Full Text
AGREEMENT FOR ENGINEERING SERVICES nJ I . THIS AGREEMENT, dated this if day of " by and between the City of Moscow, Idaho, a municipal co oration of the State of Idaho (hereinafter, 'City') and CH2J\.1HILL Central, Inc., (hereinafter, 'Engineer'): ARTICLE 1. PREAMBLE/PARTIES/SCOPE OF SERVICES It is specifically understood and agreed between Engineer and the City Of Moscow that the scope of services to be performed pursuant to this Agreement are to be rendered in compliance with the Contract Work Scope, in connection with the design and construction of the transfer station facility, including attendant on-site facilities. The scope of services is set out with greater specificity in Attachment A. Engineer understands and agrees that the City of Moscow has entered into a franchise for the construction of such facilities with Latah Sanitation, Inc., an Idaho corporation, and that the City of Moscow, pursuant to that franchise, is to provide permit assistance, facility design plans and specifications. Engineer agrees that the permit assistance and acquisition, facility design and construction management services provided by Engineer pursuant to this Agreement shall be utilized by Latah Sanitation, Inc., and their contractors and subcontractors for the purpose of constructing such facilities to City of Moscow specifications. Engineer agrees that Latah Sanitation, Inc., shall be considered to be a third party beneficiary of this Agreement, and further that Engineer specifically understands and consents that Latah Sanitation, Inc., and its contractors and subcontractors shall utilize and rely upon such work product and services to be provided pursuant to this Agreement.. Notwithstanding any provision of this Agreement to the contrary, Engineer shall indemnify and defend the City of Moscow from any cause of action brought by Latah Sanitation, Inc. or its contractors or subcontractors, which has as its basis the negligent or intentional act or omission of Engineer in performing such services pursuant to this Agreement. AGREEMENT FOR ENGINEERING SERVICES PAGE 1 ---PAGE BREAK--- ARTICLE 2. COMPENSATION Engineer's compensation is set forth in Attachment B. ARTICLE 3. TERMS OF PAYMENT A. Invoices and Time of Payment: invoices will be issued by Engineer for all services perfonned under this agreement. Invoices are due and payable net 30 days. Upon completion of services enumerated in Article 1, the final payment of any balance will be due net 30 days upon receipt of final invoice. B. Interest: Interest at the rate of 1-1 1/2% per month, or that permitted by law if lesser, will be charged on all past-due amounts stating 30 days after date of invoice. Payments will first be credited to interest and then to principal. In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed portion will be paid. City will exercise reasonableness in contesting any bill or portion thereof No interest will accrue on any contested portion of the billing until mutually resolved. If City fails to make payment in full to Engineer for services within 60 days of the date due for any uncontested billing. Engineer may, after giving 7 days• written notice to City, suspend services under this Agreement until paid in full, including interest. In the event of suspension of services, Engineer will have no liability to City for delays or damages caused City because of such suspension of services. ARTICLE 4. OBLIGATIONS OF ENGINEER Amendments to Article 4, if any, are included in Attachment C. A. General: Engineer will serve as City•s professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care: The standard of care applicable to Engineer•s services will be the degree of skill and diligence normally employed by professional engineers or consultants performing the same or similar services at the time said services are performed. Engineer will reperform any services not meeting this standard without additional compensation. AGREEMENT FOR ENGINEERING SERVICES PAGE2 ---PAGE BREAK--- C. Subsurface Investigations: In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect total Project cost and/or execution. These conditions and cost/execution effects are not the responsibility ofEngineer. D. Engineer's Personnel at Construction Site: The presence or duties of Engineer's personnel at a construction site, whether as onsite representatives or otherwise, do not make Engineer or Engineer's personnel in any way responsible for those duties that belong to City, Latah Sanitation, Inc., and/or the construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for co-ordinating and completing all portions of the construction work in accordance with the construction contract documents and any health or safety precautions required by such construction work. Engineer and Engineer's personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions and have no duty for inspecting, noting, observing, correcting, or reporting on health or safety deficiencies of the construction contractor(s) or other entity or any other persons at the site except Engineer's own personnel. Nothing contained in this paragraph shall serve to relieve Engineer of its duty to inform City of any work which it observes, or in the exercise of due diligence should observe, to be incompatible with, or of lesser quality than is called for in the designs and specifications. E. Opinions of Cost, Financial Considerations, and Schedules: In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the project, Engineer has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate project cost or schedule. Therefore, Engineer makes no warranty that Latah Sanitation, Inc.'s actual project costs, financial aspects, economic feasibility, or schedules will not vary from Engineer's opinions, analyses, projections, or estimates. AGREEMENT FOR ENGINEERJNG SERVICES PAGE3 ---PAGE BREAK--- F. Record Drawings: Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the project was finally constructed. Engineer is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. Record drawings will consist only of the signed and sealed set of drawings in hard copy form. Any computer-generated files on diskettes or tapes furnished by Engineer are for City and other's convenience and to be utilized at user's sole risk. G. Minority and Women Owned Businesses/Owner-Specified Subcontractors: Engineer will comply with City's directives in utilizing the services of City-specified subcontractors and/or minorities-and women-owned businesses on the project. Firms selected by Engineer to meet said directives will be subject to approval of City. Engineer's liability arising from the work of said subcontractors or businesses is limited to proceeds available from their insurances. H. Access to Engineer's Accounting Records: Engineer will maintain accounting records, in accordance with generally accepted accounting principles and practices, to substantiate all invoiced amounts. These records will be available to City during Engineer's normal business hours for a period of 1 year after Engineer's final invoice for examination to the extent required to verify the direct costs (excluding established or standard allowances and rates) incurred hereunder. City may only audit accounting records applicable to a cost reimbursable type compensation. I. Engineer's Insurance: Engineer will maintain throughout this agreement the following insurance: a. Worker's compensation and employer's liability insurance as required by the state where the work is performed; b. Comprehensive automobile and vehicle liability insurance covering claims for injuries to members of the public and/or damages to property of others arising from use of motor vehicles, including on-site and off site operations, and owned, non owned, or hired vehicles, with $1,000,000 combined single limits; c. Commercial general liability insurance covering claims for injuries to members of the public or damage to property of others arising out of any covered negligent act or omission of Engineer or of any of its employees, agents, or subcontractors, with $1,000,000 per occurrence and in the aggregate; AGREEMENT FOR ENGINEERING SERVICES PAGE4 ---PAGE BREAK--- d. Professional liability insurance of $1,000,000 per occurrence and in the aggregate. City will be named as an additional insured with respect to Engineer's liabilities hereunder in insurance coverage's identified in items and and Engineer and City each waive subrogation as to said policies. ARTICLE 5. OBLIGATIONS OF CITY Amendments to Article 5, if any, are included in Attachment C. A. Owner-Furnished Data: City will provide to Engineer all data in City's possession relating to Engineer's services on the project. Engineer will reasonably rely upon the accuracy, timeliness, and completeness of the information provided by City. Engineer shall inform City if Engineer requires information beyond that already provided to Engineer by City, including information from Latah Sanitation, Inc., or any contractors or subcontractors B. Access to Facilities and Property: City shall cause facilities to be accessible to Engineer as required for Engineer's performance of its services and will cause to be provided such labor and safety equipment as required by Engineer for such access. City shall cause to be performed, at no cost to Engineer, such tests of equipment, machinery, pipelines, and other components of such facilities as may be required in connection with Engineer's services, unless otherwise agreed to. C. Advertisements, Permits, and Access: Unless otherwise agreed to in the Scope of Services, City will obtain, arrange, and pay, or cause to be obtained, arranged and paid all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights-of-way, and access necessary for Engineer's services or project construction. D. Timely Review: City and Latah Sanitation, Inc. will examine Engineer's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as City or Latah Sanitation, Inc. deems appropriate. City shall render in writing decisions required by City in a timely manner. E. Prompt Notice: City will give prompt written notice to Engineer whenever City observes or becomes aware of any development that affects the scope or timing of Engineer's services, or of any defect in the work of Engineer, Latah Sanitation or construction contractors. AGREEMENT FOR ENGINEERING SERVICES PAGE5 ---PAGE BREAK--- F. Asbestos or Hazardous Substances and Indemnification: If asbestos or hazardous substances in any form are encountered or suspected, Engineer will stop its own work in the affected portions of the project to permit testing and evaluation. If hazardous substances other than asbestos are suspected, Engineer will, if requested by City, conduct tests to determine the extent of the problem and will perform the necessary studies and recommend the necessary remedial measures at an additional fee and contract terms to be negotiated. G. Contractor Indemnification and Claims: City shall require Latah Sanitation, Inc. to include in all construction contracts the provisions of Article 4D, Engineer's Personnel at Construction Site, and provisions providing contractor indemnification of City and Engineer for contractor's negligence H. Exclusion of Contractor Claims: City agrees to require Latah Sanitation, Inc. to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and material suppliers on the project, or their sureties, shall maintain no direct action against Engineer, Engineer's officers, employees, affiliated corporations, and subcontractors for any claim arising out of, in connection with, or resulting from the engineering services performed." I. City's Obligations Regarding Insurance: a. City shall cause Latah Sanitation, Inc. to maintain property insurance on all pre-existing physical facilities associated in any way with the project; b. City shall cause Latah Sanitation, Inc. to provide for a waiver of subrogation as to all Latah Sanitation, Inc.-carried property damage insurance, during construction and thereafter, in favo( of Engineer, Engineer's officers, employees, agents and subcontractors; c. City shall require Latah Sanitation, Inc. to provide (or have the construction contractor(s) provide) a Builders Risk All Risk insurance policy for the full replacement value of all project work including the value of all on-site Latah Sanitation, Inc.-furnished equipment and/or materials associated with Engineer's services. Such policy will include coverage for loss due to defects in materials and workmanship and errors in design, and will provide a waiver of subrogation as to Engineer and the City, and their respective officers, employees, agents, affiliates and subcontractors. City shall cause Latah Sanitation, Inc. to provide Engineer a copy of such policy. AGREEMENT FOR ENGINEERING SERVICES PAGE6 ---PAGE BREAK--- J. Litigation Assistance: The Scope of services does not include costs of Engineer for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by City. All such services required or requested of Engineer by City, except for suits or claims between the parties to this agreement, will be reimbursed as mutually agreed, and payment for such service shall be in accordance with Article 3, unless and until there is a finding by a court or arbitrator that Engineer's sole negligence caused City's damage. K. Changes: City may make or approve changes within the general scope of services in this agreement. If such changes affect Engineer's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this agreement. L. Services of Engineer: Unless this agreement is modified or terminated, City will have all services specified in this agreement performed by Engineer, employing Engineer's standard form and content of drawings, specifications, and contract documents, generally conforming to the standards, recommendations and content of the Construction Specifications Institute (CSI) and Engineers Joint Contract Documents Committee (EJCDC), and subject to City's review and approval. ARTICLE 6. GENERAL LEGAL PROVISIONS Amendments to Article 6, if any, are included in Attachment C. A. Authorization to Proceed: Execution of this agreement by City will be authorization for Engineer to proceed with the work, unless otherwise provided for in this agreement. B. Reuse of Project Documents: All reports, drawings, specifications, documents, and other deliverables of Engineer, whether in hard copy or in electronic form, are instruments of service for this Project, whether the Project is completed or not. Reuse on another project, change, or alteration by City or Latah Sanitation, Inc. or by others acting though or on behalf of City or Latah Sanitation, Inc. of any such instruments of service without the written permission of Engineer will be at City's or Latah Sanitation, Inc.'s sole risk. City or Latah Sanitation, Inc., (whichever entity, without authorization, re-uses, changes or alters such instruments of service), agrees to indemnity Engineer and Engineer's officers, employees, subcontractors and affiliated corporations from all claims, damages, losses, and costs, including, but not limited to, litigation expenses and attorney's fees arising out of or related to such unauthorized reuse, change or alteration. AGREEMENT FOR ENGINEERING SERVICES PAGE7 ---PAGE BREAK--- C. Force Majeur: Engineer is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of Engineer. D. Termination: This agreement may be terminated for convenience on 30 days• written notice, or for cause if either party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance within 5 days of written notice and diligently complete the correction thereafter. On termination, Engineer will be paid for all authorized services performed up to the termination date plus termination expenses, such as, but not limited to, reassignment of personnel, subcontract termination costs, and related close-out costs. E. Suspension, Delay, or Interruption of Work: City may suspend, delay, or interrupt the services of Engineer for the convenience of City. In the event of force majeure or said suspension, delay, or interruption, an equitable adjustment in the project•s schedule, commitment and cost of Engineer•s personnel and subcontractors, and Engineer's compensation will be made. F. No Third-Party Beneficiaries: This Agreement gives no rights or benefits to anyone other than City, Latah Sanitation, Inc. and Engineer and has no other third-party beneficiaries. G. Indemnification: a. Engineer agrees to indemnify City from any claims, damages, losses and costs, including, but not limited to attorney's fees and litigation costs, arising out of claims by third parties for property damage and bodily injury, including death, caused solely by the negligence or willful misconduct of Engineer, Engineer's employees, affiliated corporations, officers, and subcontractors in connection with the project. b. City agrees to indemnify Engineer from any claims, damages, losses and costs, including, but not limited to attorney's fees and litigation costs, arising out of claims by third parties for property damage and bodily injury, including death, caused solely by the negligence or willful misconduct of City, City's employees, or agents in connection with the project. H. Assignment: This is a personal services agreement. Engineer shall not have the power to or will assign any of the duties or rights or any claim arising out of or related to this agreement, whether arising in tort, contract or otherwise, without AGREEMENT FOR ENGINEERING SERVICES PAGES ---PAGE BREAK--- the written consent of the City. Any unauthorized assignment is void and unenforceable. These conditions and the entire agreement are binding on the heirs, successors, and assigns of the parties hereto. I. Jurisdiction and Venue: The laws of the State of Idaho shall govern the validity of this agreement, its interpretation and performance, and any other claims related to it. Venue shall be proper only in the District Court of the Second Judicial District In and For the County of Latah, State ofldaho. J. Severability and Survival: If any of the provisions contained in this agreement are held for any reason to be invalid, illegal, or unenforceable, the enforceability of the remaining provisions shall not be impaired thereby. Limitations of liability, indemnities, and other express representations shall survive termination of this agreement for any cause. K. Contract Documents: Contract documents are limited to the sealed and signed hard copies. Computer-generated drawing files on diskettes or tapes furnished by Engineer are for City or others convenience. Any conclusions or information derived or obtained from these files will be at user1s sole risk. L. Change Orders: The City agrees to hold the Engineer harmless for all change order costs not due to the Engineer1s negligent acts, errors, or omissions and for Engineer caused change order costs resulting from negligent acts or omissions that total less than ONE PERCENT (1 of the final cost or construction. The portion of Engineer caused change orders applicable to the percentage will be those extra costs for work that would not have occurred if the negligent acts, errors, or omissions had been absent. Costs of additions, improvements, betterments, or other value added work will not be included in the percentage whether or not caused by Engineer1s negligent acts, errors, or omissions. Occurrence of unforeseen, unexpected, changed, or unusual subsurface conditions will not be considered as errors and omissions of the Engineer. Nothing in this provision creates a presumption that, or changes the professional liability standard for determining if, Engineer is liable for any alleged Engineer1s negligence. Construction cost is defined as the total cost to Latah Sanitation, Inc. for the construction, excluding costs of engineering and other professional services, land, and rights-of-way and administrative costs, but including all construction contracts and the value of all labor, materials, and equipment furnished by the Latah Sanitation, Inc. AGREEMENT FOR ENGINEERING SERVICES PAGE9 ---PAGE BREAK--- ARTICLE 7. ATTACHMENTS, SCHEDULES, AND SIGNATURES This agreement, including its attachments and schedules, constitutes the entire agreement, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following attachments and schedules are hereby made a part of this agreement. Engineer: City ofMoscow: Central, Inc. by: fh.c //c?6 Mayor Paul C. Agidius ATTEST: Elaine Russell, City-<:lerk AGREEMENT FOR ENGINEERING SERVICES PAGE 10 ---PAGE BREAK--- CONTRACT WORK SCOPE CH2M HILL FINAL DESIGN SERVICES FOR LATAH SANITATION, INC. TRANSFER STATION, NON-MSW LANDFILL, AND COMPOST AREA Introduction This work scope describes the final design activities for construction of the Latah Sanitation, Inc. Solid Waste Transfer Station, Non-MSW Landfill, and Composting Area. This facility will be constructed at the existing Latah Sanitation landfill on property owned by Latah Sanitation Inc. (LSI) located in the east portion of Section 24, Tier 39N Range 5WBM. Facilities will be located in part or totally on the parcels described below: • Transfer station Parcel B, tax #4627 • Non-MSW Landfill Parcel l , tax #4631 • Composting area Parcels 1 and 2, tax #4631 and #4632 Activities covered under this work scope include the work necessary for final design of the facilities, production of drawings and specifications, and project management for the activities discussed below. General Scope of Services The work scope discussed in this memorandum includes the following tasks: • Permit Assistance and Acquisition • Facility Design • Construction Management Services • Waste Export and Disposal Services Procurement Background Information CH2M HILL will provide engineering design services in anticipation that construction will be provided by Contractors Northwest Inc. (CNI). CNI will be contracted directly with Latah Sanitation Inc. (LSI) of Moscow, Idaho. It is anticipated that construction will be on a fast track 2 ---PAGE BREAK--- basis with completion of the facility schedule for mid to late September, 1993. Completion of the station on this schedule assumes earthwork construction begins in early June, 1993 and this is followed by building construction in early July, 1993. Any delays in this schedule will reduce the chances of construction being completed in this time frame. Facility predesign and miscellaneous solid waste services are not included in the cost estimate presented herein. These services, which include conceptual layout, facility sizing, rough grading design, code reviews, surveying, geotechnical site investigations, building predesign, meeting attendance and presentations, facility construction cost estimating, operations and maintenance cost estimating, and miscellaneous project support, have been provided by CH2M HILL under a separate agreement with the City. Assumptions It has been assumed, for the purposes of this work scope and budget, that the predesign of this facility is as shown on the engineering drawings provided as Attachment 1. These drawings depict the layout of the transfer station, compost area, and Non-MSW Landfill; the footprint of the transfer building; and rough grades for early earthwork. One exception to these drawings is that the employee warming room has been moved inside the transfer building to the space identified as "Storage Electrical" on Sheet A-1. Other assumptions made during development of this work scope and project cost estimate include: 1. Final structural, architectural, electrical, and related engineering design for the transfer station by CH2M HILL begins on June 1, 1993. All structural and architectural design activities conducted by CH2M HILL staff prior to this date are considered predesign or other related support activities. 2. Final earthwork and site civil design of the transfer station, composting site, and Non-MSW Landfill begins on June 7, 1993. All earthwork and civil engineering design activities conducted by CH2M HILL staff prior to this date are considered predesign or other related support activities. 3. LSI will own and operate the transfer station for the City of Moscow. LSI's compensation for facility operations is provided in separate agreements between LSI and the City of Moscow. 4. LSI will provide all equipment and rolling stock needed for facility operation including front end loaders, bull dozers, backhoes, a knuckleboom crane, scales, a wash water holding tank, tank truck, and other equipment. LSI will account for these costs in their 3 ---PAGE BREAK--- agreed upon compensation package with the City. 5. Adequate water for all facility operations can be provided by Tomer Butte Water District. Permit Assistance and Acquisition CH2M IDLL will assist the City and Latah County with application for and acquisition of various permits and agreements that are required for construction and operation of the transfer station, composting facility, and Non-MSW Landfill. This work will be coordinated with LSI and their selected contractor such that CH2M HILL does not procure or work on procurement of permits that are typically the responsibility of the contractor completing the construction. Permits for which services will be provided by CH2M HILL include: 1. Latah County Conditional Use Permits 2. North Central District Health Department Conditional Use Permit 3. Agreements with the water purveyor 4. Sanitary Drainfield permit LSI will provide supporting documentation for the Latah County and North Central Health District Conditional Use Permit (CUP) applications. It is assumed that onsite construction will begin before the end of June, 1993 and, therefore, the current Latah County CUP for the transfer station will be satisfactory and a re-application is not required. In addition, it is assumed that LSI will provide the new CUP for operation of the composting facility beyond the anticipated closure date of the existing landfill. An NPDES Discharge Permit may be required for stormwater from the compost and inert/demolition landfill area. CH2M HILL has made contact with U.S. EPA Region X officials regarding this question but a final decision regarding the need for this pennit has not been reached at this time. Since this is a permit that LSI may require for facility operation, this work may need to be completed by LSI or their consultant. As such, this work scope includes only a preliminary assessment of LSis need for an NPDES stormwater discharge permit and does not include procurement of this permit. It is assumed that fire protection is not required in the transfer building and design of fire protection systems has not been included in the work scope. This assumption has been made based on conversations with officials in the City of Moscow. Water supply to the site is not adequate for fire flow. Fire protection can be provided by a tanker truck and fire extinquishers. Additional water could be pumped from the stormwater lagoon located onsite that is owned and operated by LSI. A dry hydrant may be required. Design services for a dry hydrant are discussed in the section on Miscellaneous Site Improvements included later in this document. CH2M HILL's scope of work under this task is limited to those services that can be provided 4 ---PAGE BREAK--- within the budget stated in the Engineering Budget Estimate Section of Contract work scope. Costs in excess of the budget amount set by this contract will be additional work to be added by contract amendment. Facility Design CH2M IDLL will provide engineering design services for construction of the solid waste transfer station, inert/demolition landfill, and composting facility. Required engineering drawings are identified in Attachment 2, Sheet Count for Facility Design. TRANSFER STATION DESIGN The transfer station will be constructed for the purpose of consolidating solid waste generated in Latah County and transporting this waste to a regional landfill for disposal. The transfer station will be constructed on a 3-acre parcel of land located near the entrance to the current LSI solid waste landfill. The transfer station facility will include the following: • Scalehouse and scale • Transfer building • Roads, Parking, and Turnaround Areas (including trailer parking and storage) • Recycling drop-off center The facility will provide adequate space for loading up to 56-foot longhaul tractors and trailers. Specific elements of this work scope are discussed below: Scalebouse and Scale. The existing scalehouse and scale will be replaced. A new pitless scale and scalehouse will be provided and installed by LSI and CNI. CH2M HILL will provide engineering sketches and written instructions to LSI and CNI for this construction. The sketches will provide information for LSI and CNI to install the scalehouse and scale onsite in an appropriate location that provides for adequate queuing and traffic management. Written instructions will include the general requirements for installation of the scale and scalehouse, the performance requirements of the facility, and the necessary coordinates for placement of the scale and scalehouse. Engineering design of computer hardware and software as may be necessary for tracking waste quantities, vehicle tare weights, and other data for station operation and reporting is not included in this work scope. No budget is provided for provision of this equipment in the engineering design. It has been assumed that LSI will procure this equipment as necessary to adequately conduct their operations. Engineering design costs do not include provision of containers, drop boxes, or other equipment as necessary to collect and store household or small business hazardous waste or recyclable goods (including used oil, solvents, antifreeze, glass, tin, aluminum, and other materials). It is 5 ---PAGE BREAK--- assumed that LSI will provide these equipment to the City of Moscow and Latah County in conformance with the solid waste collection and recycling agreements that LSI has negotiated separately with the City of Moscow. Transfer Station. CH2M HILL will provide engineering design for a tipping floor type solid waste transfer facility. The transfer station will be enclosed on three sides and will provide the capability of loading 53 to 56 foot long haul trailers. Engineering design will include walls, footings, floor slabs, equipment pads, electrical, mechanical, lighting and other components necessary for a complete and functional system. CH2M HILL will provide a performance specification to CNI for provision of a prefabricated metal transfer building. The performance specification will include building type, size, clear height, ventilation needs, materials of construction, placement needs and other factors as necessary for CNI to erect the building on the CH2M HILL designed building foundation. Design will include provision of trailer axle scales and a knuckleboom crane. Axles scales and the crane will provide station operators with the ability to maximize waste tonnage loaded into out-bound solid waste transfer trailers. Trailer axle scales will be either pitless or pit type scales. A knucldeboom crane will be installed above the trailer loading chute on a CH2M HILL designed equipment pad. Leachate and wash down water from the tipping floor and trailer loading area will be routed to a wastewater holding tank approximately 1,500 to 2,000 gallons in size. This holding tank will be pumped out on an as needed basis by LSI and disposed at either a City of Moscow approved sanitary sewer manhole or by spraying onto compost during the active composting season. Flow to the holding tank will be minimized through LSI providing a high pressure, low flow (less than 5-gallons per minute), spray washing system. The CH2M HILL design will provide nozzles and hose bibs on the upper and lower levels of the transfer station for connection to the high pressure spray washer. In addition, flow to the holding tank will be minimized through LSI's provision of an IT-12B tool carrier having brushes for cleaning the tipping floor. LSI anticipates being able to use wood chips and dry compost during the winter months to dry scrub the tipping floor. Used wood chips and compost will be recomposted. An employee warming room will be provided within the floor space of the transfer station. The employee area will include space for a desk, two person table, a small counter, and an ADA approved toilet. A window will be provided for viewing the tipping floor. The toilet will be either a dry or standard water flush. If a flush toilet is used, wastewater will be routed to a septic tank and drain field. Stairs to the lower level will be interior and accessed through the employee warming room. The ceiling system for the employee warming room will not be designed to bear the extra weight of materials that LSI may wish to store in the transfer station. Although this capability was requested by LSI during predesign, in an effort to keep construction costs as low as possible, the building cost estimate for construction prepared by CNI did not include this capability. LSI may wish to procure a material storage capability when the prefabricated structure is purchased. In 6 ---PAGE BREAK--- this case, CH2M HILL will work with LSI to support their efforts but will not provide design services in excess of those required to provide a non-load bearing ceiling. An electrical upgrade will be required at the site in order to provide a 440 volt 3-phase power supply to the knuckleboom crane. It is assumed that the Washington Water Power Company will upgrade the electrical supply to the transfer station as necessary to provide an adequate power source. CH2M HILL will provide WWP with the power requirements but will not provide design or installation of the upgrade. Costs for completion of the necessary electrical upgrades will be born by LSI as part of the project construction cost. It is further assumed that an existing conduit crossing beneath the railroad tracks bordering Highway 8 will be satisfactory and an upgraded crossing will not be required. Roads, Parking, and Turnaround Areas. CH2M HILL will provide engineering design of roads and pavements at the transfer facility. Roads to the transfer facility will be gravel. The tipping area at the transfer station will be asphalt pavement. CH2M HILL will provide the layout of access roads, parking and turnaround areas on the site as well as appropriate grades and coordinates for construction. Final grading plans will be prepared as part of the facility final design. Final grading plans will include ditches and culverts as needed for stormwater management. Rough grading plans, as are required to enable LSI and CNI to begin earthwork at the site in early June, have been provided under separate contract with the City of Moscow as part of the site predesign. A trailer parking area will be provided near the lower level trailer loading area. Discussions with LSI indicate that additional gravel will be required in some areas where trailers will be parked. CH2M IDLL will indicate the approximate locations where additional gravel in to be applied and will provide a cross section for gravel placement. Final placement of gravel in the trailer parking area shall be at the discretion of LSI and CNI. Recycling Drop-Off Center CH2M HILL will provide engineering sketches and written instructions for LSI and CNI to construct a recycling drop-off center. The sketches will provide information to LSI and CNI for locating the recycling area ahead of the entrance scale and scalehouse. This will enable vehicles to tum out prior to crossing the scale. Written instructions will be provided to LSI and CNI to describe the agreed upon building dimensions and features, eave height, electrical and lighting requirements, drainage needs, and approximate coordinates for positioning the recycling center. CH2M HILL will not provide any structural, architectural, electrical, mechanical, or civil engineering design for the facility. COMPOST AREA DESIGN An area will be developed at the site for yard waste composting operations. This facility will be 7 ---PAGE BREAK--- located on a parcel of land adjacent to but west and outside the boundaries of the existing LSI solid waste landfill. The yard waste composting facility will be operated by LSI under contract to the City of Moscow. The facility will be sized to compost approximately 2000 tons of yard waste each year. The composting area is partially graded. This earthwork was done by LSI for various reasons, including acquisition of cover material for closure of the existing landfill. The composting area will provide space and facilities for: • Yard waste unloading • Material stockpiling • Yard waste chipping • Composting in windrows (sized to be worked by front-end loader and bulldozer) • Compost curing. Approximately one-year of compost and one-year of unchipped yard waste storage will be provided. A yard waste chipper will be leased by LSI and used to periodically chip incoming compostable materials. Finished compost will be made available for public use, however, it is assumed that this amount will be small and the remaining compost product will be used onsite by LSI for landfill closure and cover system maintenance. Final grading plans for the composting area will be prepared as part of the facility final design. The grading plan will be based on areal space requirements established by LSI. Final grading plans will include ditches and culverts as needed for control of storm water. Rough grading plans, as are required to enable LSI and CNI to begin earthwork at the site in early June, have been provided under separate contract with the City of Moscow as part of the site predesign. No process water will be provided to the composting site. LSI has agreed to use wash down water collected from the transfer station as a moisture supplement on the compost piles.in a 2,000 gallon storage tank provide provision. In addition, no provision is included in the scope and budget of this contract for activities related to compost process design, operations, and compost marketing because, it is assumed, that these activities are the responsibility of LSI under their separate contracts with the City of Moscow. Due to Federal and State regulations, control of sediment in stormwater from the composting area will be required. The specific details of this system are not well defined at this time. It is anticipated that the stormwater management system will include overland flow to a grassy swale followed by a sedimentation basin and discharge to a surface water course. An NPDES stormwater discharge permit will probably be required. The stormwater management system envisioned for the composting area will include provision for handling stormwater from the Non MSW Landfill. 8 ---PAGE BREAK--- NON-MSW LANDFILL DESIGN A Non-MSW Landfill will be provided for disposal of approximately 2000 tons per year of construction and demolition debris. This facility will be located adjacent to the composting area and will include: • Vehicle unloading • Gravel access roads • Stormwater management systems This Non-MSW Landfill will be developed in 3 or 4 cells. Cell 1 which is assumed to require a 5-year capacity will be constructed at this time. Subsequent phases will be developed by LSI under their transfer station operating contract. Material excavated from subsequent cells will be used to cover each preceding landfill cell. Excess material, if any, will be stockpiled onsite. Final grading plans for the Non-MSW Landfill will be prepared as part of the facility final design. Final grading plans will include ditches and culverts as needed for control of stormwater. Rough grading plans, as are required to enable LSI and CNI to begin earthwork at the site in early June, have been provided under separate contract with the City of Moscow as part of the site predesign. No provision is included in this contract for engineering services related to establishing the type and quantity of materials acceptable for disposal in the inert/demolition landfill as, it is assumed, that these decisions are the responsibility of LSI. CH2M HILL's work scope is limited to providing the site grading design necessary to dispose of 2,000 tons per year of inert/demolition material over an initial period of five years and three similar expansion cells. In addition, this work scope does not include provision of groundwater monitoring wells at the site. MISCELLANEOUS SITE IMPROVEMENTS Miscellaneous site improvements may be required for operation of the transfer, composting, and landfilling facility. These improvements may include a dry hydrant in LSI's existing stormwater management pond, a water supply well (if Tomer Butte cannot provide the required water), and miscellaneous access road improvements. Information is not available to determine if these facilities are needed at this time and costs for these designs are not included in the estimate. DRAWINGS AND SPECIFICATIONS CH2M HILL will prepare drawings and specifications for completion of the constructions described above. The level of detail assumed required in this work scope for completion of the drawings and specifications assumes that a design build approach to project completion will be used and that CNI will be the selected contractor. CH2M IDLL and CNI have worked together on other projects and maintain an existing understanding on the level of engineering detail 9 ---PAGE BREAK--- required for this type of construction. If a different contractor is selected by LSI for these constructions, additional labor and expense may be required to provide engineering drawings to a greater level of detail than has been budgeted for in this work scope. Construction Management Services CH2M HILL will provide services during construction to facility construction and to verify that construction occurs in accordance with the plans and specifications. Services that CH2M HILL can provide may consist of the following: • Shop drawing review • Onsite inspection • Materials testing • Response to City and Contractor inquiries • Site surveying • Preparation of as-built engineering drawings For budgeting purposes, the level of effort provided for construction management services assumes CH2M HILL will have an inspector onsite half time during construction of the transfer building and approximately one-quarter time during earthwork, grading, road, and other construction. Additional office support and expenses over a 4-month construction schedule have been budgeted. This level of effort and associated project budget has been established assuming that CNI will be the contractor selected for site construction. CH2M IDLL's scope of work under this task is limited to those services that can be provided within this budget. Costs in excess of the budget amount set by this contract will be additional work to be added by contract amendment. Waste Export and Disposal Services Procurement CH2M HILL will assist the City of Moscow procure cost-effective waste export and disposal services. Because the scope of services required by the City of Moscow is not well defined at this time, CH2M IDLL will provide procurement services on a time and materials basis, as requested by the City, to the limit of the budget set forth in this contract. Costs in excess of the budget amount set by this contract will be additional work to be added by contract amendment. Waste export procurement services that CH2M HILL may provide could include preparation of a waste stream forecast for solid waste generated by the City of Moscow and/or Latah County. Specific requirements the City, County, and individual waste export firms may then be identified and documented. These requirements could include contract duration, risk and liability management, minimum tonnage guarantees, trailer weighing, record keeping, and invoicing/payment procedures. Waste export procurement documents may then be prepared that include instructions to bidders, proposal forms, specific contract language, and technical 10 ---PAGE BREAK--- specifications. CH2M HILL and the City will collectively review and evaluate the proposals or bids received. Bids will be ranked on factors such as cost, willingness to meet the conditions of the contract, record of performance, and compliance with the technical specifications. These rankings will be used to select the preferred company for the City of Moscow to enter into a long haul contract with. CH2M HILL will work closely with the City to facilitate waste export procurement such that a contract is approved in time to begin waste export prior to landfill closure. Engineering Budget Estimate The following cost estimate is for engineering services provided by CH2M HILL for completion of the work scope described above. Engineering services will be provided to the limits described in the work scope above on a time and materials basis not to exceed the limits set forth below. Labor Labor Expense Task Task Description Hours Budget Budget Total Permit Assistance and Acquisition 120 $ 9,000 $ 1,500 $ 10,500 Facility Design 1,300 $99,600 $19,300 $118,900 Construction Management 500 $37,500 $ 6,500 $ 44,000 Waste Export and Disposal Services 500 $37,500 $10,000 $ 47,500 The total budget for contracted services is $220,900. It is understood that this budget amount may be amended by mutual agreement of CH2M HILL and the City of Moscow if project conditions change. CH2M Hll..L shall be allowed to transfer budget among tasks so long as the maximum amount payable for the contract is not exceeded without approval of the City. 11 ---PAGE BREAK--- l.2 ---PAGE BREAK--- Attachment 1 Predesign Engineering Drawings 13 ---PAGE BREAK--- Attachment 2 Sheet Count for Facility Design 14 ---PAGE BREAK--- Sheet Count for Final Facility Design C-1 Title Sheet C-2 Site Plan = 100') C-3 Transfer Station Final Grading Plan, Septic Tank and Drain Field Details, Stormwater Ditches = 50') (include washdown water plumbing plan and roof drains) C-4 Compost/Demolition Landfill Final Grading Plan, Sedimentation Pond and Swale Layout = 50') C-5 Compost Area/Demo. Landfill Stormwater/Erosion Control Sections and Details C-6 Road and Paving Details, Ditches, and Culverts A-1 Building Elevations and Sections A-2 Architectural Details Employee Room S-1 Upper and Lower Level Plan S-2 Sections Stairs, employee room S-3 Sections Drive Through Southeast Wall S-4 Structural Details Crane Support, Trench Drain S-5 Structural Details Beams and pilasters S-6 Retaining Walls Elevations and Sections, Structural Details S-7 Structural Details E-1 Electrical Legend, One Line Diagram, Mise Detail E-2 Upper and Lower Level Plan, Luminaire Schedule, E-3 Miscellaneous Electrical Details Engineering Sketch, Layout, Written instructions: • Recycling Building • Scalehouse and Entrance Scale • Entrance Scale and Footing Details Performance Specification: • Prefabricated Metal Building • Ventilation System 15 ---PAGE BREAK--- ' :Cư;.ƱONfROl'·Q:;TE·:-i7;.38:'i8. t1-Mar-m3 . ' , . ' . ' ( ; . . ' ; . i . I ƭ I ' ' . ' j ; i J , . • . \ . · . . ¼. ' ' . ; · . ' : . , . ' · . : - . ' ' ' . .¾ ½- \ . \ . - _ . ' ' ' ' RV APvn . • 1 : i REUSE OF DOCUMENTS THIS OOct.UENT, AIC Tl-E IOEAS ͂ OE.SICNS INCOR POAATEO 1-EREIN, IS ́ lNS͇NT ̓ PAOfESStONAL SERVIC€. IS n-E f'f!OP(RTY Of D-12M HIU N.£J IS NOT TO BE US£0, tN wt<>LE OR IN PAAT. fOR AHY 0Tl-£R f'RO..E:CT WlTl-fOUT THE ͈llTEN AUTHORIZATION 01= Oi3-C Hill. ' ' . . ' . BAR IS 0t..E: $ ON ORI%INAL. Of'(AWINC. r IF NOT !NO-t ON "fiitS SHEET. ,.t..OJ$T SCAUS KCOROINCl. Y. I ' i I . , . . : . . CITY OF MOSCOW LATAH COUNTY TRANSFER STATIOtJ & COMPOST INERT /DEMOLITION AREA . I ' ' I . I I . # - - - - · - · - · - · - · - · - · - - - · - · - : J .Æ I . · - - - - · - · - · - · 8 PROPOSED S I TE PLAN SHEET DWG NO. DATE PROJ NO. B c ---PAGE BREAK--- . ii.D ·caii;iioi."·o;,:ie·: 17:3<1 : nsooosc.oLv :z :o ø ƪ V 'ffi x ô ̽ ƫ V ó z J . . . . . . . . . . . . . . . . . . . . . . ACCESS ROAD AL IGNMENT DATA DESC. PT. # NORTH ING [ASTING P I 89 8735. 7 9733 . 6 PC 94 8753. 1 9693. 4 Rad ius 40. 0 Length 4 6 . 8 Tangent 2 6 . 5 P I 90 8763 . 7 9669 . 0 PT 9 5 8790 . 2 9669 . 2 PC 97 8970 . 8 9670.6 Radius 40. 0 Length 8 4 . 9 TonQent 7 1 . 6 P I 9 1 9042 . 4 967 1 . 2 PT 98 9004 . 4 9731 . 9 + STAT I ON 1 0+{)0 . 0 1 0+43. 9 N ) 1 0+70.4 1 0+90. 7 1 2+7 1 . 3 0 so w;v: 1 3+42. 9 SCALE 1 3+56 . 2 100 150 IN FEET I . I TURNAROUND PAVEMENT EL 2712 P I 92 8999 . 5 9739 . 6 1 3 +65 . 4 L - · - · · p · - · - · ·1 I .I EXISTING GROUND (TYPJ - N:CE:n ltON> IW>FE 10£AS 0£SICNS !..coR· JTED t-E"R£UJ, AS AN Of= MOF'ES$̿ !alVK:£, IS nE PROPERTY Of CH2M KIU. MO IS TO BE USED. N ¥MOlE OA IN PART. FOR ltHV Oll-ER PRO..ECT WITHOUT TlE W.-liTTEN AUTHORIZATION ̼ CJ-0A HIU. 9AA IS Q+.E INC) Tl-US OOQ..LIEMT. At>C 1\-E. IOE;AS ;.UJ INC'OR JTEO ̾REIN, AS N4 INSTA\,MNT Otf PAOf£$$10NAL SERVtCE, 1$ T1-E PROPERTY Of: o-c2M HIU. AJ.CJ IS NOT TO 8€ USEO. tN wHCL£ OA IN PAAT. FOR ¹y On-E.R PRO..(CT Wllli001 Tl4£ k.IT TEN AUTHOAIZA TION Of ̺ HIU.. BAA IS Ol-E l ON 0RI91N.AL 0AAWINC, r IF NOT INCH ON THIS StEEl, -'O..UST SCALES AC<:OR01NCL Y. I - - - . - . - - . - - . - CITY OF MOSCOW COMPOST INERT /DEMOLITION AREA SCALE I"•SO' PROPOSED COMPOST AND INERT LANDF ILL AREA I ·j SHEET OWG NO. DATE ffiOJ NO. 80135538 6 c ---PAGE BREAK--- CAD o:um·:>t. QLit: IO:J7:34 t..Hf"OOO̵̶-̷.:L I I j l i I j I I I I ' I I I · . I Ʀ /I · rr . I I I 12-May-199.) ® Ƨ 1;;;r DSCN GE BOWER DR GE BOWER • ' " " ® © @ b I 0 b J 0 ,I g 0 I 20'-0" 90'-0" RETAINING J TURN AAWND AREA WALL 0 - - - - I 'i1 / é - - - - - - - - - - - - - - ê ë - - - - - - - - - - - - - - - - - I I I I _ - _ _ 11'-0" -l \ TYP TRENCH DRAIN \ T IPP lNG FLOOR ì / - - · - - - - - - - - - - - - - - - - - - - · - · · - · - · - · - - - · - - - - - - - - - - - - · - · - · - · - · - · - - - · - · - - - - - - - - - - - - - - - - 1 I ( FLOOR DRAIN UPPER LEVEL PLAN r;a· , r-o" REUSE OF DOCUMENTS l\11$ OOQ..L€NT • .II̳ "il'E ̴AS AID O£SIGNS lNCOR· PORAfEO f-E.AEW. AS AH ̰ PROFESSIONAl. SERvK:(. IS 11-E fAOPEAT"J Of Q.0.f Hill IS NOT TO USED. or; IN PAAT. FOR Ht OH lHIS 1T. AOA!ST r:o:: v 0 12 1 I l PREFA8!11iATED METAL &JJLDING TIPPING FLOOR 1 I I I I & KNUCKLEBOOM EL l16.0 (NOM) - BUILDING SECTION 1/8" = 1'-D" - - ' r RAILEF BAY 1 f=l'::in - - - · I I l I ARCHITECTURAL CITY OF MOSCOW TRANSFER & EMPLOYEE BU ILD ING CRANE :-scALE EL 1o.o.o--- SHEET æ? A-2 LATAH COUNTY TRANSFER STATION I EXTER lOR ELEVAT IONS AND SECTION DATE 5/Tl./93 èOJ 801355JB.PC A 8 c ---PAGE BREAK--- M E M O R A N D U M TO: Bill Smith/City of Moscow COPIES: Steve Sedlacek/CH2M HILL Ed Sloan/CH2M HILL FROM: Scott Dethloff/CH2M HILL DATE: August 4, 1993 (revised) CHMH/ll SUBJECT: Work Scope and Budget for Engineering Design of the Moscow Transfer Station, Demolition/Inert Landfill, and Composting Facility PROJECT: BOI35538.PM This memorandum provides a draft scope and budget for design of the City of Moscow transfer station, demolition/inert landfill, and composting facility. The scope and budget for this work is based on engineering predesign activities completed jointly by CH2M HILL, the City of Moscow, Latah Sanitation Inc. (LSI), Contractors Northwest Inc. (CNI), and the Moscow Recycling Committee. ---PAGE BREAK--- Engineers Planners Economists Scientists August 13, 1993 BOI35538.CM Mr. Gary Riedner City Attorney 122 East 4th Street P.O. Box 9203 Moscow, ID 83843-1703 Dear Gary: Subject: Agreement for Engineering Services Enclosed pleased find the Agreement for Engineering Services retaining CH2M HILL for services attendant to the transfer station site as well as assistance in the bidding of the transport and disposal services. Scott Dethloff has altered, very a few of the passages in the attachments. Please review the changes as indicated in Scott's memorandum dated August 8. If acceptable, please sign the contract and return a copy to me in the Boise office. If you have further comments, please contact me. We appreciate your assistance and patience in completing the contract. Sincerely, CH2M HILL Steven G. Sedlacek, P.E. Division Manager BOI100 1 199 1 . WP5/ji Enclosure c: Scott Dethloff/SPK Boise Office 700 Clearwater Lane, Boise, ID 837 72-7708 P.O. Box 8748, Boise, ID 83707-2748 208 345-53 I 0 Fax No. 208 345-53 15