
9.0 CONTAMINATED SOIL CHARACTERIZATION
Obiective
The purpose of this task is to attempt to characterize the soil in segregated stockpiles at the City
of Port Angeles Landfill Land Treatment Unit (LTU). Characterization of the soil stockpiles
is needed to determine appropriate disposal or end -use options such as land farming /reuse,
landfill cover material, landfilling, or off -site disposal. Off -site disposal could be required if
particular contaminants or concentrations in the soil cause the soil to be designated as a
dangerous waste.
Work Plan
The stockpiled soil originated from two separate locations of underground storage tank (UST)
operations involving storage /dispensing of petroleum materials. At the Lincoln Street location,
three USTs contained gasoline, diesel, and waste oil. Approximately 200 cubic yards of soil
were removed from this site and stockpiled at the Port Angeles Landfill. At the Corporation
Yard, two UST's contained diesel and one UST contained gasoline. Approximately 100 cubic
yards of soil were removed from this site and stockpiled at the Port Angeles Landfill. The
following work will be performed under this task.
1. Background Research and Sampling Plan A sampling plan will be developed to
specify sampling considerations such as sampling locations, container types,
sample size, sample preservation, and sampling techniques. The plan will also
address health and safety concerns and QA /QC. Initial testing will be aimed at
providing some characterization of the material, but will also be used for
screening purposes to determine if additional testing will be needed.
Port Angeles Landfill
Amendment I Scope of Work
Based on the quantity of soil (300 cubic yards) and previous sampling efforts, it
is estimated that three composite samples should be collected from the stockpiles
and analyzed. Since the material has been subjected to some mixing through
transportation to the site, compositioning of the samples is appropriate to provide
a representative average concentration of contaminants and is more cost effective
for analysis than discrete samples. Three composite samples will be collected
from the Lincoln Street Stockpile and one composite sample will be collected
from the Corporation Yard Stockpile. Each sample will be collected from six
different points on the stockpile.
Ecology guidance specifies analytical tests to be performed based on original
products in the tanks. These tests include Total Petroleum Hydrocarbons for
gasoline, diesel, and oil (methods WTPH -G, WTPH -D, 418.1), Benzene,
Toluene, Ethylbenzene, and Xylene (BTEX) for gasoline, and Total Lead for
gasoline. For waste oil, additional tests are recommended by Ecology to
11
21- 2191 -01
July 17, 1992
Products
determine if solvents, PCBs, or heavy metal contaminants are present. These
tests include Total Metals and testing for organics or solvents. It is recommended
that the Total Organic Halogens (TOX) test be used to screen for solvent
contamination as it is less expensive than other quantitative volatile organic test
methods. The Total Metals test will also be used as a screening for heavy metals
as it is more economical than the leaching procedure. Based on the results of
these analyses, additional testing may be required to characterize the material
such as the Toxicity Characteristic Leaching Procedure (TLCP).
2. Field Sampling A total of three composite samples will be collected from the
stockpiled material at random locations at a depth of approximately 1 to 3 feet.
The composite samples will be comprised of soil collected from six locations.
Samples will be appropriately labeled and preserved and will be transported to the
laboratory with Chain of Custody. Field observations and sample locations will
be documented. Approximate turn- around time for analytical results is one to two
weeks. Rush analysis is available for quicker turn- around if requested by the
City.
A report will be prepared to summarize and interpret the test results, and to recommend soil
treatment/disposal options or additional testing. Scope and cost estimates for these options will
also be provided in the report.
Pon Angeles Landfill
Amendment I Scope of Work
12
21- 2191 -01
July 17, 1992
TASK 7.0 Bluff Erosion and Leachate Control $47,296.40
TASK 8.0 Leachate Pretreatment Facility Upgrade $21,071.60
TASK 9.0 Contaminated Soil Characterization 4.223.00
TOTAL ENGINEERING BUDGET FOR AMENDMENT I $72,591.00
Pon Angeles Landfill
Amendment 1 Scope of Work
EXHIBIT B.1
ENGINEERING BUDGET
AMENDMENT I SUMMARY BUDGET
PORT ANGELES LANDFILL EXPANSION
City of Port Angeles, Washington
13
21- 2191 -01
July 17, 1992
Project Name: PORT ANGLES LANDFILL EXPANSION Project No.: 21- 2191 -01
Task Name: 7.0 Bluff Erosion and Leachate Control Task No.: 100
Date: 6- Jul -92 Total Cost 347,296.40
ILA8OR COSTS
LABOR
STAFF HOURS RATE TOTAL
Project Manager 10 391.00 $910.00
Senior Project Engineer 120 3102.90 $12.348.00
Structural Engineer 24 387.80 32,107.20
Design Engineer 12 368.60 3823.20
CADD Technician 64 347.00 33,008.00
Clerical 40 337.00 31,480.00
Labor Costs Subtotal 320,676.40
SUBCONSULTANT COST
Subconsultant RZA
Subconsultant NTI
Port Angeles Landfill
Amendment 1 Scope of Work
14
318,200.00
34,400.00
Subtotal 322, 600.00
Subconsultant Fee 10% 32,260.00
Subconsultant Costs Subtotal 324,860.00 1
DIRECT COSTS
Travel/Misc. 3300.00
CADO Computer 3960.00
Printing and Reproduction 3500.00
Direct Cost Subtotal 31,760.00
•�Y •rr„ ;c. ��;N. r• •oei. •rrr.. •v, u�rvr... •rr..
L�TQ1E'ai.,.CIIS.TS�a:�� «�a.C.b•aW�S.... S :iV:+... }:u, J•.:�.;i'•,`.: t oaw Vb'�'��i�ef..7sl�
21- 2191 -01
July 17, 1992
Project Name: PORT ANGELES LANDFILL EXPANSION Project No.: 21- 2191 -01
Task Name: 8.0 Leachate Pretreatment Facility Upgrade Task No.:
Date: 6-Jul-92 Total Cost: 321,071.60
LABOR COSTS
LABOR
STAFF HOURS RATE TOTAL
Project Manager 10 391.00 3910.00
Senior Project Engineer 24 $102.90 32,469.60
Chemical Engineer 152 $60.00 39,120.00
CADD Technician 28 347.00 31,316.00
Clerical 28 337.00 31,036.00
Labor Costs Subtotal $14,851.60
SUBCONSULTANT COST
Subconsultant Casne Engineering (Electrical) 33,000.00
Subtotal 33,000.00
Subconsultant Fee 10% 3300.00
Subconsultant Costs Subtotal $3,300.00
DIRECT COSTS
Travel /Misc. 3250.00
CADD Computer 3420.00
Printing and Reproduction 3750.00
Laboratory 31,500.00
Direct Cost Subtotal $2,920.00
LrTOTAL. CASTS`
Port Angeles Landfill
Amendment 1 Scope of Work
15
'S21;071.60
21- 2191 -01
July 17, 1992
Project Name: PORT ANGELES LANDFILL EXPANSION Project No.: 21- 2191 -01
Task Name: 9.0 Contaminated Soil Charaterization Task No.:
Date: 17-Jul-92 Total Cost: $4,223.00
LABOR COSTS
LABOR
STAFF HOURS RATE TOTAL
Project Manager 2 $91.00 $182.00
Project Engineer 4 $80.00 $320.00
Environmental Scientist 24 $60.00 51,440.00
CADD Technician 4 $47.00 $188.00
Clerical 1 $37.00 $37.00
Labor Costs Subtotal $2,1 67.00
SUBCONSULTANT COST
Subtotal $0.00
Subconsultant Fee 10% $0.00
Subconsultant Costs Subtotal $0.00
DIRECT COSTS
Travel $112.00
Personal Protective Equipment $25.00
Sampling Equipment $35.00
Laboratory 1,500.00
Direct Cost Subtotal
SUBTOTAL
Contingency Fee 10% Subject to approval by City Engineer
[TOTAL COSTS
Pon Angeles Landfill
Amendment 1 Scope of Work
16
21- 2191 -01
July 17, 1992
$0.00
$1,672.00
$3,839.00
$384.00
S4,223.0011
AGREEMENT FOR PROFESSIONAL SERVICES
FOR
THE CITY OF PORT ANGELES
LANDFILL EXPANSION PROJECT
THIS AGREEMENT is made and entered into this 7 tL day of
L..►''ek 1992, by and between THE CITY OF PORT ANGELES,
WASHINGTON, hereinafter called the CITY and the consulting firm of PARAMETRIX, INC.,
whose address is P.O. Box 460, Sumner, Washington 98390, the location in Washington State
at which work will be available for inspection, hereinafter called the CONSULTANT.
WHEREAS, the CITY desires to expand the Port Angeles landfill into the next planned
cell area, and
WHEREAS, the CITY desires to engage the professional services and assistance of a
qualified consulting engineering firm to do the necessary work for the landfill expansion and
associated work, and
WHEREAS, the CONSULTANT has represented and by entering into this Agreement
now represents that it is in full compliance with the statutes of the State of Washington for
registration of professional engineers and that all personnel to be assigned to the work required
under this Agreement are fully qualified to perform the work to which they will be assigned in
a competent and professional manner, and
WHEREAS, the CONSULTANT has indicated that it desires to do the work set forth in
the Agreement upon the terms and conditions set forth below:
NOW, THEREFORE, in consideration of the terms, conditions, covenants and
performances contained herein below, the parties hereto agree as follows:
I.
OBJECTIVES AND 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 Exhibit A attached hereto, and shall include all services
and material necessary to accomplish the work.
The CITY may edit and 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
minor changes, amendments or revision in the detail of the work as may be required by the
1
5', c7783
CITY to the end that it is complete and appropriate. This item does not constitute an "Extra
Work" item as related in Section X of the Agreement.
The CONSULTANT represents that the studies, projections, plans, reports, designs,
drawings, specifications and all other engineering, consultant and analytical services furnished
under this Contract will be in accordance with generally accepted professional practices. The
CONSULTANT makes no other representation or warranty, expressed or implied.
This Scope of Work may be amended at a future date to include preparation of permitting
documents subject to the CITY'S approval.
II.
DOCUMENTS TO BE FURNISHED TO THE CONSULTANT BY THE CITY
The CITY will furnish the CONSULTANT copies of plans, maps or documents which
are available to the CITY that will facilitate the completion of the project.
The CITY will arrange to provide access and easements to the potential site areas for
surveys, soils investigation and other work related to this project which might be determined to
be necessary to complete all phases of the project.
DOCUMENTS TO BE FURNISHED BY THE CONSULTANT
All documents, exhibits or other presentations for the work covered by this Agreement
shall be furnished by the CONSULTANT to the CITY upon completion of the work. The
material, including photographic negatives used in the project shall become and remain the
property of the CITY and may be used by it without restriction. It is understood, however, that
plans, drawings, specifications, computer programs, technical reports or such material furnished
by the CONSULTANT pursuant to this Agreement are instruments of his services in respect to
the project, and that they are not intended or represented to be suitable for reuse by any other
party, without specific written verification or adaptation by the CONSULTANT. Such reuse
of the material will be at the risk of the party using the subject material without liability or legal
exposure to the CONSULTANT.
2
IV.
DESIGNATION OF REPRESENTATIVE
For the purpose of this Agreement, the CITY shall be represented by the Director of
Public Works or such other person as he may designate in writing. Where written notice or
consent is specified to be given by the City, such documents shall be executed by the Director
of Public Works. The CONSULTANT shall advise the CITY in writing of the name of its
representative in charge of the administration of this Agreement.
V.
TIME OF BEGINNING AND COMPLETION
The CONSULTANT shall not begin work under the terms of this Agreement until
authorized in writing by the CITY.
Work outlined in Exhibit A shall be completed in accordance with the schedule provided
in Exhibit D.
VI.
PAYMENT
The CONSULTANT shall be paid by the CITY for completed work for services rendered
under this Agreement as provided hereinafter. Such payment shall be full compensation for
work performed, services rendered and for furnishing all labor, materials, supplies, equipment
and incidentals necessary to complete the work as described above.
A. Payment for work accomplished under the terms of this Agreement shall be on the basis
of the CONSULTANT'S cost for actual labor, overhead and profit plus
CONSULTANT'S direct non -salary costs as outlined in Exhibit B and Exhibit C.
1. The 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 a multiplier of 3.0.
The 3.0 multiplier includes overhead and profit.
2. The direct non -salary costs are those costs 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. In house direct non -salary costs rates are shown in Exhibit C.
Ten percent (10%) overhead and profit shall be added to all outside services and
consultants.
3
B. The CONSULTANT will submit invoices including subconsultant invoices to the CITY
on a monthly basis. Invoices shall detail the work, hours and employee name and level
for which payment is being requested and shall itemize with receipts and invoices the
other direct costs for which reimbursement is being requested.
C. The CONSULTANT may submit invoices to the CITY monthly during the progress of
work for partial payment for work completed to date. Such invoices will be checked by
the CITY and payment shall be made for the amount thereof as has been found to
represent the value of the percentage of the completed project less the amounts previously
paid.
D. Final payment for the balance due to the CONSULTANT will be made upon the
completion of the work under this Agreement and acceptance by the CITY.
E. Payment for extra work performed under this Agreement shall be paid as agreed to by
the parties hereto in writing at the time extra work is authorized.
VII.
MAXIMUM COMPENSATION
It is understood and agreed, notwithstanding any other provision to the contrary, that the
total compensation and reimbursement, if any, to be paid to the CONSULTANT, including
reimbursement for outside services is in no event to exceed the maximum sum of $344,759.00
for all services required to satisfactorily complete the work described in Exhibit A, provided that
the scope of work is not expanded beyond the control of the CONSULTANT.
VIII.
EMPLOYMENT
The CONSULTANT warrants that he has not employed or retained any company or
person, other than a bona fide employee working solely for the CONSULTANT, to solicit or
secure this contract and that he has not paid or agreed to pay any company or person, other than
a bona fide employee working solely for the CONSULTANT, any fee, commission, percentage,
brokerage fee, gifts or any other consideration, contingent upon or resulting from the award or
making of this contract. For breach or violation of this warranty, the CITY shall have the right
to annul this Agreement price or consideration or otherwise recover, the full amount of such fee,
commission, percentage, brokerage fee, gift or contingent fee.
Any and all employees of the CONSULTANT, while engaged in the performance of ,y
work or services required by the CONSULTANT under this Agreement, shall be considered
employees of the CONSULTANT only and not of the CITY and any and all claims that may or
4
might 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 of
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.
The CONSULTANT shall not engage, on a full or part-time basis, or another basis,
during the period of the Contract, any professional or technical personnel who are, or have been
at any time during the period of the Contract, in the employ of the CITY except regularly retired
employees, without written consent of the public employer of such person.
During the performance of this Agreement, the CONSULTANT, for itself, its assignees
and successors in interest, hereinafter referred to as the "CONSULTANT agrees as follows:
A. Compliance with Regulations
The CONSULTANT will comply with all applicable Federal and State nondiscrimination
regulations and with the CITY'S Equal Opportunity /Affirmative Action Facilities
Nondiscrimination Program, which is provided as Exhibit E of this Agreement.
B. Nondiscrimination
The CONSULTANT, with regard to the work performed by it after award prior to
completion of the contract work, will not discriminate on the ground of race, color,
national origin or sex in the selection and retention of subcontractors, including
procurement of materials and leases of equipment.
C. Solicitations for Subcontracts. Includine Procurement of Materials and E,ouipment
In all solicitations either by competitive bidding or negotiation made by the Consultant
for work to be performed under a subcontract, including procurement of materials or
equipment, each potential subconsultant or supplier shall be notified by the
CONSULTANT or CONSULTANT'S obligations under this contract and the Regulation
relative to nondiscrimination on the ground of race, color, or national origin.
D. Information and Reports
The CONSULTANT will provide the information and reports required by CITY
ordinances or orders and instructions issued pursuant thereto and for a period of two
years after final payment will permit access to its books, records, accounts, other sources
of information and its facilities as may be determined by the CITY to be necessary to
ascertain compliance with such orders and instructions. Where any information required
by a CONSULTANT is in the exclusive possession of another who fails or refuses to
furnish this information, the CONSULTANT shall so certify to the CITY as appropriate
and shall set forth what efforts it has made to obtain the information.
5
E. Incornoration of Provisions
The CONSULTANT will include the provisions of paragraphs (A) through (E) in every
subcontract, including procurement of materials and leases of equipment, unless exempt
by the order or instructions issued pursuant thereto. The CONSULTANT will take
action with respect to any subcontract or procurement as the CITY may direct as a means
of enforcing such provisions including sanctions for noncompliance; PROVIDED,
HOWEVER, that, in the event a CONSULTANT becomes involved in, or is threatened
with litigation with a subcontractor or supplier as a result of such direction, the
CONSULTANT may request the CITY to enter into such litigation to protect the interest
of the CITY.
IX.
CHANGES IN WORK
The CONSULTANT shall make such revisions in the work included in this Agreement
which has been completed, as are necessary to correct negligent errors or omissions appearing
therein, when required to do so by the CITY, without additional compensation from the CITY.
Either party may request changes in scope of services, or performance standards. Any
and all modifications shall be mutually agreed upon and incorporated by written amendments to
this Agreement and executed by the CITY and the CONSULTANT.
Should the CITY find it desirable for its own purposes have previously satisfactorily
completed work or parts thereof revised, other than minor revisions within the scope of work,
the CONSULTANT shall make such revision, if requested and as directed by the CITY in
writing. This work shall be considered as Extra Work and will be paid for as provided in
Section VI and X. All extra work shall be submitted as a supplement to the basic agreement,
and, if the CITY so desires and specifies, be approved by the CITY before the work is
undertaken.
X.
EXTRA WORK
The CITY may desire to have the CONSULTANT perform work or render services in
connection with this project in addition to or other than work provided for by the expressed
intent of this Agreement. Such work will be considered as "EXTRA WORK" and will be
specified in a written supplement to this Agreement which will set forth the nature and scope
thereof. Work under a supplemental agreement shall not proceed until authorized in writing to
the CITY.
6
Notwithstanding the terms and conditions of the above paragraph, the maximum amount
payable for this Agreement, shall not be increased or considered to be increased except by
specific written supplement to this Agreement.
XI.
TERNIINATION OF AGREEMENT
A. The right is reserved by the CITY to terminate this Agreement at any time upon not less
than ten (10) days written notice to the CONSULTANT.
B. In the event this Agreement is terminated under any of its terms prior to completion of
the work, a final payment shall be made to the CONSULTANT which, when added to
any payments previously made, shall total the same percentage of the amount which
would have been due if the work had been fully completed as the work completed at the
time of termination bears to the total work required under the Agreement.
C. In the event this Agreement is terminated prior to completion of the work, the original
copies of all plans, prints, drawings and field notes prepared by the CONSULTANT
prior to termination shall become the property of the CITY.
XII.
INDEMNITY
The CONSULTANT shall comply with state and local laws and ordinances applicable
to the work to be done under this Agreement.
The CONSULTANT hereby agrees to hold the CITY harmless from and shall process
and defend at its own expense, all claims, demands, or suits at law or equity of whatever nature
brought against those political divisions arising from the CONSULTANT'S negligence or breach
of any of its obligations under this Agreement. This indemnity provision shall not require the
CONSULTANT to defend or indemnify the STATE or CITY against any action based solely on
the alleged negligence of the STATE or CITY.
XIII.
INSURANCE
The CONSULTANT shall maintain during the life of this Agreement, the following
minimum public liability and property damage insurance which shall protect the CONSULTANT
and the CITY from claims for injuries including accidental death, as well as from claims for
property damages which may arise from the performance of work under this Agreement and
the limit of liability for such insurance shall be as follows:
ATTEST:
1. Comprehensive general liability insurance, including personal injury liability,
blanket contractual liability and broad form property damage liability. The
combined single limit for bodily injury and property damage shall not be less than
$1,000,000.
2. Automobile bodily injury and property damage liability insurance coverage on
owned, nonowned, rented and hired cars. The combined single limit for bodily
injury and property damage shall not be less than $1,000,000.
3. Statutory worker's compensation and employer's liability insurance for the State
of Washington.
The CONSULTANT shall also maintain professional liability insurance covering damages
resulting from errors or omission of the CONSULTANT. The limit of liability shall not be less
than $1,000,000.
XIV.
SUBLETTING OR ASSIGNING OF CONTRACTS
The CONSULTANT shall not sublet or assign any of the work covered by this
Agreement without the express consent of the CITY.
In WITNESS THEREOF, the parties hereto have executed this Agreement as of the day
and year first written above.
BY:
9 t PRINCIPAL YOR L) U
1
PARAMETRIX, INC. ITY
iad/OW
OF PORT ANGELES
avietQe4_ 4.yYle
ddx eip_Ak_J
8