Loading...
HomeMy WebLinkAbout001243 Original Contract The I e City of Port Angeles Record # 001243 PROFESSIONAL SERVICE AGREEMENT BETWEEN THE THE CITY OF PORT ANGELES AND ASPECT CONSULTING, LLC RELATING TO: PSA-2017-05 LANDFILL POST-CLOSURE CONSULTING SERVICES THIS AGREEMENT is made and entered into, by and between THE CITY OF PORT ANGELES, a non-charter code city and municipal corporation of the State of Washington, (hereinafter called the "CITY") and Aspect Consulting a Limited Liability Company (LLC) authorized to do business in the state of Washington (hereinafter called the "CONSULTANT"). NOW, THEREFORE, in consideration of the above representations and the terms, conditions, covenants, and agreements set forth below, the parties hereto agree as follows: I SCOPE OF SERVICES General Scope. CONSULTANT'S scope of professional services is in the attached Exhibit A and shall include all services and material necessary to accomplish those services, The CITY may review the CONSULTANT'S services, and if they do not meet the professional standard of care, the CONSULTANT shall make such changes as may be required by the CITY. Such changes shall not constitute "Extra Work" as related in Section XII of this Agreement. Any changes made necessary due to causes outside the CONSULTANT'S reasonable control shall be provided as an extra work herein. The CONSULTANT agrees that all services performed under this Agreement shall be in accordance with the applicable professional standards and in compliance with applicable federal, state and local laws. The Scope of Services may be amended upon written approval of both parties. 11 OWNERSHIP OF DOCUMENTS Upon completion of the services, all documents, exhibits, digital photos, or other presentations of the services, with the exception of those standard details and specifications regularly used by the CONSULTANT in its normal course of business, shall, upon payment of all amounts rightfully owed by the CITY to the CONSULTANT, 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 2017 Aspect ProfessionaU Services Agreement Updated June 29,2017 Page 1 of 21 CONSULTANT. However, any alteration 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. III DESIGNATION OF REPRESENTATIVES Each party shall designate its representatives in writing, The CONSULTANT'S representative is subject to the CITY's approval. IV TIME OF PERFORMANCE The CONSULTANT may begin work upon execution of this Agreement by both parties and written direction to proceed from the CITY. The duration of the Agreement shall extend through December 31, 2022. The work shall be completed in accordance with the schedule set forth in the attached Exhibit B. 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 CONSULTANTS cost for actual labor, overhead and profit plus CONSULTANT'S direct non-salary reimbursable costs as set forth in the attached Exhibit C. 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, subconsultants, and outside services; shall indicate the specific task or activity in the Scope of Service 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 after the completion of the work and acceptance by the CITY. F. Payment for "Extra Work" performed under Section X11 of this Agreement shall be as agreed to by the parties in writing. 2017 Aspect Professional Services Agreement Updated June 29,2017 Page 2 of 21 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, subconsultant costs and outside services, shall not exceed the maximum sum of$670,500.00. The budget for each task is as set forth in the attached Exhibit D. Budgets for tasks may be modified upon mutual agreement between the two parties, but in any event, the total payment to CONSULTANT shall not exceed $670,500.00. VII INDEPENDENT CONTRACTOR STATUS The relation created by this Agreement is that of owner-independent contractor. The CONSULTANT is not an employee of the CITY and is not entitled to the benefits provided by the CITY to its employees. The CONSULTANT, as an independent contractor, has the authority to control and direct the performance within the scope of services to be provided. The CONSULTANT shall assume full responsibility for payment of all Federal, State, and local taxes or contributions imposed or required, including, but not limited to, unemployment insurance, Social Security, and income tax. Vill 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. IX 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 2017 Aspect Professional Services Agreement Updated June 29,2017 Page 3 of 21 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. X 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. 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 sub-consultant or supplier shall be notified by the CONSULTANT of CONSULTANT's obligations under this Agreement, including the nondiscrimination requirements. X11 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 Services. 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. X1111 EXTRA WORK The CITY may desire to have the CONSULTANT perform work or render services in connection with this Agreement, in addition to the Scope of Services 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. XIII 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. As a condition precedent to termination for cause the CONSULTANT shall be given the notice period to cure such cause and shall have failed to so cure. 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 work completed. 2017 Aspect ProfessionaG Services Agreement Updated June 29,2017 Page 4 of 21 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 11 above, shall be delivered to and received by the CITY prior to transmittal of final payment to the CONSULTANT. XIVINDEMNIFICATION/HOLD HARMLESS CONSULTANT shall defend, indemnify and hold the CITY, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the CONSULTANT in performance of this Agreement, except for injuries and damages caused by the sole negligence of the CITY. 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, the CITY, and the officers, officials, employees, and volunteers of either, 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.©35. XVINSURANCE 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. No Limitation. CONSULTANT'S maintenance of insurance as required by the agreement shall not be construed to limit the liability of the CONSULTANT to the 2017 Aspect Professional Services Agreement Updated June 29,2017 Page 5 of 21 coverage provided by such insurance, or otherwise limit the CITY'S recourse to any remedy available at law or in equity, A. Minimum Scope of Insurance CONSULTANT shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage; and, 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85 or an equivalent endorsement. There shall be no endorsement or modification of the Commercial General Liability Insurance for liability arising from explosion, collapse or underground property damage. The CITY shall be named as an insured under the CONSULTANT'S Commercial General Liability insurance policy with respect to the work performed for the CITY using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage; and, 3. Workers' Compensation coverage as required by the Industrial Insurances laws of the State of Washington; and 4. Professional Liability insurance appropriate to the CONSULTANT's profession. B. Minimum Amounts of Insurance CONSULTANT shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of$1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. 3. Professional Liability insurance shall be written with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. C. Other Insurance Provisions The CONSULTANT'S Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance as 2017 Aspect Professionai Services Agreement Updated June 29,2017 Page 6 of 21 respect the CITY. Any insurance, self-insurance, or insurance pool coverage maintained by the CITY shall be excess of the CONSULTANT'S insurance and shall not contribute with it. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VI 1. E. Verification of Coverage CONSULTANT shall furnish the CITY with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the CONSULTANT before commencement of the work. F. Subcontractors The CONSULTANT shall have sole responsibility for determining the insurance coverage and limits required, if any, to be obtained by subcontractors, which determination shall be made in accordance with reasonable and prudent business practices. G. Notice of Cancellation The CONULTANT shall provide the CITY and all Additional Insureds for this work with written notice of any policy cancellation, within two business days of their receipt of such notice. H. Failure to Maintain Insurance Failure on the part of the CONSULTANT to maintain the insurance as required shall constitute a material breach of contract, upon which the CITY may, after giving five business days notice to the CONSULTANT to correct the breach, immediately terminate the Agreement or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the CITY on demand, or at the sole discretion of the CITY, offset against funds due the CONSULTANT from the CITY. XVII 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 Clallarn County. 2017 Aspect Professional Services Agreement Updated June 29,2017 Page 7 of 21 XVII 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 paries. XVIII QUALI ICIATIONS CONSULTANT is in fullcompliance with the statutes of the Mate of Washington for professional registration and other applicable requirements. CONSULTANT has the background, experience* and ability to perform the required work in accordance with the standards of the profession. CONSULTANT provide qualified personnel and appropriate facilities necessary to accomplish the work. XX ATTACHMENTS The following exhibits are hereby made a part of this Agreement: Exhibit A — Scope of Services Exhibit B —Schedule Exhibit C— Fee Schedule Exhibit D -- Budget t IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the � last signature affixed below.. TY OF PORT ANGELES ASPECT CONSULTING, LLC: Dan Mceen, City Manager John Strunk.„ Principal Name and Title Date: Date: June 29, 2017 APPROVED AS TO 4R Wi liam t. Bio r, City Attorney ATTEST: ( A _ 10�(21 nnife Veneklasen, City Clerk 2017 Aspect ProfessuonaU Ser0ces Agreement Updated June 29,2017 Page 8 of 21 EXHIBIT A SCOPE OF SERVICES BACKGROUND The Part Angeles Landfill (PALE) has been owned and operated by the City of Port Angeles (City) since 1947. Three separate areas were developed within the landfill. The original unlined landfill area was closed in 1983 under WAC 173-301. The second unlined landfill area was closets in 19901 under WAC 173-394. The third developed area was lined„ approximately 11 acres total. This area was closed in October of 2007 under WAC 173-351. The City recently completed the Landfill Cell Stabilization Project, which involved the relocation of approximately 400,9010 cubic yards of waste from the 394 Landfill to the 351 Landfill, along with modifications to the existing seawall, construction of a mechanically reinforced earth (IVIRE) slope on the face of the Valley Cell behind the seawall, installation of a new cover system, modifications to the access road, habitat improvements to Dry Creek, and modifications to the leachate, landfill gas, groundwater monitoring and stormwater systems. The Port Angeles Landfill (PALF) is now regulated by a Solid Waste Handling Facility Permit (Facility Permit) issued by Clallam County Environmental Health Services (CCEHS) on February 2€3, 2017. The Facility Permit references the 2016 Post-Closure Plan, The Post-Closure Plan details the monitoring and maintenance requirements for the landfill in its post-closure period. This scope of work is based on those requirements. This Scope of Work identifies landfill post-closure engineering services for the City for the period of July 1, 2017 through December 31, 2022. Specific components of the work for the period of this agreement include the tasks listed below. The budget for these services is presented in Exhibit B on a per-task basis. These per- task budgets were developed to establish the level of effort for each task as well as to establish the overall project budget. Budgets for each task may be modified upon mutual agreement of the two parties, but the total, compensation may not exceed the current annual City Budget amount. Annual budgets for 2nd, 3rd, 4th and 5th contract year are estimated values and may be adjusted annually based on current needs at the landfill site. Official yearly budgets will be developed each year by way of mutual agreement between the two parties„ and approved by City Council through the annual City Budget process. Project invoices will be submitted to the City allocating incurred labor and expense costs at the task level. Consultant travel to the City will be at the request of the City, and will be a reimbursable expense to be charged against the applicable task. Task 1: MONITORING AND REPORTING This element of work will provide regulatory reporting and permit coordination for landfill post closure operations. Work will include assisting the City with the preparation of 2017 Aspect Professu"ana�Services Agreement Updated Jeune 29,2017 Page 9 of 21 routine reports for submittal to Clallam County Environmental Health Services (CCEHS), to the Washington State Department of Ecology (DOE) and other regulatory agencies. Reporting will be compiled so as to achieve compliance with the Landfill Post Closure Permit and the Criteria for Solid Waste Facilities (WAC 173-351). Activities: 1.1 Semi-Annual Groundwater Monitoring Reports Preparation of the Semiannual Groundwater Monitoring Reports (two reports per year). The City will perform the groundwater sampling and provide the Consultant with a copy of all relevant field forms and analytical data. The Consultant will perform the following: a) Compile and maintain a database of the leachate, seawall fluid, and groundwater monitoring analytical results. b) Compare the groundwater data to the groundwater quality standards and perforin appropriate statistical comparisons. c) Create time series plots, trilinear diagrams, stiff diagrams, and potentiometric maps. d) Calculate cation/anion balances, groundwater flow directions, and rates of flow. e) Evaluate the leachate and seawall fluid data. f) Prepare a written report, signed and stamped by the Consultant, summarizing the methods, results, and recommendations for the monitoring program. g) Provide a CD with the written report that includes electronic deliverables of source files. 1.2 Annual Groundwater Monitoring Report Preparation of the Annual Groundwater Monitoring Reports. The annual reports will be prepared by the Consultant and will include the following for both the 351 and 304 compliant landfill cells: a) A summary of engineering and monitoring activities for the previous year, b) Tables of the leachate, and groundwater monitoring results. c) Comparison of the groundwater data to groundwater quality standards, and notification of any exceedances. d) Review of time series plots for select leachate indicator parameters. e) Statistical comparisons and notification of any exceedances of the Upper Prediction Limits (UPLs), or statistical increases in analyte concentrations. f) Analysis of well geochemistry based on trilinear plots of major element composition, stiff diagrams„ and cation/anion balance. g) Calculation of groundwater flow rate and direction based on potentiometric surface contour maps of groundwater level data. h) An evaluation and recommendation of leachate indicator parameters to be used for subsequent statistical analyses. i) Update of UPLs to include recent groundwater quality data. j) A summary of the results and recommendations for subsequent monitoring activities. 2017 Aspect Prcfessbnal Services Agreement Updated June 29,2017 Page 10 of 21 k) A CD that includes electronic deliverables of source files. 1.3 Seawall Fluid Sampling & Analysis Support Prepare a brief Seawall Fluid Analysis section for the Annual Groundwater Monitoring Report, include the following: a) A database of the seawall fluid monitoring analytical results. b) Comparison of the seawall fluid to Washington state marine water quality standards, the City's MIU Permit criteria, and notification of any exceedances. 1.4 Transect Data Analysis & Beach Morphology Monitoring Assist the City with regulatory reporting related to monitoring of the seawall, beach erosion, and beach morphology as required by CCEHS and the Washington Department of Fish and Wildlife (WDFW). a) Analyze beach transect data to be provided by City. Transects will be measured in April or May each year. b) On a three year interval, prepare a technical memorandum to summarize the results of the cumulative transect data & transect analysis. Include a comparison of past and current transects, showing changes in the beach profile graphically at each transect location and graphically showing wind speed and direction and wave height contributing to the changes in beach profile at the seawall. 1.5 Operation Support Water Quality Sampling Assist the City in preparation and coordination of sample bottle orders for semi-annual ground water sampling events, leachate sampling, seawall fluid sampling, and any retesting sampling events, Task I Assumptions: 1. The City will collect all groundwater samples and will contract for all required laboratory analyses. The City will provide the Consultant with copies of all laboratory and field data sheets for the sampling period. 2. One round of comments from the City will be required to finalize the Semiannual and Annual reports. In addition, there are likely to be comments from the regulatory Agencies to which Consultant must respond. 3. The results of the semiannual reports will be discussed via a conference call and a quarterly meeting by teleconference will be held with the City to discuss ongoing post-closure issues, 4. Up to three site visits a year may be required to investigate specific issues. Task I Deliverables: Draft and final versions of the following reports- - First Semiannual Groundwater Monitoring Report, due 90 days after sampling - Second Semiannual Groundwater Monitoring Report, due 90 days after sampling - Annual Groundwater Monitoring Report, due April 1 2017 Aspect Professionall Services Agreement Up,dated June 29,2017 Page 11 of 21 Task 2: MAINTENANCE SUPPORT This element of work provides support to City operations staff in maintaining landfill systems, as requested by the Solid Waste Superintendent. 2.1 Operations Support for the Landfill Gas System Assist the City with the operation and maintenance of the LFG collection system, flare system, condensate collection system, and other related engineered systems. 1. Review the LFG collection system monitoring data, including blower and flare performance, following each event (monthly). Analyze the LFG collection data to optimize methane collection and flare operations. 2. Recommend target flows for each of the individual LFG collection points during the next event via email each month. 3. Provide a quarterly status update summarizing LFG collection efforts in the 304- and 351-compliant landfill cells. The quarterly update will include descriptions of the following: a. Work performed during the reporting period; b. Results of performance analysis, including the following (as necessary): i. LFG migration monitoring and control, ii. LFG collection monitoring and concentrations; iii. Leachate monitoring and control; and iv. Cover system monitoring and maintenance. c. Anticipated work to be performed during the next period; and d. Recommendations, including the following (as necessary): i. Strategic changes in LFG collection, H. Strategic changes in flare operations; and iii. Equipment modifications, repairs, and/or upgrades. 4. Annual site visit to inspect the condition of the LFG collection and condensate collection systems. Deliverables: - Monthly response to data analysis, delivered by email - Quarterly LFG Collection and Flare Operations updates, presented verbally at Quarterly Meetings and summarized in writing. 2.2 Operations Support for the Landfill Cover System Assist the City inspection and maintenance of the landfill cover system, and other related engineered systems. 1. Assist the City in identifying and documenting changes that may jeopardize integrity of turf cover system. 2017 Aspect Professional SeMces Agreement Updated June 29,2017 Page 12 of 21 2.3 Operations Support for the Mechanically Reinforced Earth Slope Assist the City with inspection and maintenance of the new mechanically reinforced earth (MRE) slope system installed in 2016, and other related engineered systems (i.e. MRE drainage and riprap erosion protection along the east edge). 1. Assist the City in identifying and documenting changes that may jeopardize integrity of Mechanically Reinforced Earth Slope. Z Review MRE survey records to assess performance in relation to anticipated range of post-construction settlement. Provide conclusions to City for inclusion in the annual report. 2.4 Operations Support for Shoreline Features Assist the City with inspection and maintenance of the landfill's shoreline features including the seawall constructed in 2007„ the erosion protection at each end of the seawall, the access road and adjoining slopes, and habitat improvements and bank protection in Dry Creek. Task 3: TECHNICAL ASSISTANCE/DIRECTED SERVICES This element of work will provide engineering and technical support for unforeseen issues which may develop at the landfill. As individual needs for landfill post-closure engineering, analysis, and/or studies arise, the parties will negotiate the scope of work and fee and formalize it in a Consultant Directed Services work order, 2017 Aspect Professional Services Agreement Updated June 29,2017 Page 13 of 29 EXHIBIT B - S HED IL.E SCHEDULE Project Schedule This schedule is based on a Contract Notice to Proceed issued on or before July 1st, 2017. Task Deliverable Schedule Task I - Monitoring and Task R �Ortil e ing 0 1 .1 S -annual 1.1 Semi-Annual Groundwater First Semi-Annual Groundwater 90 Days after first semi Monitoring Reports Monitoring Report groundwater sampling event Second Semi-Annual Groundwater 90 Days after second semi-annual Monitoring Report groundwater sampling event .................. 1. Annual Report Annual Groundwater Monitoring Annually by April 1 Report 1.4 Transect Data Analysis & Shoreline Erosion Monitoring Report On a 3 year interval, next report Beach Morphology Monitoring submittal August 2020 Task 2 - Maintenance Support 2.1 Operations Support of Landfill LFG Collection and Flare Operation Presented verbally at Quarterly Gas System Quarterly Update Meetings, Summarized in writing via email 2.3 Operations Support for MRE Slope performance evaluation Annually, for inclusion in Post- Mechanically Reinforced Earth Closure Operations Annual Report Slope 2017 Aspect Professional Services Agreement Updated June 29,2017 Page 14 of 21 EXHIBIT C -- FEE FEE SCHEDULE Aspect Consulting, LLC - 2017 Labor Rate Schedule All Inclusive HourlyBilling Rate Labor Category Minimum Maximum A. Principal 213.97 263.41 B. Senior Associate 158.72 212.66 C.Associate 165.94 190.16 D. Senior 139.04 171.68 E. Senior Project 117.98 141.24 F. Project 106.54 128.84 G. Senior Staff 90.18 105.75 H. Staff 86.71 95.10 1. Sr.Technical Editor 115.64 257.67 J. CAD Drafter 99.12 118.12 K. GIS Technician 84.28 84.28 L..1rqjtct Assistant 64.42 M. Field/Construction Supervisor 89.81 89.81 Notes: - Invoiced labor rates may be less than the minimum rates shown per job classification, but cannot exceed the NTE rate per job classification. -All direct non-salary costs will be invoiced without mark-up. -Within each labor category there are a number of staff with different labor rates.As a result the consultant has presented the minimum and maximum values of the fully burdened rate for the range of labor rates. 2017 Aspect Professional Services Agreement Updated June 29,2017 Page 15 of 21 Subconsultant Herrera Environmental Consultants - 2017 Labor Rate Schedule All Inclusive .... Ho rly Billing Rate Labor Category Minimum Maximum A. President, Executive Vice President,Vice President 219.75 266.81 B. Engineer VI, Scientist V1, Planner VI 224.35 237.06 C. Enqiqeer V Scientist V/Planner 146.21 250.30 D. Engineer IV Scientist IV/Planner IV Landscape Architect_[V/Analyst V 142.07 202.80 E. Engineer III/Scientist III/Planner III Landscape Architect III/ CAD Technician III Ana�lst 111 113.34 167.66 F. Engineer 11/Scientist 11/Planner 11/ Landscape Architect If/CAD Technician 11/Analyst 11 83.41 125.37 G. Engineer I/Scientist I/Planner I I Analyst 1 74.38 107.30 H. Intern 53.13 92.98 1. Accounting Administrator 1, 11, 111, IV,V 74.38 171.15 J. Administrative Coordinator III, IV 101.83 114.06 Notes- - Invoiced labor rates may be less than the minimum rates shown per job classification, but cannot exceed the NTE rate per job classification. -All direct non-salary costs,will be invoiced without mark-up. -Within each labor category there are a number of staff with different labor rates.As a result the consultant has presented the minimum and maximum values of the fully burdened rate for the range of labor rates. 2017 Aspect Professionat Services Agreement Updated June 29,2017 Page 16 of 21 EXHIBIT D -- BUDGET BUDGET 1h Annual budgets for 2nd, 3rd, 4 and 51h contract year are estimated values to establish a not-to-exceed maximum contract sum. Official yearly budgets will be developed each year by way of mutual agreement between the two parties, and approved by City Council through the official City Budget process. Port Angeles Landfill Post-Closure Engineering Services Year 1: 2017-2018 Budget Task Title Task Total Task 1 - Monitoring and Reporting 1.1 Semi-Annual Groundwater Monitoring $26,600 Reports 1.2 Annual Report $24,900 1.3 Seawall Fluid Sampling & Analysis $3,600 Support 1.4 Transect Data Analysis & Beach $,7,500 Morphology Monitoring 1.5 Operations Support Water Quality $9,000 Sampling Task 2 - Maintenance Support 2.1 Operations Support of Landfill Gas $10,000 System 2.2 Operations Support for Landfill Cover $10,000 System 2.3 Operations Support for Mechanically $10,000 Reinforced Earth Slope 2.4 Shoreline Features $3,400 Task 3 -Technical Assistance/Directed $10,000 Services Year I Project Budget $115,000 2017 Aspect Professional Services Agreement Updated June 29,2017 Page 17 of 21 Year 2: 2018-2019 Budget Estimate Task Title Task Total Task I - Monitoring and Reporting 1.1 Semi-Annual Groundwater Monitoring $27,930 Reports 1.2 Annual Report $26,145 1.3 Seawall Fluid Sampling & Analysis $3,780 Support 1.4 Transect Data Analysis & Beach $7,875 Morphology Monitoring 1.5 Operations Support Water Quality $9,450 Sampling Task 2 - Maintenance Support 2.1 Operations Support of Landfill Gas $10,500 System 2.2 Operations Support for Landfill Cover $10,500 System 2.3 Operations Support for Mechanically $10,500 Reinforced Earth Slope 2.4 Shoreline Features $3,570 Task 3 - Technical Assistance/Directed $10,500 Services Year 2 Project Budget $120,750 2017 Aspect Professionai Services Agreement Updated June 29,2017 Page 18 of 21 Year 3: 2019-2020 Budget Estimate Task Title Task Total Task I - Monitoring and Reporting 1.1 Semi-Annual Groundwater Monitoring $29,327 Reports 1.2 Annual Report $27,452 1.3 Seawall Fluid Sampling & Analysis $3,969 Support 1.4 Transect Data Analysis & Beach $43,320 Morphology Monitoring 1.5 Operations Support Water Quality $9,923 Sampling Task 2 - Maintenance Support 2.1 Operations Support of Landfill Gas $11,025 System 2.2 Operations Support for Landfill Cover $11,025 System 2.3 Operations Support for Mechanically $11,025 Reinforced Earth Slope 2.4 Shoreline Features $3,749 Task 3 -Technical Assistance/Directed $11,025 Services Year 3 Project Budget $161,840 2017 Aspect Professional Ser0ces Agreement Updated June 29,2017 Page 19 of 21 Year 4: 2020 -2021 Budget Estimate Task Title Task Total Task 1 - Monitorin And Reporting 1.1 Semi-Annual Groundwater Monitoring $30,793 Reports 1.2 Annual Report $28,825 1.3 Seawall Fluid Sampling & Analysis $4,167 Support 1.4 Transect Data Analysis & Beach $8,682 Morphology Monitoring 1.5 Operations Support Water Quality $10,419 Sampling Task 2 - Maintenance Support 2.1 Operations Support of Landfill Gas $11,576 System 2.2 Operations Support for Landfill Cover $11,576 System 2.3 Operations Support for Mechanically $11,576 Reinforced Earth Slope 2.4 Shoreline Features $3,936 Task 3 - Technical Assistance/Directed $11,576 Services Year 4 Project Budget $133,127 2017 Aspect Professional Services Agreement Updated June 29,2017 Page 20 of 21 Year 5: 2021 -2022 Budget Estimate Task Title Task Total Task I - Monitoriqq_and E2e ortin� 1.1 Semi-Annual Groundwater Monitoring $32,332 Reports ................ 1.2 Annual Report $30,266 1.3 Seawall Fluid Sampling & Analysis $4,376 Support 1.4 Transect Data Analysis & Beach $9,116 Morphology Monitoring 1.5 Operations Support Water Quality $10,940 Sampling Task 2 - Maintenance Support 2,1 Operations Support of Landfill Gas $12,155 System 2,2 Operations Support for Landfill Cover $12,155 System 2.3 Operations Support for Mechanically $12,155 Reinforced Earth Slope 2.4 Shoreline Features $4,133 X12,155Task 3 -Technical Assistance/Directed Services Year 5 Prqject Budget $139,783 Total Agreement Not-to-Exceed Maximum: $670,500 2017 Aspect Professional Services Agreement Updated June 29,2017 Page 21 of 21