HomeMy WebLinkAbout5.553 Original Contract 5• $53
'))1)r ..14�2001�►
AMENDMENT NO 1 TO THE I 4
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN THE
THE CITY OF PORT ANGELES
AND
PARAMETRIX, INC.
RELATING TO
THE LANDFILL ENGINEERING SERVICES
THIS AMENDMENT NO. 1 TO THE AGREEMENT is made and entered into this 3 day
of 2002, by and between THE CITY OF PORT ANGELES, a non
charter code f the State of Washington, (hereinafter called the "CITY and
PARAMETRIX, Inc., a Washington Corporation (hereinafter called the "CONSULTANT
WHEREAS, the CITY entered in to an AGREEMENT with the CONSULTANT on OCTOBER
26, 2000, and
WHEREAS, the CITY desires to amend the AGREEMENT to revise the Scope of Work,
Budget, and Time of Performance,
NOW, THEREFORE, in consideration of the above representations and the terms, conditions,
covenants and agreements set forth in the original AGREEMENT and this AMENDMENT, the
parties hereto agree as follows:
I REVISED SCOPE OF WORK
The revised scope of professional services to be performed and the results to be achieved by
the CONSULTANT shall be as detailed in the attached Exhibit Al and shall include all services
and material necessary to accomplish the work.
II TIME OF PERFORMANCE
The work shall be completed by DECEMBER 31, 2002, and extended to MARCH 31, 2003 if
sufficient funds are included in 2003 solid waste budget.
III MAXIMUM COMPENSATION
The CONSULTANT'S total compensation and reimbursement under the original Agreement
and Amendment No. 1 to the Agreement, including labor, direct non -salary reimbursable costs
and outside services, shall not exceed the total and subtotals for the tasks as set forth in the
attached Exhibit B1. Amounts budgeted for each task may be adjusted by mutual agreement
without an amendment to the Agreement, as long as the maximum compensation amount of
$557,970.00 is not exceeded, in 2002 and increased to $607,970, if sufficient funds are
included in 2003 solid waste budget.
IV SIGNATURES
Except as modified in this Amendment No. 1 to the Agreement, the original Agreement and its
Exhibits shall remain in effect.
In WITNESS THEREOF, the parties hereto have executed this Amendment No. 1 to the
Agreement as of the day and year first written above.
CITY OF PORT ANGELES:
MAY R
CONSULTANT:
Ie' a
TITL CIO AA .Alim Ai AVirAi-
APPROVED AS TO FORM: /6,,,
0: CRAIG KNUTSO C ATTORNEY
ATTEST:
4.0 BECKY U O ITY C Y.ERK
N.\ PRO„ ECTS\ 20- 24PMX \CONSULTANT\AGREEMENT\Amendment No 1.wpd
EXHIBIT Al
CITY OF PORT ANGELES
Scope of Work for Landfill Engineering Services 2002 -2003
BACKGROUND
This Scope of Work identifies landfill engineering services for the City of Port Angeles for the period of
April 1, 2002 through March 31, 2003. This work supplements Parametrix' existing contract for Landfill
Engineering Services dated October 26, 2000. The basis of work is derived from input received from City
staff and recommendations presented to the City by Parametrix in a letter dated February 3, 2002.
Specific work elements include:
TASK 7 OPERATIONS ENGINEERING ASSISTANCE
This element of work will provide for engineering services to support routine solid waste handling
activities and landfill operations. Parametrix will work with City personnel to identify and develop
operations criteria and perform services as directed by the City in response to site development or system
maintenance requirements.
Under this task, Parametrix will perform overall project management, cost control, schedule maintenance,
scope development and routine client communications necessary to deliver project elements of work in
accordance with scope, budget, and schedule requirements.
Activities: Specific components of the work anticipated during the period of this contract include:
Task 7.1 Update Fill Sequence Plans Parametrix will work with landfill staff to update
fill sequence plans for optimal waste placement, compaction, and daily cover operations.
Task 7.2 Site Life Verification Parametrix will conduct quarterly measurement and
evaluation of waste placement, including compactive effort estimates and effective
density calculations. We will prepare letter reports describing the findings of each
quarterly event.
Task 7.3 Gas System Maintenance and Monitoring Parametrix will evaluate gas system
operations data and assist City forces in continuing operations of the landfill gas systems.
We will communicate to City operations staff issues concerning the proper gas system
operations and adjustments. We will conduct quarterly inspections and written
recommendations regarding system modifications.
Task 7.4 General Operations Assistance Parametrix will provide on call technical
assistance to landfill staff regarding conditions and issues that arise during the year.
Deliverables: Parametrix anticipates the following work products for this task:
Monthly progress reports and invoices
An updated project schedule
A Fill Sequence Plan.
Four letter reports describing site capacity analyses.
Routine communications and written recommendations for gas system and general
operations assistance tasks. Maximum 1 per month.
City ofPort Angeles PMX #235 -2191 -801
Landfill Engineering Services 1 October 2000
2002 -2003 scope of work fnl.doc
Cost: Parametrix will complete Task 9 services for $22,436 (refer to attached cost estimate for
detail).
TASK 10 COMPLIANCE REPORTS
This element of work involves the updating of documents required under WAC 173 -351. The existing
Operations and Maintenance Manual was prepared in 1997 and does not provide for operations related to
Cell 3 or the closure of Cell 1. The Development and Closure Plan requires annual updates.
Activities: Specific components of this work include:
Task 10.1 Prepare Operations and Maintenance Manual Parametrix will prepare
standard operating procedures for landfill systems including leachate, gas, stormwater,
and closed facilities. The plan will meet the requirements of WAC 173 351 -210.
Parametrix will submit the plan to Ecology and CCHD.
Task 10.2 Prepare Updates to the Development and Closure Plan Parametrix will
prepare addenda to the existing Development and Closure Plan that describe changes and
updates to development, closure, and post closure activities. This will include revisions to
closure and post- closure cost estimates, and schedules.
Deliverables: Parametrix will prepare the following work products:
Draft and Final Operations and Maintenance Plan Five copies
Addenda to the existing Development and Closure Plan Five copies.
Assumptions: The Scope of Work and cost estimate is based on the following assumptions:
One workshop with City staff to define operations, inspection, and maintenance
requirements for the landfill.
The City will provide copies of existing inspection and maintenance forms.
Cost: Parametrix will complete Task 10 services for $22,760 (refer to attached cost estimate for
detail).
TASK 11 CO- COMPOSTING FACILITY IMPROVEMENTS
This element of work will involve preparing plans, specifications, and estimates for scheduled
improvements to the Co- composting facility. This includes completing bid specifications for Phase I
improvements needed to support an May 2002 start up of the facility and completing PS &E for Phase II
improvements scheduled for construction in early 2003.
Activities: Specific components of this work include:
Task 11.1 Training and Technical Assistance. Parametrix and subconsultants will
provide technical assistance for Co- composting facility start up and operations. This will
include assisting with and providing technical review of the City prepared operations and
maintenance plan. We will review system improvements and work directly with City
staff to define operating requirements. We will review initial operating performance and
provide recommendations for optimizing system performance. We will assist the City in
City of Port Angeles PMX #235- 2191 -008
Landfill Engineering Services 4 March 2002
2002 -2003 scope of work fnl.doc
preparing and submitting permit applications to Ecology. We will also develop
preliminary materials management strategies for feed stock and finished product.
Task 11.2 Phase 1 /11 PS &E. Parametrix will complete plans, specifications and
estimates for concrete floor, drainage, and aeration trench improvements to support
installation of the ECS aeration system. We will prepare plans, specifications, and
estimates for construction of Phase II improvements that are expected to include a new
pole building, new concrete slab on grade, composting leachate collection system
improvements, and improvements to grading, drainage, and utilities at and adjacent to the
new improvements.
Deliverables: Parametrix will prepare the following work products:
Final PS &E for Phase I improvements
90% and Final Plans for Phase II improvements.
Three technical memoranda describing start up and operations criteria for the Co-
composting facility.
An Operations and Maintenance Plan for Co- composting activities.
Assumptions: The Scope of Work and cost estimate is based on the following assumptions:
Phase I and Phase I1 design activities will involve one meeting each with City staff to
define design criteria.
Bidding assistance and construction services are not included in this scope of work.
Technical assistance will include 2 visits to the site to observe and review operations
and meet with City staff.
The City will provide "as- builts" and operating criteria for the ECS aeration system.
The operations and maintenance plan will include one development meeting in Port
Angeles to establish operating criteria.
The City will provide for all testing and materials handling.
The materials management element of the operations and maintenance plan will be
preliminary in nature provide short-term management strategies, only.
Parametrix will utilize a subconsultant to assist in co- composting evaluations.
Cost: Parametrix will complete Task 11 services for $33,378 (refer to attached cost estimate for
detail).
TASK 12 SOLID WASTE PLANNING ASSISTANCE
This element of work will involve preparing technical submittals and consulting with the City regarding
the transition from the landfill to a waste export system for solid waste. The transition planning will be
initiated based on the draft Solid Waste Long -Range Plan prepared by Parametrix in 2001.
Activities: Specific components of this work include:
Task 12.1 lnterlocal Agreements. Parametrix and subconsultants will provide technical
assistance for developing interlocal agreements with in- County agencies for the
commitment of waste stream to the proposed Transfer Station. We will meet with City
staff to identify goals and objectives of the program and provide technical analyses to
assist the City establish terms for solid waste delivery. We will review comments from
Cary of Port Angeles PMX #235 -2191 -008
Landfill Engineering Services 5 March 2002
1002 -1003 scope of work fnl.doc
outside agencies and will prepare technical presentations, as requested, to support inter-
agency negotiations.
Task 12.2 Transition Planning. Parametrix will work with City staff to establish an
industry forum to support the development of a transition plan that will guide the City
from a landfill to a transfer station system for waste management. Parametrix will
prepare technical presentations and work with the City to incorporate comments from
industry into a Transition Plan that describes key milestones, actions, and commitments
necessary to implement the transfer station system.
Task 12.3 Site Planning— Parametrix will assist the City in formalizing post closure land
use for the Port Angeles Landfill. Parametrix will develop land -use scenarios that
incorporate initial planning alternatives presented in the Solid Waste Long -Range Plan
and the objectives of placing a water treatment facility at the landfill. Planning efforts
will evaluate access, on -site traffic circulation, infrastructure requirements, and
coordination with multiple operating facilities. Site planning will involve planning
meetings with City staff and stakeholders.
Task 12.4 Acquisition Strategies— Parametrix will assist the City in developing
acquisition strategies for waste export systems. Working with subconsultants we will
prioritize solid waste functions to be retained by the City and identify the requirements
for developing requests for proposals for waste functions to be competitively acquired.
Deliverables: Parametrix will prepare the following work products:
Technical Memorandum identifying key technical elements of interlocal agreements
Written review of comments received from in- County agencies
Draft and Final Transition Plan.
Presentation materials for the industry forum and for the Site planning meetings.
Meeting summaries.
Maps, written description, scale model and planning level cost for the final site plan
alternative.
Technical Memorandum describing acquisition strategies.
Assumptions: The Scope of Work and cost estimate is based on the following assumptions:
One meeting in Port Angeles with City staff and subconsultant to identify technical
requirements for interlocal agreements.
One meeting and one industry forum (organized by the City) to develop transition
plan requirements.
Two meetings with City staff and other agencies in Port Angeles to discuss post
closure land -use alternatives.
One meeting with City staff and subconsultants to develop criteria for acquisition
strategies for waste export.
Solid Waste Planning will not include design of facilities.
The City will prepare and negotiate interlocal agreements.
Cost: Parametrix will complete Task 12 services for $25,354 (Refer to attached estimate for
details).
City of Port Angeles PMX #235- 2191 -008
LandfillEng,neering Services 6 March 2002
2002 -2003 scope of work fnLdoc
TASK 13 SHORELINE STABILIZATION
This element of work provides for design investigations and permitting activities to develop cost impacts
and design standards necessary to control erosion and to protect the waste placed along the shoreline
north of the landfill. This work will involve refining alternatives with respect to the limits of the action,
developing design criteria for implementing the action and the associated studies necessary to design and
construct an action.
Activities: Specific components of this work include:
Task 13.1 Design Studies Parametrix and subconsultants will direct soil investigations to
assess waste limits and soil properties of fill and native soils, as necessary to finalize
design criteria for the shoreline stabilization project. This work will involve the
installation of six borings and the topographic survey and mapping of the toe of the slope,
the top of the bluff and the MHHW line adjacent to the landfill. We will also perform
chemical testing of waste material to assess potential safety and health issues related to
construction of stabilization features. The information gathered will be used to develop a
stability analysis for native soil and waste material. This information will be presented in
a design memorandum.
Task 13.2 Preliminary Design Parametrix will prepare a preliminary design of shoreline
stabilization improvements. The design will be of sufficient detail to support permit
applications and develop initial construction cost estimates. The design will address toe
of slope, in- water, and slope cover improvements. It will incorporate and address
stability and soil property issues identified during the design study. The preliminary
plans will be presented as 11x17 drawings with a preliminary estimate of probable cost.
Task 13.3 Permit Submittals Parametrix will prepare submittals to support right -of -entry
with DNR, a JARPA, and a shoreline substantial development permit. We will include
preliminary plans and a project description. This work will include a meeting with
permitting agencies to introduce project elements and formalize permit processes and
schedule for agency review and comment.
Deliverables: Parametrix will prepare the following work products:
Work Plan and Health and Safety Plan for design studies.
Preliminary plans (5 sheets) project description and preliminary cost estimate.
Draft and Final Design Memorandum (10 copies)
Request for right -of -entry from DNR.
JARPA Submittal
Assumptions: The Scope of Work and cost estimate is based on the following assumptions:
Design studies will occur in April 2002 and include six borings.
Access to the beach is allowed by DNR.
One meeting with the City to present the findings of the Design Studies.
No Biological Assessment or evaluation is included in this scope of work.
Cost: Parametrix will complete Task 13 services for $100,703 (Refer to attached estimate for details).
City of Port Angeles PMX #235 -2191 -801
Landfill Engineering Services 7 October 2000
2002 -2003 scope of work fnl.doc
TASK 14 DIRECTED SERVICES
This element of work provides for unforeseen engineering or other services that may be required during
the contract duration. Specific work assignments will require a negotiated scope, budget and schedule
and written direction from the City on proceeding with the work.
Cost: $40,000.
City ofPort Angeles PMX #235 -2191 -008
Landfill Engineering Services 8 March 2002
2002 -2003 scope of work fnLdoc
PARAMETRIX, INC. BUDGET ESTIMATE
PROJECT: Landfill Engineering and Environmental Services
CLIENT: City of Port Angeles
Prflc YATPLER STAFF Manner OMOO Wive, Allot Sr Sde40 0 Enpnea SWEngem sheWH 0 EnpneangTS1 Em5oloener CAnncrxpia Wae Ranea dakWAOnn uth
2352191008 Phan 2
TOTAL 5WTe4
TASK SWTW ORO COOS 320 ell RATES 112500 511000 010100 511300 552000 15200 57500 15500 10000 17000 15100 53900 001005 Ted Fee St6ee0Nen1, TASK TOTAL
7 Operations Engineering Asst 636,012
1 FA Sequence 6 1 6 48 16 8 2 87 97 030
2 Site Life Venfcatan 6 1 48 6 2 63 64 526 58,800
3 Gas System Mondorng 2 40 16 6 4 68 66,362
4 General Operanons Assistance 72 4 2 78 99,294
8 Design Services 626,004
1 Gas System Expansion 4 40 40 40 16 140 611,704
2 Stonnwater Improvements 2 28 16 24 8 78 66,444
3 Cel Drainage and Access 8 2 16 32 24 12 94 57,856
9 Regulatory Coordination $22,436
1 Inspeceon Support 20 20 62,500
2 Pemat Submittals 8 2 16 6 48 8 8 12 6 114 99,616
3 Groundwater Reports 4 36 16 40 16 12 8 132 610,320
10 Compliance Reports 622,760
1 0 8 M Manual 16 1 8 4 4 80 16 48 10 4 191 615,596
2 Dev Cbsuro Phn Update 8 2 20 24 16 10 4 84 57,164
11 Co- Composting Improvement 633,378
1 Tranmg end Tech Assistance 4 2 4 10 6936 65,775
2 Phase MI Improvements 6 2 32 8 80 84 16 4 232 618,846
3 Operations end Mantenace Phn 2 8 4 12 26 62,046 65,775
12 Waste Export Planning 625,351
1 Inter Local Agreements 8 4 12 61,216 63,202
2 Transition Pia1 6 2 40 8 8 64 65,242
3 Site Pbrnning 16 2 4 32 30 4 4 92 57,748
4 Acquisition Strategies 16 16 62.000 95,946
File Neme paa02 -03 Scope MI xis
PD FORM 00- BUD3-01 PAGE 1 OF 2 Dale Primed 3452002
PARAMETRIX, INC. BUDGET ESTIMATE x
PROJECT: Landfill Engineering and Environmental Services
CLIENT: City of Port Angeles
PIv1Jr 4 YUL LI4G STAFF throw WOG E Pre Od
Sr Waft Sr En¢ee ST/1 EnpNen MO&ler5 Engineering Tree E T rnYe enhi c* GrENH Wad Pmtmer CbksAer
2352191008 Phut 2
TOTAL SWAM
TASK Sere. CEO CCCE 120 MIL RATES 1125 00 911200 910100 9110.20 1570 902 00 17500 MI 00 15000 17000 15400 53900 HOURS Tad Fn SiOemMaMe TASK TOTAL
13 Shoreline Stabilization 8100703
1 Tech Memo 8 2 16 4 8 12 12 4 66 65,996 $68,811
2 Prelm Design 8 6 56 40 24 40 4 4 182 517,604
3 Pemn1 Coordinai nlSubmdtab 8 6 40 8 16 6 84 S8 292
14 Directed Services 640,000 840,000
r, Expenses 66,048
Labor Subtotal 232 29 288 86 56 480 1 48 80 I 40 394 154 44 I 1931 f 5208,338 698,308 6312,686
In House Expense hem Number Unit Cost Unit Direst Cost Task Element
Mbege 6,000 60365 mib 52,19000 Multpb Tasks 62,190
Reproduction 10,000 5005 sheet 650000 Multple Tasks i 5500
Pbts 50 6100 sheet 65000 Design Ebmonts 650
2
Description Direct Cost Markup% Task Element i+
Other Expenses Laboratory Fees 63,00000 10% Shorelne Stablzehon Design Study r22... $3,300
Pose Mom Enterprises 510,500 00 10% Co-composting Operations Asssterlce k 571,550
ant Stanovsky 68,31600 10% InterbcalAgreemenUAciisiirl Strategies vi.s.::%,``''k``,2k:.'k `k $9,148
Subconsuftants 10% Site Lite Venfico oe/ Shorelne StOMlzat 011 2 2 611,000
NatWest Temtarles 510,00000
AMEC 531,05500 10% Shorelne Stabdzabm ks',' '2'`;'':'% k; ":o, 534,161
Oiling Contractor 529,50000 10% Shorelne Stabdzaba e`:....,..1:::.%6 x 632,450
I `ft TOTAL 5312,686
i
Prep Approved By 1 _�4 A.
IIINIVII ri......_
(Prated Mangy) (r trice Man:.
Foe Name pall 02-03 scope MI At
PD FORM OOBUD3 -04 PAGE 2 OF 2 Date Printed 3132002
e PARAMETRIX, INC. BUDGET ESTIMATE
1 e
PROJECT: Landfill Engineering and
CLIENT: City of Port Angeles
PMX BILLING STAFF
2352191008 Phase 2 MULTIPLIER: SubTask
TASK SubTuW ORG CODE 3 20 BILL RATES Tdai Fee Subco u Aanis TASK TOTAL 2002 2003
7 Operations- Engineering Asst $36,012 $28,810 $7,202
1 Fill Sequence $7,030
2 Site Lite Verification $4,526 88,800
3 Gas System Monitoring $6,362
4 General Operations Assistance $9,294
8 Design Services 826,004 823,404 82,600
1 Gas System Expansion $11,704
2 Stormwater Improvements $6,444
3 Cell Drainage and Access $7,`856
9 Regulatory Coordination $22,436 817,949 84,487
1 Inspection Support $2,500
2 Permit Submittals $9,616
3 Groundwater Reports $10,320
10 Compliance Reports 822,760 822,760
1 0 8 M Manual $15,596
2 Dev -Closure Plan Update $7,164
11 Co- Composting Improvement 833,378 828,371 $5,007
1 Training and Tech Assistance $936 $5,775
2 Phase IAI Improvements $18,846
3 Operations and Maintenance Plan 82,046 $5,775
12 Waste Export Planning 825,354 819,015 86,338
1 Inter Local Agreements $1,216 $3,202
2 Transition Plan $5,242 1
3 Srte Planning $7,748
4 Acquisition Strategies $2,000 $5,946
13 Shoreline Stabilization 3100,703 8100,703
1 Tech Memo $5,996 $68,811
2 Prelim Design $17,604
3 Permit Coordination/Submittals 88,292
14 Directed Services $40,000 840,000 830,000 810,000
Expenses 36,040 $5,134 $906
Labor Subtotal I 8208,338 l 898,308 I $312,686 1 8276,145 I 836,541
File Name pal/ 02 -03 scope yearly breakout xis
PD FORM 00- BUD3-04 PAGE 1 OF 1 Date Pnnted. 4/21002
5.553
s_ NFp
FEB 14 2007
IMF
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN THE
THE CITY OF PORT ANGELES
AND
PARAMETRIX, INC.
RELATING TO: LANDFILL ENGINEERING SERVICES
THIS AGREEMENT is made and entered into this ay of October, 2000, by and between THE CITY OF PORT
ANGELES, a non charter code city of the State of Washington, (hereinafter called the "CITY') and PARAMETRIX, INC., a
Washington Corporation (hereinafter called the "CONSULTANT').
WHEREAS, the CITY desires engineering and planning assistance in landfill /solid waste operations, facilities, and
programs; and
WHEREAS, the CITY desires to engage the professional services and assistance of a qualified consulting firm to perform
the scope of work as detailed in Exhibit A, and
WHEREAS, the CONSULTANT represents that it is in full compliance with the statutes of the State of Washington for
professional registration and /or other applicable requirements, and
WHEREAS, the CONSULTANT represents that it has the background, experience, and ability to perform the required
work in accordance with the standards of the profession, and
WHEREAS, the CONSULTANT represents that it will provide qualified personnel and appropriate facilities necessary to
accomplish the work;
NOW, THEREFORE, in consideration of the above representations and the terms, conditions, covenants and agreements
set forth below, the parties hereto agree as follows:
1 SCOPE OF WORK
The scope of professional services to be performed and the results to be achieved by the CONSULTANT shall be as
detailed in the attached Exhibit A and shall include all services and material necessary to accomplish the work.
The CITY may review the CONSULTANT'S work product, and if it is not satisfactory, the CONSULTANT shall make such
changes as may be required by the CITY. Such changes shall not constitute "Extra Work" as related in Section XI of this
Agreement.
The CONSULTANT agrees that all services performed under this Agreement shall be in accordance with the standards of
the profession and in compliance with applicable federal, state and local laws.
The Scope of Work may be amended upon written approval of both parties.
1I OWNERSHIP OF DOCUMENTS
Upon completion of the work, all documents, exhibits, photographic negatives, or other presentations of the work shall
become the property of the CITY for use without restriction and without representation as to suitability for reuse by any
other party unless specifically verified or adapted by the CONSULTANT. However, any alteration or reuse of the
documents, by the City or by others acting through or on behalf of the City, will be at the City's sole risk.
City of Port Angeles October, 2000
III DESIGNATION OF REPRESENTATIVES
Each party shall designate its representatives in writing. The CONSULTANT'S representative shall be subject to the
approval of the CITY.
IV TIME OF PERFORMANCE
The CONSULTANT may begin work upon execution of this Agreement by both parties and the duration of the agreement
shall extend through March 31, 2002.
V PAYMENT
The CITY shall pay the CONSULTANT as set forth in this section of the Agreement. Such payment shall be full
compensation for work performed, services rendered, and all labor, materials, supplies, equipment and incidentals
necessary to complete the work.
A. Payment shall be on the basis of the CONSULTANT'S cost for actual labor, overhead and profit plus
CONSULTANT'S direct non -salary reimbursable costs as set forth in the attached Exhibits B and C, respectively.
1. Labor costs shall be based on the hourly rates shown in Exhibit B. Hourly rates shall be based upon an
individual's hourly wage, times the total number of hours worked, times a multiplier of 3.1. The multiplier shall
include overhead and profit.
General clerical time shall be considered an overhead item, except where specific work items are involved that
require one hour or more continued effort, in which case time will be charged on the basis of hours worked.
2. The direct non -salary reimbursable costs are those directly incurred in fulfilling the terms of this Agreement,
including, but not limited to, travel, subsistence, telephone, CADD computer, reproduction and printing, supplies
and fees of outside services and consultants. Ten percent (10 overhead and profit may be added to direct non
salary reimbursable costs.
B. The CONSULTANT shall submit invoices to the CITY on a monthly basis. Invoices shall detail the work, hours,
employee name, and hourly rate; shall itemize with receipts and invoices the non -salary direct costs; shall indicate
the specific task or activity in the Scope of Work to which the costs are related; and shall indicate the cumulative total
for each task.
C. The CITY shall review the invoices and make payment for the percentage of the project that has been completed less
the amounts previously paid.
D. The CONSULTANT invoices are due and payable within 30 days of receipt. In the event of a disputed billing, only
the disputed portion will be withheld from payment.
E. Final payment for the balance due to the CONSULTANT will be made upon the completion of the work and
acceptance by the CITY.
F. Payment for "Extra Work" performed under Section XI of this Agreement shall be as agreed to by the parties in
writing.
VI MAXIMUM COMPENSATION
Unless otherwise agreed to in writing by both parties, the CONSULTANT'S total compensation and reimbursement under
this Agreement, including labor, direct non -salary reimbursable costs and outside services, shall not exceed the maximum
sum of $295,284.00.
City of Port Angeles October, 2000
VII EMPLOYMENT
Employees of the CONSULTANT, while engaged in the performance of any work or services under this Agreement, shall
be considered employees of the CONSULTANT only and not of the CITY, and claims that may arise under the Workman's
Compensation Act on behalf of said employees while so engaged, and any and all claims made by a third party as a
consequence of any negligent act or omission on the part of the CONSULTANT'S employees while so engaged, on any of
the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT.
In performing this Agreement, the CONSULTANT shall not employ or contract with any CITY employee without the City's
written consent.
VIII NONDISCRIMINATION
The CONSULTANT shall conduct its business in a manner, which assures fair, equal and non discriminatory treatment of
all persons, without respect to race, creed or national origin, or other legally protected classification and, in particular:
A. The CONSULTANT shall maintain open hiring and employment practices and will welcome applications for
employment in all positions, from qualified individuals who are members of minorities protected by federal equal
opportunity /affirmative action requirements; and,
B. The CONSULTANT shall comply with all requirements of applicable federal, state or local laws or regulations issued
pursuant thereto, relating to the establishment of non discriminatory requirements in hiring and employment practices
and assuring the service of all persons without discrimination as to any person's race, color, religion, sex, Vietnam
era veteran status, disabled veteran condition, physical or mental handicap, or national origin.
IX SUBCONTRACTS
A. The CONSULTANT shall not sublet or assign any of the work covered by this Agreement without the written consent
of the CITY.
B. The CONSULTANT will be using the firms submitted with its proposal as subcontractors. Subcontractors other than
those listed shall not be permitted without the written consent of the CITY.
C. In all solicitation either by competitive bidding or negotiation made by the CONSULTANT for work to be performed
pursuant to a subcontract, including procurement of materials and equipment, each potential subconsultant or
supplier shall be notified by the CONSULTANT of Consultant's obligations under this Agreement, including the
nondiscrimination requirements.
X CHANGES IN WORK
Other than changes directed by the CITY as set forth in Section I above, either party may request changes in the scope of
work. Such changes shall not become part of this Agreement unless and until mutually agreed upon and incorporated
herein by written amendments to this Agreement executed by both parties.
XI EXTRA WORK
The CITY may desire to have the CONSULTANT perform work or render services in connection with this project, in
addition to the Scope of Work set forth in Exhibit A and minor revisions to satisfactorily completed work. Such work shall
be considered as "Extra Work" and shall be addressed in a written supplement to this Agreement. The CITY shall not be
responsible for paying for such extra work unless and until the written supplement is executed by both parties.
City of Port Angeles October, 2000
XII TERMINATION OF AGREEMENT
A. The CITY may terminate this Agreement at any time upon not less than ten (10) days written notice to the
CONSULTANT. Written notice will be by certified mail sent to the consultant's designated representative at the
address provided by the CONSULTANT.
B. In the event this Agreement is terminated prior to the completion of the work, a final payment shall be made to the
CONSULTANT, which, when added to any payments previously made, shall compensate the CONSULTANT for the
percentage of work completed.
C. In the event this Agreement is terminated prior to completion of the work, documents that are the property of the CITY
pursuant to Section II above, shall be delivered to and received by the CITY prior to transmittal of final payment to the
CONSULTANT.
XIII INDEMNIFICATION /HOLD HARMLESS
The CONSULTANT agrees to indemnify the CITY from any claims, damages, losses, and costs, including, but not limited
to, attorney's fees and litigation costs, arising out of claims by third parties for property damage and bodily injury, including
death, caused solely by the negligence or willful misconduct of the CONSULTANT, CONSULTANT employees, affiliated
corporations, officers, and subcontractors in connection with the work performed under this Agreement.
The CITY agrees to indemnify the CONSULTANT from any claims, damages, losses, and costs, including, but not limited
to, attorney's fees and litigation costs, arising out of claims by third parties for property damage and bodily injury, including
death, caused solely by the negligence or willful misconduct of the CITY, CITY's employees, or agents in connection with
the work performed under this Agreement.
If the negligence or willful misconduct of both CONSULTANT and CITY (or a person identified above for whom each is
liable) is a cause of such damage or injury, the loss, cost, or expense shall be shared between the CONSULTANT and the
CITY in proportion to their relative degrees of negligence or willful misconduct and the right of indemnity shall apply for
such proportion.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of
liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the
concurrent negligence of the CONSULTANT and the CITY, its officers, officials, employees, and volunteers, the
CONSULTANT'S liability hereunder shall be only to the extent of the CONSULTANT'S negligence. It is further specifically
and expressly understood that the indemnification provided herein constitutes the CONSULTANT'S waiver of immunity
under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually
negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement.
However, the CONSULTANT expressly reserves its rights as a third person set forth in RCW 51.24.035.
XIV INSURANCE
The CONSULTANT shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to
persons or damage to property which may arise from or in connection with the performance of the work hereunder by the
CONSULTANT, its agents, representatives, employees or subcontractors.
The CONSULTANT shall provide a Certificate of Insurance evidencing:
1. Automobile Liability insurance with limits no less than $1,000,000 combined single limit per accident for bodily injury
and property damage; and,
City of Port Angeles October, 2000
2. Commercial General Liability insurance written on an occurrence basis with limits no less than $1,000,000 combined
single limit per occurrence and $2,000,000 aggregate for personal injury, bodily injury and property damage. Coverage
shall include but not be limited to: blanket contractual; products /completed operations; broad form property damage;
explosion, collapse and underground (XCU) if applicable; and employer's liability; and,
3. Professional Liability insurance with limits no Tess than $1,000,000 limit per occurrence.
Any payment of deductible or self insured retention shall be the sole responsibility of the CONSULTANT.
The CITY shall be named as an additional insured on the Commercial General Liability insurance policy, as respects work
performed by or on behalf of the Consultant and a copy of the endorsement naming the CITY as additional insured
shall be attached to the Certificate of Insurance. The CITY reserves the right to review a certified copy of all required
insurance policies in the CONSULTANT's office.
The CONSULTANT'S insurance shall contain a clause stating that coverage shall apply separately to each insured
against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability.
The CONSULTANT'S insurance shall be primary insurance as respects the CITY, and the CITY shall be given thirty (30)
days prior written notice of any cancellation, suspension or material change in coverage.
XV APPLICABLE LAW
This Agreement shall be construed and interpreted in accordance with the laws of the State of Washington, and in the
event of dispute the venue of any litigation brought hereunder shall be Clallam County.
XVI EXHIBITS AND SIGNATURES
This Agreement, including its exhibits, constitutes the entire Agreement, supersedes all prior written or oral
understandings, and may only be changed by a written amendment executed by both parties. The following exhibits are
hereby made a part of this Agreement:
Exhibit A Scope of Work
Exhibit B Task Budget
Exhibit C Labor, Subconsultant and Non -salary Reimbursable Costs
In WITNESS THEREOF, the parties hereto have executed this Agreement as of the day and year first written above.
CITY OF PORT GELES CO TANT
OP
MAYOR TITLE i/ 9 'I�
APPROVED AS TO FORM: ATTEST:
CRAIG KNUT ON, CITY ATTORNEY BECKY UP 4 C CLE'
N:IPROJECTSl20- 24PMX1PMXAGR WPD
City of Port Angeles ,October, 2000
EXHIBIT A
CITY OF PORT ANGELES
Scope of Work for Landfill Engineering Services
BACKGROUND
This Scope of Work identifies the elements of work for the period of November 1, 2000 through March
31, 2002. The basis of work is derived from the "Request for Proposals, City of Port Angeles Public
Works Department, Landfill Engineering Services 2001, Project 20 -24." Specific work elements
include:
TASK 1 GENERAL OPERATIONS ASSISTANCE
This element of work will provide for engineering services to support routine solid waste handling
activities and landfill operations. Parametrix will work with City personnel to identify and develop
operations criteria and perform services as directed by the City in response to site development or system
maintenance requirements.
Activities: Specific components of the work anticipated during the period of this contract
include:
Routine site life verification analysis, including fill planning, compaction
analyses, and operational review. This will involve calculating Cell 3
capacity quarterly and assessing compaction performance every three
months.
Routine site mapping and surveying necessary to maintain site
operations. This will include survey of existing conditions, site
boundaries and construction grades, as required to complete site
maintenance improvements. Observation of solid waste activities with
the objective to provide recommendations to improve operational
efficiency.
Evaluating and designing maintenance programs for the landfill leachate,
gas control, groundwater monitoring and stormwater systems. Parametrix
will develop design criteria, perform engineering analyses and prepare
technical memoranda describing system improvements.
City of Port Angeles PMX #235 2191 -005
Landfill Engineering Services 1 April 2000
2000 -2001 scope of work doc
Preparing plans, specifications and bid documents for site maintenance
requested by the City.
Meeting with the City to discuss landfill activities and performance.
Attending City Council, Committee or community meetings involving
landfill activities.
In addition, Parametrix will conduct overall project management, cost control,
schedule maintenance, scope development and routine client communications
under this task.
Work Products: Parametrix anticipates the following work products for this task:
Six quarterly letter reports describing site capacity analyses.
Six survey reports or field staking events.
Meeting summaries.
Six technical memoranda recommending and describing system
maintenance improvements.
Trip reports for all site visits.
Monthly progress reports and invoices.
Two subconsultant agreements.
One PS &E package for minor site maintenance improvements with a
construction value of less than $200,000.
Assumptions: The Scope of Work and cost estimate is based on the following assumptions:
The period of performance is 17 months.
Survey activities will be performed by NTI of Port Angeles.
Parametrix will attend six meetings involving either the Project Principal,
Project Manager or Project Engineer. Meetings will be in Port Angeles
and will involve two Parametrix representatives. Effort for meetings
includes planning, preparation, travel, attendance and a summary report.
Parametrix staff will visit the PALF once per month to review landfill
operations and meet with the operations team. (17 visits).
Subconsultant agreements will be required for NTI and one other
specialty consultant.
City of Port Angeles PMX #235 -2191 -005
Landfill Engineering Services 2 April 2000
2000 -2001 scope of work doc
The total PS &E design effort is contained in this task.
Construction assistance is not provided for in this Scope of Work.
Cost estimate is based on labor rates valid through March 31, 2002.
Cost: Parametrix will complete services for $85,798 (refer to attached cost estimate for
detail). This assumes all work described above is completed.
TASK 2 REGULATORY COORDINATION
This element of work will provide regulatory reporting and permit coordination for landfill operations.
Work will include assisting the City with the collection of operational and environmental data and the
preparation of routine reports for submittal to the Health Department or Department of Ecology.
Reporting will be completed to achieve compliance with the solid waste operating permit and the
Minimum Functional Standards for Solid Waste Facilities (WAC 173 -351).
Activities: Specific components of this work include:
Compile information and prepare the year 2001 Solid Waste Operating
Permit for submittal to Clallam County.
Provide review and comment of City prepared 2002 Solid Waste
Operating Permit prior to submittal to Clallam County.
Assist the City in responding to regulatory inspections or changes in
regulatory requirements.
Assist the City in preparing the Solid Waste Annual Report.
Provide assistance to the City in coordinating solid waste operations and
permit requirements with other agencies. This may include, but is not
limited to the United States Department of Agriculture and Federal
Aviation Administration, as related to bird hazard issues, Clallam
County, the US EPA and the Department of Ecology. Assistance will
also be provided for coordination with citizen and community
organizations.
Assist the City with on -going groundwater monitoring activities. This
will include sampling and analysis assistance, assisting City personnel
with the preparation of quarterly reports, and preparation of the Annual
Groundwater Monitoring Report.
Coordinate reporting efforts, as required in WAC 173 -351, to coincide
with submittal of the annual Solid Waste Operating Permit.
City of Port Angeles PMX #235 -2191 -005
Landfill Engineering Services 3 April 2000
2000 -2001 scope of work doc
Work Products: Parametrix will prepare the following work products:
Draft and Final Solid Waste Operating Permit submittals for calendar
year 2001 operations. The submittal will include the Solid Waste Annual
Report, the Annual Groundwater Monitoring Report and a demonstration
of financial assurance for closure and post closure per WAC 173 -351-
600. This includes one pre application meeting with the Health
Department to discuss the permit submittal.
Schedule development and written review of calendar year 2002
operating permit application prepared by City personnel. The 2002
permit application will include the updated development and closure
plan.
Written response to inspection reports from the Health Department or
Department of Ecology.
Correspondence necessary to coordinate solid waste operations with
outside agencies.
Assumptions: The Scope of Work and cost estimate is based on the following assumptions:
The City will provide data necessary to complete the 2000 Solid Waste
Annual Report. This includes but is not limited to closure fund financial
analysis, disposal and scale records, waste screening reports, regulatory
inspection summaries, and other operational records maintained by City
personnel and required for inclusion in the permit submittal.
The City will conduct groundwater sampling and analysis, and prepare
quarterly reports. Parametrix will provide report review only. The City
will provide Parametrix with copies of each report in electronic and hard
copy format.
The draft permit submittal will be complete by December 15, 2000. The
final will be submitted based on comments received from the City and
Health Department.
City personnel will prepare and submit the calendar year 2002 permit
application. Parametrix will receive a draft for review by December 15,
2001.
Cost: 30,831 (refer to attached cost estimate for detail).
TASK 3 REVISE DEVELOPMENT AND CLOSURE PLAN
This element of work will involve the review, modification, and updating of the PALF Development,
Closure and Post Closure Plan (Parametrix 1997). The existing plan describes landfill operations and
site development through 2017. The updated plan will describe development, closure, and post- closure
City of Port Angeles PMX #235- 2191 -005
Landfill Engineering Services 4 April 2000
2000-2001 scope of work doc
actions to account for operations through third quarter 2006, with closure commencing in 2007.
Parametrix will evaluate the existing plan, and revise closure requirements and cost estimates based on
the revised schedule.
Activities: Specific elements of the plan to be evaluated include.
Revise and/or amend closure and post closure plans.
Revise final and interim grading plans.
Prepare a gas system management plan.
Update leachate management plans.
Prepare planning level cost estimates and implementation schedules for
landfill improvements.
Prepare revised closure and post closure cost estimates, and schedules.
Work Products: Parametrix will prepare and submit, in draft and final form, a revised
Development, Closure and Post Closure Plan, including cost estimates, schedule,
and implementation plans for major improvements.
Assumptions: The Scope of Work and cost estimate is based on the following assumptions:
One preliminary draft plan for City review and one draft final for
submittal to the Health Department and Department of Ecology. A final
plan will be submitted based on comments received from the Health
Department and Department of Ecology.
The draft plan will be submitted to the Health Department and
Department of Ecology by October 31, 2001.
The City will provide direction on post closure land -use prior to
preparing the draft plan.
Cost: 38,929 (refer to attached cost estimate for detail).
TASK 4 CO COMPOSTING DESIGN REPORT
This element of work will involve finalizing design and operations criteria for upgrading and operating
the co- composting facility. Design criteria will include site development, system modifications and/or
upgrades, utility and equipment requirements, operating parameters, and maintenance of facility systems.
This will include an assessment of input waste streams from in- county sources other than the City. It will
contain an evaluation of existing and projected biosolids volume (with and without proposed septage
processing facilities) from the City's WWTP and recommendations for enhancing green waste sources for
co- composting. This work will include research and interviews with waste stream sources in the
County, evaluation of waste import and export sources and preparation of a design report and schematic
City of Port Angeles PMX #235- 2191 -005
Landfill Engineering Services 5 April 2000
2000 -2001 scope of work doc
design. This work will also include financial evaluation of public vs. private operation and long range
planning for co- composting and biosolids disposal.
Work Products: Parametrix will prepare and submit, in draft and final form a Co- composting
Design and Development Plan, including schematic designs for site development
and system modification, operational assumptions, a waste stream analysis (both
import and export), cost estimates, schedule, and an implementation plan. The
report will also present start up costs, staffing requirements, annual recurring
costs and potential funding sources such as grants and loans.
Assumptions: The Scope of Work and cost estimate is based on the following assumptions:
One draft plan for City review (three copies) and one final plan (five
copies) incorporating City comments.
This effort does not include preparation of plans or specifications. All
engineering will be schematic in nature. Design and implementation of
plan elements will require an additional scope of work.
Parametrix will utilize a subconsultant to assist in co- composting
evaluations.
Waste stream analysis is limited to Clallam County for import.
No out -of- region travel is required to assess export waste streams.
Cost: $49,726 (refer to attached cost estimate for detail).
TASK 5 LONG RANGE PLANNING REPORT
This element of work will involve review of options and development of a business plan regarding solid
waste disposal alternatives, up to and following closure of the landfill. The plan will evaluate private vs.
public operation solid waste handling and disposal facilities. It will contain a planning level review of
feasible uses for the closed landfill properties, including a Golf Course, a regional solid waste facility or
other commercial/industrial development. The report will contain schematic level engineering designs for
preferred alternatives, a presentation of development, operations, and maintenance costs, and an
implementation plan. Parametrix will develop this report through an iterative process with the City
Public Works and Finance Departments and the City Manager. As requested Parametrix will participate
in "Partnering Sessions" with City, County, and regulatory representatives.
Work Products: Parametrix will prepare and submit in draft and final form a Long -Range
Planning Report. The report will include a summary of alternatives analysis, and present the preferred
alternative for solid waste handling and disposal, up to and following closure of the landfill. The report
will discuss public vs. private operation of solid waste systems including the landfill, recycling, waste
export systems, and the co- composting operation. The report will identify and project planning level cost
estimates for selected alternatives and present and implementation plan that discusses operations,
maintenance and financing requirements.
Assumptions: The Scope of Work and cost estimate is based on the following assumptions:
Cary of Port Angeles PMX #235- 2191 -005
Landfill Engineering Services 6 April 2000
2000 -2001 scope of work doc
One Planning Report Scoping meeting with Public Works personnel
Two "Partnering Sessions" with City and /or other county and regulatory representatives.
One draft (three copies) and one final (five copies) incorporating City comments.
This effort does not include preparation of plans or specifications. All engineering will
be schematic in nature. Design and implementation elements will require an additional
scope of work.
Cost: $50,000. The budget currently provides $20,000 for initial scoping and partnering. The
remaining $30,000 will be obligated based on scope development with the City. (Refer to
attached estimate for details).
TASK 6 DIRECTED SERVICES
This element of work provides for unforeseen engineering or other services that may be required during
the contract duration. Specific work assignments will require a negotiated scope, budget and schedule
and written direction from the City on proceeding with the work.
Cost: $40,000.
City of Port Angeles PMX #235- 2191 -005
Landfill Engineering Services 7 April 2000
2000 -2001 scope of work doc
EXHIBIT B
Budget
Task 1 General Operations Assistance $85,798
Task 2 Regulatory Coordination $30,831
Task 3 Revise Development and Closure Plan $38,929
Task 4 Co- Composting Design Report $49,726
Task 5 Long Range Planning Report $50,000
Task 6 Directed Services $40,000
TOTAL $295,284
City of Port Angeles PMX #235 2191 -005
Landfill Engineering Services 8 April 2000
2000 -2001 scope of work doc
EXHIBIT C
COST ESTIMATE 4
PORT ANGELES LANDFILL
2000 -2001- ENGINEERING SERVICES
TASK 1 TASK 2 TASK 3 TASK 4 TASK 5 TASK 6
General Operations Regulatory Revise Development Co- Composting Design Long Range Planning Directed Services TOTALS
LABOR CATEGORY Rate Hours Total Hours Total Hours Total Hours Total Hours Total Hours Total Hours Total
Principal 125 4 500 4 500 4 500 16 2,000 72 9,000 0 100 12,500
ProectManager 110 340 37,264 12 1,315 8 877 12 1,315 8 877 0 380 41,648
Pro ect Engineer 115 64 7,360 32 3,680 64 7,360 72 8,280 0 0 232 26,680
Pro ect Scientist 108 36 3,888 64 6,912 48 5,184 16 1,728 0 0 164 17,712
Staff Engineer 88 96 8,448 24 2,112 160 14,080 120 10,560 0 0 400 35,200
Staff Scientist 77 0 40 3,080 0 0 0 0 40 3,080
Engineering Tech 68 24 1,632 80 5,440 BO 5,440 40 2,720 24 1,632 0 248 16,864
Environmental Tech 64 0 40 2,560 0 0 0 0 40 2,560
CADD /Graphics 65 100 6,500 48 3,120 60 3,900 64 4,160 40 2,600 0 312 20,280
Word Processing 48 40 1,920 24 1,152 20 960 24 1,152 13 624 0 121 5,808
Clerical 38 24 912 8 304 8 304 4 152 8 304 0 52 1,976
Labor Totals 728 68,424 376 30,175 452 38,605 368 32,067 165 15,037 0 0 2089 184,308
Average Billing Rate 94 80 85 87 91 88
SUBCONSULTANTS CATEGORY
Pnce Moon Enterprise 14,000 14,000
Landmark Inc 4,500 4,500
Cascadia Inc 1,200 1,200
EnvioMech 1,200 1,200
Clint Stanovsky 1,200 1,600 2,800
NTI (survey) 9,000 9,000
Mark up (10 10% 1,350 1,520 400 3,270
Subconsultant Totals 14,850 16,720 4,400 35,970
EXPENSE CATEGORY
Copy /Reproduction 0 10 2000 200 2000 200 1000 100 500 50 540 54 0 6040 604
Oversize Repro 2 50 12 30 4 10 10 25 4 10 6 15 0 36 90
Mileage 0 33 5000 1,625 800 260 320 104 400 130 600 195 0 7120 2,314
Ferry Tolls 8 25 6 50 8 66 8 66 4 33 4 33 0 30 248
Delivery 15 00 12 180 4 60 0 2 30 1 15 0 19 285
Equipment 0 0 0 0 0 0 0
Supplies 25 00 0 10 0 0 20 500 0 0 20 510
Presentation Materials 100 2 200 0 0 1 100 2 200 0 5 500
Directed Services Fund 30,000 40,000 0 70,000
Mark up (10 229 60 30 85 51 455
Expense Totals 2,524 656 325 938 30,563 40,000 75,006
PROJECT TOTAL 85,798 30,831 38,929 49,726 50,000 40,000 295,284
City of Port Angeles PMX#235 -2191 -801
Landfill Engineering Services 10/13/00
Books