Loading...
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