HomeMy WebLinkAbout5.209 Original ContractWW- 1152- XP1 -FZ October 30, 1991
3001
Amendment No. 6
Agreement
for Consulting Services
between
The City of Port Angeles
and
R. W. Beck and Associates
for
Landfill Geological/Hydrogeological Study
The Agreement for consulting services between the City of Port Angeles and R. W. Beck
and Associates dated October 13, 1987 for Landfill Geological /Hydrogeological Study is hereby
amended as follows:
(CA0034H.IDF)
In the third paragraph of Part II, and substitute the following payment schedule
for Phase V and Phase VIII:
Estimated
Maximum
Phase Description Amount
V Construction Engineering and Observation $261,650
VIII Landfill Site Remediation Study 40,172
Add the following paragraphs as indicated to the Exhibit A SCOPE OF SERVICES:
PHASE V CONSTRUCTION ENGINEERING AND OBSERVATION
Extend contract administration and construction engineering services from the
previously authorized completion date of July 1991 to December 1991 (except
those services described under Phase VIII Landfill Site Remediation Study).
Services will be provided up to the Estimated Maximum Amount.
PHASE VIII LANDFILL SITE REMEDIATION STUDY
The Consultant shall provide construction observation services during the
construction of the erosion remediation work at the Port Angeles Landfill,
authorized by the Port Angeles City Counsel on October 22, 1991. Because
payment for the construction of this work will be made on a Time and Materials
basis, the Consultant shall maintain records and mutual sign -off sheets with the
Contractor for labor, equipment, and materials used in the execution of the work.
S. ao 61
Amendment No. 6 October 30, 1991
City of Port Angeles Page 2
(CA0034H.JDF)
Amend Exhibit C ESTIMATE OF COSTS as follows:
PHASE V
ITEMIZATION OF COSTS BY TASK
Task 1 Assistance during Bidding 26,974
Task 2 Construction Engineering 116,472
Task 3 Construction Observation 71,927
Task 4 Operations and Maintenance 18,272
Task 5 Construction Surveying 15,505
Task 6 Project Management 12.500
TOTAL COST $261.650
PHASE VIII
ITEMIZATION OF COSTS BY TASK
Task 1 Site Reconnaissance 6,109
Task 2 Western Slope Design 10,600
Task 3 Notch Recommendations 18,291
Task 4 Construction Services 5.172
TOTAL COST $40.172
4
Amendment No. 6 October 30, 1991
City of Port Angeles Page 3
IN WITNESS WHEREOF, the parties thereto have caused this Amendment to be
executed in triplicate by their respective authorized officers or representatives.
CITY OF PORT ANGELES
By: -6k,
Mayor
Date: November 19, 1991
ATTEST:
o
I
Cit Clerk
APPROVED AS TO FORM:
(CA0034H.JDF)
City Attorney
R. W. BECK AND ASSOCIATES
By:
Date:
Partner
/0/3/A/
UU 1152 -XP 1 -AY
AGREEMENT
FOR CONSULTING SERVICES
BETWEE N
THE CITY OF PORT ANGELES
AND
R W BECK AND ASSOCIATE S
FO R
LANDFILL GEOLOGICAL/HYDROGEOLOGICAL STUDY
:5 ,20g
THIS AGREEMENT is by and between the CITY OF PORT ANGELES, Washington,
hereinafter referred to as "City and R. W. BECK AND ASSOCIATES, hereinafter
referred to as "Engineer.
FOR THE CONSIDERATION hereinafter set forth, the City and Engineer agree
as follows:
I. SCOPE OF SERVICES
The Engineer will perform the services set forth in the Scope of
Services, which is attached hereto as Exhibit "A" and is incorporated herein
by this reference.
II. PAYMENT
For services furnished, the City shall pay Engineer, upon submis-
sion of monthly invoices, an amount equal to the actual hours of services fur-
nished multiplied by the product of the Engineer's established hourly salary
costs, which include allowance for personnel benefits, and a factor of 2.35.
In addition, the City shall reimburse the Engineer each month: at
cost for all out -of- pocket expenses directly chargeable to the work; at cost
plus 5% for services of Special Consultants and Subcontractors; and at the
Engineer' s then current rates for computer and reproduction services.
On the basis of the Scope of Services outlined in this Agreement,
the estimated total amount to be paid by the City for services furnished and
expenses reimbursed will be approximately $78,700. The maximum amount to be
paid by the City under this Agreement shall not exceed the amount estimated
above without prior written authorization of the City, and the Engineer shall
not be required to furnish services or incur expenses for which the total
charges to the City exceed such maximum amount.
III. STANDARD PROVISIONS
A. Engineer's Organizations
R. W. Beck and Associates is a partnership and R. W. Beck and
Associates, Inc., is a corporation owned and controlled by the partnership.
Both entities are organized and operated under the laws of the State of
Washington. It is expressly agreed that the partnership may be changed by
addition or reduction in the number of the partners or redistribution of the
partnership interests and this Agreement may be assigned to the partnership or
to the corporation. The Engineer may assign the compensation from this Agree-
ment to any other entity.
B. Professional Services
1. The Engineer shall be consultant and advisor to the City as
an independent contractor and shall not be an employee of the City. The Engi-
neer shall not be an agent or representative of the City except that the Engi-
neer may act as the City's agent in providing construction management services
to the degree specifically authorized in Part IV Special Provisions of this
Professional Services Agreement.
2. The Engineer represents that the services furnished under
this Agreement will be in accordance with generally accepted professional
practices. Any estimate of cost of equipment, construction, ownership or
operation furnished by the Engineer shal 1 be the Engineer's opinion based upon
its professional judgment and experience. The Consulting Engineer makes no
other representation or warranty, express or implied.
C. Relating to Payment
1. The Engineer's "Salary Costs" allow for basic salary and per-
sonnel benefits, including: life, accident, disability and medical insurance;
sick leave, holiday and vacation pay; social security, workers' compensation,
unemployment compensation and pension retirement contributions; and similar
employment compensation and pension retirement contributions; and similar
employment- related costs. Basic salary per hour shall be twelve times current
monthly salary f or employees or current monthly drawings in lieu of salary for
partners, exclusive of overtime, bonus or other profit participation payments,
divided by 2,080.
2. The Engineer's "Out -of- Pocket Expenses" are those expendi-
tures made by the Engineer, other than Salary costs, costs of reproduction and
computer services and costs of Special Consultants and Subcontractors, which
are directly chargeable to the project and which would not otherwise have been
incurred. Such expenditures include, but are not limited to, transportation,
lodging, subsistence, communications, liability and other insurance premiums
when required by the City in addition to the types and amounts currently car-
ried by the Engineer, taxes other than those levied on the profits or net in-
come of the Engineer, equipment rentals and repair, and special mailing,
forms, materials and supplies required during the progress of the work. Reim-
bursement for out -of- pocket expenses shall be an amount equal to the cost
thereof.
3. "Computer services" as used herein shall mean the use of
electronic computing and information processing equipment word processing
equipment, data communications equipment, computer software, and related
facilities and services of personnel necessary to operate and maintain such
equipment and facilities. "Reproduction services" as used herein shall mean
the use of printing and copying equipment photographic equipment, and similar
facilities and services of personnel to operate and maintain such equipment
and facilities. Charges for computer and reproduction services shall be at
the Engineer' s established rates therefor which are in effect at the time of
such usage.
4. In the event of the inability or failure of the City to pay
as agreed, interest commencing sixty days after the date of invoice shall be
paid by the City to the Engineer on the last day of each month on all unpaid
amounts due the Engineer at the interest rate for borrowed funds then current-
ly available to the Engineer at the Rainier National Bank of Seattle.
D. Insurance
The Engineer shall maintain in effect, employer's liability, pro-
fessional liability, comprehensive general liability (bodily injury and prop-
erty damage) and comprehensive automobile liability (bodily injury and prop-
erty damage) insurance with respect to employees and vehicles of the Engineer
assigned to the prosecution of work under this Agreement, with each policy
having maximum limits of not less than $5,000,000, and statutory workers' com-
pensation protection. Upon request, the Engineer will supply to the City a
description of each such insurance policy currently in effect, specifying the
amount thereof.
E. Liability
In partial but specific consideration of execution of this Agree-
ment, the City and Engineer agree as follows:
The Engineer shall indemnify and hold harmless the City and its
officials and employees from all claims, expenses and liability of any kind,
including injuries to persons or damages to property, which arise out of, are
connected with, or due to any negligent or wrongful acts, errors or omissions,
of the Engineer and /or the Engineer's employees, agents, subcontractors and
representatives in performing work, services, and duties under this Agreement.
The City shall indemnify and hold harmless the consultant and its
partners, officers, employees, and subcontractors from all claims, expenses
and liability of any kind, including injuries to persons or damages to prop-
erty, which arise out of, are connected with, or due to any negligent or
wrongful acts, errors or omissions of the City and its employees, including
claims made by employees of the City and claims related to construction, use,
occupancy, ownership, operations, maintenance or control of facilities related
to services to be performed under thi s Agreement.
F. Termination of Services
The City may terminate all or a portion of the work covered by this
Agreement for its convenience. Either the City or the Engineer may terminate
work in the event the other party fails to perform in accordance with the pro-
visions of this Agreement. Termination of this Agreement is accomplished by
fifteen (15) days' prior written notice from the party initiating termination
to the other. Notice of termination shal 1 be delivered by certified mail with
receipt for delivery returned to the sender.
In the event of termination, the Engineer shall perform such addi-
tional work as is necessary for the orderly filing of documents and closing of
the project. The additional time for filing and closing shall not exceed 10%
of the total time expended on the terminated portion of the project prior to
the effective date of termination.
5-
Engineer shall be compensated for the terminated portion of the
work on the basis of work actually performed prior to the effective date of
termination plus the work required for filing and closing as described in this
section.
Upon termination, or upon completion, of the work covered by this
Agreement, or any portion thereof, all data, plans, specifications, reports,
estimates, summaries, completed work and work in progress, and such other in-
formation and materials as may have been accumulated by Engineer in performing
this Agreement, shall, in the manner and to the extent determined by the City,
become the property of, and be delivered to, the City.
The services to be performed under this Agreement shall be com-
pleted no later than January 31, 1988, and time shall be of the essence in
this Agreement. Upon completion of the services to be performed under this
Agreement and upon final acceptance of the work, and payment therefor by the
City, this Agreement shall terminate.
G. Jurisdiction
This Agreement shall be administered and interpreted under the laws
of the State of Washington. Jurisdiction and venue of any litigation arising
from this Agreement shall be exclusively in the Superior Court of the State of
Washington for Clallam County. If any part of this Agreement is found to be
in conflict with applicable laws, such part shall be inoperative, null and
void insofar as it is in conflict with said laws, but the remainder of this
Agreement shall be in full force and effect.
H. Suspension of Work
The City may suspend, in writing, all or a portion of the work un-
der this Agreement in the event unforeseen circumstances beyond the control
6-
of the City make normal progress in the performance of the work impossible.
The Engineer may request that the work be suspended by notifying the City, in
writing, of circumstances which are interfering with normal progress of the
work. The time for completion of the work shall be extended by the number of
days the work is suspended.
I. Subcontracts
Engineer shall be entitled, to the extent determined appropriate by
the Engineer, to subcontract any portion of the work to be performed under
this Agreement. Subcontractors will be employed as acceptable to the City.
Engineer shall be responsible to the City for the worK product of persons and
firms performing subcontract work to the same extent as for any other work
performed under thi s Agreement.
J. Assignment
This Agreement is binding on the heirs, successors and assigns of
the parties hereto. This Agreement is not to be assigned by either the City
or Engineer without the prior written consent of the other.
K. Integration
This Agreement represents the entire understanding of the City and
Engineer as to those matters contained herein, and no prior oral or written
understanding shall be of any force or effect with respect to those matters
covered hereunder; provided, however, that the City's and Engineer's rights
and remedies in this Agreement shall be in addition to any other rights and
remedies provided by law; and provided further that nothing in this Agreement
shall be construed to limit the liability of the Engineer for work not done in
accordance with the Agreement. This Agreement may not be modified or altered
except in writing signed by both parties; provided, however, that the City may
direct the Engineer to revise portions of the work or to make changes in the
scope of engineering services; and provided further that, if such changes
cause an increase or decrease in the Engineer's cost of, or time required for,
any services under this Agreement, an equitable cost and /or completion time
adjustment shall be made and this Agreement shall be modified accordingly by
mutual agreement.
L. Effective Date
This Agreement shall be effective the 1st day of August, 1987.
IN WITNESS WHEREOF, the parties thereto have caused this Agreement to be
executed in triplicate by their respective authorized officers or representa-
tives.
CITY OF PORT ANGELES
BY: a BY: 7�Cf
Mayor Partner and Mager
Municipal Servi s Office
Date: 10/1/3
ATTEST:
Lj
City er
AP D AS TO FORM:
PR
in
-e i ty A ttorney
(L 750 2E
R. W. BECK AND ASSOCIATES
Date: iO /9/g
The objective of this Scope of Work is to provide engineering serv-
ices necessary for the geohydrological studies, groundwater monitoring and
preparation of operation, closure, and post closure plans for the City of Port
Angeles landfill.
Task 1 INFORMATION SEARCH
R. W. Beck and Associates
PART I SCOPE OF SERVICES
OBJECTIVE
SCOPE
Exhibit A
The Scope of Work shall include all services and materials neces-
sary to accomplish the following:
A. Obtain information on the geology and ground water characteristics
from various sources, including: City of Port Angeles Department
of Public Works, Clallam County Health Department, Washington State
Department of Natural Resources, Washington Department of Ecology,
U.S. Geological Survey, U.S. Soil Conservation Service, and the
U.S. Environmental Protection Agency.
B. Interview current and former site operators for their personal
knowledge of site characteristics.
C. Contact agencies associated with local landfill permitting and reg-
ulation to obtain information relative to evaluation criteria for
determining significance of leachate movement.
D. Search WDOE water rights files for existing adjacent private and
public well log information.
Task 2 PRELIMINARY SITE INVESTIGATION
A. Map Site Geology.
B. Investigate and evaluate perched groundwater, springs, seeps and
other water courses.
C. Perform Leachate generation analysis.
D. Prepare site survey plan.
Exhibit A Page 2
Task 3 MONITORING WELL SITING AND CONSTRUCTION
A. Drill wells to provide access to the first water bearing zone be-
neath the site.
1. All wells will be constructed using threaded two -inch PVC
casing with slotted PVC screens in the water- bearing zone.
2. Wells will be gravel packed and sealed to the ground surface
with bentonite.
3. A locking steel security casing and cap will be cemented into
place at the surface.
4. Hydraulic continuity between the well and aquifer will be
insured to minimize fines pumpage during testing and sampling.
B. One upgradient well will be drilled, three downgradient wells will
be drilled, to conform with the requirements of the minimum func-
tional standards. It is assumed that down gradient wells will be
located at beach level below landfill.
C. A geologist will log the holes and supervise well construction.
Task 4 PERFORM HYDRAULI C CONDUCTIVITY TESTING
A. Conduct two short -term hydraulic conductivity tests on the upper-
most aquifer.
B. Perform laboratory permeameter tests on site soils that appear to
be suitable for use in site construction. It is assumed that the
City will provide a backhoe for excavating test holes.
Task 5 SAMPLE AND TEST WATER QUALITY IN MONITORING WELLS
A. Collect and analyze two water samples water from on -site monitoring
wells.
1. Excavate stagnant water from wells.
2. Collect representative groundwater samples; filter, preserve
and analyze samples.
3. Conduct field analysis for temperature, pH, EH, and specific
conductance. Perform laboratory analyses as per all remain-
ing parameters specified in the minimum functional standards
under WAC 173- 304 -490 (2) (d) (i).
Exhibit A Page 3
B. Screen common landfil 1 solvents and organics to determine if leach
ate has migrated to monitoring wells.
Task 6 EVALUATION AND ANALYSIS O F ON -SITE HYDROGEOLOGY AND WATER QUALITY
A. Determine major aquifer parameters with respect to the directions
and rates of flow in the aquifer.
B. Analyze water quality data relative to the variability of leachate
contaminant transport and appropriate water quality criteria and
standards.
C. Prepare report documenting investigation and detailing future moni-
toring and reporting requirements under WAC 173 -304.
Task 7 PREPARE SITE OPERATING PLAN
A. Conduct site visits to observe operations of landfills conforming
to the Minimum Functional Standards for Solid Waste Handling.
B. Evaluate on -site resources for future cap, daily and intermediate
cover and liner requirements.
C. Determine landfill final contours.
D. Develop phased program to obtain 20 -year life from available prop-
erty.
E Define l a n d f i l l construction requirements.
F. Define landfil 1 operation requirements.
G. Define Site Closure and Post Closure requirements.
H. Evaluate the need for solid waste flow control to provide financial
stability to landfill operations.
I. Evaluate financial assurance requirements for long term post clos-
ure activities at the landfill.
J. Discuss recycling options which may be incorporated in the landfill
improvements.
K. Identify options for extending the life of the landfill.
L. Prepare five (5) copies of draft operations plans for review by
County.
M. Prepare ten (10) copies of final operations plan.
Exhibit A Page 4
Task 8 MEETINGS
A. Attend project kickoff meeting with the City, and provide the City
with a list of information needs.
Task 9 ADDITIONAL SERVICES
Upon request of the City, R. W. Beck and Associates may provide
additional services which may include but not be limited to the following:
A. Prepare detailed predesign report.
B. Conduct necessary field surveys and other investigations necessary
for final design of landfill improvements.
(A6431E)
B. Attend meeting with WDOE and County Health Department to discuss
project objectives and scope.
C. Prepare for and attend project meetings as directed by the City.
It is assumed that a maximum of four client meetings will be
required.
C. Prepare construction contract documents.
D. Provide assistance to the City during bidding of project.
E. Provide construction engineering and management to the City during
construction of the project.
F. Attend additional client meetings in excess of the four meetings
identified in Task 8.
(A6431E)
Partner -in- Charge
Project Engineering Manager
Project Engineer
Chief Geologist
Geologi.st
Geologi st
PROJECT ORGANIZATION
Lowell Warren
Robert Bingham
Tim Spencer
Larry West
Jim Bailey
Barbara Butler
Exhibit B
ITEMIZATION OF COSTS BY TASK
Exhibit C
ESTIMATE OF COSTS
Task 1 Information Search 2,300
Task 2 Preliminary Site Investigation 2,600
Task 3 Monitoring Well Siting and Construction 26,400
Task 4 Hydraulic Conductivity Testing 3,400
Task 5 Water Quality Testing 5,200
Task 6 Evaluation and Analysis of On -Site Hydrogeology
and Water Quality 10,200
Task 7 Prepare Site Operating Plan 22,600
Task 8 Meetings 6,000
Task 9 Additional Services
Costs for additional services will be deter-
mined if those services are required. Addi-
tional services will be conducted only with
prior written authorization from the City.
BREAKDOWN OF DIRECT SALARY COST
Total Cost $78,700
Personnel Hours Pay Rate* Billing Rate Cost
Partner (Civil) 20 47.98 112.75 2,250
Executive Engineer (Civil) 88 32.71 76.87 6,800
Principal Engineer (Civil) 125 25.47 59.85 7,460
Engineer (Civil) 40 20.00 47.00 1,880
Drafting 80 12.40 29.14 2,330
Word Processing 45 21.80 51.23 2,300
Secretarial 40 14.50 34.08 1,360
Subtotal $24,400
DIRECT NON- SALARY COST
Expenses
a. Travel $0.21 per mile or
Rental $50 per day 400
b. Per Diem 250
c. Reproduction Expenses 1,100
d. Communications 150
e. Postage Shipping 50
f. Supplies 50
Subtotal 2,000
Exhibit C Page 2
Subconsultants
a. Sweet Edwards Associates
Average salary cost including fringe benefits.
Average salary cost including overhead and profit.
(A6431E)
Labor $23,900
E xpenses 4,150
Well Drilling 18,000
Laboratory Testing 3,750
Subtotal T
Administrative Cost (5 2,500
Subtotal $52,300
Total
$78, 700
Task
1. Information Search
2. Preliminary Site
Investigation
3. Monitoring Well
Siting and Construction
4. Hydraulic Conductivity
Testing
5. Surface Water Sampling
6. Evaluation and Analysis
7. Site Operating Plan
8. Meetings
(6431E)
EXHIBIT 1)
SCHEDULE
AUGUST SEPTEMBER OCTOBER NOVEMBER DECEMBER JANUARY
WW- 1152- XP1 -FZ September 25, 1991
Amendment No. 5
to
Agreement
for Consulting Services
between
The City of Port Angeles
and
R. W. Beck and Associates
for
Landfill Geological /Hydrogeological Study
The Agreement for consulting services between the City of Port Angeles and R. W. Beck
and Associates dated October 13, 1987 is hereby amended as follows:
(CAOO2Sx.DRM)
1. R. W. Beck and Associates shall perform services described in
Attachment A. In general, such services relate to remedial
measures to address problems of leachate flows and soil erosion.
The estimated cost for such services are set forth in Attachment B.
The schedule for such services is set forth in Attachment C.
2. For the services to be provided under Attachment A to this
Agreement, the following liability provisions shall prevail and
supersede any conflicting provisions contained in the Agreement.
Responsibility for Hazardous Substances
The Consultant has been retained under this Amendment No. 5 to
evaluate remedial measures associates with existing leachate flows
from an existing landfill of the Client. The Client recognizes that
the Consultant bears no responsibility for the creation, presence,
transportation, handling, storage, treatment or disposal of any
hazardous substances or other dangerous gas, vapor, chemical,
liquid, contaminant, waste, pollutant or other material or condition
affecting the environment which relate to conditions in existence
when the Consultant began its work under the Agreement.
Limitation of Liability
The total aggregate liability of the Consultant to the Client for any
and all claims relating to services provided under this Amendment
No. 5, whether caused by negligence, errors, omissions, strict
Amendment No. 5 to Agreement for Page 2
The City of Port Angeles September 25, 1991
ATTEST:
(('A0028ii.DRM)
liability, breach of contract or contribution or indemnity claims
based on third part claims, shall not exceed $150,000.00.
3. Payment
On the basis of the Scope of Services (Attachment A) for this
Amendment No. 5, the estimated total payment of $35,000.00
shall be provided to the Engineer by the City for completion of
Phase VIII Landfill Site Remediation Study.
For services furnished under Phase VIII, the City shall pay the
Engineer, upon submission of monthly invoices, an amount equal
to the actual hours of service furnished multiplied by the product
of the Engineer's established hourly salary cost, which includes
allowance for personnel benefits, and a factor of 2.5. All other
established payment terms and conditions remain in full force.
IN WITNESS WHEREOF, the parties thereto have caused this Amendment to be
executed in triplicate by their respective authorized officers or representatives.
CITY OF PORT ANGELES R. W. B K AND ASSOCIATES
By. I/Z.
Partner
2-- 2.6
By: L t- ck. «nae t
v Mayor()
Date: g 1
APPROVED AS TO FORM:
City Attorney
Date: J
WW- 1152- XP1 -FZ September 23, 1991
Attachment A
Amendment No. 5
R. W. Beck and Associates
Scope of Services
City of Port Angeles
Phase VIII Landfill Site Remediation Study
INTRODUCTION
R. W. Beck and Associates (R. W. Beck) proposes to provide the City of Port Angeles
(City) with the following engineering services intended to assist the City with the selection and
implementation of remediation measures necessary to enhance stability of the bluff area
overlooking the Strait of Juan de Fuca and adjoining the northern boundary of the recently
constructed landfill closure. At the City's request, R. W. Beck recently inspected the area and
identified three (3) locations where remediation may be required. These are designated as
follows:
WESTERN SLOPE: The more gently sloped bluff area extending
approximately 400 feet from the western boundary of the closure
site.
NOTCHES 1 AND 2: Two locations eastward of the Western
Slope where the more steeply sloped bluff area was originally
notched to provide drainage for the gravel borrow pits later used
as a landfill site and most recently closed.
This study is intended to: (1) provide a design and construction sketches for construction
of revisions to the landfill cover drainage system in the western slope area made necessary
because of changes in refuse placement which occurred prior to landfill closure; and (2) make
recommendations for an erosion control closure and leachate sump system to be constructed at
Notches 1 and 2. It is intended that, once completed, this study will: (1) allow immediate
construction of the necessary drainage revisions; and (2) provide a basis for final design of notch
closures as a subsequent phase of the work.
The work to be performed by R. W. Beck as part of its site remediation study would be
divided into three tasks: Site Inspection; Western Slope Drainage Remediation Design; and
Notch Closure Study, each of which is described in more detail below. In addition, assistance
that would be provided by the City is also described.
Hong West Associates, an R. W. Beck Subconsultant, will provide geotechnical
assistance. This will include inspection and preliminary assessment of soil and foundation
(CA0025H.DRM)
Scope of Services
City of Port Angeles
Phase VIII Landfill Remediation Study
properties. No subsurface investigations will be performed at this time, although some may be
required subsequently before final design of the notch closure systems can be completed.
It is proposed that the work be performed in accordance with the schedule shown in
Exhibit I attached.
A. SERVICES PROVIDED BY R. W. BECK
TASK 1 SITE INSPECTION
Senior engineers and geotechnical and construction experts will conduct a one -day site
inspection in concert with City representatives. The purpose will be to inspect the problem areas
in detail and observe exposed soils and formations. During the inspection, possible options for
the erosion control closure of Notches 1 and 2 will be discussed and three (3) concepts will be
selected, with the City's concurrence, for evaluation under Task 3 below.
TASK 2 WESTERN SLOPE DRAINAGE REMEDIATION DESIGN
Page 2
September 23, 1991
Estimates of increased slope runoff resulting from revised closure cap topography will
be prepared. Layout of a revised drainage ditch and liner plan will be prepared. Design of a
catchbasin and anchored drainpipe system to convey runoff down the slope to sea level will be
prepared. We anticipate that sketches prepared for this task and contract specifications for the
Landfill Improvements Project will serve as sufficient guidelines for undertaking construction
of the remediation.
TASK 3 NOTCH CLOSURE STUDY
Layouts of the three alternative retaining wall options selected in Task 1 for closure of
the two notches will be prepared. Layouts will include leachate sumps where considered
necessary. Preliminary structural analysis (as required to select member sizes, etc.) will be
performed based on initial assessments of soil loads and foundation capacities. Possible sources
of leachate flows will be identified. Preliminary construction cost estimates will be prepared for
each option. Constructability will be assessed for each option and a brief letter report
summarizing costs and cbnstructability, and including the recommended option for closure of
the two (2) notches, will be prepared. The report will include recommendations for any further
(CA0025H.DRM)
Scope of Services
City of Port Angeles
Phase VIII Landfill Remediation Study
geotechnical and geohydrologic investigations considered necessary to complete final construction
drawings as subsequent work.
B. SERVICES PROVIDED BY THE CITY
TASK Cl
Perform topographic survey of Western Slope area including landfill closure cap and
down -slope bluff area. Sufficient spot elevations shall be taken to enable preparation of two -foot
contour interval topographic maps by R. W. Beck.
TASK C2
Perform topographic survey of Notches 1 and 2. Provide sufficient spot elevations for
R. W. Beck to prepare two -foot contour interval topographic maps of each notch area.
TASK C3
Page 3
September 23, 1991
Excavate to exposed landfill cap liner, for elevation survey purposes in locations
designated by R. W. Beck, and measure elevations.
TASK C4
(CA0025H DRM)
Coordinate with regulatory agencies and obtain any necessary permits or approvals.
End of Attachment A
ATTACHMENT B
AMENDMENT NO. 5
R. W. BECK AND ASSOCIATES
CITY OF PORT ANGELES
LANDFILL SITE REMEDIATION STUDY
ENGINEERING ESTIMATE SUMMARY
TASK 1:
End of Attachment B
TASK 2: TASK 3:
STAFF GRADE RATE Site Reconnaisance Western Slope Design Notch Recomendations TOTAL
HOURS COST HOURS COST HOURS COST HOURS COST
DB 12 $73.00 12 $876.00 4 $292.00 7 $511.00 23 $1,679.00
EB 10 $60.10 12 $721.20 3 $180.30 7 $420.70 22 $1,322.20
TS 8 $35.00 4 $140.00 4 $140.00 12 $420.00 20 $700.00
JL 7 $28.60 12 $343.20 44 $1,258.40 32 $915.20 88 $2,516.80
JDF 6 $23.60 12 $283.20 28 $660.80 66 $1,557.60 106 $2,501.60
SUB $85.00 0 $0.00 28 $2,380.00 60 $5,100.00 88 $7,480.00
CADD 5 $20.90 0 $0.00 24 $501.60 48 $1,003.20 72 $1,504.80
LK 4 $16.10 0 $0.00 0 $0.00 4 $64.40 4 $64.40
DS 4 $16.10 0 $0.00 0 $0.00 4 $64.40 4 $64.40
TPh 1 $10.00 0 $0.00 0 $0.00' 4 $40.00 4 $40.00
TOTALS 52 $2,363.60 135 $5,413.10 244 $10,096.50 431 $17,873.20
TOTAL LABOR REVENUE $5,909.00 $7,582.75 $12,491.25 $25,983.00
SUB CONSULTANTS $0.00 $2,500.00 $5,000.00 $7,500.00
EXPENSES $200.00 $500.00 $800.00 $1,500.00
GRAND TOTAL $6,109.00 $10,582.75 $18,291.25 $34,983.00
TASK DESCRIPTION
Notice to Prodeed
Task 1
Task 2
Task 3
Task C1
Task C2
Task C3
Task C4 Intermitent
ATTACHMENT C
AMENDMENT NO. 5
R. W. BECK AND ASSOCIATES
CITY OF PORT ANGELES
LANDFILL SITE REMEDIATION STUDY
PROJECT SCHEDULE
Week 1.
Week 2 Week 3
Week 4 Week 5 Week 6
1 1
1
ri 1
1 1
End of Attachment C
WW- 1152- XPl -FZ April 30, 1991
3001
Amendment No. 4
Agreement
for Consulting Services
between
The City of Port Angeles
and
R. W. Beck and Associates
for
Landfill Geological /Hydrogeological Study
The Agreement for consulting services between the City of Port
Angeles and R. W. Beck and Associates dated October 13, 1987 for
Landfill Geological /Hydrogeological Study is hereby amended as
follows:
In the third paragraph of Part II, delete the Estimated
Maximum Amount of Phase III, Phase IV, Phase V, Phase VI,
and Phase VII and substitute:
Estimated
Maximum
Phase Description Amount
III Preliminary Landfill Design $119,094'
IV Detailed Landfill Design and Operation Plan $161,870'
V Construction Engineering and Observation $245,270
VI Leachate Pump Station and Force Main 82547
VII Employee Building and Scale Facility 25,590-
Amend Exhibit A, PART I SCOPE OF SERVICES as follows:
PHASE III PRELIMINARY DESIGN OF LANDFILL; change the
following:
Task 2: Geotechnical Investiaation; In Paragraph C
delete:
"will be located and installed and replace
with "will be located, drilled, and installed"
PHASE IV DETAILED DESIGN AND OPERATIONS PLAN; change the
following:
Task 7: Prepare Final Operations Plan and Monitoring
Plan; In Paragraph A, third sentence delete:
"landfill for a 20 -year period" and replace
with "landfill's first phase of development."
Ausnn, TX Boston, MA Columbus, NE Denver, CO R.W. BECK Indianapolis, IN Minneapolis, MN Sacramento, CA
Nashville, TN Orlando, FL AND ASSOCIATES Phoenix, AZ Seattle, WA
'fi A Recyc!ed Paper PT4dibct
5 d 1
Amendment No. 4 Page 2
City of Port Angeles April 30, 1991
PHASE V CONSTRUCTION ENGINEERING AND OBSERVATION; Change
the following:
Task 2: Construction Enaineerina, Paragraph N.4
Additional Services; Add the following sentences:
"Extend contract administration and
construction engineering services until
project completion anticipated in July 1991.
Services will be provided up to the amount
budgeted."
PHASE V CONSTRUCTION ENGINEERING AND OBSERVATION; Change
the following:
Task 2: Construction Enaineerina, Paragraph N.5
Additional Services; Add the following sentence:
"Provide for laboratory geosynthetics testing
for characteristics and seam strength."
PHASE V CONSTRUCTION ENGINEERING AND OBSERVATION; Change
the following:
TASK 4: Operations and Maintenance; Delete the text of
Task 4 in its entirety and substitute the following:
"A. Perform Initial LFG System Startup
Initially startup and balance the LFG system
and develop an operating program. A total of
one hundred man -hours has been estimated as
sufficient to startup and balance the
collection system prior to turning operations
over to trained City personnel. However, due
to the unpredictable nature of this work it
will be acknowledged that additional labor may
be required to complete startup and balancing
operations. Services in excess of one hundred
man hours, which may or may not be necessary,
will be considered additional to this
amendment, and shall not proceed without
written authorization from the City.
Austin, TX Boston, MA Columbus, NE Denver, CO R.W. BECK Indianapolis, IN Minneapolis, MN Sacramento, CA
Nashville, TN Orlando, FL AND ASSOCIATES Phoenix, AZ Seattle, WA
A Recycled Paper Product
Amendment No. 4 Page 3
City of Port Angeles April 30, 1991
B. Prepare LFG System Operation and Maintenance Manual
During the startup period and following
receipt of final shop drawings from the
Contractor, an operations manual for the gas
collection system will be prepared for the
City's use. This manual will be revised and
updated to include the findings and results of
startup and balancing. The manual will
include the following:
Description of System and Equipment
Equipment Performance Data
Operating and Maintenance Instructions
Parts Lists
Gas Monitoring and System Evaluation Instructions
Emergency Procedures
Drafts of the manual will be submitted to the
City for review. Following the completion of
the final draft, five copies of the manual
will be submitted for the City's use.
C. Train City Operating Personnel
An operator's training session will be
conducted simultaneously with initial system
startup. Prior to commencing startup
operations, the City will select personnel who
will be assigned to operate, maintain, and
monitor the LFG system. The training
sessions, for these personnel, shall include
step -by -step verbal instructions on operating,
adjusting, maintaining, monitoring, and
trouble- shooting the gas collection system.
In order to successfully perform the task of
operating the gas collection system, the City
will provide the necessary operating and
monitoring equipment. Recommendations shall
be made to the City regarding the purchase of
any such equipment."
Ausnn, TX Boston, MA Columbus, NE Denver, CO R.W. BECK Indianapolis, IN Minneapolis, MN Sacramento, CA
Nashville, TN Orlando, FL AND ASSOCIATES Phoenix, AZ Seattle, WA
A Recycled Palmer P rutluct
Amendment No. 4 Page 4
City of Port Angeles April 30, 1991
PHASE V CONSTRUCTION ENGINEERING AND OBSERVATION; Change
the following:
Task 5 Construction Survevina; add the following
sentences to Paragraph A:
"Initial site topographic survey will be
performed by the aerial photogrammetric
process."
PHASE V CONSTRUCTION ENGINEERING AND OBSERVATION; Add the
following:
"Task 6: Proiect Manaaement
Manage the project team members including
subconsultants and performing necessary
scheduling, coordination, budget control,
preparing invoices, providing secretarial and
clerical services and attending meetings."
PHASE VI LEACHATE PUMP STATION AND FORCE MAIN DESIGN AND
CONSTRUCTION ENGINEERING AND OBSERVATION; Add the following to
Task 7 Additional Services:
"B. Leachate Operation Maintenance Manual
Prepare an operation and maintenance manual
for the leachate transmission system.
Following receipt of final shop drawings from
the contractor, prepare an operations manual
for the leachate transmission system that can
be used by City operating personnel. The
manual will include the following:
Description of system and equipment
Equipment performance data
Operating and maintenance instructions
Parts lists
Emergency procedures
Safety procedures
Drafts of the manual will be submitted to the
City for review. Following the completion of
final revisions, five copies of the manual
will be submitted for the City's use."
Austin, TX Boston, MA Columbus, NE Denver, CO R.W. BECK Indianapolis, IN Mmneapolis, MN Sacramento, CA
Nashville, TN Orlando, FL AND ASSOCIATES Phoenix, AZ Seattle, WA
Recycled Paper Product
Amendment No. 4 Page 5
City of Port Angeles April 30, 1991
Amend Exhibit B PROJECT ORGANIZATION as follows:
PHASE IV
PHASE V
PHASE VI
PHASE VII
PROJECT ORGANIZATION
Project Engineering Manager
Project Engineer
Design Engineer
Quality Control Engineer
Surveying and Mapping
Gas Control System Engineer
Gas Control System Engineer
Project Engineering Manager
Contract Administrator
Project Engineer
Resident Engineering
Quality Assurance /Control
Materials Testing
Startup Engineer
Construction Surveying
Proj. Engr. Mgr. (Design)
Civil Engineer (Design)
Civil Engineer (Design)
Proj. Engr. Mgr.
Construction Administrator
Civil Engineer
Resident Engineer
Materials Testing
Project Engrg. Mgr.
Civil Engineer
Structural Engineer
Mechanical Engineer
Electrical Engineer
A Recycled Paper
Eugene Sampley
Dennis Cearns
Janet Stocker
Lowell Warren
Jerry Newlin
Ken Hartz
Scott Coon
Steve Hansen
Steve Hansen
Jim Fillis
Al Steele
Forrest Schall
Jerry Newlin
Dave Vonasek
Jerry Newlin
Dennis Cearns
Karl Hufnagel
Maria Anulacion
Steve Hansen
Steve Hansen
Jim Fillis
Al Steele
Jerry Newlin
Dennis Cearns
Janet Stocker
Ed Morawski
Louis Dancs
Gladys Gibson
Austin, TX Boston, MA Columbus, NE Denver, CO R.W. BECK Indianapolis, IN Minneapolis, MN Sacramento, CA
Nashville, TN Orlando, FL AND ASSOCIATES Phoenix, AZ Seattle, WA
Amendment No. 4 Page 6
City of Port Angeles April 30, 1991
Amend Exhibit C ESTIMATE OF COSTS as follows:
ITEMIZATION OF COSTS BY TASK
Task 1 Project Management 9,900
Task 2 Geotechnical Investigations 43,827
Task 3 Surveying and Mapping 22,895
Task 4 Engineering Report 42.472
BREAKDOWN OF DIRECT SALARY COST
Personnel
Executive Engineer (Civil) 64
Principal Engineer (Civil) 40
Supr. Engineer (Civil) 147
Senior Engineer (Civil) 470
Drafting 130
Contract Administrator 6
Secretarial 28
Clerical 28
Word Processing 42
DIRECT NON SALARY COST
Expenses
TOTAL COST 119,094
PHASE III
Pay
Hours Rate*
$37.84
28.82
26.73
21.78
18.20
21.50
14.50
10.00
21.80
Billing
Rate
$88.92
67.73
62.82
51.18
42.77
50.53
34.08
23.50
51.23
Subtotal
a. Travel $0.21 per mile or Rental $50 per day
b. Per Diem
c. Reproduction Expenses
d. Communications
e. Postage, Shipping
f. Supplies
g. Computer Equipment
h. Word Processing Equipment
i. CADD Equipment
Subtotal
Ausnn, TX Baton, MA Columbus, NE Denver, CO R.W. BECK Indianapolis, IN Minneapolis, MN Sacramento, CA
Nashville, TN Orlando, FL AND ASSOCIATES Phoenix, AZ Seattle, WA
I Recycled Paper Product
Cost
5,691
2,709
9,235
24,055
5,560
303
954
658
2,152
51,317
150
75
1,626
100
150
50
400
480
600
3,631
Amendment No. 4 Page 7
City of Port Angeles April 30, 1991
Subconsultants
a. Sweet Edwards /EMCON, Inc.:
Labor 11,125
Expenses 21,645
Subtotal 32,770
Administrative Cost (5 1,639
Subtotal 34,409
b. Northwestern Territories, Inc.:
Labor 17,905
Expenses 3,500
Subtotal 21,409
Administrative Cost (5 1,070
Subtotal 22,475
c. Stoican Drilling Company, Inc.:
Services 6,916
Administrative Cost (5 346
Subtotal 7,262
TOTAL PHASE III 119,094
A•tn, TX Boston, MA Columbus, NE Denver, CO R.W. BECK Indianapolis, IN Minneapolis, MN Sacramento, CA
Nashville, TN Orlando, FL AND ASSOCIATES Phoenuc, AZ Seattle, WA
A Recycled Paper Product
Amendment No. 4 Page 8
City of Port Angeles April 30, 1991
ITEMIZATION OF COSTS BY TASK
TOTAL COST
Personnel Hours
Partner 12
Executive Engineer (Civil) 48
Principal Engineer (Civil) 178
Supr. Engineer (Civil) 34
Senior Engineer (Civil) 512
Supr. Engineer (Mech.) 50
Supr. Engineer (Elec.) 60
Principal Engineer (Specs) 36
Drafting 428
Contract Administrator 9
Secretarial 24
Clerical 32
Word Processing 52
PHASE IV
Task 1 Project Management
Task 2 Conduct Additional Geotechnical
Investigations and Testing
Task 3 Conduct Additional Surveying and Mapping
Task 4 Prepare Preliminary Plans and
Specifications
Task 5 Conduct Review Meetings with Regulatory
Agencies
Task 6 Prepare Detailed Contract Drawings,
Specifications and Estimate of Cost
Task 7 Prepare Final Operations Plan
and Monitoring Plan
Task 8 Prepare Design of Active Gas Control
System
Task 9 Conduct Site Monitoring of Existing Gas
Probes
Task 10 Permitting
BREAKDOWN OF DIRECT SALARY COST (Task 1 through 6, 9 and 10)
Recycled Paper Product
Pay Billing
Rate* Rate
Subtotal
Austin, TX Breton, MA Columbus, NE Denver, CO R.W. BECK Indianapolis, IN Minneapolis, MN Sacramento, CA
Nashville, TN Orlando, FL AND ASSOCIATES Phoenix, AZ Seattle, WA
$7,580
2,711
2,245
54,625
1,770
12,650
13,652
43,473
9,555
13,609
$161,870
Cost
$49.18 $115.57 $1,387
37.84 88.92 4,268
28.82 67.73 12,056
26.73 62.82 2,136
21.78 51.18 26,207
28.76 67.59 3,379
32.98 77.50 4,650
31.03 72.92 2,625
18.20 42.77 18,306
23.35 54.88 455
14.50 34.08 818
10.00 23.50 752
21.80 51.23 2,664
$79,703
Amendment No. 4 Page 9
City of Port Angeles April 30, 1991
BREAKDOWN OF DIRECT
Principal Engineer
Senior Engineer
Drafter
Secretary
Word Processing
SALARY COST (New Task
Personnel Hours
Subtotal
BREAKDOWN OF DIRECT SALARY COST (Task 8)
Personnel Hours
Partner 8
Executive Engineer (Civil) 38
Executive Engineer
(Mechanical) 42
Executive Engineer
(Electrical) 1
Principal Engineer
(Electrical) 12
Principal Engineer
(Structural) 36
Super. Engineer (Civil) 68
Supervising Engineer
(Mechanical) 30
Senior Engineer
(Mechanical) 140
Engineer (Electrical) 120
Supervising Draftsperson
(Civil) 5
Supervising Draftsperson
(Electrical) 4
Drafting (Civil /Mechanical/
Structural) 124
Drafting (Electrical) 40
Specifications Writer 8
Subtotal
TOTAL DIRECT SALARY COST
Pay Billing
Rate* Rate Cost
26 $31.31 $73.58 $1,913
158 20.87 49.05 7,749
32 18.50 43.08 1,391
12 13.14 30.88 371
24 17.32 40.70 977
Pay Billing
Rate* Rate Cost
$57.12 $134.22 $1,074
35.03 82.32 3,128
42.08
43.83
36.82
28.82
26.65
29.47
25.44
21.50
25.21
24.26
18.38
20.70
34.19
v: A Recycled Paper Product
7)
98.89
103.00
86.53
67.74
62.63
69.26
59.78
50.53
59.24
57.01
43.19
48.65
80.35
$12,401
Austin, TX Boston, MA Columbus, NE Denver, CO R.W. BECK Indianapolis, IN Minneapolis, MN Sacramento, CA
Nashville, TN Orlando, FL AND ASSOCIATES Phoenuc, AZ Seattle, WA
4,153
103
1,038
2,439
4,259
2,078
8,370
6,063
296
228
5,356
1,946
643
$41,173
$133,277
Amendment No. 4 Page 10
City of Port Angeles April 30, 1991
DIRECT NON SALARY COST (Tasks 1 through 10)
Expenses
a. Travel $0.21 per mile or Rental
$50 per day 200
b. Per Diem 100
c. Reproduction Expenses 2,684
d. Communications 350
e. Postage, Shipping 156
f. Supplies 100
g. Computer Equipment 720
h. Word Processing Equipment 672
i. CADD Equipment 8,220
Subconsultants
Subtotal $13,202
a. Sweet-Edwards/EMCON, Inc.:
Labor 8,550
Expenses 550
Subtotal 9,100
Administrative Cost (5 455
Subtotal 9,555
b. Northwestern Territories, Inc.:
Labor 4,755
Expenses 650
Subtotal 5,405
Administrative Cost (5 270
Subtotal 5,675
c. Hong West Associates
Labor 153
Expenses 0
Subtotal 153
Administrative Cost (5 8
Subtotal 161
Subtotal $15,391
TOTAL PHASE IV $161,870
Austin, TX Boston, MA Columbus, NB Denver, CO R.W. BECK Indianapolis, IN Minneapolis, MN Sacramento, CA
Nashville, TN Orlando, FL AND ASSOCIATES Phoenix, AZ Seattle, WA
Or o A Recycled Paper Product
Amendment No. 4 Page 11
City of Port Angeles April 30, 1991
ITEMIZATION OF COSTS BY TASK
Task 1 Assistance during Bidding 26,974
Task 2 Construction Engineering 72,120
Task 3 Construction Observation 71,927
Task 4 Operations and Maintenance 18,272
Task 5 Construction Surveying 15,505
Task 6 Project Management 40.472
BREAKDOWN OF DIRECT SALARY COST (Tasks 1, 2, 3, 5 and 6)
Pay Billing
Personnel Hours Rate* Rate Cost
Executive Engr. 33 $39.74 $93.39 $3,082
Principal Engr.
(Qual. Contr.) 74 30.27 71.13 5,264
Supervising Engr.
(Contr. Ad.) 789 24.27 57.03 44,997
Supervising Engr.
(Qual.Contr.). 24 26.75 62.86 1,509
Principal Engr. (Specs.) 53 31.78 74.68 3,958
Supervising Engr.
(Mechanical) 10 29.47 69.25 693
Supervising Engr.
(Electrical) 18 33.78 79.38 1,429
Drafting 118 19.13 44.95 5,304
Secretarial 32 12.38 29.09 931
Clerical 166 10.31 24.23 4,022
Word Processing 8 17.91 42.09 337
Resident Engineer 1,313 25.05 48.84 64,127
Principal Engineer (PM) 575 29.14 68.48 39,376
Subtotal $175,029
TOTAL DIRECT SALARY COST $175,029
Austin, TX Boston, MA Columbus, NE Denver, CO R.W. BECK Indianapolis, IN Minneapolis, MN Sacramento, CA
Nashville, TN Orlando, FL AND ASSOCIATES Phoenuc, AZ Seattle, WA
PHASE V
Recycled Paver Praducc
TOTAL COST $245,270
Amendment No. 4 Page 12
City of Port Angeles April 30, 1991
DIRECT NON SALARY COST (Tasks 1 through 5)
Expenses
a. Travel $0.21 per mile or Rental $50 per day 680
b. Per Diem $50 /day x 150 days 7,800
c. Reproduction Expenses 4,950
d. Communications 300
e. Postage, Shipping 700
f. Supplies 50
g. Computer Equipment 480
h. Word Processing Equipment 382
Subconsultants
Subtotal $15,342
a. Northwestern Territories, Inc. (Materials Testing)
1. Materials Testing:
Labor 6,350
Expenses 300
Subtotal 6,650
Administrative Cost (5 333
Subtotal 6,983
2. Construction Surveying:
Labor $10,000
Expenses 450
Subtotal $10,450
Administrative Cost (5 523
Subtotal $10,973
b. Walker and Associates
1. Site Survey
Labor 2,800
Expenses 2,000
Subtotal 4,800
Administrative Cost 240
Subtotal 5,040
Ausnn, TX Berton, MA Columbus, NE Denver, CO R.W. BECK Induanapohs, IN Mmneapobs, MN Sacramento, CA
Nashville, TN Orlando, FL AND ASSOCIATES Phcentx, AZ Seattle, WA
A Recycled Paper Product
Amendment No. 4 Page 13
City of Port Angeles April 30, 1991
c. Sweet Edwards \EMCON, Inc.
1. Geotechnical Services
Labor 2,054
Expenses 464
Outside Lab Services 1,604
Subtotal 4,122
Administrative Cost (5 206
Subtotal 4,328
2. LFG Startup, O &M, and Training
Labor $14,400
Expenses 2,000
Subtotal $16,400
Administrative Cost (5 820
Subtotal $17,220
d. Precision Laboratory
1. Geosynthetics Testing
Labor 5,416
Expenses 500
Subtotal 5,916
Administrative Costs (5 296
Subtotal 6,212
e. Hong West and Associates
1. Geotechnical and Permeability Testing
Labor 3,946
Expenses 0
Subtotal 3,946
Administrative Cost (5 197
Subtotal 4,143
TOTAL PHASE V $245,270
Austin, TX Boston, MA Columbus, NE Denver, CO R.W. BECK Indianapolis, IN Minneapolis, MN Sacramento, CA
Nashville, TN Orlando, FL AND ASSOCIATE'S Phoenix, AZ Seattle, WA
A Recycled Paper Produce
Amendment No. 4 Page 14
City of Port Angeles April 30, 1991
ITEMIZATION OF COSTS BY TASK
Task 1 Project Management 2,436
Task 2 Preliminary Design 7,017
Task 3 Final Design 29,263
Task 4 Assistance During Bidding 1,542
Task 5 Construction Engineering 26,437
Task 6 Construction Observation 6,855
Task 7 Additional Services 8,997
PHASE VI
TOTAL COST $82,547
BREAKDOWN OF DIRECT SALARY COST (Tasks 1 thru 6)
Pay Billing
Personnel Hours Rate* Rate Cost
Partner 8 $57.12 $134.22 1,074
Executive Engr. (Civil) 58 35.03 82.32 4,775
Principal Engr. (Civil) 250 30.46 71.58 17,895
Principal Engr.
(Structural) 9 28.82 67.74 610
Specifications Writer 11 34.19 80.35 884
Supervising Engr.
(Mechanical) 37 29.47 69.26 2,563
Engineer (Civil) 153 18.28 42.95 6,571
Sr. Engineer (Electrical) 89 24.06 56.55 5,033
Super. Drafter (Civil) 19 25.21 59.24 1,125
Supervising Drafter
(Electrical) 4 24.26 57.00 228
Drafter
(Civil /Mech. /Struct.) 252 18.32 43.06 10,851
Drafter (Electrical) 44 20.70 48.65 2,140
Word Processing 28 17.82 41.88 1,173
Secretarial 37 12.01 28.22 1,044
Clerical 76 11.42 26.84 2,040
Resident Engineer 125 25.05 48.84 6,105
Subtotal $64,111
Austin, TX Boston, MA Columbus, NE Denver, CO R.W. BECK Indianapolis, IN Minneapolis, MN Sacramento, CA
Nashville, TN Orlando, FL AND ASSOCIATE Phoenix, AZ Seattle, WA
A Recycled Paper Produc[
Amendment No. 4 Page 15
City of Port Angeles April 30, 1991
BREAKDOWN OF DIRECT SALARY COST (TASK 7B)
Personnel
DIRECT NON SALARY COST
Expenses
Subconsultants
Subtotal
Pay
Hours Rate*
Supervising Engineer 20 $26.30
Civil Engineer 66 21.92
Drafter 36 19.42
Secretary 24 13.80
Word Processing 22 18.19
9 A Recycled Paper Product
Billing
Rate
$61.81
51.51
45.64
32.43
42.75
a. Travel $0.21 per mile or Rental $50 per day 350
b. Per Diem $50 /Day x 44 days 750
c. Reproduction Expenses 4,750
d. Communications 325
e. Postage, Shipping 250
f. Supplies 400
g. Computer Equipment 800
h. Word Processing Equipment 384
i. CADD Equipment 1,380
Subtotal $9,389
a. Northwestern Territories, Inc. (Materials Testing)
Labor 900
Expenses 100
Subtotal $1,000
Administrative Cost (5 50
Subtotal $1,050
TOTAL PHASE VI 82,547
Austin, TX Baton, MA Columbus, NE Denver, CO R.W. BECK Indianapolis, IN Minneapolis, MN Sacramento, CA
Nashville, TN Orlando, FL AND ASSOCIATES Phoenix, AZ Seattle, WA
Cost
1,236
3,400
1,643
778
940
7,997
Amendment No. 4 Page 16
City of Port Angeles April 30, 1991
ITEMIZATION OF COSTS BY TASK
Partner 4
Executive Engineer (Civil) 52
Principal Engineer
(Structural) 77
Specifications Writer 4
Super. Engineer (Civil) 4
Supervising Engineer
(Mechanical) 32
Sr. Engineer (Electrical) 50
Supervising Draftsperson
(Civil) 10
Drafting (Civil /Mechanical/
Structural 124
Drafting (Electrical) 32
Word Processing 4
DIRECT NON SALARY COST
Expenses
PHASE VII
Task 1 Preliminary Design 1,471
Task 2 Final Design 24,119
TOTAL COST 25,590
BREAKDOWN OF DIRECT SALARY COST
Pay Billing
Personnel Hours Rate* Rate Cost
$57.12
35.03
28.82
34.19
26.65
29.47
24.06
25.21
18.38
20.70
17.82
TOTAL PHASE VIII
Recycled Poer ProJuct
$134.22
82.32
67.74
80.35
62.63
70.53
56.55
59.24
43.20
48.65
41.88
Subtotal
537
4,281
b. Reproduction Expenses 250
c. Communications 25
d. Postage, Shipping 10
e. Supplies 0
f. Computer Equipment 40
g. Word Processing Equipment 40
h. CADD Equipment 1,860
Subtotal 2,225
Austm, TX Boston, MA Columbus, NE Denver, CO R.W. BECK 1ndianapohs, IN Minneapolis, MN Sacramento, CA
Nashville, TN Orlando, FL AND ASSOCIATES Phoenix, AZ a Seattle, WA
$25,590
5,216
321
251
2,257
2,828
592
5,357
1,557
168
23,365
Amendment No. 4 Page 17
City of Port Angeles April 30, 1991
Average salary cost including fringe benefits.
Average salary cost including overhead and profit.
The estimate for material testing is for budget purposes
only; the need for and extent of materials testing is highly
dependent upon the extent of incorporation of on -site mate-
rials into the construction. Materials testing exceeding
the budgeted amount will be considered as additional servic-
es as defined herein.
Austin, TX Bcston, MA Columbus, NE Denver, CO R.W. BECK Indianapolis, IN Mmneapolts, MN Sacramento, CA
Nashville, TN Orlando, FL AND ASSOCIATES Phoenuc, AZ Seattle, WA
Recycled Paper Product
r'
Amendment No. 4 Page 18
City of Port Angeles April 30, 1991
IN WITNESS WHEREOF, the parties thereto have caused
this Amendment to be executed in triplicate by their respective
authorized officers or representatives.
CITY OF PORT ANGELES
By: EL t," q ��RQc
a
Date:
ATTEST:
e09°,A,(f. i J
City Clgk
APPROVED AS TO FORM:
yor
City A
R. W. BECK AND ASSOCIATES
By: ,P
Partner
Date:
A Recycled Paper Prodi t
y1/4
Austin, TX Boston, MA Columbus, NE Denver, CO R.W. BECK Indianapolis, IN Minneapolis, MN Sacramento, CA
Nashville, TN Orlando, FL AND ASSOCIATES Phoenix, AZ Seattle, WA
UU- 1152- XP1 -AY
The Agreement for consulting services between the City of Port
Angeles and R. W. Beck and Associates dated October 13, 1987 for Landfill Geo-
logical/Hydrogeological Study is hereby amended as follows:
Delete Part I I and replace with the following:
Part I I Payment
(A6431 E
Amendment No. 1
Agreement
for Consulting Services
Between
The City of Port Angeles
an d
R. W. Beck and Associates
for
Landfill Geological /Hydrogeological Study
For services furnished, the City shall pay Engineer, upon submis-
sion of monthly invoices, an amount equal to the actual hours of services fur-
nished multiplied by the product of the Engineer's established hourly salary
costs, which include allowance for personal benefits, and a factor of 2.35.
In addition, the City shall reimburse the Engineer each month: at
cost for all out -of- pocket expenses directly chargeable to the work; at cost
plus 5% for services of Special Consultants and Subcontractors; and at the
Engineer' s then current rates for computer and reproduction services.
On the basis of the Scope of Services outlined in this Agreement,
the estimated total amount to be paid by the City for services furnished and
expenses reimbursed will be approximately X78,700 for Phase I and approxi-
mately X40,000 for Phase II. The maximum amount to be paid by the City under
this Agreement shall not exceed the amount estimated above without prior writ-
ten authorization of the City, and the Engineer shall not be required to fur-
nish services or incur expenses for which the total charges to the City exceed
such maximum amount.
Delete Exhibit "A" and replace with the following:
The objective of Phase I of this Scope of Work is to provide engi-
neering services necessary for the geohydrological studies, groundwater moni-
toring and preparation of operation, closure, and post closure plans for the
City of Port Angeles landfill.
The Scope of Work shall include all services and materials neces-
sary to accomplish the following:
Task 1 INFORMATION SEARCH
(A6431E)
R. W. Beck and Associates
PART I SCOPE OF SERVICES
PHASE I LANDFILL GEOLOGICAL /HYDROGEOLOGICAL STUDY
OBJECTIVE
SCOP E
(Amendment No. 1)
Exhibit A
A. Obtain information on the geology and groundwater characteristics
from various sources, including: City of Port Angeles Department
of Public Works, Clallam County Health Department, Washington State
Department of Natural Resources, Washington Department of Ecology,
U.S. Geological Survey, U.S. Soil Conservation Service, and the
U.S. Environmental Protection Agency.
B. Interview current and former site operators for their personal
knowledge of site characteristics.
C. Contact agencies associated with local landfill permitting and
regulation to obtain information relative to evaluation criteria
for determining significance of leachate movement.
D. Search WDOE water rights files for existing adjacent private and
public well log information.
Task 2 PRELIMINARY SITE INVESTIGATION
A. Map Site Geology.
B. Investigate and evaluate perched groundwater, springs, seeps and
other water courses.
C. Perform Leachate generation analysis.
D. Prepare site survey plan.
Exhibit A Page 2
Task 3 MONITORING WELL SITING AND CONSTRUCTION
(A6431E)
A. Drill wells to provide access to the first water bearing zone be-
neath the site.
1. All wells will be constructed using threaded two -inch PVC
casing with slotted PVC screens in the water bearing zone.
2. Wells will be gravel packed and sealed to the ground surface
with benton i to
3. A locking steel security casing and cap will be cemented into
place at the surface.
4. Hydraulic continuity between the well and aquifer will be
insured to minimize fines pumpage during testing and sampling.
B. One upgradient well will be drilled, three downgradient wells will
be drilled, to conform with the requirements of the minimum func-
tional standards. It is assumed that down gradient wells will be
located at beach level below landfill.
C. A geologist will log the holes and supervise well construction.
Task 4 PERFORM HYDRAULIC CONDUCTIVITY TESTING
A. Conduct two short -term hydraulic conductivity tests on the upper-
most aquifer.
B. Perform laboratory permeameter tests on site soils that appear to
be suitable for use in site construction. It is assumed that the
City will provide a backhoe for excavating test holes.
Task 5 SAMPLE AND TEST WATER QUALITY IN MONITORING WELLS
A. Collect and analyze two water samples from on -site monitoring wells.
1. Excavate stagnant water from wells.
2. Collect representative groundwater samples; filter, preserve
and analyze samples.
3. Conduct field analysis for temperature, pH, EH, and specific
conductance. Perform laboratory analyses as per all remain-
ing parameters specified in the minimum functional standards
under WAC 173- 304 -490 (2) (d) (i).
Exhibit A Page 3
(A6431E)
B. Screen common landfill solvents and organics to determine if leach
ate has migrated to monitoring wells.
Task 6 EVALUATION AND ANALYSIS O F ON -SITE HYDROGEOLOG Y AND WATER QUALITY
A. Determine major aquifer parameters with respect to the directions
and rates of flow in the aquifer.
B. Analyze water quality data relative to the variability of leachate
contaminant transport and appropriate water quality criteria and
standards.
C. Prepare report documenting investigation and detailing future moni-
toring and reporting requirements under WAC 173 -304.
Task 7 PREPARE SITE OPERATING PLAN
A. Conduct site visits to observe operations of landfills conforming
to the Minimum Functional Standards for Solid Waste Handling.
B. Evaluate on -site resources for future cap, daily and intermediate
cover and liner requirements.
C Determine l a n d f i l l final contours.
D. Develop phased program to obtain 20 -year life from available prop-
erty.
E. Define landfill construction requirements.
F. Define landfill operation requirements.
G. Define Site Closure and Post Closure requirements.
H. Evaluate the need for solid waste flow control to provide financial
stability to 1 andfill operations.
I. Evaluate financial assurance requirements for long term post clo-
sure activities at the landfill.
J. Discuss recycling options which may be incorporated in the landfill
improvements.
K. Identify options for extending the life of the landfill.
L. Prepare five (5) copies of draft operations plans for review by
County.
M. Prepare ten (10) copies of final operations plan.
Exhibit A Page 4
Task 8 MEETINGS
(A6431E)
A. Attend project kickoff meeting with the City, and provide the City
with a list of information needs.
B. Attend meeting with WDOE and County Health Department to discuss
project objectives and scope.
C. Prepare for and attend project meetings as directed by the City.
It is assumed that a maximum of four client meetings will be re-
quired.
PHASE II FEASIBILITY STUDY FOR A WASTE -TO- ENERGY FACILITY
OBJECTIVE
The objective of Phase II of this Scope of Work is to provide en-
gineering services necessary to conduct a feasibility study regarding the po-
tential for waste -to- energy in the Port Angeles /Clallam County area.
SCOPE
The Scope of Work shall include all services and materials neces-
sary to accomplish the following:
TASK 1: EVALUATE AVAILABLE FUEL RESOURCES
A. Identify the existing and projected solid and wood waste and sewage
sludge characteristics, quality, and quantities which could be available
to a waste -to- energy facility.
B. Evaluate the impact of future recycling programs on the quantities and
characteristics of the municipal solid waste stream.
C. Evaluate the cyclical nature of the wood waste stream and determine the
quantities available at different prices from negative costs to the wood
generator for disposal up to market value for use by other industries.
D. Establish scenarios for evaluation, including separate combustion and
different ratios of solid to wood waste. Sewage sludge would be con-
sidered in most scenarios.
E. Determine Btu content of each fuel mix and quantities of each.
Exhibit A Page 5
TASK 2: DETERMINE FACILITY SIZE
A. Determine the appropriate size for the waste -to- energy facility for each
scenario developed in Task 1.
TASK 3: IDENTIFY POTENTIAL CUSTOMERS AND SITES
A. Identify potential energy customers for the facilities.
B. Determine the form of the energy that could be used by the customers in-
cluding steam only, cogeneration, or electricity only.
C. Review the potential for a district heating system as a primary or secon-
dary energy customer (WSEO will provide assistance in evaluating the po-
tential).
D. Identify potential sites for the various options, including James River
property.
TASK 4: IDENTIFY THE PREFERRED TECHNOLOGY
A. Evaluate the available furnace systems for mixed fuel combustion effi-
ciency, reliability, and availability.
B. Evaluate the feed and mixing system requirements.
C. Evaluate the steam generation systems considering appropriate steam con-
ditions and corrosion potential due to the mixed waste fuel.
D. Evaluate the configuration based on backpressure or extraction turbine
for cogeneration, straight condensing turbine for electricity only, and
superheat vs. saturated steam conditions.
E. Evaluate air pollution control equipment requirements.
F. Evaluate ash handling and disposal requirements.
TASK 5: DETERMINE THE QUANTITIES OF ENERGY PRODUCED
A. Calculate the energy production for each scenario for various waste quan-
tities and waste stream seasonal variations.
(A6431E)
Exhibit A Page 6
TASK 6: EVALUATE PROPOSED ENERGY DISTRIBUTION SYSTEMS
A. Determine the type of equipment required to interface with the steam
and /or electrical distribution system(s).
B. Determine the seasonal demands for potential district heating and steam
customers.
TASK 7: PRELIMINARY ENVIRONMENTAL REVIEW
A. Conduct a preliminary PSD review.
B. Complete the SEPA checklist.
C. Define project permit requirements.
TASK 8: PROJECT ECONOMICS
A. Project energy sales revenues for each scenario over a 20 year period
clearly indicating all assumptions.
B. Project capital and operating cost for each scenario over a 20 year per-
iod clearly indicating all assumptions. Consider private and public
ownerships.
C. Determine net benefits and costs for each scenario and resulting tipping
fee for solid waste disposal.
D. Perform sensitivity analysis on tipping fee as function of energy reve-
nues, capital cost, and 0$M cost.
E. Determine the value of using wood waste at the facility. Would it re-
quire a fee be paid for disposal or could the facility pay for its fuel
value?
F. Determine the alternate costs of disposal for wood, sludge and municipal
solid waste if the waste -to- energy facility were not built.
TASK 9: FINAL REPORT
A. Prepare and issue to the City eight (8) copies of a Draft Report of the
findings of this study including review of the considerations given and
conclusions drawn in the waste -to- energy study conducted by the City of
Forks.
B. Review the draft Report with the City.
C. Prepare a written final report of the study including review comments as
appropriate in a format which can be used by an agency with similar fuel.
(A6431E)
Exhibit A Page 7
ADDITIONAL SERVICES
Upon request of the City, R. W. Beck and Associates may provide
additional services which may include but not be limited to the following:
(A6431E)
A. Prepare detailed predesign report.
B. Conduct necessary field surveys and other investigations necessary
for final design of landfill improvements.
C. Prepare construction contract documents.
D. Provide assistance to the City during bidding of project.
E. Provide construction engineering and management to the City during
construction of the project.
F. Attend additional client meetings in excess of the four meetings
identified in Task 8.
Delete Exhibit B and replace with the following:
(A6431E)
Partner -i n- Charge
Project Engineering Manager
Quality Control Engineer
Project Engineer
Chief Geologist
Geologist
Geologi st
Project Engineering Manager
Project Engineer
Engineering Economist
Research Engineer
PROJECT ORGANIZATION
Phase I
Phase II
Lowell Warren
Eugene Sampley
Robert Bingham
Tim Spencer
Larry West
Jim Bailey
Barbara Butler
(Amendment No 1)
Exhibit 8
Eugene Sampley
Linda K etel l apper
Robert Bingham
Jerry Newlin
Delete Exhibit C and replace with the following:
ITEMIZATION OF COSTS BY TASK
Task 1 Information Search
Task 2 Preliminary Site Investigation
Task 3 Monitoring Well Siting and Construction
Task 4 Hydraulic Conductivity Testing
Task 5 Water Quality Testing
Task 6 Evaluation and Analysis of On -Site Hydrogeology
and Water Quality
Task 7 Prepare Site Operating Plan
Task 8 Meetings
DIRECT NON- SALARY COST
(A6431E)
Expenses
a. Travel $0.21 per mile or
Rental 50 per day 400
b. Per Diem 250
c. Reproduction Expenses 1,100
d. Communications 150
e. Postage Shipping 50
f Supplies 50
Subtotal 2,000
BREAKDOWN OF DIRECT SALARY COST
Phase I
Personnel
Partner (Civil)
Executive Engineer Civil)
Principal Engineer _Civil)
Engineer (Civil)
Drafting
Word Processing
Secretarial
Exhibit C
ESTIMATE OF COSTS
Phase I
Hours Pay Rate*
20
88
125
40
80
45
40
Total Cost
47.98
32.71
25.47
20.00
12.40
21.80
14.50
Billing Rate
112.75
76.87
59.85
47.00
29.14
51.23
34.08
Subtotal
(Amendment No. 1)
2,300
2,600
26,400
3,400
5,200
10,200
2 2, 60 0
6,000
$78,700
Cost
2,250
6, 800
7,460
1,880
2,330
2,300
1,360
$24,400
Exhibit C Page 2
Subconsultants
a. Sweet Edwards Associates
ITEMIZATION OF COSTS BY TASK
DIRECT NON- SALARY COST
(A6431E)
Expenses
Subconsultants
Labor $23,900
Expenses 4,150
Well Drilling 18,000
Laboratory Testing 3,750
Subtotal $49,800
Administrative Cost (5 2,500
Subtotal $52,300
Total -Phase I
Phase I I
Task 1 Evaluate Fuel Resources 4,500
Task 2 Determine Facility Size 2,000
Task 3 Identify Potential Customers and Sites 5,500
Task 4 Identify Preferred Technology 3,000
Task 5 Determine Quantity of Energy Produced 5,000
Task 6 Evaluate Proposed Distribution Systems 3,500
Task 7 Preliminary Environmental Review 2,000
Task 8 Project Economics 7,500
Task 9 Final Report 7,000
Total Cost $40,000
a. Travel $0.21 per mile or
Rental $50 per day 500
b. Per Diem 350
c. Reproduction Expenses 1,400
d. Communications 150
e. Postage Shipping 50
f. Supplies 50
Subtotal 2,500
a. Northwest Territories, Inc.
Labor $4,700
Expenses 300
Subtotal 5,000
Administrative (5 250
Subtotal $5,250
$78,700
Exhibit C Page 3
BREAKDOWN OF DIRECT SALARY COST
Phase II
Additional Services
(A6431 E
Personnel Hours Pay Rate* Billing Rate Cost
Executive Engineer (Civil) 186 32.71 76.87 14,300
Principal Engineer (Civil) 238 25.47 59.85 14,245
Drafting 13 12.40 29.14 380
Word Processing 45 21.80 51.23 2,305
Secretarial 30 14.50 34.08 1,020
Subtotal $32,250
Total Phase I I $40,000
Costs for additional services will be deter-
mined if those services are required. Addi-
tional services will be conducted only with
prior written authorization from the City.
Average salary cost including fringe benefits.
Average salary cost including overhead and profit.
Delete Exhibit D and replace with the following:
Task
Phase I
1. Information Search
2. Preliminary Site
Investigation
3. Monitoring Well
Siting and Construction
4. Hydraulic Conductivity
Testing
5. Surface Water Sampling
6. Evaluation and Analysis
7. Site Operating Plan
8. Meetings
Phase I I
1 Evaluate Fuel Resources
2 Determine Facility Size
3 Id. Pot. Customers and Sites
4 Id. Preferred Technology
5 Det. Qty. of Energy Produced
6 Eval. Prop. Distribution Systems
7 Prelim. Environ. Review
8 Project Economics
9 Final Report
(A6431E)
EXHIBIT D
AMENDMENT NO. 1
SCHEDULE
1
I
Q 10 it t t t t 3 1 S 1.
1981 198a
1 8 9 Io 1S
IN WITNESS WHEREOF, the parties thereto have caused this Amendment
to be executed in triplicate by their respective authorized officers or repre-
sentatives.
CITY OF PORT ANGELES R. W. BECK AND ASSOCIATES
r
BY: 1 r,_ BY: 7 a
......t...�
Mayor Partner and M ager
Municipal Servi es Office
Date:
ATTEST:
G
CC C i ty Clerk
APPROVED A S T O FORM:
(A6431E)
O VI* t/ L—
..-City Attorney
Date: 2MA'
:Q,, 6.ac9
UU- 1152- XP1 -CY
Part II Payment
Amendment No. 2
Agreement
for Consulting Services
between
The City of Port Angeles
and
R. W. Beck and Associates
for
Landfill Geological /Hydrogeological Study
The Agreement for consulting services between the City of Port
Angeles and R. W. Beck and Associates dated October 13, 1987 for Landfill Geo-
logical /Hydrogeological Study is hereby amended as follows:
Delete Part II and replace with the following:
For services furnished for the work of Phase I, Phase II, Phase
III, Phase IV, and Phase V, Task 1 Assistance During Bidding and Task 2
Construction Engineering, the City shall pay Engineer, upon submission of
monthly invoices, an amount equal to the actual hours of services furnished
multiplied by the product of the Engineer's established hourly salary costs,
which include allowance for personnel benefits, and a factor of 2.35 For
services furnished for the work of Phase V, Task 3 Construction Observation,
the City shall pay Engineer upon submission of monthly invoices, an amount
equal to the actual hours of services furnished multiplied by the product of
the Engineer's established hourly salary costs, which includes allowance for
personnel benefits, and a factor of 1.95.
In addition, the City shall reimburse the Engineer each month: at
cost for all out -of- pocket expenses directly chargeable to the work; at cost
plus 5% for services of Special Consultants and Subcontractors; and at the
Engineer's then current rates for computer and reproduction services. For the
work of Phase V, Task 3 Construction Observation, the City shall reimburse
the Engineer each month at a per diem rate of $50 for each day of on -site
observation.
On the basis of the Scope of Services outlined in this Agreement,
the estimated total amount to be paid by the City for services furnished and
expenses reimbursed shall be as follows:
(N5839C)
Estimated
Maximum
Phase Description Amount
I Landfill Geological /Hydrogeological Study 78,700
II Waste -to- Energy Study 40,000
III Preliminary Landfill Design 101,400
IV Detailed Landfill Design and Operations Plan 84,400
V Construction Engineering and Observation 100,880
Amendment No. 2 Page 2
The maximum amount to be paid by the City under this Agreement
shall not exceed the amount estimated above without prior written authoriza-
tion of the City, and the Engineer shall not be required to furnish services
or incur expenses for which the total charges to the City exceed such maximum
amount.
(N5839C)
Append the following to Exhibit A:
R. W. Beck and Associates
PART I SCOPE OF SERVICES
PHASE III PRELIMINARY DESIGN OF LANDFILL
OBJECTIVE
The objective of Phase III of this Scope of Work is to provide
engineering services necessary to prepare an engineering design for the devel-
opment of the City of Port Angeles Sanitary Landfill to meet the Minimum Func-
tional Standards for Solid Waste Handling (WAC 173 -304), hereinafter referred
to as MFS. A preliminary design for the selected alternative will be devel-
oped and an engineering report will be prepared for City and State Agency
review.
SCOPE
(Amendment No. 2)
Exhibit A
The Scope of Work shall include all services and materials neces-
sary to accomplish the following:
TASK 1: PROJECT MANAGEMENT
(N5839C)
A. Manage the project team including scheduling, coordination and bud-
get control.
B. Prepare monthly project status reports to the City to accompany in-
voices for services.
C. Provide secretarial and clerical services.
D. Attend meetings with the City to review aspects of the design.
TASK 2: GEOTECHNICAL INVESTIGATIONS
A. Drill a maximum of fifteen shallow exploratory borings across the
site using a hollow stem auger drilling rig. Soil samples will be
collected at 5 -foot intervals to characterize geological materi-
als. Based on hollow -stem auger borings geologic mapping will be
performed to identify soil types, potential geologic hazards,
springs, and seepage. Clearing and site preparation shall be com-
pleted by City of Port Angeles personnel as directed by the Engi-
neer.
B. Site materials will be analyzed to determine the quantity and suit-
ability of materials for use for construction and operations as
daily and interim cover, capping, and ballast in traffic areas.
Materials testing will include grain size analysis, Modified Proc-
tor, moisture content, and constant head permeability. If the need
for obtaining off -site materials for cover use is established,
off -site sources will be identified and evaluated. Materials
excavation and placement for daily, intermediate, and final cover
Exhibit A Page 2
will be defined for both on- and off -site materials. Identifica-
tion of off -site material sites will be coordinated with the City
prior to their evaluation. The City of Port Angeles shall provide
a backhoe and operator to excavate five test pits for soil sample
collection at the site at the direction of the Engineer.
C. Methane gas monitoring probes will be located and installed in
accordance with the minimum functional standards for solid waste
management.
D. A report will be prepared documenting the scope, findings, conclu-
sions and recommendations of the geotechnical investigations. Six
copies of the report will be provided to the City.
TASK 3: SURVEYING AND MAPPING
A. Perform field investigations of topography, rights -of -way and ex-
isting utilities as required to verify and supplement existing City
mapping. The Engineer will review City's existing mapping prior to
ascertaining the need for additional mapping and /or field investi-
gations. Prepare topographic maps at a horizontal scale of 1 =50'
with a contour interval of 2 feet.
B. Survey each boring location for vertical and horizontal control.
TASK 4: ENGINEERING REPORT
A. Establish Design /Future Operations Criteria
(N5839C)
1. Based on the results of Phase I Operations Plan and Phase
II Waste -to- Energy Feasibility Study, determine the best
use of the landfill for the long -term benefits of the City.
The alternatives include:
a. Sanitary Landfill
b. Waste -to- Energy Facility Site with Ashfill
c. Ashfill
All alternatives include on -site public convenience drop -box
systems consisting of five 40 -cubic yard container bays.
2. Analyze landfill development and closure alternatives and
leachate management alternatives. Select preferred gas and
leachate control plan.
3. Develop layout and access plan for drop -box system.
4. Forecast waste volume requirements for 20 years.
5. Determine fill area requirements based on volume, side slope,
and maximum fill height criteria.
6. Develop staged fill plan by 5 -year increments based on 5.
above and site characteristics.
Exhibit A Page 3
7. Identify liner requirements and alternatives.
8. Identify permitting requirements.
B. Prepare Preliminary Future Operating and Monitoring Plan
(N5839C)
1. Preliminary design of the fill will utilize the selected gas
and leachate control plan. The plan will include the recom-
mended filling sequence in the Operations Plan in which hori-
zontal and vertical boundaries of the landfill stages or
lifts will be more clearly defined. Surface water control
and routing associated with the filling sequences will also
be established. Final site topography will be established to
enable the solid waste filling operation to conform with the
desired closure requirements for the landfill.
2. Conceptual design for the environmental control systems will
be developed. A site monitoring program will be developed
for the site which will utilize the existing monitoring sys-
tem and the gas monitoring wells developed in Phase III -Task
2.C. above.
3. Site closure and post closure requirements in the plan will
be confirmed including site closure construction, postclosure
activities, and site monitoring.
C. Preparation of Draft Engineering Report
A Draft Pre Design Engineering Report will be prepared for review
by the City, the Washington State Department of Ecology (WDOE), and
the County Health Department. The Draft Report will describe the
alternatives, the evaluation process, the conceptual design, pre-
liminary cost estimate for the recommended alternative, and the
site monitoring plan. The alternative and conceptual design shall
comply with the Minimum Functional Standards for Solid Waste Hand-
ling (WAC 173 -304). Four copies of a preliminary draft of the
Engineering Report will be submitted to the City for review.
D. Agency Review
The City of Port Angeles, WDOE and County Health Department will
review and comment on the draft Engineering Report. Included in
the estimate of engineering costs presented herein are two (2)
review meetings with the engineering team and representatives of
appropriate agencies.
E. Preparation of Final Engineering Report
A Final Engineering Report will be produced to incorporate review
comments from the agencies. The alternative and conceptual design
in the Final Engineering Report shall comply with the Minimum Func-
tional Standards for Solid Waste Handling (WAC 173 -304). Four
copies will be submitted to the City.
Exhibit A Page 4
PHASE IV DETAILED DESIGN AND OPERATIONS PLAN
OBJECTIVE
The objective of Phase IV of this Scope of Work is to provide engi-
neering services necessary to prepare final plans, specifications and estimate
of cost for construction of the initial 5 -year stage of the City of Port Ange-
les Sanitary Landfill in compliance with the Minimum Functional Standards for
Solid Waste Handling (WAC 173 -304).
TASK 1: PROJECT MANAGEMENT
(N5839C)
SCOPE
The Scope of Work shall include all services and materials neces-
sary to accomplish the following:
A. Manage the project team including scheduling, coordination and bud-
get control.
B. Prepare monthly project status reports to the City to accompany in-
voices for services.
C. Provide secretarial and clerical services.
D. Attend meetings with the City to review aspects of the design.
TASK 2: CONDUCT ADDITIONAL GEOTECHNICAL INVESTIGATIONS AND TESTING
A. Conduct geotechnical investigations and testing required for final
design and operations plan preparation.
TASK 3: CONDUCT ADDITIONAL SURVEYING AND MAPPING
A. Conduct field investigations of topography in the active area of
the existing landfill and revise topographic mapping as required.
TASK 4: PREPARE PRELIMINARY PLANS AND SPECIFICATIONS
A. Performance of all necessary engineering work incidental to prepa-
ration of detailed construction plans and specifications for the
public drop -box facility, initial 5 -year stage of the sanitary
landfill and closure of the existing landfill. Design considera-
tions for both new landfill construction and existing landfill
closure will be coordinated; however, they will be developed as
separate phases under one contract.
A passive gas control system has been assumed as adequate to miti-
gate gas related concerns. Design of an active gas control system
shall be considered Additional Services and shall not be undertaken
without prior approval of the City and mutual agreement of the City
and Engineer upon additional compensation.
Exhibit A Page 5
B. Preparation of detailed contract drawings.
C. Preparation of specifications and contract documents including pro-
posal forms and notices to bidders. Specifications will be pre-
pared in the CSI format and will utilize the Engineer's General
Requirements and Special Provisions. WDOT /APWA technical specifi-
cations will be referenced to the fullest extent practical.
D. Print and submit four sets of preliminary plans and specifications
for City, WDOE, and County Health Department review.
E. A preliminary Engineer's estimate of construction cost will be sub-
mitted for agency review.
TASK 5: CONDUCT REVIEW MEETINGS WITH REGULATORY AGENCIES
TASK 6: PREPARE DETAILED CONTRACT DRAWINGS, SPECIFICATIONS,
AND ESTIMATE OF COST
A. Final design and specifications, which comply with the Minimum
Functional Standards for Solid Waste Handling (WAC 173 -304), will
be developed sufficient for bidding for construction. Construction
of the new landfill and closure of the existing landfill will be
developed as separate phases of a single contract. Phasing shall
be such that completion and acceptance of construction of the new
landfill precedes closure of the existing landfill. Print -ready
contract drawings and specifications will be provided to the City.
B. A final engineer's estimate of construction cost will be developed
and submitted for City review and approval prior to bidding.
TASK 7: PREPARE FINAL OPERATIONS PLAN AND MONITORING PLAN
(N5839C)
Attend two (2) review meetings to discuss material and changes sug-
gested by agencies.
A. A final site operating plan will be developed based on the fill
development design and leachate control plan. The site operating
plan will define fill sequences, manpower and equipment require-
ments, cover material movement by type (daily, intermediate, and
final), and closure methodology. It will schedule the excavation
and fill stages for the landfill for a 20 -year period. It will
also include a description of operating and maintenance procedures
for equipment, as well as erosion control and drainage management
requirements. The Operations and Monitoring Plan shall comply with
the Minimum Functional Standards for Solid Waste Handling
(WAC 173 -304). Ten copies of the final plan will be submitted to
the City.
Exhibit A
ADDITIONAL SERVICES
(N5839C)
PHASE V CONSTRUCTION ENGINEERING AND OBSERVATION
OBJECTIVE
SCOPE
The Scope of Work shall include the following:
TASK 1: ASSISTANCE DURING BIDDING
A. Issuance of Contract Documents
B. Response to Bidders' Questions
C. Attendance at Pre -Bid Conference
Page 6
Upon request of the City, R. W. Beck and Associates may provide
additional services which may include, but not be limited to, the following:
A. Prepare SEPA Environmental Checklist, Shorelines Permit, Air Qual-
ity Permit and other permits required.
B. Design of an active gas control system.
C. Assistance in Obtaining any Necessary Permits.
D. Extra Work as May be Required.
The objective of Phase V of this Scope of Work is to provide as-
sistance during bidding and engineering and on -site observation services dur-
ing the construction of the Project in order to assume that the Project is
constructed in accordance with the Contract Documents and in compliance with
the Minimum Functional Standards for Solid Waste Handling (WAC 173 -304).
The Engineer shall provide assistance to the City during the bidding phase of
the Project. Assistance during bidding shall consist of the following activi-
ties:
Issue up to thirty (30) full -size sets of Contract Documents to
prospective bidders and up to five (5) sets to local plan centers.
Field and respond to inquiries from prospective bidders regarding
the requirements of the Contract Documents. All inquiries shall be
documented and transmitted to the City on a periodic basis during
the bidding phase.
Attend one (1) pre -bid conference to assist the City in providing
bidding information to prospective bidders. Pre -bid conference may
consist of site visit.
Exhibit A Page 7
(N5839C)
D. Issuance of Addenda
Issue any addenda required to clarify or modify the requirements of
the Contract Documents. Copies of the addenda shall be issued to
planholders and plan centers.
E. Attendance at Bid Openinq
Attend the bid opening to assist the City in reading of the propos-
als and collecting data necessary for evaluation of the bids.
F. Evaluation of Bids
Evaluate bids received and make recommendations concerning award of
a contract.
G. Additional Services
When and if requested by the City, the Engineer shall provide addi-
tional engineering services within the scope of the Project. Such
additional services may include, but shall not be limited to, the
following:
1. Assistance to the City in evaluating deviation in the bid
proposals not reasonably anticipated, such as bidder's claim
of error.
2. Issuance of Contract Documents in excess of the quantity
stated herein.
3. Issuance of half -size Contract Documents to the City for dis-
tribution to prospective bidders.
TASK 2: CONSTRUCTION ENGINEERING
The Engineer shall provide engineering services during construction of the
project following issuance of a Notice to Proceed by the City. Construction
engineering shall consist of the following activities:
A. Contract Administration
Provide general contract administration during the performance of a
single contract for the construction of the Project, such contract
being for a period estimated not to exceed 180 days. Should the
construction of the project exceed 180 days, due to reasons other
than suspension of work, and such delay results in additional cost
to the Engineer, it is anticipated that such additional cost will
be considered additional services as defined hereinafter.
Exhibit A Page 8
(N5839C)
B. Contract Sets
Issue seven (7) sets of original contract sets including the Con-
tract Documents, signed contract, and insurance and bonding certi-
ficates. Three (3) sets each will be provided to the City, the
Contractor, and the Engineer.
C. Issued for Construction Contract Drawings
Issue up to fifteen (15) sets each of half -size and full -size Con-
tract Documents, of which ten (10) sets will be provided to the
Contractor and the balance to the City.
D. Shop Drawing Review
Prepare and distribute to the Contractor a Submittal Control Form
listing all shop drawings required to be submitted for the Proj-
ect. Review shop drawings submitted for compliance with the Con-
tract Documents. Review Contractor's requests for substitution of
materials or equipment and make recommendation to the City regard-
ing such requests. Periodically update the Submittal Control Form
to monitor Contractor's compliance with submission of Shop Drawings.
E. Engineer's Instructions
Issue written interpretation of the Contract Documents to the Con-
tractor as required for guidance.
F. Requests for Proposals
Issue requests for proposals of cost to the Contractor for changes
in the contract as directed by the City. Assist the City in evalu-
ating Contractor's proposals and make recommendation regarding the
acceptability of such proposals and their incorporation into Change
Orders.
G. Change Orders
Prepare change orders to the Project, including appropriate sup-
porting documentation, for execution by the City.
H. Contractor's Periodic Reauests for Payment
Review Contractor's periodic requests for payment and make recom-
mendations to the City regarding adjustments.
I. Periodic Site Visits
Provide periodic site visits by contract administrator, design
engineer and /or quality assurance /quality control personnel to
observe construction progress. A total of eight (8) site visits
have been budgeted.
Exhibit A Page 9
(N5839C)
J. Material Testing
Provide material testing, including soil compaction, surfacing
material compaction and concrete testing, to ensure compliance
with the requirements of the Contract Documents and the Minimum
Functional Standards for Solid Waste Handling (WAC 173 -304). Pre-
pare and distribute records of testing performed to the City and
Contractor.
K. Final Inspection
Perform final inspection of the construction to verify that the
work has been performed in accordance with the terms of the Con-
tract Documents and the Minimum Functional Standards for Solid
Waste Handling (WAC 173 -304). Prepare punch list of construction
deficiencies.
L. Recommendation for Acceptance of Construction
Following corrective action by the Contractor of the items listed
on the punch list, inspect the corrected construction and make
recommendation to the City relative to acceptance of the construc-
tion and compliance of the Project with the Minimum Functional
Standards for Solid Waste Handling (WAC 173 -304). Prepare Opinion
of Substantial Completion and Notice of Acceptance of Construction
for execution by the City and transmission to the Contractor.
M. Construction Record Drawings
Prepare construction record drawings incorporating revisions to the
Project as the Contractor has recorded them. All deviations in
construction, especially pipe and conduit locations, underground
utilities and deviations due to change orders shall be recorded.
One set of reproducible mylar drawings shall be provided to the
City.
N. Additional Services
When and if requested by the City, the Engineer shall provide addi-
tional engineering services within the scope of the Project. Such
additional services may include, but shall not be limited to, the
following:
1. Issuance of Issued for Construction Contract Documents in
excess of the quantity stated herein.
2. Assist the City following opening of bids in modifying or
deleting portions of the Project such that budgetary con-
straints imposed by the City can be met.
3. Assist the City in resolving any disputes or claims that may
result from the execution of the contract and which cannot be
resolved through the standard change order process.
Exhibit A Page 10
(N5839C)
4. Provide Contract Administration in excess of the duration
specified herein.
5. Provide materials testing services in excess of the dollar
amount estimated herein.
TASK 3: CONSTRUCTION OBSERVATION
The Engineer shall provide observation of on -site construction activities to
monitor compliance with the requirements of the Contract Documents and with
the Minimum Functional Standards for Solid Waste Handling (WAC 173 -304). Con-
struction observation shall consist of the following activities:
A. On -Site Observation
Provide on -site observation of construction activities during the
performance of a single contract for the construction of both
phases of the project. On -site observation in the amount of 867
man -hours has been budgeted.
B. Additional Services
When and if requested by the City, the Engineer shall provide addi-
tional engineering services within the scope of the Project. Such
additional services may include, but shall not be limited to, the
following:
1. Provide on -site observation services in excess of the dura-
tion specified herein.
Append the following to Exhibit B:
(N5839C)
Project Engineering Manager
Project Engineer
Design Engineer
Design Engineer
Geologist
Surveying and Mapping
Project Engineering Manager
Project Engineer
Design Engineer
Quality Control Engineer
Surveying and Mapping
PROJECT ORGANIZATION
PHASE III
PHASE IV
PHASE V
Project Engineering Manager
Contract Administrator
Resident Engineering Representative
Quality Assurance /Quality Control
Materials Testing
Eugene Sampley
Dennis Cearns
Tim Spencer
Janet Stocker
Jim Bailey
Jerry Newlin
Eugene Sampley
Dennis Cearns
Janet Stocker
Lowell Warren
Jerry Newlin
Eugene Sampley
Dennis Cearns
To be determined
Forrest Schall
Jerry Newlin
(Amendment No. 2)
Exhibit B
Append the following to Exhibit C:
ITEMIZATION OF COSTS BY TASK
BREAKDOWN OF DIRECT SALARY COST
(N5839C)
Personnel
ESTIMATE OF COSTS
PHASE III
(Amendment No. 2)
Exhibit C
Task 1 Project Management 9,900
Task 2 Geotechnical Investigations 35,285
Task 3 Surveying and Mapping 16,170
Task 4 Engineering Report 40,045
TOTAL COST $101,400
Pay Billing
Hours Rate* Rate Cost
Executive Engineer (Civil) 64 $37.84 $88.92 5,691
Principal Engineer (Civil) 18 28.82 67.73 1,219
Supervising Engineer (Civil) 147 26.73 62.82 9,235
Senior Engineer (Civil) 470 21.78 51.18 24,055
Drafting 112 18.20 42.77 4,790
Contract Administrator 6 21.50 50.53 303
Secretarial 26 14.50 34.08 886
Clerical 26 10.00 23.50 612
Word Processing 42 21.80 51.23 2,152
Subtotal $48,943
DIRECT NON- SALARY COST
Expenses
a. Travel $0.21 per mile or Rental $50 per day 150
b. Per Diem 75
c. Reproduction Expenses 1,577
d. Communications 100
e. Postage, Shipping 150
f. Supplies 50
g. Computer Equipment 400
h. Word Processing Equipment 480
i. CADD Equipment 600
Subtotal 3,582
Exhibit C Page 2
(N5839C)
Subconsultants
a. Sweet Edwards /EMCON, Inc.:
Labor 9,905
Expenses 21,645
Subtotal $31,550
Administrative Cost (5 1,575
Subtotal $33,125
b. Northwestern Territories, Inc.:
Labor $11,500
Expenses 3,500
Subtotal $15,000
Administrative Cost (5 750
Subtotal $15,750
TOTAL PHASE III $101,400
Exhibit C Page 3
ITEMIZATION OF COSTS BY TASK
Task 1 Project Management 7,580
Task 2 Conduct Additional Geotechnical Investigations and Testing 2,550*
Task 3 Conduct Additional Surveying and Mapping 2,245
Task 4 Prepare Preliminary Plans and Specifications 54,625
Task 5 Conduct Review Meetings with Regulatory Agencies 1,770
Task 6 Prepare Detailed Contract Drawings, Specifications
and Estimate of Cost 12,650
Task 7 Prepare Final Operations Plan and Monitoring Plan 2.980
BREAKDOWN OF DIRECT SALARY COST
(N5839C)
Personnel
PHASE IV
TOTAL COST 84,400*
Pay Billing
Hours Rate Rate Cost
Partner 12 $49.18 $115.57 1,387
Executive Engineer (Civil) 50 37.84 88.92 4,446
Principal Engineer (Civil) 170 28.82 67.73 11,514
Supervising Engineer (Civil) 35 26.73 62.82 2,199
Senior Engineer (Civil) 515 21.78 51.18 26,358
Supervising Engineer (Mech.) 50 28.76 67.59 3,380
Supervising Engineer (Elec.) 60 32.98 77.50 4,650
Principal Engineer (Specs) 36 31.03 72.92 2,625
Drafting 306 18.20 42.77 13,088
Contract Administrator 6 21.50 50.53 303
Secretarial 24 14.50 34.08 818
Clerical 32 10.00 23.50 752
Word Processing 60 21.80 51.23 3,074
Subtotal 74,594
DIRECT NON- SALARY COST
Expenses
a. Travel $0.21 per mile or Rental $50 per day 100
b. Per Diem 100
c. Reproduction Expenses 1,884
d. Communications 150
e. Postage, Shipping 150
f. Supplies 100
g. Computer Equipment 400
h. Word Processing Equipment 672
i. CADD Equipment 2,250
Subtotal 5,806
Exhibit C Page 4
(N5839C)
Subconsultants
a. Sweet Edwards /EMCON, Inc.:
Labor 1,600
Expenses 305
Subtotal 1,905
Administrative Cost (5 95
Subtotal 2,000
b. Northwestern Territories, Inc.:
Labor 1,755
Expenses 150
Subtotal 1,905
Administrative Cost (5%) 95
Subtotal 2,000
TOTAL PHASE IV 84,400
Exhibit C Page 5
ITEMIZATION OF COSTS BY TASK
BREAKDOWN OF DIRECT SALARY COST
(N5839C)
Personnel
PHASE V
Task 1 Assistance during Bidding 20,700
Task 2 Construction Engineering 35,765
Task 3 Construction Observation 44,415
TOTAL COST $100,880
Pay Billing
Hours Rate Rate Cost
Executive Engineer 33 $39.74 $93.39 3,082
Principal Engineer (QC) 74 30.27 71.13 5,264
Supervising Engineer (Cont. Admin) 354 24.27 57.03 20,189
Supervising Engineer (QC) 24 26.75 62.86 1,509
Principal Engineer (Specs) 10 31.78 74.68 747
Supervising Engineer (Mech.) 16 29.47 69.25 1,108
Supervising Engineer (Elec.) 18 33.78 79.38 1,429
Drafting 75 19.11 44.91 3,368
Secretarial 32 12.38 29.09 931
Clerical 92 10.31 24.23 2,229
Word Processing 8 17.91 42.09 337
Resident Engineer 867 23.08 45.00 39,015
Subtotal 79,208
DIRECT NON- SALARY COST
Expenses
a. Travel $0.21 per mile or Rental $50 per day 330
b. Per Diem $50 /day x 108 days 5,400
c. Reproduction Expenses 4,200
d. Communications 250
e. Postage, Shipping 300
f. Supplies 50
g. Computer Equipment 400
hh. Word Processing Equipment 142
Subtotal $11,172
Exhibit C Page 6
Subconsultants
ADDITIONAL SERVICES
(N5839C)
a. Northwestern Territories, Inc. (Materials Testing)
Labor 8,500
Expenses 1,500
Subtotal $10,000
Administrative Cost (5 500
Subtotal $10,500
TOTAL PHASE V $100,880
Costs for additional services will be determined if those services are
required. Additional services will be conducted only with prior written
authorization from the City.
The estimate to conduct additional geotechnical investigations and test-
ing is for budget purposes only; the need for and extent of additional
work under this task is unknown at this time. Additional work, if re-
quired, will be billed at the number of hours actually incurred at the
established billing rate plus actual expenses at cost and subconsultant
fees plus 5% administrative cost.
Average salary cost including fringe benefits.
Average salary cost including overhead and profit.
The estimate for material testing is for budget purposes only; the need
for and extent of materials testing is highly dependent upon the extent
of incorporation of on -site materials into the construction. Materials
testing exceeding the budgeted amount will be considered as additional
services as defined herein.
IN WITNESS WHEREOF, the parties thereto have caused this Amendment
to be executed in triplicate by their respective authorized officers or repre-
sentatives.
CITY OF PORT ANGELES
By:
Date:
ATTEST:
Mayor
APPROVE AS TO FORM:
(N5839C)
City Clerk
City Attorney
/14 014/
R. W. BECK AND ASSOCIATES
By:
artner and ager
Municipal Servys Office
Date: /.04,
DESCRIPTION
PHASE III
PRELIMINARY DESIGN OF LANDFILL
Project Management
Geotechnical Investigations
Surveying and Mapping
Engineering Report
PHASE IY
DETAILED DESIGN AND OPERATIONS PLAN
Project Management
Additional Geotechnical Investigations
Additional Surveying Mapping
Preliminary Plans and Specifications
Review Meetings with Regulatory Agencies
Detailed Plans, Specifications Cost Estimate
Final Operations Monitoring Plan
PHASE V
CONSTRUCTION ENGINEERING AND OBSERVATION
Assistance During Bidding
Construction Engineering
Construction Observation
F oeuny brotrly 1M�
OAtI IRh14
1 czi ttw. Or
Mallet Start IRONS
Movers Systems, WC n1wlRrusow Mahct rnittn SAME
1w
w re I Ja I w 1 mm
Ion m 5 It N to t 4 10 8 10 4 tt 100 I It tl
CITY OF PORT ANGELES
LANDFILL DESIGN
ENGINEERING SCHEDULE
EZI
IT INO
tw I 1N I w i +i I IIII N Kr I sr I s s
O 1 i U4450146 11064111414$04111$15 I,IIn*$ 1ODlnftml t*
9_t 1N 1
II 1t, IM MO MOON
1
WV- 1152- XP1 -EY January 4, 1990
3001
Amendment No. 3
Agreement
for Consulting Services
between
The City of Port Angeles
and
R. W. Beck and Associates
for
Landfill Geological /Hydrogeological Study
The Agreement for consulting services between the City of Port
Angeles and R. W. Beck and Associates dated October 13, 1987 for Landfill
Geological /Hydrogeological Study is hereby amended as follows:
In the third paragraph of Part II, delete the Estimated Maximum Amount of
Phase III, Phase IV and Phase V and substitute:
Estimated
Maximum
Phase Description Amount
III Preliminary Landfill Design $111,832
IV Detailed Landfill Design and Operations Plan $139,060
V Construction Engineering and Observation $146,525
VI Leachate Pump Station and Force Main $101,129
VII Employee and Scale Facility Design 23,979
Amend PART I SCOPE OF SERVICES as follows:"
PHASE III PRELIMINARY DESIGN OF LANDFILL; TASK 2: GEOTECHNICAL INVESTIGA-
TIONS; add the following subtask:
"E. Perform a barhole survey adjacent to site structures to ascertain
methane gas concentrations."
PHASE III PRELIMINARY DESIGN OF LANDFILL; TASK 3: Surveying and Mapping;
add the following subtask:
"C. Perform boundary survey and additional topographic surveying to
provide mapping of the storm drainage discharge to Dry Creek and
updated mapping of the active area of the existing landfill. Set
monuments at the corners of the property and flag the boundaries of
the site. Record the property survey with the Clallam County
Auditor's office in compliance with the Washington State Survey
Act."
.S.209
A
Amendment No. 3
WV- 1152- XP1 -EY
PHASE III PRELIMINARY DESIGN OF LANDFILL; TASK 4; ENGINEERING REPORT; add
the following subtasks:
PHASE IV DETAILED DESIGN AND OPERATIONS PLAN; ADDITIONAL SERVICES; delete
items A, B and C.
PHASE IV DETAILED DESIGN AND OPERATIONS PLAN; add the following tasks:
TASK 8: PREPARE DESIGN OF AN ACTIVE GAS CONTROL SYSTEM
-2- January 4, 1990
"F. Prepare SEPA Environmental Checklist for the improvements recom-
mended for the new landfill and closure.
G. Revise engineering report to reflect updated mapping of the active
area of the existing landfill and to include active gas control
provisions."
A. Gather and review site background data and perform site reconnais-
sance by the Engineer's gas control design personnel.
B. Develop design criteria for the landfill gas (LFG) control system,
including type, location and spacing of LFG extraction wells and
horizontal collectors, LFG withdrawal rates, collection pipe sizing
requirements, blower and flare requirements, condensate handling
requirements, control, and operating, and alarm requirements.
C. Develop LFG control system alternatives to control LFG migration
from both the existing landfill following closure and the future
landfill. Prepare a letter report outlining design criteria devel-
oped under Subtask B and presenting design alternatives.
D. Upon selection of the preferred alternative, prepare preliminary
contract drawings and technical specifications for the LFG control
system. Contract Drawings shall include the following:
1 LFG Collection System Plan
2 Gas Extraction Well Details
3 LFG Equipment Complex Site Plan
4. LFG Equipment Complex Mechanical
5 LFG Equipment Complex Structural
6 Condensate System Details
7 Miscellaneous Mechanical Details
8 Standard Electrical Symbols, Abbreviations and Details
9 LFG Equipment Complex Electrical
10. Control and Wiring Diagrams
TASK 9: CONDUCT SITE MONITORING OF EXISTING GAS PROBES
A. In order to assess the potential diurnal fluctuations or trends
typically associated with landfill gas migration, probes shall be
monitored twice each day on three separate days during the initial
week of monitoring.
Amendment No. 3
WV- 1152- XP1 -EY
B. Following the initial monitoring period of one week, each probe
will be monitored once each week for the next three weeks.
C. Gas composition will be monitored using a GasTech model portable
combustible gas /oxygen detector. Static pressure will be measured
using Magnehelic pressure gauges capable of measuring pressures to
as low as 0.005 inches water column. Monitoring data shall be
recorded along with date, time, temperature, barometric pressure
and other vital weather conditions.
D. A report will be prepared to include drawings depicting the loca-
tions and details of the gas probes, monitoring results, conclu-
sions and recommendations.
E. During the initial week monitoring period, the City will designate
personnel to receive training in gas monitoring equipment and tech-
niques.
TASK 10: PERMITTING
-3- January 4, 1990
A. Prepare necessary permits to the Olympic Air Pollution Control
Authority for construction and operation of a landfill gas control
system.
B. Prepare NPDES /State Waste Discharge Permit Survey Form for surface
water disposal.
C. Prepare request for variance from the requirements of the MFS."
PHASE V CONSTRUCTION ENGINEERING AND OBSERVATION; TASK 3: CONSTRUCTION
OBSERVATION; delete the text of Subtask A in its entirety and substitute:
"Provide on -site observation of construction activities during the per-
formance of a single contract for the construction of the Project. Pro-
vide specialized on -site observation during periods of installation of
critical gas control system features, including installation of vertical
gas extraction wells and condensate sumps. On -site observation in the
amount of 1,045 staff hours has been budgeted."
PHASE V CONSTRUCTION ENGINEERING AND OBSERVATION; add the following tasks:
"TASK 4: OPERATIONS AND MAINTENANCE
A. Start -up and Balancing of LFG Control System
Provide on -site engineering services during start -up and balancing
of the LFG control system. Assist the Contractor in testing and
initial operation of the system. A total of 14 staff days has been
estimated as adequate to provide start -up and balancing of the LFG
Control System. Provision of engineering services for start -up and
balancing in excess of 14 days duration shall be considered Addi-
tional Services as defined hereinafter.
Amendment No. 3
WV- 1152- XP1 -EY
Add the following:
(N7901C)
B. Operations and Maintenance Manual
-4- January 4, 1990
Prepare an Operations and Maintenance Manual including system oper-
ating criteria and equipment data and designed to assist in opera-
tor training and system troubleshooting. The manual shall include
description of equipment, equipment performance data, operating and
maintenance instructions, parts lists, equipment monitoring and
system evaluation instructions, and emergency procedures.
C. Operator Training
Develop a program for training of operations staff in equipment and
systems operation. Operator training shall be provided for a total
of two days. The training shall include step -by -step verbal in-
structions on operating, adjusting, maintaining, monitoring and
troubleshooting systems and equipment.
D. Quarterly LFG System Operation Evaluation
At the end of every three -month period for a period of one year,
provide a site inspection and evaluation of the system's overall
performance and physical condition by visual inspection and discus-
sion with City personnel. Prepare a letter report following each
inspection summarizing findings and recommendations.
TASK 5: CONSTRUCTION SURVEYING
A. Complete a topographic survey of the existing site, particularly
those areas disturbed by excavations and /or fills subsequent to the
previous survey performed. Prepare topographic maps at a horizon-
tal scale of 1" 50' with a contour interval of 2 feet.
B. Field survey by cross sectioning all areas of excavation and em-
bankment for which field measurement for payment is required.
C. Field survey by cross sectioning all material stockpiles for which
field measurement for payment is required."
PHASE VI LEACHATE PUMP STATION AND FORCE MAIN DESIGN AND CONSTRUCTION ENGI-
NEERING AND OBSERVATION
OBJECTIVE
The objective of Phase VI of this Scope of Work is to provide engi-
neering services necessary to prepare preliminary and final drawings, specifi-
cations and estimate of cost for construction of a leachate pump station and
force main to transport leachate from the landfill to the City's sanitary
sewer system located at Eighteenth and "0" Streets.
1
Amendment No. 3
WV- 1152- XP1 -EY
TASK 1: PROJECT MANAGEMENT
TASK 3: FINAL DESIGN
-5-
SCOPE
C. Prepare preliminary estimates of construction cost.
January 4, 1990
The Scope of Work shall include all services and materials neces-
sary to develop contract documents adequate for bidding of the construction of
the leachate pump station and force main. The Scope shall include the follow-
ing tasks:
A. Manage the project team including performing necessary scheduling,
coordination and budget control.
B. Prepare monthly project status reports to the City to accompany
invoices for services.
C. Provide secretarial and clerical services.
D. Attend meetings with the City to review aspects of the design.
TASK 2: PRELIMINARY DESIGN
A. Develop base mapping along the transmission route from topographic
and utility mapping provided by the City. Should such mapping be
determined to be inadequate for purposes of final design, the Engi-
neer shall perform additional surveying and prepare such necessary
mapping under the terms of Additional Services.
B. Perform necessary preliminary design studies to size the pump sta-
tion and force main. Alternatives shall be developed which consid-
er future domestic sanitary sewer flow from lots located along
Eighteenth Street not currently served by sanitary sewer.
A. Following selection of the recommended design alternative by the
City, develop detailed contract drawings and specifications for the
pump station and force main.
B. Prepare contract documents including technical specifications, pro-
posal forms, notice to bidders and general provisions. Contract
documents shall be prepared in the CSI format and will utilize the
Engineer's General Requirements and Special Provisions. WDOT /APWA
technical specifications will be referenced to the fullest extent
practical.
C. Submit four sets of preliminary contract documents for City re-
view. Participate in a review meeting at the City's office. A
thorough review will be performed by the Engineer utilizing the
firm's senior quality control personnel prior to the review meeting
with the City.
Amendment No. 3
WV- 1152- XP1 -EY
D. Incorporate comments and develop bid -ready contract documents.
E. Prepare Engineer's estimate of construction cost and construction
schedule.
TASK 4: ASSISTANCE DURING BIDDING
A. Provide assistance to the City during the bidding phase of Phase
VI. Assistance during bidding shall consist of the activities
described under Phase V, Task 1 of this Agreement.
TASK 5: CONSTRUCTION ENGINEERING
A. Provide construction engineering services during construction of
the leachate pump station and force main following issuance of a
Notice to Proceed by the City. Construction engineering shall
extend for a duration not to exceed 120 days. Should the construc-
tion of the leachate pump station and force main exceed 120 days
duration, due to reasons other than suspension of work, and such
delay results in additional cost to the Engineer, it is anticipated
that such additional cost will be considered additional services as
defined herein. Construction engineering shall consist of the
activities described under Phase V, Task 2 of this Agreement.
TASK 6: CONSTRUCTION OBSERVATION
TASK 7: ADDITIONAL SERVICES
When and if requested by the City, the Engineer shall provide addi-
tional engineering services within the scope of the Project. Such additional
services may include, but shall not be limited to, the following:
A. Provide contract administration and /or construction observation in
excess of the durations stated herein.
PHASE VII EMPLOYEE AND SCALE FACILITY DESIGN
The objective of Phase VII of this Scope of Work is to provide
engineering services necessary to prepare preliminary and final drawings,
specifications and estimate of cost for construction of an employee facility
and a new scale facility at the Port Angeles Landfill.
(N7901C)
-6- January 4, 1990
A. Provide observation of construction activities during the perform-
ance of a single contract for the construction of the leachate pump
station and force main. The construction contract will be separate
from that for the sanitary landfill. On -site observation in the
amount of 350 staff hours has been budgeted.
OBJECTIVE
Amendment No. 3
WV- 1152- XP1 -EY
-7-
SCOPE
January 4, 1990
The Scope of Work shall include all services and materials neces-
sary to accomplish the following:
(N7901C)
TASK 1: PRELIMINARY DESIGN
A. Prepare preliminary layout of employee facility building to provide
the following space requirements:
1. Office 10' x 14'
2. Locker /Shower Room 10' x 10'
3. Toilet /Lavatory (Unisex) 10' x 12'
4. Lunch Room 12' x 16'
5. Electrical /Mechanical Room 10' x 20'
Building shall be of concrete masonry unit design, with concrete
foundation, trussed roof and metal roofing. Building design shall
incorporate lighting, plumbing and heating.
B. Prepare preliminary layout of scale facility, including a concrete
masonry unit building and incoming and outgoing full electronic,
low- profile, above -grade truck scales adequate to weight 50 -ton
transfer trailers. The building shall be furnished with toilet and
lavatory, lighting and heating.
C. Prepare building elevations and typical sections.
D. Prepare preliminary estimates of construction cost.
TASK 2: FINAL DESIGN
A. Following selection of the facility layout alternative by the City,
develop detailed contract drawings and specifications for the
building for inclusion in the landfill construction contract.
B. Develop specifications for procurement of PC -based data management
system capable of receiving automatic or manually generated data.
s
Amend Exhibit B PROJECT ORGANIZATION as follows:
Project Engineering Manager
Project Engineer
Design Engineer
Design Engineer
Geologist
Surveying and Mapping
Project Engineering Manager
Project Engineer
Design Engineer
Quality Control Engineer
Surveying and Mapping
Gas Control System Engineer
Gas Control System Engineer
Project Engineering Manager
Civil Engineer
Civil Engineer
Resident Engineer
Materials Testing
Project Engineering Manager
Civil Engineer
Structural Engineer
Mechanical Engineer
Electrical Engineer
PROJECT ORGANIZATION
PHASE III
PHASE IV
PHASE V
Project Engineering Manager
Contract Administrator
Resident Engineering Representative
Quality Assurance /Quality Control
Materials Testing
Startup Engineer
Construction Surveying
PHASE VI
PHASE VII
Eugene Sampley
Dennis Cearns
Tim Spencer
Janet Stocker
Jim Bailey
Jerry Newlin
Eugene Sampley
Dennis Cearns
Janet Stocker
Lowell Warren
Jerry Newlin
Ken Hartz
Scott Coon
Eugene Sampley
Dennis Cearns
Al Steele
Forrest Schall
Jerry Newlin
Scott Coon
Jerry Newlin
Dennis Cearns
Karl Hufnagel
Maria Anulacion
To Be Determined
Jerry Newlin
Dennis Cearns
Janet Stocker
Ed Morawski
Louis Dancs
Gladys Gibson
(Amendment No. 3)
Exhibit B
1
Amend Exhibit C ESTIMATE OF COSTS as follows:
ITEMIZATION OF COSTS BY TASK
BREAKDOWN OF DIRECT SALARY COST
Personnel
ESTIMATE OF COSTS
PHASE III
(Amendment No. 3)
Exhibit C
Delete the Estimate of Costs for Phase III, Phase IV, and Phase V
and replace with the following:
Task 1 Project Management 9,900
Task 2 Geotechnical Investigations 36,565
Task 3 Surveying and Mapping 22,895
Task 4 Engineering Report 42,472
TOTAL COST $111,832
Pay Billing
Hours Rate Rate* Cost
Executive Engineer (Civil) 64 $37.84 $88.92 5,691
Principal Engineer (Civil) 40 28.82 67.73 2,709
Supervising Engineer (Civil) 147 26.73 62.82 9,235
Senior Engineer (Civil) 470 21.78 51.18 24,055
Drafting 130 18.20 42.77 5,560
Contract Administrator 6 21.50 50.53 303
Secretarial 28 14.50 34.08 954
Clerical 28 10.00 23.50 658
Word Processing 42 21.80 51.23 2,152
Subtotal 51,317
DIRECT NON- SALARY COST
Expenses
a. Travel $0.21 per mile or Rental $50 per day 150
b. Per Diem 75
c. Reproduction Expenses 1,626
d. Communications 100
e. Postage, Shipping 150
f. Supplies 50
g. Computer Equipment 400
h. Word Processing Equipment 480
i. CADD Equipment 600
Subtotal 3,631
Exhibit C Page 2
Amendment No. 3
(N7901C)
Subconsultants
a. Sweet Edwards /EMCON, Inc.:
Labor $11,125
Expenses 21,645
Subtotal $32,770
Administrative Cost (5 1.639
Subtotal $34,409
b. Northwestern Territories, Inc.:
Labor $17,905
Expenses 3,500
Subtotal $21,405
Administrative Cost (5 1,070
Subtotal $22,475
TOTAL PHASE III $111,832
Exhibit C Page 3
Amendment No. 3
ITEMIZATION OF COSTS BY TASK
PHASE IV
Task 1 Project Management 7,580
Task 2 Conduct Additional Geotechnical Investigations and Testing 2,550
Task 3 Conduct Additional Surveying and Mapping 2,245
Task 4 Prepare Preliminary Plans and Specifications 54,625
Task 5 Conduct Review Meetings with Regulatory Agencies 1,770
Task 6 Prepare Detailed Contract Drawings, Specifications
and Estimate of Cost 12,650
Task 7 Prepare Final Operations Plan and Monitoring Plan 2,980
Task 8 Prepare Design of Active Gas Control System 43,473
Task 9 Conduct Site Monitoring of Existing Gas Probes 9,555
Task 10 Permitting 1,632
TOTAL COST $139,060
BREAKDOWN OF DIRECT SALARY COST (Task 1 through 7, 9 and 10)
Pay Billing
Personnel Hours Rate* Rate Cost
Partner 12 $49.18 $115.57 1,387
Executive Engineer (Civil) 50 37.84 88.92 4,446
Principal Engineer (Civil) 182 28.82 67.73 12,327
Supervising Engineer (Civil) 35 26.73 62.82 2,199
Senior Engineer (Civil) 531 21.78 51.18 27,177
Supervising Engineer (Mech.) 50 28.76 67.59 3,380
Supervising Engineer (Elec.) 60 32.98 77.50 4,650
Principal Engineer (Specs) 36 31.03 72.92 2,625
Drafting 306 18.20 42.77 13,088
Contract Administrator 6 21.50 50.53 303
Secretarial 24 14.50 34.08 818
Clerical 32 10.00 23.50 752
Word Processing 60 21.80 51.23 3,074
Subtotal 76,226
Exhibit C Page 4
Amendment No. 3
BREAKDOWN OF DIRECT SALARY COST (Task 8)
a.
b.
c.
d.
e.
f.
g.
h.
i.
(N7901C)
Personnel
Partner
Executive Engineer (Civil)
Executive Engineer (Mechanical)
Executive Engineer (Electrical)
Principal Engineer (Electrical)
Principal Engineer (Structural)
Supervising Engineer (Civil)
Supervising Engineer (Mechanical)
Senior Engineer (Mechanical)
Engineer (Electrical)
Supervising Draftsperson (Civil)
Supervising Draftsperson
(Electrical)
Drafting (Civil /Mechanical /Struc-
tural)
Drafting (Electrical)
Specifications Writer
Pay
Hours Rate*
8 $57.12
38 35.03
42 42.08
1 43.83
12 36.82
36 28.82
68 26.65
30 29.47
140 25.44
120 21.50
5 25.21
4 24.26
124 18.38
40 20.70
8 34.19
Subtotal
$134.22
82.32
98.89
103.00
86.53
67.74
62.63
69.26
59.78
50.53
59.24
57.01
43.19
48.65
80.35
Subtotal
TOTAL DIRECT SALARY COST
DIRECT NON- SALARY COST (Tasks 1 through 10)
Expenses
Travel $0.21 per mile or Rental $50 per day 200
Per Diem
Reproduction Expenses
Communications
Postage, Shipping
Supplies
Computer Equipment
Word Processing Equipment
CADD Equipment
Billing
Rate Cost
100
1,884
350
150
100
400
672
4,250
8,106
1,074
3,128
4,153
103
1,038
2,439
4,259
2,078
8,370
6,063
296
228
5,356
1,946
643
41,173
$117,399
Exhibit C Page 5
Amendment No. 3
(N7901C)
Subconsultants
a. Sweet Edwards /EMCON, Inc.:
Labor 8,550
Expenses 550
Subtotal 9,100
Administrative Cost (5 455
Subtotal 9,555
b. Northwestern Territories, Inc.:
Labor 4,755
Expenses 650
Subtotal 5,405
Administrative Cost (5 270
Subtotal 5,675
TOTAL PHASE IV $139,060
Exhibit C Page 6
Amendment No. 3
ITEMIZATION OF COSTS BY TASK
Task 1 Assistance during Bidding 20,700
Task 2 Construction Engineering 39,638
Task 3 Construction Observation 53,525
Task 4 Operations and Maintenance 25,837
Task 5 Construction Surveying 6.825
PHASE V
TOTAL COST $146,525
BREAKDOWN OF DIRECT SALARY COST (Tasks 1, 2, 3 and 5)
Pay Billing
Personnel Hours Rate* Rate Cost
Executive Engineer 33 $39.74 $93.39 3,082
Principal Engineer (Quality
Control) 74 30.27 71.13 5,264
Supervising Engineer (Contract
Administration) 370 24.27 57.03 21,101
Supervising Engineer (Quality
Control) 24 26.75 62.86 1,509
Principal Engineer (Specifi-
cations) 10 31.78 74.68 747
Supervising Engineer (Mechanical) 56 29.47 69.25 3,878
Supervising Engineer (Electrical) 18 33.78 79.38 1,429
Drafting 75 19.11 44.91 3,368
Secretarial 32 12.38 29.09 931
Clerical 104 10.31 24.23 2,520
Word Processing 8 17.91 42.09 337
Resident Engineer 1,045 23.08 45.00 47.025
Subtotal 91,191
Exhibit C Page 7
Amendment No. 3
BREAKDOWN OF DIRECT SALARY COST (Task 4)
Pay Billing
Personnel Hours Rate* Rate Cost
1 Executive Engineer (Civil) 4 $35.03 $82.32 329
1 Principal Engineer (Electrical) 2 36.82 86.53 173
1 Supervising Engineer (Civil) 152 26.65 62.63 9,519
1 Senior Engineer (Mechanical) 160 25.44 59.78 9,565
1 Engineer (Electrical) 16 21.50 50.53 808
1 Supervising Draftsperson (Civil) 2 25.21 59.24 118
1 Supervising Draftsperson
(Electrical) 2 24.26 57.01 114
1 Drafting (Civil /Mechanical
Structural) 16 18.38 43.19 691
1 Drafting (Electrical) 16 20.70 48.65 778
Word Processing 24 17.82 41.88 1,005
Clerical 8 11.42 26.84 215
Subtotal 23,317
DIRECT NON- SALARY COST (Tasks 1 through 5)
(N7901C)
Expenses
TOTAL DIRECT SALARY COST $114,508
a. Travel $0.21 per mile or Rental $50 per day 680
b. Per Diem $50 /day x 150 days 7,500
c. Reproduction Expenses 4,950
d. Communications 300
e. Postage, Shipping 350
f. Supplies 50
g. Computer Equipment 480
h. Word Processing Equipment 382
Subtotal $14,692
Exhibit C Page 8
Amendment No. 3
Subconsultants
(N7901C)
a. Northwestern Territories, Inc. (Materials Testing)
1. Materials Testing:
Labor 8,500
Expenses 1,500
Subtotal $10,000
Administrative Cost (5 500
Subtotal $10,500
2. Construction Surveying:
Labor 5,750
Expenses 750
Subtotal 6,500
Administrative Cost (5%) 325
Subtotal 6,825
TOTAL PHASE V $146,525
Exhibit C Page 9
Amendment No. 3
ITEMIZATION OF COSTS BY TASK
BREAKDOWN OF DIRECT SALARY COST
(N7901C)
Personnel
PHASE VI
Task 1 Project Management 3,450
Task 2 Preliminary Design 8,679
Task 3 Final Design 31,148
Task 4 Assistance During Bidding 11,400
Task 5 Construction Engineering 28,500
Task 6 Construction Observation 17.952
TOTAL COST $101,129
Pay Billing
Hours Rate Rate* Cost
Partner 8 $57.12 $134.22 1,074
Executive Engineer (Civil) 58 35.03 82.32 4,775
Principal Engineer (Civil) 352 30.46 71.58 25,198
Principal Engineer (Structural) 9 28.82 67.74 610
Specifications Writer 11 34.19 80.35 884
Supervising Engineer (Mechanical) 37 29.47 69.26 2,563
Engineer (Civil) 203 18.28 42.95 8,719
Senior Engineer (Electrical) 89 24.06 56.55 5,033
Supervising Draftsperson (Civil) 19 25.21 59.24 1,125
Supervising Draftsperson
(Electrical) 4 24.26 57.00 228
Drafting (Civil /Mechanical/
Structural) 256 18.38 43.20 11,058
Drafting (Electrical) 44 20.70 48.65 2,140
Word Processing 28 17.82 41.88 1,173
Secretarial 37 12.01 28.22 1,044
Clerical 76 11.42 26.84 2,040
Resident Engineer 350 23.08 45.01 15.752
Subtotal 83,415
Exhibit C Page 10
Amendment No. 3
DIRECT NON- SALARY COST
(N7901C)
Expenses
a. Travel $0.21 per mile or Rental $50 per day 350
b. Per Diem $50 /Day x 44 days 2,200
c. Reproduction Expenses .4,150
d. Communications 325
e. Postage, Shipping 250
f. Supplies 0
g. Computer Equipment 800
h. Word Processing Equipment 384
i. CADD Equipment 1 380
Subtotal $9,839
Subconsultants
a. Northwestern Territories, Inc. (Materials Testing)
Labor $4,000
Expenses 3..500
Subtotal $7,500
Administrative Cost (5 375
Subtotal $7,875
TOTAL PHASE VI $101,129
Exhibit C Page 11
Amendment No. 3
ITEMIZATION OF COSTS BY TASK
BREAKDOWN OF DIRECT SALARY COST
Personnel
PHASE VII
Task 1 Preliminary Design 2,500
Task 2 Final Design 21,479
TOTAL COST 23,979
Pay •Billing
Hours Rate Rate* Cost
Partner 4 $57.12 $134.22 537
Executive Engineer (Civil) 52 35.03 82.32 4,281
Principal Engineer (Structural) 62 28.82 67.74 4,200
Specifications Writer 4 34.19 80.35 321
Supervising Engineer (Civil) 4 26.65 62.63 251
Supervising Engineer (Mechanical) 24 29.47 69.26 1,662
Senior Engineer (Electrical) 50 24.06 56.55 2,828
Supervising Draftsperson (Civil) 10 25.21 59.24 592
Drafting (Civil /Mechanical/
Structural) 124 18.38 43.20 5,357
Drafting (Electrical) 32 20.70 48.65 1,557
Word Processing 4 17.82 41.88 168
Subtotal 21,754
Exhibit C Page 12
Amendment No. 3
DIRECT NON- SALARY COST
Expenses
b. Reproduction Expenses 250
c. Communications 25
d. Postage, Shipping 10
e. Supplies 0
f. Computer Equipment 40
g Word Processing Equipment 40
h. CADD Equipment 1,860
Subtotal $2,225
TOTAL PHASE VII 23,979
Average salary cost including fringe benefits.
Average salary cost including overhead and profit.
The estimate for material testing is for budget purposes only; the need
for and extent of materials testing is highly dependent upon the extent
of incorporation of on -site materials into the construction. Materials
testing exceeding the budgeted amount will be considered as additional
services as defined herein.
(N7901C)
Exhibit C
Amendment No. 3
IN WITNESS WHEREOF, the parties thereto have caused this Amendment
to be executed in triplicate by their respective authorized officers or repre-
sentatives.
CITY OF PORT ANGELES
By:
Date :Ca _riu,,tee.Ati_, /7 9'.4
ATTEST:
APPROVED AS TO `r6kM:
City Attorney
Jc .01
U Mayor `J
R. W. BECK AND ASSOCIATES
By:
'Partner and Ma 9er
RESOURCE MANAGEM OFFICE
Date: /0'/9D
Page 13
MEMORANDUM
1
TO City Manager, Mayor and City Council
FROM Public Works Department /Solid Waste Divisio
SUBJECT Cost Overrun for Landfill Well Drilling
September 20, 1988
ISSUE: Should the City pay additional costs of $6,084.20 to R. W. Beck for well
drilling on the geological /hydrological study at the landfill?
BACKGROUND: Under the terms of the contract with R. W. Beck and Associates
for services relative to the mandated geological /hydrological study at the landfill,
the section on well drilling specified that four wells be drilled on the landfill site
to monitor for groundwater contamination.
The Minimum Functional Standards for Landfill Operation and the contract require
the drilling of a minimum of four monitoring wells. Three to be "down gradient"
to the flow of ground water and one to be "upgradient" of the flow. The purpose
is to determine whether the landfill operation has had any adverse impact on the
groundwater environment.
The original estimate provided for three of the wells to be shallow wells on the beach
for the "down gradient" monitoring. This was the preferred location to save the cost
of drilling an additional depth of approximately 150 feet for each well if they had
to be drilled from the top of the bluff at the site.
The fourth well was to be drilled at the southern extremity of the site and was
estimated to be 230 -270 feet in depth to reach groundwater.
ANALYSIS: The three wells at beach level were drilled without incident and were
completed on schedule and within the estimated budget.
The fourth and deepest well at the southern extremity of the site encountered the
following:
1. The first attempt at drilling the hole encountered bedrock at a depth of
30 feet. There was no indication of groundwater and rather than waste time
on a hole that was apparently going to be non producing and unacceptable
to DOE, the drill site was moved to a second location.
Since the location of groundwater in any drilling circumstances is not
guaranteed, the City was charged for the driller's time, and the time of
the on -site engineer from Sweet Edwards for this hole.
2. On the second site, after drilling to a depth of 196 feet the drill operator
bent the well casing rendering the hole unusable. This occured before
groundwater was located. Since the hole was rendered useless through the
fault of the driller, the City is not being billed for the time of the drilling
Contractor; however we are being billed for the time of the on -site engineer
from Sweet Edwards, as provided in our contract.
3. A third site was selected. The well was drilled to a depth of 228 feet
and groundwater was located. The City is being billed for the entire cost
of this successful well.
We are being asked to pay for the 30 feet of depth in #1 above and the 228 feet
of depth in #3 above and the soils engineering on #2 above. There is no charge for
the 196 feet of drilling in #2 above.
Sweet Edwards Associates 7,212 $12,602.00 45,390.00
Stoican Drilling 18,000 18,404.48 404.48
$25,212 $31,006.48 $5,794.48
Plus 5% 289.72
TOTAL $6,084.20
This is the request to increase the contract in the amount of $6,084.20 for additional
services provided in order to complete Task 3 of R. W. Beck's contract due to
unforeseen circumstances and latent conditions of the site.
Prepared by: Robert J -s
Solid Waste Superintendent
Budget Actual Difference