Loading...
FY2007-22 Lateral Expansion Design & Constr ServicesKodiak Island Borough AGENDA STATEMENT Meeting of November 2, 2006 ITEM NO. 12.A Contract No. FY2007-22 Landfill Lateral Expansion Design and Construction Services This was postponed from the November 2, 2006 meeting. The existing landfill footprint which is unlined is quickly approaching capacity and it is expected to last until June 2008. Federal and State regulations require that future landfill cells must be lined with a geomembrane. The contract before the Assembly will take us through the completion of construction in a reasonable time frame and is expected it will allow for enough time to go through ADEC regulatory requirements. Essentially, the lateral expansion will have to be permitted by the state prior to waste acceptance. CH2M Hill is intimately familiar with the landfill site having provided most of the engineering and design work for the improvements and partial closure done in the recent past. Therefore work will be consistent with the overall landfill engineering. CH2M Hill continues to be a good working partner for the Borough in accomplishing goals in a timely fashion. They are a global firm and have significant experience with landfill facilities. Approval of this contract is before the Assembly because the contract amount exceeds the Manager's spending authority in accordance with KIBC 3.16.020. This contract with CH2M Hill is being recommended in accordance with KIBC 3.16.070 which allows for professional or unique services to be awarded without a bidding process. Due to CH2M Hill's familiarity of the site and the backup information at their disposal which will help expedite the process, staff recommends the contract be award to CH2M Hill. Funding for this work will be coming from a loan with ADEC which is already in place. The Borough only pays on the loan the amount which we have spent. Staff continues to pursue grant funding from the State and is hopeful, with the lateral design work beginning, that the Borough's scores will improve once it can be shown that the Borough is moving forward on the project. APPROVAL FO GENDA: AMOUNT: Not to exceed ACCOUNT #: 0-731-430-140 $392,599 Recommended motion: Move to authorize the Manager to execute Contract No. FY2007-22 with CH2M Hill in an amount not to exceed $392,599. AGREEMENT FOR ENGINEERING & CONSULTING SERVICES KODIAK ISLAND BOROUGH LANDFILL LATERAL EXPANSION DESIGN AND CONSTRUCTION SERVICES THIS AGREEMENT made this ITh day of December 2006 by and between the Kodiak Island Borough (KIB) and CH2M Hill, hereinafter called the "Consultant." WITNESSETH: That the KIB and Consultant for the consideration hereinafter recited agree as follows: Project: The Consultant agrees to perform services as necessary for the professional completion of the project which shall be defined by the following Scope of Work and any additional specifications and addenda thereto which are signed by the parties or incorporated herein as part of this Agreement, which documents are hereinafter referred to as the Contract Documents. The services provided shall be of professional quality, to the reasonable satisfaction of the Project Manager. The essential project activities consist of design and construction services for the landfill lateral expansion. The Consultants Scope of Work, dated October 5, 2006 is included as Appendix I, which incorporates the revised cost back-up dated October 31, 2006, as additional information regarding this contract. The Contractor will keep accurate and complete records of performance and reimbursable costs, and maintain the records for six years, the statute of limitations for contract actions, after the work is completed. 1. Tasks include: A. Project Management B. Pre -Design Phase C. Schematic Design Phase D. Design Development E. Construction Documents F. Construction Support Services G. Record Drawings 2. Job Commencement and Performance. The Consultant shall commence work on December 15, 2006 and will be completed by November 30, 2008. 3. Project Manager. The project manager shall be the KIB's Environmental Specialist in the Engineering and Facilities Department. 4. Compensation. The KIB agrees to pay to the Consultant as compensation for services on a time and material basis not to exceed $392,599.00. Agreement Lateral Expansion Construction Services FINAL (3) Page 1 of 7 5. Insurance. (1) Contractor shall, at all times, at its own expense, keep in force the following described insurance for protection against the claims of employees or other persons, insuring both the Contractor and the Borough against liability that may accrue against them or either of them in connection with Contractor's performance under this agreement. (a) Insurance, in at least the required statutory amounts, covering claims under Workers' Compensation, disability benefits and other similar employee benefit acts; (b) Public liability insurance covering bodily injury, death, and property damage with combined single limit of not less than $2 million; and (c) Professional liability insurance in an amount of not less than $1 million. (2) If Contractor fails to comply with the insurance requirements of this agreement, the Borough may terminate the agreement on ten (10) days' written notice. (3) Contractor covenants to maintain all insurance policies required in this agreement for the period of time in which a person may commence a civil action as prescribed by the applicable statues of limitations. The coverage required by this agreement shall cover all claims arising in connection with the performance of Contractor under this agreement, whether or not asserted during the term of this agreement and even though judicial proceedings may not be commenced until after the expiration of this agreement. (4) If Contractor is self-insured Borough will require a statement to that effect; (5) Certificate of Insurance for liability and errors and omissions insurance, especially for contractor acting as agent (n/a of self insured); (6) Borough must be named as "additionally insured". 6. Payment. The KIB shall make payment at monthly intervals subject to receipt from the Consultant specifying that the services have been performed and is entitled to the amount requested under the terms of this Agreement. The monthly payments due shall be equal to the actual time and materials spent on the project as of the date of the request. The Consultant shall prepare monthly invoices and progress reports which clearly indicate the progress to date and the amount of compensation due. The Consultant shall provide any additional information, which the KIB may reasonably require in support of any payment request. All requests for payment shall be for work completed unless otherwise agreed to by the KIB. Monthly invoices shall be delivered to the KIB no later than the end of the month and shall be paid within thirty (30) days from the date of the invoice unless the KIB shall notify the Consultant in writing of the reason for not making payment of the sums requested. 7. Indemnification. Contractor hereby agrees to indemnify, protect, defend, and hold the Borough, its employees, agents, successors and assigns, harmless from and against any and all loss, damage, liability and costs including but not limited to reasonable attorney's fees and litigation costs arising out of claims by third parties for property damages or bodily injury, including death, to the proportionate extent caused by the negligence or willful misconduct of Consultant, Consultant's employees, affiliated corporations and sub consultants in connection with the project; or resulting from any negligent act or omission of Contractor pursuant to this Agreement, which acts or omissions were caused by, or were themselves the Agreement Lateral Expansion Construction Services FINAL (3) Page 2 of 7 negligence of Contractor and were not within the control of the Borough. The Consultant obligates himself to pay for all materials furnished and services performed by the Consultant's subcontractors or suppliers after the Consultant has been paid by the KIB for the same under this Agreement. 8. Claims. (a) Partial payments for work performed under this Agreement will equal the value of the work done by the Consultant at the agreed price, less the sum of previous payments as provided above; provided that the Consultant is not indebted to the KIB or anyone else for professional services, fringes, taxes, supplies, materials, equipment, rental or other proper charges against the services covered by the KIB from any payment or payments made under this provision. (b) The Consultant must notify the KIB or his agent of any and all claims for costs in excess of the contract amount within ten (10) days of incurring such costs. 9. Changes and Modifications. (a) The KIB may, at any time, by written order signed by the Borough Manager, make changes in the specifications for services hereunder or in the project schedule. Any additions or reductions to the amount of this Agreement resulting from authorized changes whether initiated by Consultant or the KIB must be agreed upon in writing by both parties hereto, subject to the contract and sale provisions of the KIB Code. (b) The cost or credit to the KIB resulting from a change in the services or in the project schedule shall be determined as follows: (2) by mutual acceptance of a lump sum properly itemized and supported by sufficient substantiating data to permit evaluation; or (3) by the hourly fees stated in the contract documents or subsequently agreed upon. 10. Performance of Work. The Consultant shall perform the work in a prompt and diligent manner whenever such work or any part of it becomes available, in order to promote the general progress of the entire project. Upon written request by the KIB, the Consultant shall furnish to the KIB such evidence as the KIB may require relating to the ability of the Consultant to complete the project. The Consultant shall comply with professional standards and all applicable laws. 11. Delays. In the event the Consultant's performance is delayed or interfered with by acts of the KIB, or any other justifiable cause beyond the control of the Consultant, he may request an extension of time for the performance of it. 12. Approvals. The Consultant shall obtain and pay for permits, licenses, and official inspections made necessary by his work, and shall comply with all laws, ordinances and regulations bearing on his work and the conduct thereof. 13. Stop Work. (a) If the Consultant fails to correct defective services as required herein or persistently fails to carry out the project in accordance with the contract documents, the KIB, by a written order signed personally or by an agent, may order the Consultant to stop work, or any portion thereof, until the cause for such order has been eliminated; however, this right of the KIB to stop work shall not give rise to any duty on the part of the KIB to exercise this right for the benefit of the Consultant or any other person or entity. (b) If the Consultant Agreement Lateral Expansion Construction Services FINAL (3) Page 3 of 7 defaults or neglects to carry out the work in accordance with the contract documents and fails within fourteen (14) days after receipt of written notice from the KIB to commence and continue correction of such default or neglect with diligence and promptness, the KIB may, after seven (7) days following receipt by the Consultant of an additional written notice and without prejudice to any other remedy it may have, make good such deficiencies but use its best efforts to mitigate the cost of curing such default. In such case an appropriate change order shall be issued deducting from the payments then or thereafter due the Consultant the cost of correcting such deficiencies, including compensation for the Project Manager's additional services made necessary by such default, neglect, or failure. 14. Time. (a) Definitions: (1) Unless otherwise provided, the contract time is the period of time allotted in this Agreement for substantial completion of the project. (2) The date of commencement of the project is the date established in this Agreement as set forth above. (3) The date of substantial completion of the project, or designated portion thereof, is the date certified by the Project Manager when the project is sufficiently complete, in accordance with the contract documents, so the KIB can utilize the project or designated portion thereof for the use for which it is intended. (4) The date of final completion is the date that the KIB certifies either orally or in writing that the project is finished. (5) The term day as used in the contract documents shall mean calendar day unless otherwise specifically designated. (a) All time limits set forth herein are of the essence of this Agreement. 15. Payments Withheld. (a) The KIB may withhold payments from the Consultant for any of the following reasons: (1) The application for payment mistakes the amount of services completed: (2) Defective services not remedied; (3) Third party claims filed or reasonable evidence indicating probable filing of such claims; (4) Failure of the Consultant to make payments properly to consultants and subcontractors or for professional services, materials or equipment after the Contractor has been paid for the same; (5) Reasonable evidence that the project cannot be completed for the unpaid balance of the contract sum; (6) Reasonable evidence that the project will not be completed within the contract time (7) Persistent failure to perform the services in accordance with the contract documents. Agreement Lateral Expansion Construction Services FINAL (3) Page 4 of 7 16. Final Completion and Final Payment. If the project is totally complete the KIB will cause a final certificate of payment and make payment to the Consultant within thirty (30) days of the date that the project was certified as finally complete on the conditions set forth below. 17. Termination and Default. If the Consultant is adjudged a bankrupt, or if he makes a general assignment for the benefit of his creditors, or if a receiver is appointed on account of his insolvency, or if he refuses or fails, except in cases for which extension of time is provided, to supply enough properly skilled professionals or proper services, or if he fails to make prompt payment to subcontractors or for materials or labor after he has been paid, or persistently disregards, laws, ordinances, rules, regulations or order of any public authority having jurisdiction, or otherwise is guilty of a violation of a provision of this Agreement, then the KIB may, without prejudice to any right or remedy and after giving the Consultant seven (7) days written notice, terminate the employment of the Consultant and take possession of all materials and documents prepared by the Consultant in connection with the project, and may finish the work by whatever method he may deem expedient. In such case the Consultant shall not be entitled to receive any further payment until the work is finished. (i). If the unpaid balance of the contract sum exceeds the costs of finishing the project, including compensation for the Project Manager's additional services made necessary thereby, such excess shall be paid to the Consultant. The amount to be paid to the Consultant shall be certified by the Project Manager, upon application, and this obligation for payment shall survive the termination of the contract. 18. Assignment. This Agreement shall not be assigned by operation of law or through negotiated agreement by the Consultant without the written permission of KIB. However, subcontracting portions of the project to be performed pursuant to this Agreement shall not be considered an assignment for the purposes of this Agreement. 19. Subcontracting. Prohibition of subcontracting without the expressed, written consent of the Borough and subcontractor must agree to be bound by contract terms. 20. Waiver. Failure of the KIB or the Consultant to enforce a specific section of this Agreement against one another or to enforce a particular demand of the KIB or the Consultant made pursuant to the terms of this Agreement shall not effect a waiver of any of the KIB's or the Consultant's rights and powers as set forth in this Agreement. 21. Written Notice. Written notice shall be deemed to have been duly served if delivered in person to the individual or member of the firm or entity or to an officer of the corporation for whom it was intended, or if delivered at or sent by registered or certified mail to the last business address known to him who gives the notice. Agreement Lateral Expansion Construction Services FINAL (3) Page 5 of 7 22. Integration. The Agreement and the referenced documents represent the entire integrated agreement between the parties hereto and supersede all prior negotiations, representations, or agreements, either written or oral. 23. Notice. Written notice pursuant to this Contract shall be deemed delivered to either party if hand delivered to a superintendent or officer of a party or mailed to the parties at the following addresses: Kodiak Island Borough Office of the Manager 710 Mill Bay Road Kodiak, AK 99615 CH2M Hill Charlie Wilson 301 West Northern Lights, Suite 601 Anchorage, AK 99503-2648 24. Venue & Applicable Law. For all legal actions Kodiak Island Borough is the 3`d Judicial District of Alaska. Provide the appropriate venue is the Borough's judicial district or third. Alaska law will govern all disagreements between parties. 25. Kodiak Island Borough Furnished Data. KIB will provide to the Consultant all data in KIB's possession relating to the Consultant's services on the Project. The Consultant will reasonably rely upon the accuracy, timeliness and completeness of the information provided by KIB. 26. Reuse of Project Documents. All reports, documents and other deliverables of the Consultant, whether in hard copy or in electronic form, are instruments of service for this Project, whether the Project is completed or not. KIB owns all documents produced under the contract and may use and reproduce them freely. Reuse on another project, change, or alteration by KIB or any others acting through or on behalf of KIB of any such instruments of services without the written permission of the Consultant will be at KIB's sole risk. 27. Attorney's Fees and Costs. Consultant will reimburse all reasonable attorneys' fees and costs incurred in successful prosecution or defense of any lawsuit and appeal arising under the contract. 28. Certification. The Consultant certifies that it is not debarred, suspended, proposed for debarment or declared ineligible for work with the State of Alaska. Consultant shall notify the KIB within five (5) working days of any such action brought against the Consultant during the term of this agreement. Agreement Lateral Expansion Construction Services FINAL (3) Page 6 of 7 KODIAK ISLAND BOROUGH By: �� A —2.6a, Rick L. Gif ord Borough Manager AT EST: 11147 Nova M.avier, CMC Borough Jerk Charlie Wilson Alaska Operations Lead Agreement Lateral Expansion Construction Services FINAL (3) Page 7 (Y'7 CH2MHILL s October 5, 2006 348989 Tracy Mitchell 710 Mill Bay Rd. Kodiak, AK 99615 CH2M HILL 301 West Northern Lights Boulevard Suite 601 Anchorage, AK 99503-2648 Tel 907.278.2551 Fax 907.257.2000 Subject: Proposal for Design and Construction Services for Kodiak Landfill Lateral Expansion Dear Tracy: We are pleased to submit this proposal for design and construction services for the planned lateral expansion. The attached scope of work was prepared in response to the Borough's request for proposal, and it documents our proposed approach, assumptions, and deliverables for each task. Our cost proposal is summarized below. Task Description Cost 1 Project Management (2006 - 2008) $47,119 2 Pre -Design Phase (2006) $28,401 3 Schematic Design (2006) $46,883 4 Design Development (2007) $81,764 5 Construction Documents (2007) $8,718 6 Construction Support Services (2007 - 2008) Bidding Phase and Submittal Review $15,094 CQA Plan, Inspections and Certification $56,182 Construction Management $98,846 Survey and Record Drawings $9,592 Subtotal $179,714 TOTAL $392,599 Tracy Mitchell Page 2 October 5, 2006 348989 A summary of the costs by task is enclosed. The anticipated basis of compensation is time and materials, based on our 2006 labor rate schedule attached with escalation for work in 2007 and 2008. For services during construction, I have made some assumptions about the construction schedule, and attached the assume project schedule for your reference. Sincerely, CH2M HILL Cory Hinds Alaska Waste Management Practice Leader Charlie Wilson Alaska Operations Leader Enclosures: CH2M HILL Scope of Work Cost Breakdown Project Schedule 2006 Labor Rate Schedule CH2MH I LL Scope of Work For Kodiak Island Borough Landfill Lateral Expansion Project Description This scope of work was prepared in response to the Kodiak Island Borough's (BOROUGH) request for proposal for professional design services for landfill expansion. This scope of work documents the approach, assumptions, and proposed deliverables for each task. The Kodiak Landfill, located off Monashka Bay Road, on Kodiak Island in Alaska is nearing capacity and the Borough has requested that CH2M HILL assist with design of a new lined lateral expansion of the existing landfill. The scope of work for this project includes pre -design analyses, schematic design, final design, preparation of construction documents, as well as services during bidding, construction, and post -construction. Existing landfill facilities include a refuse baler facility, which converts loose municipal refuse to bales for placement in lifts in active landfill areas. The baler building is equipped with baler washdown facilities, sanitary sewer, and water supply. Materials that are disposed of at the Kodiak Landfill include baled refuse, wastewater sludge, and construction and demolition debris. The existing landfill is constructed over marine shale, which must be blasted for excavation. Per state and federal regulations, the new lateral expansion must be lined. Leachate will be collected on the liner and flows will be equalized in a leachate storage lagoon. The desirability and feasibility of recirculating leachate in the new lined landfill and transport of leachate to the City wastewater treatment plant (trucking and pipeline options) will be evaluated in the pre -design phase of this project. Fill method (bale fill vs. area fill), landfill gas control, landfill liner, and sludge disposal will also be evaluated in the pre -design phase. This scope of work is broken down into specific tasks. Within each task are activities that will be performed in order to accomplish the work. This project will be completed under the following tasks. Task t Project Management Objective: Manage work performed under this phase to meet overall project schedule and budgetary requirements and to maintain effective communication between members of CH2M HILL'S project team and between CH2M HILL and the BOROUGH. Assumptions: • Project management will be ongoing throughout the project duration (24 months total, with 14 months of full effort during design and major construction [October 2006 through November 20071, and an additional 10 months of minor construction including winter stop work [December 2007 through September 2008]). Services A N C!r P 5231 /062780002 CH2MHILL during the design phase will be provided over a period of 6 months (October 2006 through March 2007). Services during the bidding phase and construction phase will be provided over a period of 18 months (April 2007 through September 2008). The overall project duration will not exceed 24 months. Project management will cease or be reduced to minimal project administration during winter stop work or minor construction, as the project activity requires. • Engineering services will be provided from both the Anchorage and Seattle or Boise offices of CH2M HILL. The project will be managed by Cory Hinds (Anchorage, AK) Activity A. Project Administration Provide general management and administration of the project, including coordinating and assigning task activities for CH2M HILL's staff. Prepare and periodically revise work plans and staff assignments. Prepare for and attend project kickoff meeting and design review meetings once per month. Prepare meeting notes and distribute to design team. Activity B. Preparation of Status Reports Track project budgets, spending, and percent complete for each work task. Prepare and submit written status reports that identify work completed during the previous accounting month, the current budgetary status, the estimated percent complete of contracted tasks. It is assumed that a single status report will be submitted monthly to the BOROUGH for all tasks performed under this contract. Prepare and submit monthly project invoices. Activity C. Project Team Communications Maintain frequent, ongoing communications with CH2M HILL'S project staff and with the BOROUGH and keep the project team informed of significant project issues as they occur. Conduct weekly staff meeting (via teleconference) with task leaders to help facilitate effective team communication and coordination of the work. Activity D. Agency Meetings and Communication Prepare for and attend up to two meetings with regulatory agencies in Anchorage to provide technical information and address requirements. Prepare meeting notes and/or telephone logs of communications with other agencies and/or individuals concerning work associated with this contract and submit copies to BOROUGH. Deliverables: 1. Submit project status reports to BOROUGH monthly as part of the overall status report for the contract (1 copy). 2. Submit monthly invoices for work performed under this phase (1 copy). 3. Submit records of communications with other agencies or individuals related to this project (1 copy). Task 2 Pre -Design Phase Objective: The objective of this task is to analyze several operational options in order to assist the BOROUGH in final scoping for design. Specifically, the ANC/rP5231/062780002 CH2MHILL objective is to analyze, evaluate life cycle costs, and recommend: (1) a landfill method (baling vs. area fill); (2) leachate management system (recirculation vs. no recirculation and truck haul vs. pipeline); (3) landfill gas control method (passive vs. active); (4) bottom liner system; and (5) sludge disposal methods for incorporation into the design. Assumptions: • This task will have a duration of 4 weeks. • No major changes in topography since 2000 in the area proposed for lateral expansion. Topographic survey data from 2000 will be sufficient for design purposes. • CH2M HILL assumes that the composite geosynthetic clay liner (GCL)/ geomembrane liner combination (now considered the standard for satisfying minimum RCRA Subtitle D requirements) will be used. The bottom liner system will not be evaluated further. Design of composite liner is included in Tasks 3 and 4. Activity A. Evaluation of Bale Fill and Area Fill Operation Assumptions for Activity A: • The BOROUGH will provide CH2M HILL with staffing requirements, equipment requirements, and operating cost data for the existing bale fill operation. • For evaluations of life cycle costs for area fill operation, CH2M HILL will assume an operational scenario (equipment, staffing, compaction) similar to Mat -Su, scaled for Kodiak's smaller population. • For this pre -design analysis assume a 10 -year expansion. Actual landfill life will be determined during design, with evaluation of available space and development cost. • Readily available "national average" unit costs for landfill development, leachate management, landfill gas control, closure, and post -closure will be adjusted for Kodiak conditions based on engineering judgment and used for generation of life cycle costs. This evaluation will be conducted by analysis and evaluation of the components identified in Table 1 below. Table 1 Lifecycle Costs Analysis Bale fill operation Area fill operation Description Cost ($) Description and Cost ($) and quantity quantity Operations and staffing Capital requirements Landfill development size for desired facility life Leachate management Landfill gas control ANC/T P5231 /062780002 H2MHILL Closure Post -Closure Bale fill operation Area fill operation Description Cost ($) Description and Cost ($) and quantity quantity Life cycle cost Life cycle cost Assumptions such as fill volume forecasts and compaction densities for baling and area fill will be presented for BOROUGH review and concurrence. Based on the life -cycle cost analysis, CH2M HILL will recommend baling or area fill. Upon concurrence with the BOROUGH, this recommendation will form the basis of the design. Results of this analysis will be included in a pre -design Fill Evaluation Technical Memorandum. The draft memorandum will be prepared and submitted for BOROUGH review. The memorandum will be finalized incorporating comments from the BOROUGH. Activity B. Evaluation of Leachate Management Assumptions for Activity B: • The City of Kodiak will allow disposal of leachate at the City wastewater treatment plant if their biological plant and permit limits are not affected. • For purposes of this proposal, we assume that the recommendation for fill operation in Activity A will be to continue bale fill. We will therefore not recommend leachate recirculation. Reasons for this include limited chance for beneficial contact between the leachate and the baled waste, high probability for preferential flow between and around the baled waste, and possibility for leachate seeps on side slopes. Reasons for this recommendation will be presented in further detail in the Leachate Management Technical Memorandum. Leachate flow rate will be estimated based on assumed cell sizes and Kodiak precipitation data. CH2M HILL will meet with the City of Kodiak and their consultant to discuss permit limits, system capacity, and loading rates. Life -cycle costs of leachate truck haul vs. pipeline construction will be evaluated using the estimated leachate flow rates. Results of this analysis will be included in the Leachate Management technical memorandum. The draft memorandum will be prepared and submitted for BOROUGH review. The memorandum will be finalized incorporating comments from the BOROUGH. Activity C. Evaluation of Landfill Gas CH2M HILL will evaluate whether a passive or active landfill gas management system should be included in the design for the proposed lateral expansion. The following factors will be considered: ANC/TP5231/062780002 CH2MHILL • Regulatory requirements will be reviewed to determine whether the expansion would exceed the thresholds requiring active landfill gas control. This will require running a USEPA-approved model of gas production. • Potential for subsurface gas migration, based on existing data regarding surrounding site conditions. • Performance of passive vents in existing landfill area. • Constructability of passive vents in configuration of expansion area. Results of this analysis will be included in the Landfill Gas Control Technical Memorandtun. The draft memorandum will be prepared and submitted for BOROUGH review. The memorandum will be finalized incorporating comments from the BOROUGH. Activity D. Sewage Sludge Disposal CH2M HILL will evaluate disposal sewage sludge options and effects on operations. Current handling methods will be reviewed and future loading estimates will be obtained from the City of Kodiak for this analysis. Recommendations will be presented in the pre -design technical memorandum. Activity E. Presentation for Kodiak Island Borough Assembly CH2M HILL will prepare a 15- to 20 -minute summary presentation of the pre -design evaluation for the BOROUGH Assembly. A draft PowerPoint presentation will be submitted for BOROUGH review, and then a final PowerPoint presentation will be completed based on BOROUGH comments. Cory Hinds will travel to Kodiak to give the presentation. This presentation will be scheduled prior to the completion of the pre - design technical memorandum so that Assembly comments can be addressed. Deliverables: Draft and Final PowerPoint summary for presentation to Kodiak Island Borough Assembly 2. 15- to 20 -minute presentation for the Kodiak Island Borough Assembly 3. Draft and Final Pre -Design Technical Memorandums A. Fill Evaluation Technical Memorandum B. Leachate Management Technical Memorandum C. Landfill Gas Technical Memorandum Task 3 Schematic Phase: Conceptual Layout for Lateral Expansion Objective: Develop conceptual layout and grading for proposed lateral expansion area. The conceptual layout shall consider how the proposed expansion area landfill and leachate management facilities will be integrated with the existing landfill. A N C/TP 5231!062780002 H2HILL Assumptions: • This task will have a duration of 5 weeks. • The lateral expansion will provide approximately 10 years of waste disposal capacity. • Half-size drawings will be prepared for this task. • An outline of required specifications will be provided. Activity A. Establish Design Criteria Establish design criteria for layout and grading of the proposed lateral expansion area including the following features and/or facilities: bottom liner grades, final cover grades, leachate collection and discharge, surface water drainage, access roads, and early excavation grades for shotrock borrow area in the lateral expansion area. The design criteria will be submitted to the BOROUGH for review. Activity B. Conceptual Bottom Grading Plan and Site Layout Develop conceptual grading plan for Lateral Expansion Area including bottom landfill liner configuration, haul and service road locations, surface water drainage and conveyance facilities, and leachate collection and discharge facilities. The grading plan will be developed using Inroads, a 3-D surface modeling program, and 2 -foot contours. The grading plan will show contours for the top of the bottom liner system and liner sideslopes, the location and grade for roads and surface water drainages, leachate drainage facilities, and expansion area boundaries. The grading plan will be conceptual; no surface water or leachate drainage flow calculations will be performed. CH2M HILL will develop a 3-D surface model of the proposed lateral expansion grades and compare those grades to the mapping of the existing topography to estimate material volumes and excavation quantities. The conceptual bottom grading plan will be submitted to the BOROUGH for review. Activity C. Conceptual Final Grading Plan and Landfill Volumes CH2M HILL will develop a conceptual final grading plan for the lateral expansion area based on the configuration of the bottom grading plan approved by the BOROUGH. Development of the final grading plan will show how the expansion area landfill integrates with existing landfill grades including road and drainage facilities. The conceptual final grading plan will shown contours to the top of the final cover surface including access roads over final cover areas and at the landfill perimeter. A 3-D surface model of the final cover grades will be developed. The final grading surface will be compared to the bottom liner grades and a volume between the two surfaces will be computed to determine the fill capacity of the new landfill cell for the conceptual layout. The conceptual final grading plan will be submitted to the BOROUGH for review. Activity D. Excavation Plan for the Proposed Lateral Expansion Area Develop an excavation plan for the Lateral Expansion Area based on conceptual bottom liner grades for the proposed lateral expansion area. The excavation plan will show the location of temporary facilities to support the excavation activities including access roads and surface water and erosion control facilities. AN C(f P5231 !062780002 CH2M H I LL The excavation plan will be submitted to the BOROUGH for review. Activity E. Leachate Collection and Management System For purposes of this scope and cost proposal, we assume the following outcome of the pre -design phase as the most likely scenario: • Onsite treatment of leachate will be cost -prohibitive. • Leachate recirculation will not be recommended. • Construction of a pipeline to convey leachate from the landfill to the City of Kodiak wastewater treatment plant will not be economical . Based on these assumptions, the scope of work for this activity will include schematic sizing and layout of leachate collection piping, leachate flow equalization and storage lagoon, and a leachate loading station for truck haul to the City wastewater treatment plant. It is assumed that the pump at the truck loading station will be controlled at the loading station by the truck operators. Activity F. Presentation for Kodiak Island Borough Assembly CH2M HILL will prepare a 15 -minute summary presentation of the schematic design for the BOROUGH Assembly. A draft PowerPoint presentation will be submitted for BOROUGH review, and then a final PowerPoint presentation will be completed based on BOROUGH comments. Cory Hinds will travel to Kodiak to give the presentation. This presentation will be scheduled prior to the completion of the schematic design so that Assembly comments can be addressed. Deliverables (all drawings are half size and electronic PDF): 1. Draft and Final Bottom Grading Plan (1 sheet) 2. Draft and Final Conceptual Final Grading Plan (1 sheet) 3. Draft and Final Excavation Plan for Shotrock Borrow (1 sheet) 4. Draft and Final Leachate Storage and Equalization Lagoon Plan (1 sheet) 5. Draft and Final Preliminary Construction Cost Estimate 6. Draft and Final Power Point Summary for Presentation to Kodiak Island Borough Assembly (electronic copy, Power Point slides) 7. 15 minute presentation for the Kodiak Island Borough Assembly Task 4 Design Development Phase Objective: Develop draft (75 percent) and final (95 percent) plans, specifications, and permits for review prior to construction. Assumptions: • This task will have a duration of 11 weeks. • Drawings and specifications will be prepared for final cover system; however, these drawings and specifications will not be included in the bid documents (the ANClTP5231 /062780002 CH2MHILL installation of the final cover will happen in the future). The drawings will be used for the ADEC permit renewal package. • The same final cover system used for the Phase 1 Closure (i.e., buried geomembrane) will be used for the lateral expansion final cover system. • A Solid Waste Management Plan will not be required for permit renewal. Activity A. Finalize grading plans and road and ditch alignments Following receipt and incorporation of BOROUGH comments on the schematic design, CH2M HILL will finalize the bottom grading plan and final cover grading plan. The final cover grading plan will show contours of the top of the final cover surface including access roads over final cover areas and at the landfill perimeter. CH2M HILL will also finalize excavation plans for shotrock borrow from the lateral expansion area_ Develop horizontal and vertical alignments for access roads, berms, and ditches. Consider the design locations of other site facilities (e.g., landfill gas, leachate, surface water, bottom liner and final cover anchor trenches). Prepare plan and section plots and final alignment reports for development of construction drawings and design documentation. Develop the preliminary horizontal and vertical control alignment for the bottom liner and final cover anchor trenches and prepare control alignrnent reports. Prepare a 3-D model of the final grading surface and update the model based on final alignments for roads, berms, ditches, and the bottom liner and final cover anchor trenches. Activity B. Bottom Liner and Final Cover System Stability Analyses Review previous bottom liner and final cover stability analyses including seepage height in the final cover system, reinforcement criteria and areas requiring slope stability reinforcement, anchorage requirements for the bottom liner and final cover system components, and any intermediate bench requirements. We assume that the Phase 1 Closure final cover system will be used for the lateral expansion, and therefore this task will consist of only a review to ensure that the same system can be applied to the proposed lateral expansion. We will attempt to limit the lateral expansion side slopes to 3:1 slopes to avoid slope stability concerns raised by the ADEC. Activity C. Surface Water Drainage Analyses Review previous surface water design analyses and estimate new peak stormwater flows for existing and proposed surface water conveyance facilities for the design storm based on final design configuration. Compute surface water conveyance capacity requirements using peak flow estimates. Size ditches and culverts. Activity D. Leachate Collection and Management System This activity will include finalizing the sizing and layout of the leachate collection system, leachate flow equalization lagoon, leachate truck loading station, and leachate feed system at the City WWTP. CH2M HILL will organize and attend up to two teleconference meetings with the City of Kodiak to discuss requirements for development of procedures for processing of leachate at the City WWTP. We assume that in order for the City to accept the leachate, a storage tank and pump will be required to meter the leachate into the larger wastewater flow. CH2M HILL will design AN C/T P5231 !062780002 CH2NIMILL and specify the storage tank, pump, and metering system after discussions with the City of Kodiak and their consultant. Task 4 Design Deliverables (1 half-size copy and electronic PDF copy): Draft (75% design level), and final (95% design level) of the following: 1. Survey Control Plan (1 sheet) 2. Bottom Grading Plan (1 sheet) 3. Conceptual Final Grading Plan (1 sheet) 4. Excavation Plan for Shotrock Borrow (1 sheet) 5. GCL/Geomembrane/Leachate Collection Plan (1 sheet) 6. Liner Sections and Details (3 sheets) 7. Leachate Pumping Station (1 sheet) 8. Leachate Storage and Equalization Lagoon Plan (1 sheet) 9. Leachate Storage and Equalization Lagoon Sections and Details (1 sheet) 10. Electrical Site Plan, One -Line Diagram and Panel Schedule (1 sheet) 11. Leachate Pumping Station, Pump Control Panel Detail (1 sheet) 12. Leachate Storage Tank and Pump at City WWTP (1 sheet) 13. Electrical Site Plan and Control at City WWTP (1 sheet) 14. Specifications (1 hard copy, l electronic PDF 15. Copy of design calculations (1 hard copy and 1 electronic PDF copy) 16. Notes from meetings with the City of Kodiak on leachate treatment (electronic copies PDF sent to BOROUGH and copy to the City of Kodiak) Activity E. ADEC Class I Municipal Solid Waste Landfill Permit Application CH2M HILL will prepare the permit application related to the lateral expansion for renewal of the facility -wide ADEC landfill permit. This task will include the following submittals as required and defined in the permit application': 1. Cover letter 2. Area maps 3. Construction drawings and specifications 4. Liner installation quality assurance plan 5. Calculations, data, and legal documents as follows: A. Slope stability calculations B. Explanation of each compliance point for surface water monitoring. C. Data used to evaluate subsurface conditions at the site. D. HELP modeling used to estimate the permeability of the proposed liner and maximum anticipated head pressure on the bottom liner. 1 Permit application for ADEC website "revised 9/11/02, miller" at < http://www.dec.state.ak.us/eh/sw/SW Permits/m unicipal.htm> ANClT P 5231 /062780002 9 E. Calculations used to estimate the operational life of the facility F. Coastal Zone of Alaska coastal project questionnaire 6. Operations Plan 7. Monitoring Plan 8. Closure Plan and Cost Estimate It is assumed that the BOROUGH will provide the following items required for this permit application: 1. Contact information 2. Waste handling and processing information 3. Signatures and certifications 4. Legal documents as follows: A. Copy of the deed or other legal document identifying the landowner B. Legal description of the property 5. Permit application review fee CH2M HILL will address ADEC comments on the permit application related to the lateral expansion. Assumptions for Activity E: • Assume no waiver requests will be required. CH2M HILL will provide an update to the monitoring plan as related to the lateral expansion only. Assume that groundwater monitoring will not be included as there is no groundwater, only surface water. Activity F. Storm Water Pollution Prevention Plan Since more than 1 acre will be disturbed during construction, the storm water discharges from activities associated with the construction are subject to the National Discharge Elimination System (NPDES) General Permit for Storm Water Discharges from Construction Activities. CH2M HILL will prepare a Storm Water Pollution Prevention Plan (SWPPP) to satisfy the requirements of this permit. The SWPPP will provide an overview of construction activities at the lateral expansion, including those activities that may affect the quality of storm water discharges in the vicinity. The plan will identify best management practices (BMPs) and procedures that will be used during construction to prevent or reduce pollutants in storm water discharges and mitigate impact from pollutants and/or sediment in storm water discharges. Assumptions for Activity F. U -ie Notice of Intent (NOI) for storm water discharges associated with construction activity Lander an NPDES General Permit will be filled out and submitted to EPA by the construction contractor. • Following construction, the EPA should be notified by the construction contractor that construction is complete and the BOROUGH is taking over operations. 10 ANC/rP5231/062780002 CH2MH1 LL Task 4 Permitting Deliverables 1. Draft and Final ADEC Class I Municipal Solid Waste Landfill Permit Application 2. Draft and Final Storm Water Pollution Prevention Plan (1 hard copy and 1 electronic PDF copy) Task 5 Construction Documents Phase Objective: Prepare plans, specifications, and contract documents for use by the BOROUGH to procure qualified construction services for the lateral expansion and to provide the contractor with the necessary information to construct the closure facilities in conformance with the selected, approved design criteria. Assumptions: • The BOROUGH will provide their standard front-end bidding requirements including Instructions to Bidders, General Conditions, Bid Form, Tax Compliance Form, and Contract Forms. • CH2M HILL will provide the Division 1 specifications: Summary of Work, Measurement and Payment, Coordination, and Construction Facilities and Temporary Controls and Safety. • CH2M HILL will provide other technical specifications as required. • The. new 50 division CSI Masterspec Format will be used for the specifications. Activity A. Compile the Project Manuals CH2M HILL will prepare contract documents using the BOROUGH's contracting and formatting requirements. The documents will include bidding requirements, contract forms, general and supplementary conditions of the contract, technical specifications, and construction drawings. CH2M HILL will assemble the drawings, specifications, and bidding requirements into a complete, cohesive bid -ready design package, and will assist the BOROUGH in resolving language between the General Conditions, bidding requirements, and such Division 1 specifications as Measurement and Payment, Construction Facilities, and Coordination. CH2M HILL will also generate a submittal register summarizing required submittals prior to construction, during construction, and after construction. The measurement and payment specification will be developed with careful consideration for achievable, accurate measurements for Contractor payment, incorporating post -construction survey of in-place material quantities. A complete draft project manual will be submitted to the BOROUGH for purchasing review. CH2M HILL will publish the final project manuals following incorporation of BOROUGH comments. Activity B. Construction Cost Estimate CH2M HILL will prepare a construction cost estimate based on the final bid documents. We propose to subcontract this task to Mr. Jay Lavoie of Estimations, Inc., Anchorage. ANC/TP5231 /062780002 11 CH2MIHILL Jay specializes in cost estimating for Alaskan construction projects and he has worked in Kodiak and he knows the Kodiak construction market. The final bid documents will be forwarded to Jay and he will extract quantities and build the estimate as a contractor would. Costs will be broken out and easily identified. The draft estimate will be sent to the BOROUGH for review. The final construction cost estimate will be prepared following incorporation of BOROUGH comments. Activity C. Presentation for Kodiak Island Borough Assembly CH2M HILL will prepare a 15 -minute summary presentation of the final construction document package (final design, cost estimate, bid structure) for the BOROUGH Assembly. A draft PowerPoint presentation will be submitted for BOROUGH review, and then a final PowerPoint presentation will be completed; based in BOROUGH comments. Cory Hinds will travel to Kodiak to give the presentation. This presentation will be scheduled prior to the completion of the construction documents so that Assembly comments can be addressed. Task 5 Deliverables: 1. Draft Project Manual (1 hard copy and 1 electronic copy PDF) 2. Final drawings: full size signed, stamped mylars and source AutoCAD files 3. Final Project Manuals (7 hard copies with half-size drawings and full-size drawings for each set, 1 electronic copy PDF,1 electronic copy of source files) 4. Draft and Final Construction Cost Estimate (1 hard copy and 1 electronic copy PDF) 5. Draft and Final PowerPoint summary for presentation to Kodiak Island Borough Assembly 6. 15 to 20 minute presentation for the Kodiak Island Borough Assembly Task 6 Construction Support Services Objective: Represent the BOROUGH during bidding and provide construction management and quality assurance during construction to ensure that the lateral expansion landfill is constructed properly. Note that we have combined the bidding phase, construction quality assurance (CQA) plan and inspections, CQA report, construction management, and services after construction (record drawings) into this task. Assumptions: • Services will be performed in 2007 and 2008. • One mandatory pre-bid site walk-through meeting will be held at the Kodiak Landfill with the prospective bidders. CH2M HILL will attend this meeting to provide project technical support. • Construction duration as shown on the attached schedule. The duration of major construction (i.e., excavation and liner installation) will be 20 weeks Qune 2007 through October 2007). There will be no construction from November 2007 through 12 ANCITP5231/062780002 CH2MHILL February 2008. Minor construction (i.e., leachate facilities) will continue an additional 28 weeks from March 2008 through September 2008. • CH2M HILL will provide a construction manager in Kodiak full time for 10 weeks in 2007 to handle management of major construction. The construction manager will work 6 days per week, 8 hours per day. • The BOROUGH will provide a desk with phone and internet connection for the construction manager for 10 weeks during major construction. • CH2M HILL will hire independent testing laboratories for field testing. An allowance of $6,000 as outside services has been budgeted for these services. • Chris Lynch of Kodiak Construction Services will visit the project site 4 hours per day, 4 days per week for 10 weeks in 2007, and 4 hours per day,1 day per week for 28 weeks in 2008 to monitor progress and conduct CQA inspections. This will be conducted after the CH2M HILL construction manager demobilizes. • The CH2M HILL construction manager will work an average of 2 hours per week, for 28 weeks during minor construction in 2008. • One post -construction survey will be conducted by a subcontractor hired by CH2M HILL. An allowance of $3,000 for these services has been budgeted. • The Contractor will provide redline mark-ups of any changes to the work on a set of full-sized drawings. Activity A. Bidding Phase Support CH2M HILL will attend the pre-bid conference, respond to bidder's questions, prepare required clarifications to be included in addenda, review bids, assist with technical reviews for negotiation, and review submittals or substitution requests. This support will be in the form of telephone conversations, memos, and informal sketches. Once all bids are received from prospective contractors, CH2M HILL will review qualifications/ references, and prepare a bid tabulation and recommendation for award letter within 1 week of the bid opening. Activity B. Document Interpretation and Submittal Review The CH2M HILL construction manager will receive and address Contractor questions related to the Contract Documents after consulting with the design team as needed. CH2M HILL will interpret and clarify the drawings and specifications. We will develop supplements to details, elementary sketches, or written descriptions as required to meet actual conditions encountered in the field and to respond to Contractor requests. Responses to questions will be documented and maintained in the project records. The CH2M HILL construction manager will receive Contractor submittals and route them to the design team for review. Shop drawings, illustrations, product data, warranties, schedules, samples, test results, inspections, etc. will be reviewed to confirm that they are in compliance with the Contract Documents. Copies of the submittals will be maintained at the CH2M HILL Anchorage office. A CH2M HILL administrative ANCTP5231 /062780002 13 assistant will track the submittals received by CH2M HILL using the software program Expedition. Activity C. Construction Quality Assurance Plan CH2M HILL will use existing plans from other projects to prepare a construction quality assurance (CQA) plan which will include the following components: • Chain of command for CQA inspectors • Description of the required level of experience and training for CQA inspectors for major construction activities to ensure implementation of proper methods and procedures • CQA protocols for major construction activities • Description of construction documentation procedures • Project meeting requirements A sub component of this CQA plan will be the liner installation quality assurance plan, which will be submitted as part of the ADEC permit renewal process. A draft CQA plan will be submitted for BOROUGH review. A final CQA plan will be completed incorporating BOROUGH comments. Activity D. Construction Quality Assurance Inspections CH2M HILL will provide qualified CQA inspectors to conduct CQA inspections at important project milestones such as liner seaming. The CH2M HILL construction manager (Activity E) will conduct the majority of the CQA inspections during major construction. Additional inspectors will visit the site during important milestones (i.e., liner seaming) as needed. CH2M HILL will team with Chris Lynch of Kodiak Construction Services to provide additional CQA inspections and testing coordination as needed during construction in 2007 and 2008 following the demobilization of the CH2M HILL construction manager. Chris will provide onsite CQA and report progress to the CH2M HILL and the BOROUGH. Activity E. Construction Management CH2M HILL will provide an experienced construction manager in Kodiak full time for 10 weeks in 2007 to handle management of major construction. It is anticipated that this 10 -week period will include excavation and liner seaming. The CH2M HILL construction manager will handle management of contractor submittals, contractor budget, measurement for payment, pay requests, change requests, and will schedule and attend meetings with the BOROUGH and construction contractor. The construction manager will also perform the day-to-day CQA inspections and will coordinate CQA laboratory testing during this 10 -week period. Following the initial 10 -week period of major construction, the CH2M HILL construction manager will demobilize and handle a lower level of construction 14 ANClTP5231l062780002 CH2MHILL management for another 10 weeks in 2007, from either Anchorage or Seattle. The CH2M HILL construction manager will also monitor minor construction in 2008. Activity F. Construction Surveying The Contractor will hire a surveyor to conduct initial construction staking and all subsequent survey during construction. CH2M HILL will hire an independent surveyor to conduct one post -construction survey to document quantity measurements for payment. Activity G. Construction Quality Assurance Final Construction Report Construction records (daily reports, submittals, testing records, and as -built drawings), will be summarized in a CQA Final Construction Report for documentation and certification by the CQA Engineer of Record that the construction was completed in conformance with the design and CQA protocols of the project. A draft report will be submitted to the BOROUGH for review and a final report will be completed incorporating BOROUGH comments. Activity H. Record Drawings Services after construction will include record drawings and certification of conformance with design and construction quality assurance. It is anticipated that the Contractor will provide detailed and complete redline mark-ups of any changes to the work, on a set of full-sized drawings. CH2M HILL will provide drafting assistance to electronically create record drawings, based on these mark-ups. Task 6 Deliverables • Bid Clarifications as needed (electronic copies for inclusion in addenda). • Recommendation for Award Letter (1 electronic PDF copy). • Draft and Final CQA Final Construction Report (1 hard copy, 1 electronic PDF copy). • Draft and Final Record Drawings (1 half-size hard copy, l half size PDF copy, 1 full size signed, stamped mylar). ANC/r P 5231 /062780002 is Page l of 9 ADEC Permit Application/Kodiak Island CH2 HILL Borough Total Price Lowest Tasks, All Budgets, without Period Subtotals Description Price Top Task Al ask A1.01 - Project Management 2006 Total Labor 14,294.00 Subtotal for Labor 14,294.00 Tota'�Qther Direct Expenses Task A1.02 - Proje\ManagementTotal Labor Total Other Dire Task A1.03 - Project Management 2008 Total Labor Total Other Direct Expenses Task A1.04 - Status Report Total Labor Total Other Direct Expenses Task A1.05 - Team Communications Total Labor Total Other Direct Expenses 05 -Oct -2006 09:42:40 PM 260.85 Subtotal for Other Direct Expenses 260.85 .Subtotal for Costs 14,554.85 Subtotal for A1.01 - Project Management 2006 14,554.85 13,289.00 Subtotal for Labor 13,289.00 179.45 Subtotal for Other Direct Expenses 179.45 Subtotal for Costs 13,468.45 Subtotal for A1.02 - Project Management 2007 13,468.45 3,807.00 Subtotal for Labor 3,807.00 49.95 total for Other Direct Expenses 49.95 Subtotal for Costs 3,856.95 Subtotal for A1. - Project Management 2008 3,856.95 3,728.00 Subtotal for Labor 3,728.00 59.20 Subtotal for Other \br penses 59.20 SuCosts 3,787.20 Subtotal for A1.04Report 3,787.20 10,104.00 Subtotal for Labile 10,104.00 133.20 Subtotal for Other Direct Expenses 133.20 Subtotal for Costs 10,237.20 Subtotal for A1.05 - Team Communications 10,237.20 Page 1 of 9 http://www.int.ch2m.com/pricer/Reports.aspx?1d=95&ReporiName=Total°/o2OPrice&TaskLevel=... 10/5/2006 Page 1 of 8 ADEC Permit Application/Kodiak Island 0 CH2MHILL Borough Total Price Lowest Tasks, All Budgets, without Period Subtotals Description Price Top Task Al Task A1.01 - Project Management 2006 Total Labor 14,294.00 Subtotal for Labor 14,294.00 Total Other Direct Expenses 260.85 Subtotal for Other Direct Expenses 260.85 Subtotal for Costs 14,554.85 Subtotal for A1.01 - Project Management 2006 14,554.85 Task A1.02 - Project Management 2007 Total Labor 13,289.00 Subtotal for Labor 13,289.00 Total Other Direct Expenses 179.45 Subtotal for Other Direct Expenses 179.45 Subtotal for Costs 13,468.45 Subtotal for A1.02 - Project Management 2007 13,468.45 Task A1.03 - Project Management 2008 Total Labor 3,807.00 Subtotal for Labor 3,807.00 Total Other Direct Expenses 49.95 Subtotal for Other Direct Expenses 49.95 Subtotal for Costs 3,856.95 Subtotal for A1.03 - Project Management 2008 3,856.95 Task A1.04 - Status Report Total Labor 3,728.00 Subtotal for Labor 3,728.00 Total Other Direct Expenses 59.20 Subtotal for Other Direct Expenses 59.20 Subtotal for Costs 3,787.20 Subtotal for A1.04 - Status Report 3,787.20 Task A1.05 -Team Communications Total Labor 10,104.00 Subtotal for Labor 10,104.00 Total Other Direct Expenses 133.20 Subtotal for Other Direct Expenses 133.20 Subtotal for Costs 10,237.20 Subtotal for A1.05 - Team Communications 10,237.20 Task A1.06 - Agency Meetings Total Labor 1,196.00 31 -Oct -2006 06:19:57 PM Page 1 of 8 i.. rr...__.... �.�--- ---.r_..•_m -- _----nr�—nco*'+--__..wr--_- rr_.._�ninnri..c__om--�-r Page 2 of 8 ADEC Permit Application/Kodiak Island 0CH2MHILL Borough _4001 - Total Price Lowest Tasks, All Budgets, without Period Subtotals Description Price Subtotal for Labor 1,196.00 Total Other Direct Expenses Subtotal for Other Direct Expenses Subtotal for Costs Subtotal for A1.06 -Agency Meetings Subtotal for Al Top Task B1 Task B1.01 - Bale Fill vs Area Fill Total Labor Subtotal for Labor Total Other Direct Expenses Subtotal for Other Direct Expenses Subtotal for Costs Subtotal for 81.01 - Bale Fill vs Area Fill Task B1.02 - Leachate Management Total Labor Subtotal for Labor Total Other Direct Expenses Subtotal for Other Direct Expenses Subtotal for Costs Subtotal for B1.02 - Leachate Management Task 81.03 - Evaluate LF Gas Total Labor Subtotal for Labor Total Other Direct Expenses Subtotal for Other Direct Expenses Subtotal for Costs Subtotal for B1.03 - Evaluate LF Gas Task B1.04 - Evaluate Bottom Liner Total Labor Subtotal for Labor Total Other Direct Expenses Subtotal for Other Direct Expenses Subtotal for Costs Subtotal for B1.04 - Evaluate Bottom Liner Task B1.05 - Sewage Sludge Disposal Total Labor Subtotal for Labor 31 -Oct -2006 06:19:57 PM 18.50 18.50 1,214.50 1,214.50 47,119.15 11,844.00 11,844.00 166.50 166.50 12,010.50 12,010.50 8,780.00 8,780.00 129.50 129.50 8,909.50 8,909.50 3,012.00 3,012.00 48.10 48.10 3,060.10 3,060.10 432.00 432.00 7.40 7.40 439.40 439.40 986.00 986.00 Page 2 of 8 Lu.,.. :«+ ..7_'1_.... --- .,.._. )TA-nG P.T) o_T,.. ]-T _., 1 n/12 1 /1)nn_1 Page 3 of 8 ADEC Permit Application/Kodiak Island 0C1421RRHILL Borough Aw- Total Price Lowest Tasks, All Budgets, without Period Subtotals Description Price Total Other Direct Expenses 14.80 Subtotal for Other Direct Expenses 14.80 Subtotal for Costs 1,000.80 Subtotal for 81.05 - Sewage Sludge Disposal 1,000.80 Task B1.06 - Assembly Presentation Total Labor 2,394.00 Subtotal for Labor 2,394.00 Total Other Direct Expenses 87.00 Subtotal for Other Direct Expenses 87.00 Total Travel 500.00 Subtotal for Travel 500.00 Subtotal for Costs 2,981.00 Subtotal for B1.06 - Assembly Presentation 2,981.00 Subtotal for B1 28,401.30 Top Task C1 Task C1.01 - Design Criteria Total Labor 3,412.00 Subtotal for Labor 3,412.00 Total Other Direct Expenses 51.80 Subtotal for Other Direct Expenses 51.80 Subtotal for Costs 3,463.80 Subtotal for C1.01 - Design Criteria 3,463.80 Task C1.02 - Bottom Grading Plan and Layout Total Labor 9,478.00 Subtotal for Labor 9,478.00 Total Other Direct Expenses 135.05 Subtotal for Other Direct Expenses 135.05 Subtotal for Costs 9,613.05 Subtotal for C1.02 - Bottom Grading Plan and Layout 9,613.05 Task C1.03 - Final Grading Plan and Volumes Total Labor 8,370.00 Subtotal for Labor 8,370.00 Total Other Direct Expenses 127.65 Subtotal for Other Direct Expenses 127.65 Subtotal for Costs 8,497.65 Subtotal for C1.03 - Final Grading Plan and Volumes 8,497.65 Task C1.04 - Excavation Plan Total Labor 6,366.00 Subtotal for Labor 6,366.00 31 -Oct -2006 06:19:57 PM Page 3 of 8 m « «., lT 7-l1C O_D «T.T _ r « 10/ )AD..;--v_m,.,.t-r — i ni111 /1)nnK Page 4of8 ADEC Permit Application/Kodiak Island CH2MHILL Borough Total Price Lowest Tasks, All Budgets, without Period Subtotals Description Price Total Other Direct Expenses 85.10 Subtotal for Other Direct Expenses 85.10 Subtotal for Costs 6,451.10 Subtotal for C1.04 - Excavation Plan 6,451.10 Task C1.05 - Leachate Collection and Management 1,000.00 Total Labor 12,116.00 Subtotal for Labor 12,116.00 Total Other Direct Expenses 173.90 Subtotal for Other Direct Expenses 173.90 Subtotal for Costs 12,289.90 Subtotal for C1.05 - Leachate Collection and Management 12,289.90 Task C1.06 - Preliminary Cost Estimates Total Labor 1,192.00 Subtotal for Labor 1,192.00 Total Other Direct Expenses 180.80 Subtotal for Other Direct Expenses 180.80 Total Subcontract 1,663.00 Subtotal for Subcontract 1,663.00 Subtotal for Costs 3,035.80 Subtotal for C1.06 - Preliminary Cost Estimates 3,035.80 Task C1.07 - Assembly Presentation Total Labor 2,394.00 Subtotal for Labor 2,394.00 Total Other Direct Expenses 137.00 Subtotal for Other Direct Expenses 137.00 Total Travel 1,000.00 Subtotal for Travel 1,000.00 Subtotal for Costs 3,531.00 Subtotal for C1.07 - Assembly Presentation 3,531.00 Subtotal for C1 46,882.30 Top Task D1 Task D1.01 - Finalize Grading Plans Total Labor 18,902.00 Subtotal for Labor 18,902.00 Total Other Direct Expenses 380.30 Subtotal for Other Direct Expenses 380.30 Subtotal for Costs 19,282.30 Subtotal for D1.01 - Finalize Grading Plans 19,282.30 31 -Oct -2006 06:19:57 PM Page 4 of 8 i_..r. /I--------- :— -t-n—......,. i_—*___gra_nc P - T-)—,. T,T ........._-r,.+ .10i inn v_m i t .. i n i0) 1 i11)nnK Page 5 of 8 ADEC Permit Application/Kodiak Island 0CH2IMHILL Borough Total Price Lowest Tasks, All Budgets, without Period Subtotals Description Price Task D1.02 - Cover System Stability Total Labor 2,118.00 Subtotal for Labor 2,118.00 Total Other Direct Expenses 29.60 Subtotal for Other Direct Expenses 29.60 Subtotal for Costs 2,147.60 Subtotal for D1.02 - Cover System Stability 2,147.60 Task D1.03 - Surface Water Drainage Total Labor 4,714.00 Subtotal for Labor 4,714.00 Total Other Direct Expenses 62.90 Subtotal for Other Direct Expenses 62.90 Subtotal for Costs 4,776.90 Subtotal for D1.03 - Surface Water Drainage 4,776.90 Task D1.04 - Leachate Collection and Management Total Labor 31,592.00 Subtotal for Labor 31,592.00 Total Other Direct Expenses 586.00 Subtotal for Other Direct Expenses 586.00 Subtotal for Costs 32,178.00 Subtotal for D1.04 - Leachate Collection and Management 32,178.00 Task D1.05 - ADEC Permit Appplication Total Labor 20,284.00 Subtotal for Labor 20,284.00 Total Other Direct Expenses 292.30 Subtotal for Other Direct Expenses 292.30 Subtotal for Costs 20,576.30 Subtotal for D1.05 - ADEC Permit Appplication 20,576.30 Task D1.06 - Storm Water Pollution Prevention Plan Total Labor 2,758.00 Subtotal for Labor 2,758.00 Total Other Direct Expenses 44.40 Subtotal for Other Direct Expenses 44.40 Subtotal for Costs 2,802.40 Subtotal for D1.06 - Storm Water Pollution Prevention Plan 2,802.40 Subtotal for D1 81,763.50 Top Task E1 Task E1.01 - Compile Project Manuals 31 -Oct -2006 06:19:57 PM Page 5 of 8 u.._. ii.. ...., :—...i.'I.... — --- i....:, --- /T) ., . __9 0- T3 .. srT — r t0/ lAD.-;,.., n.rr,,,,i.T in /12 1 r1)nn< Page 6 of 8 ADEC Permit Application/Kodiak Island CH2MHILL Borough Total Price Lowest Tasks, All Budgets, without Period Subtotals Description Price Total Labor 2,240.00 Total Labor Subtotal for Labor 2,240.00 Total Other Direct Expenses Subtotal for Labor 477.00 Total Other Direct Expenses Subtotal for Other Direct Expenses 477.00 Subtotal for Costs 2,717.00 Total Travel Subtotal for E1.01 - Compile Project Manuals 2,717.00 Task E1.02 - Construction Cost Estimate Subtotal for Travel Total Labor 1,088.00 5,528.60 Subtotal for Labor 1,088.00 Total Other Direct Expenses 180.80 Subtotal for Other Direct Expenses 180.80 Total Subcontract 1,663.00 Subtotal for Subcontract 1,663.00 Subtotal for Costs 2,931.80 Subtotal for E1.02 - Construction Cost Estimate 2,931.80 Task E1.03 - Assembly Presentation Total Labor 2,482.00 Subtotal for Labor 2,482.00 Total Other Direct Expenses 87.00 Subtotal for Other Direct Expenses 87.00 Total Travel 500.00 Subtotal for Travel 500.00 Subtotal for Costs 3,069.00 Subtotal for E1.03 - Assembly Presentation 3,069.00 Subtotal for E1 8,717.80 Top Task F1 Task F1.01 - Bidding Phase Total Labor 4,912.00 Subtotal for Labor 4,912.00 Total Other Direct Expenses 116.60 Subtotal for Other Direct Expenses 116.60 Total Travel 500.00 Subtotal for Travel 500.00 Subtotal for Costs 5,528.60 Subtotal for F1.01 - Bidding Phase 5,528.60 Task F1.02 - CQA Plan Total Labor 3,460.00 Subtotal for Labor 3,460.00 31 -Oct -2006 06:19:57 PM Page 6 of 8 i—. -.ii ------- :--` -----i-...:-- '-.-----------nTA—nco-n-_—AT ,._-,._m_�-ini�nn� om- i_r _- ini111/11nn-1 Page 7 of 8 ADEC Permit Application/Kodiak Island C142MHILL Borough Total Price Lowest Tasks, All Budgets, without Period Subtotals Description Price Total Other Direct Expenses 51.80 Subtotal for Other Direct Expenses 51.80 Subtotal for Costs 3,511.80 Subtotal for F1.02 - CQA Plan 3,511.80 Task F1.03 - CQA Inspections Total Labor 29,072.00 Subtotal for Labor 29,072.00 Total Other Direct Expenses 2,121.60 Subtotal for Other Direct Expenses 2,121.60 Total Subcontract 6,000.00 Subtotal for Subcontract 6,000.00 Total Travel 10,475.00 Subtotal for Travel 10,475.00 Subtotal for Costs 47,668.60 Subtotal for F1.03 - CQA Inspections 47,668.60 Task F1.04 - CM 2007 Total Labor 54,760.00 Subtotal for Labor 54,760.00 Total Other Direct Expenses 2,956.00 Subtotal for Other Direct Expenses 2,956.00 Total Subcontract 12,800.00 Subtotal for Subcontract 12,800.00 Total Travel 7,875.00 Subtotal for Travel 7,875.00 Subtotal for Costs 78,391.00 Subtotal for F1.04 - CM 2007 78,391.00 Task F1.05 - CM 2008 Total Labor 10,444.00 Subtotal for Labor 10,444.00 Total Other Direct Expenses 1,051.40 Subtotal for Other Direct Expenses 1,051.40 Total Subcontract 8,960.00 Subtotal for Subcontract 8,960.00 Subtotal for Costs 20,455.40 Subtotal for F1.05 - CM 2008 20,455.40 Task F1.06 -Construction Surveying 31 -Oct -2006 06:19:57 PM Page 7 of 8 Lam__.//_______ _'- ____ __ --- ___ 7T.-1—OCP-T)/71 /nAnc Page 8 of 8 ADEC Permit Application/Kodiak Island 0CH2MHILL Borough -100 Total Price Lowest Tasks, All Budgets, without Period Subtotals Description Price Total Labor 796.00 Subtotal for Labor 796.00 Total Other Direct Expenses 311.10 Subtotal for Other Direct Expenses 311.10 Total Subcontract 3,000.00 Subtotal for Subcontract 3,000.00 Subtotal for Costs 4,107.10 Subtotal for F1.06 - Construction Surveying 4,107.10 Task F1.07 - CQA Final Report Total Labor 4,928.00 Subtotal for Labor 4,928.00 Total Other Direct Expenses 74.00 Subtotal for Other Direct Expenses 74.00 Subtotal for Costs 5,002.00 Subtotal for F1.07 - CQA Final Report 5,002.00 Task F1.08 - Record Drawings Total Labor 5,404.00 Subtotal for Labor 5,404.00 Total Other Direct Expenses 81.40 Subtotal for Other Direct Expenses 81.40 Subtotal for Costs 5,485.40 Subtotal for F1.08 - Record Drawings 5,485.40 Task F1.09 - Submittal Review (2007) Total Labor 9,432.00 Subtotal for Labor 9,432.00 Total Other Direct Expenses 133.20 Subtotal for Other Direct Expenses 133.20 Subtotal for Costs 9,565.20 Subtotal for F1.09 - Submittal Review (2007) 9,565.20 Subtotal for F1 179,715.10 Grand Total 392,599.15 31 -Oct -2006 06:19:57 PM Page 8 of 8 L--. //--. ,.Li— ,,.. i ni121 i)nn.< 0 2 N N co O U N N C d O o O Z C' c a a N co 0 O c m M w 0 " d � ro .v o � o 0 m � U c O m�� N m .V) Co .o o c c z .a (n o U a a C) N N N 0 r1O- cn a N N a 'fl N N fT0 l0 � L7 � cV N c0 I O � N C.N N 0 2 N N co O U N N C d O o O Z C' c a a N co 0 O c m M w 0 " d � ro .v o � o 0 m � U c O m�� N m .V) Co .o o c c z .a (n o U a a C) N N N 0 r1O- cn a N N a CH2M HILL 2006 SCHEDULE OF LABOR AND SERVICE CENTER RATES J08 CODE 'JOB TITLE P Ft gIFM CODE E -GRADE 12006 RATE PER HOUR* Spol Scie+}list 1 10 Engineer $67 EP01 Engineer 1 09 Engineer 1 $95 SP02 Scientlnst 2 $0.45 f` 4,:'o 1-t9LL, ife tns.(X l!, n7 Fitt ar'd ,x, , 0,Sl ITS:) adjustmmits f"aC1i year The atove b0infg rMcs art. Clef miVf fry A1jwirnr.WS are EP02 Engineer 08 Engineer 2 $103 IS22 Staff GIS PC03 Associate Consultant 07 Engineer 3 $114 EP03 Associate Engineer CS05 PC Systems Specialist SP03 Associate Scientist CA24 Contracts Administrator TSO4 Technical Publishing Spout 4 PC04 Project Consultant 06 Engineer 4 $132 TP05 Tech Pubs Supervisor PM01 Associate Project Manager EP04 Project Engineer PP04 Project Planner PD26 Proposal Process Manager TC16 Project Resident Representative CA25 Senior Contracts Administrator EP05 Engineer Specialist 05 Engineer 5 $146 PM02 Project Manager (PM) CA26 Contracts Manager PC05 Project Consultant 2 B62 Client Service Manager 2 (CSM2) 04 Engineer 6 $167 TC01 Senior Technologist PM03 Senior Project Manager (SPM) PM04 Pnncipal Project Manager (PPM) 03 Engineer 7 $175 R008 Regional Project Delivery Manager BG26 Client Service Manager 1 (CSMi) PM05 Principal & Special Projects Manager (PPM) 03 Engineer 7,8 & 9 $190 AA02 Administrative Assistant 2 19 Office $70 AA02 Administrative Assistant 1 OS02 Facilities Operations Assistant 2 OS06 Facilities Operations Lead PR03 Project Assistant 3 AA03 Administrative Assistant 3 TE01 Engineering Tech. 1 14, 15 & 16 Tech 1 & 2 $78 IN05 Intern 5 G003 TC35 GD04 TC09 GD05 TC09 TC05 Graphic Designer 3 13 Technician 3 $83 Staff Tech 2 12 Technician 4 $93 Graphic Designer Lead $0.00 Associate Technical Lead 11 Technician 5 $108 Graphic Design Supervisor $0,74 Associate Technical Lead $40,40 Communication (for telephoneftelecommunications, cellular and facsimile services) Computers (for general microcomputers, computer-aided and graphics design, workstations, resources, software, and VAX mainframe) Health & Safety (comprehensive rate applicable only to staff who are enrolled in the Health & Safety Monitoring Program) 41.76'1 Reprographics Photocopying - Production Copies Standard Billing Rate Copy $0.00 Reprographics Photocopying - Color Copies Standard Billing Rate Copy $100' Fleet Cars - Miles Miles $0,74 Fleet Vehicles Fleet Cars - Days Standard Billing Rate Days $40,40 Fleet Truck - Miles Miles $0.83. Fleet Vehicles Fleet Truck - Oays Standard Billing Rale Days $50.00 IRS Mileage Per Mile $0.45 f` 4,:'o 1-t9LL, ife tns.(X l!, n7 Fitt ar'd ,x, , 0,Sl ITS:) adjustmmits f"aC1i year The atove b0infg rMcs art. Clef miVf fry A1jwirnr.WS are :?X{, ,(. . ,t;'{ ; ,.d h(EinEi Ji S ,:t�$f.11;,I «t`� Pt;flj.'4t tl!e L"Urr$3'j t�inChUra:,�i, fbffr,4s t1af- t..rnt(,K',fa.,tit}n ml:✓t, If<.nt fb5 f9 die. I,1t.CN j6ii)'rl�t'S may to SS:}Ep:tt4t : iS:3nxjc^S Service Center Rates are raviewetf periodically and are subject to change during review. CH2M HILL, Inc. expanses, including outside services, shall be billed with a 101 markup. CH2M !-TILL, Inc codsidors the data and information on fts pages to be proprietary. KODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER 710 MILL BAY ROAD KODIAK, ALASKA 99615 Contract No. 2007-22 Change Order No. 1 Project Name, Number & Location Amount of Contract & Change Order Kodiak Landfill Lateral Expansion Design and Original Contract $ 392,599.00 Construction Services Contractor Previous Changes $ 00.00 CH2M Hill 301 W. Northern Lights Boulevard, Suite 601 This Change $ 9,994.00 Anchorage, AK 99503 Adjusted Contract $ 402,593.00 Description of Change Cost $9,994.00 Evaluate remaining landfill life based on recent topography and current final cover elevations and provide technical memorandum. Recommendations, based on visual analysis, on whether vertical expansion is feasible provided in memo referenced above. The time provided for completion of the contract is (E unchanged) (❑ increased) (❑ decreased) by calendar days. This document shall become an amendment to the contract and all provisions of the contract will apply thereto. Accepted By:j« Contractor's Representative Recommended: Y. Ca E Engineering/Facilities Dr c Approved By: Z-VJI-C�f 31-� Manager (Less $10,000 -Tota[ for all change or rs on this contract) ,171,-7 1f ave Ac..;Ir Finance Director Attest: lerk If the change order or orders exceeds ten thousand (10,000) dollars, it ill A. The mayor and deputy presiding officer; B. The mayor and one (1) assembly member in the absence of the deputy presiding C. The deputy presiding officer and one (1) assembly member in the absence of the D. Any two (2) assembly members in the absence of the mayor and deputy presiding Approved By: Mayor Deputy Presiding Officer Initial - (Purchasing Agent) KIB Ordinance 3.16.100 Initial - (Purchasing Agent) Compliance with Contract Change Order Provisions Revised by MIS 08/23/05 Date41-,l ; Date l - 1"7-177 Date NO KODIAK ISLAND BOROUGH CONTRACT IANGE ORDER 710 MILL BAY ROAD KODIAK, ALASKA 99615 Contract No. 2007-22 Change Order No, 1 Project Name, Number & Location Kodiak Landfill Lateral Expansion Design and Construction Services Contractor CH2M Hill 301 W. Northern Lights Boulevard, Suite 601 Anchorage, AK 99503 Amount of Contract & Change Order Original Contract $ 392,599.00 Previous Changes $ 00.00 This Change $ 9,994.00 justed Contract $ 402,593.00 Description of Change Cost $9,994.00 Evaluate remaining landfill life based on recent topography and current final cover elevations and provide technical memorandum. Recommendations, based on visual analysis, on whether vertical expansion is feasible provided in memo referenced abov IIIVuum uuu uuuu� uuumuu S IIIVuum um uum m Vuuuumi um uum pumum uuuuum uuuuumuuum '°111111111 m uuuuuuuVV IIIVuum 1111111 Slue uuuV I1V maul mV V maul ""Illllll��ftuuuuuuuu ""'Illy Iplllllm, pl IIII m VVVVVViili I �ullllllll IVVuuu i Vlw The time provided for completion of the contract is (® unchanged) (Q increased) (0 decreased) by calendar days. This document shall become an amendment to the contract and all provisions of the contract will apply thereto. Accepted By: Contractor's Representative Recommended: � .° , : J1-71"7 Engineering/FFacilitie�D rec or Approved By: Attest: Manager (Lesprson 0,©00— Total for all change ahis contract) = dL' -2 Finance Director Borough Clerk Date - ; fi'') — Date 1-17,07 �>a N If the change order or orders exceeds ten thousand (10,000) dollars, it will re u� he sip A. The mayor and deputy presiding officer; d B. The mayor and one (1) assembly member in the absence of the deputy presiding offic r; „ C. The deputy presiding officer and one (1) assembly member in the absence of the may ; or D. Any two (2) assembly members in the absence of the mayor and deputy presiding offic Approved By: Mayor Deputy Presiding Officer Initial – (Purchasing Agent) KIB Ordinance 3.16. 100 Initial – (Purchasing Agent) Compliance with Contract Change Order Provisions Revised by MIS 08/23/05 Date 03 KODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER 710 MILL BAY ROAD KODIAK, ALASKA 99615 Contract No. 2007-22 Change Order No. 2 Project Name, Number & Location Kodiak Landfill Lateral Ex ansion Design and Construction Services Contractor CH2M Hill 301 W. Northern Lights Boulevard, Suite 601 Amount of Contract & Change Order Original Contract $ 392,599.00 Previous Changes $ 9,994.00 This Change $ 3,457.00 Anchorage, AK 99503 Adjusted Contract $ 406,050.00 Description of Change Cost $3,457.00 Ground truth evaluation of estimated landfill life of eight years to ensure that the estimate is accurate by evaluating/comparing the topography from the 2004 landfill survey to the 2006 survey. Results will be summarized in a technical memorandum. The time provided for completion of the contract is (12�1 unchanged) (U increased) (U decreased) by calendar days. This document shall become an amendment to the contract and all provisions of the contract will apply thereto. Accepted By: Date Z 2 71P 7 Contractor's Representative LAND Recommended: —'�' `�`'`'�d �7�— Date Engineering/Facilities .' >en Director Approved By: n Date 3 t77 Manager (Less T 1'10,04- B r gh Clerk for all change o son this co If the change order or orders exceeds ten ousand (10,000) dollars, it will require the signatures of A. The mayor and deputy presiding officer; B. The mayor and one (1) assembly member in the absence of the deputy presiding officer; C. The deputy presiding officer and one (1) assembly member in the absence of the mayor; or D. Any two (2) assembly members in the absence of the mayor and deputy presiding officer. Approved By: ✓ Date 3 (% ayor eputy Presiding Officer Revised by MIS 08/23/05 KODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER 710 MILL BAY ROAD KODIAK, ALASKA 99615 Contract No. 2007-22 Change Order No. 3 Project Name, Number & Location Kodiak Landfill Lateral Expansion Design and Construction Services Kodiak Island Borough Landfill Amount of Contract & Change Order Original Contract $ 392,599.00 Previous Changes $ 13,451.00 Contractor This Change $ 381,647.00 CH2M Hill, Inc. 301 West Northern Lights, Suite 601 Anchorage, AK 99503-2648 Adjusted Contract $ 787,697.00 Description of Change Cost This change order is for design and construction support services for Kodiak's $381,647.00 lateral expansion and first lined landfill cell. Design of leachate collection, storage, and transmission from both existing and new lined lateral expansion cells to the City of Kodiak WWTF is included. Components of the design services include: composite liner and alternative liner petition; final cover; storm water system; leachate collection and recovery; leachate seepage collection, surge pond and pump station at existing landfill; leachate storage lagoon and pump station for lateral expansion; leachate pipeline; and landfill gas management system; compilation of construction documents; and construction cost estimating. Construction support services include: bidding phase support; document interpretation and submittal review; construction quality assurance plan; construction quality assurance inspections; construction quality assurance final report; and record drawings. KIB hereby authorizes CH2MHILL to proceed with leachate management conceptual design only. Authorization to proceed with design development of leachate management and pipeline system requires written notice to proceed from KIB pending the City of Kodiak's agreement to accept landfill leachate. Reference CH2M HILL proposal dated May 27, 2010. The time provided for completion of the contract is (❑ unchanged) (® increased) (❑ decreased) by 700 calendar days. This document shall become an amendment to the contract and all provisions of the contract will apply thereto. e Accepted By: V4e,4Jo Date �j • 2�" [ Contractor's deDrelentative Recommended: Engineering/Facilitie ire ox XcJ�'AND I nce Director Approved By: cL Gtiasr ���- d'•.f� v �l Manager (Less Than $ ,Tor I g ' u h Clerk for all change orders on tis'h& N Revised by MIS 06/14/06 Date 7-4 -aoic Date r%' 0 —,�—o %D If the change order or orders exceeds ten thousand (10,000) dollars, it will require the signatures of A. The mayor and deputy presiding officer; B. The mayor and one (1) assembly member in the absence of the deputy presiding officer; C. The deputy presiding officer and one (1) assembly member in the absence of the mayor; or D. Any two (2) assembly members in the absence of the mayor and deputy presiding officer. &AAApproved By: % Date ayor Deputy Presiding Officer Revised by MIS 06/14/06 KODIAK ISLAND BOROUGH CONTRACT CHANCE ORDER 710 MILL BAY ROAD KODIAK, ALASKA 99615 Contract No, 2007-22 Change Order No. 4 Project Name, Number & Location Kodiak Landfill Lateral Expansion Design and Construction Services Kodiak Island Borough landfill Contractor CI -12M Hill, hoc. 301 West Northern Lights, Suite 601 Anchorage, AK 99503-2648 Amount of Contract & Change Order Original Contract S 392,599.00 Previous Changes S 394,471.36 This Change 5 64,867.00 Adjusted Contract S 851,937.36 Description of Change Cost Design liner underdrain system. Conduct geotechnical investigations in the S 64,867.00 lateral expansion area. Update base map with new aerial mapping_ Adjust lateral expansion grading. Reference 0`12M HILI, change order request #1 (COR -1) dated October 14, 2010. The time provided for completion of the contract is ( unchanged) ( increased) ( decreased) by calendar days. This document shall become an amendment to the contract and all provisions of the contract will apply thereto. Accepted By: j,(f ntractor's Representative PND e Reconvnendcd: n�' ieerin iFac'liti s Dir .c ; rr�/�� ii awe )free Approved By: Manager (Less Than S10,000— Total � rou i Clerk thr all change orders on this contra ��'9RV n Date 10/22/10 mite II- f -fin/b Date li�Z liv If the change order or orders exceeds ten thorasand (10,000) dollars, it will require the signatures of.- A. fA. The mayor and deputy presiding officer: B. The mayor and one(]) assembly member in the absence of the depot,• presiding officer; C. The deputy presiding officer and one (1) assembly member in the absence oft lie mayor; or D. Any two (2) assembly members in the absence of the mayor and deputy presiding of Ficer. tJ j ! Approved By: Date 1 i 1 ayor - Deputy 11'residi'ng (,9f7i er Revised by N1IS 0614106 KODIAKISLAND-I BOROUGH 7 'ROAD A 1"OMILL, BA KODIAK, ALASKA 9961Z'S & Locat" Project Mame Numbet 101n Y. Kodiak Landfill Lateral Expansion Design and koro Sei'mces Kodiak Island Boro gb Landfill, Contractor- CH.2,1\4 HilL Inc. Ughts, S-;uite 601 301 West'Nforthei-n I Anchorage, AK 9950- 648 ANGRIN �0411, 111�4. Contract No. 2,007-2.1 Change Or&r No. 5 Deserliption of Change — - - - - - - -- ---------- - -------- Amount of Contract, & Change Order Original Contract S 3 92-1599. 0, 0 -33 3 8 3 6 Previous Cbanges S 459, � This Che S 32%000 Adjusted Contract S 8 8 3,9.'37. 3 6 Task i. Ana[Nisls of Additional )vk "rite "Sludge Placement on Existing LF Top Deck A C A 2. Estinnale Cost of W\VT13 Upgrades, ReporL & Presentation itl Koo,], Total m The time prov ided for coinpletiori of the contract is (L>� unchanged) (L—] increaseq) (Li decreased) by calendar days, This document shall beepime an amendinient to tbe contraot aad 0 -ov1s1*0us of the contract will apply thexeto, LL Ile Dale T-1 * 01 1121 /2011 irec, 0 of G) 171 040 Date, Appjwed B� .Nlemager (Less Thatir S,110,1000 - Tatal oucr Clerk For zH ch,ince orders on this contra. . ..................... . - If the change ordet- oi- mWer s exceeds to thousund (1q,000) dollars, it!will require the signatures A. The inavor and, deputy presiding officer. B. The nazvvor and one 1) assembly member in the absence of ffie deputy presiding officer-. C -esiding officer and, one (1) assembly me i the absence of the, M, hworl- oi- The deputy pi mber ii I I D. mvo ('12.) asscinbly members in, the absence of the mayor and deputy presiding officer. T. Appiroved Bv: Da,u.. Yor Deputy Pre, ig Officer KODIAK ISLAND BO0OUG11 71,0 M, 11A, BAY ROAD KODIAK, ALASKA 99615 Project Name., Number & Location KL)diak, 1..,andfi I] Lateral Fixptuisjon Design and, Const-ructlop ServllceS Kodiak Ju i 'and 'Bo"!2II&h I �i�,d Contractor. f I e-7 M HiI 1, 1w;. 3 0; 1 Wiest, Nortbiem L I gbts, Suite, 60 1; CONTRAcr C.HANCE'ORDER Contract No, 2007-22 Change Order No. 6 Amount of Coutract 494,, Chwige Order 01-igint-fl, Contria,ct, 1 3 92),599,-00 Previous Changes 491)338.36 Adj usted Contract, $ 953,586.36 Descripittion. of Chang' e Cost T'ask istle Clearing & Fend g RFP s,upplort 2,. APDES Permit Application $ 229,26.00 34 SWPPP Wr N P 1) ES I i i dusttial Storm Water Penn It for Land fill $ 191,361.00 0 p e 7ra t i F',n s N01 mi �cd)jt C, he 11111C A" LJ (),�!jjjw fflic caritract is" �-e C —re, T I 1111L a,sed) by sl 11bcx,;ypjv, wi attieiidipunt to Ow conlylictmirovillsse contract wild d idl, i�iqnqf thipply "Thi'r, d(wt,1111cal I" - p 111'so, ised by MIS G644106, CH2M HILL 949 E. 36th, Avenue Sade 5w Anchorage, AK 99508 C Iml 2W 1, H1, L L Tel 907,762,1500 Fax 907.267.2000 amfumm ,Ken Smith, I?X- PrOect Manager Kodiak Island, Boggh Engfiieermg & Facilities Department 2410 MiU Bi4y Road Kodiak, Alaska 9,9615 Subject: Lateral Expansion Project Change Order Request: Site Clearing, and Fencin ing FOY-031M KODIAK ISLAND BOROUGH Mir. Ken Smith April 6,201,1 Page 2 01 Half-size drawings will be pre for this design, showmigthe locatiom, and control pwints for clea mh It I anct fencing. 4p Opp AY 11 lit lt:�Awl, it, immleaning, cbau'l lffik fence, a bear fence will includeo, KODIAK ISLAND BOROUGH Mr. Ken, Smith April, 6,2011 Page 3 Tedutical specificafions, for the cleaxing, chain link fence, and bear fence wil,l Include- . . . . ........................ iil Slite CleaOT%, Fences and GateIAII Ills am! Electrified Bear Fence, KODIAK, ISLAND BOROUGH Mr. Ken Smith April 6, 2011 Pa,ge 4, 2. 95% design d.raw-migs and specifications (�alf size drawings,,, P'DF files). 31. 1001% design, drawings and, specifications and bid -ready project manual (PAF files for reproduction by'Borough). 4. Fir, W cost estimate (PDF file). 5. ASCII files witb survey control pomits for, construction, contractor. 6. AutoCAD files of drawmigs and MS Word files, of specifications., 7. Responses to submittals providedfor review during construction. TABLE I Summary of n*c(:,,, for Proposed Task Task Description Price 1 Site Clearing and Fencing RFP Support $27,,362 Total $27$362 We propose to conduct thi,s work ona time and materials basi's as an amendmenttoexisting contTact2007-22 (Lateral, Expansion), with 2011 labor rates., Wearereadlytostartthis work i immedlately,upon authonization. Sincerely, CH2M HILL, Inc. Co "n s Project Manager Starr J, Dehn Project Delivery Manager ign KIB LF Lateral Expansion Des CCH12MKILL Labor Hours/Price CIftargeiable Tasks,, Change Order 4, without Budget, Sublotals, without Period Subtotalis, without Estimating Frequency Sublotals Description BII I Rate Hours Amount Top Task A2 Task A2.11 - Clearing & Fence RFP CorSt Estimator 172,00 6 11032.00 Electrical Eng/Alderson 172.010 12 21064.00 Engineer 172.100 52, 819,44.00 Engineer/Christenson 135,100 4 540,00 Prolect Admin 82.00 10, 820,00 Project Manager 1, 72.00 26 41472.00 Senior Revie"W 186,00 36, 6,0 6.00 Sf ications /Br 82.00 8 656.00 Sr., Reviewer/W, alker 209.00 2 1418,00 Structural Eng/Wallis VZOO 1 10 111720,00 Subtotal for Labor 166 27 X362.00 Subtotal for, Costs 1166 27,362.00 Subtotal for A2.111 - Clearing & Fence RFP 166 27362"'0001 Subtotal for A2 166 27,362.00 Grand T otall 166 271,362.00 0,6.Apr-2011 1011:12 PM Page 1 of 1 htt,ps.//ww�w.i�nt.ch2m.,coini/pr�l�cer/R,epiorts.asp,x,?Iid=:98&'Reportn'ame—La�bo,rHo,urs"/`�""`""Pfice�(A).,.. 4/6/2011 0710MUM Ken Smith, P.E. Project Manner Kodiak Island'Borough Engineenng & Facilities Departme 2410; Mill Bay Road Kodiak, Alaska 99615' Subject Lateral Expansion Project Change Order Request: AlaskaPollutant Discharge Elin-dnation ,, , 3Ystem, (APDES) Permit App,11"Cation for �Onsite 1,eachate Discharge: 0 Per discussion on, our Marcb 21 px�03*ect conference call, w�ei are submittingtbis change ordier ,request for pireparation, o,f die AMES permit application for onsite discharge of leachate. Our proposed scope of'work and price are as, follows. M= I I p ,Prepare draft permit application for APDES General Application Form land APDES Application Form 2D New Sources and New Dischargers, Application for Permit to Discharge Process Wastewater. CH2M HILL 949 E 361h Avenue Suite, 500 iii Anchorage, AK 995i 08 C142, MHILL Tel ,7 2w160 Fax 907.257.2000 0710MUM Ken Smith, P.E. Project Manner Kodiak Island'Borough Engineenng & Facilities Departme 2410; Mill Bay Road Kodiak, Alaska 99615' Subject Lateral Expansion Project Change Order Request: AlaskaPollutant Discharge Elin-dnation ,, , 3Ystem, (APDES) Permit App,11"Cation for �Onsite 1,eachate Discharge: 0 Per discussion on, our Marcb 21 px�03*ect conference call, w�ei are submittingtbis change ordier ,request for pireparation, o,f die AMES permit application for onsite discharge of leachate. Our proposed scope of'work and price are as, follows. M= I I p ,Prepare draft permit application for APDES General Application Form land APDES Application Form 2D New Sources and New Dischargers, Application for Permit to Discharge Process Wastewater. NODI AK ISLAND BOROUGH Ken Smith,, APT 6, 201 Page 2 'The pern ult application willcover the dischiarge ofdflute and pretreatea kaerated lagoon) leachi ate durmig peak storm events from the overflow �ypass on ffie leacha,te storage lagoon to fresh, water in the natural wetlands., I 'I develop The permitting effort will not include development of site specific discharge criteria or a mjxmg zone. 01 This effort covers submittal of a complete permit applicatio�,11. Addifional permitting support and response to future ADEC requests following submittal of the, permit is not 4 mcluded. 1. Draft peurdt application (Application Form, 1 and 2D) for KIB revievs 2. Draft ;permit application (Application Forml and 2D) and, meeting with A,DEC to review the permitapplication for completeness 3. Submittal of a complete, pennit application to ADEC (electronic PDF) TABLE I Summa y of.Pdice for PTpsed, Task Tasik Description Price 11 Prepare and Submft, ALOES Permit Application $22,926 Total $ 221,926 We proposeto conduct this �work on a time and materlials basis, as an amendment to existing con,trad 2007-22 (Latetal Expansion), with 2011 labox rates,, We are ready to start this work immediately upon authorization. CSM HILL, Inc. 4J 5A Cory In& Sta,rr J.Dehn, Project onager Project Dry meager mIIB LF Laterail Expansion Design, CN2M H I U Labor Hours/Price C harg eable Tasks, Ch ange Order 10, withoul, Budget S ubtotals, wiftul Period Subtotals, without EsUmating, Frequency Subtotals Description Bill Rate Hours Amount mom Top Task A2 Task A2.1 3, - Leachate DIscharge Per mit, EdIting/PublicatiOnS 11 10.00 880,M Engineer '172.00 9 1 548.00 Engineer 186.00 16 21976.00 Jr, Engineer 122.00 81 9,882.00 Project Manager 172,00 29 41988,00 Senior Engineer 209.00 4, 836.00 Senior Review '186.00 674.00 Subtotal for Labor 156 221784.00 Subtotalfor Other Direct Expenses Subtotal for Costs Subtotalfor A2.13 - Leachate Discharge Permit SubtoUl for A2 Grand TdIA Off -Apr -20110815:2 PM 141 -75 141.75 156 22,1926-75 156 221925.75 156 22s925.75 1,56 223925.75 ,https-,,//"`�`�"`www.int.ch,2m.r,om/p 'cetMeports.,aspx?ld;=�98&R.,,epoitna,me—Labor Hours/Price (A)..., 4/6/2 n OIJ i I * Ken S[ruith, PXI Pto)ect Manager Kodiak Uland'Borougi-i Eingmieering, & Faci-Mies Department 2410,Mill, BaY Road Kodiak, Alaska 99615 Sub�ecf: Lateral Expansion Project Change Order Request-, Natimial Pollutant Dischargit Elimination, Syst� em (NPDES) Industrial Storm, Water Plermi t Application for Land, fi 11 Operations V "W jai air a Z Igo 0 AP N= i The objective, of this work, lis to prepare the NOI and S"PP for landfill 0 peratilons follow Mig cell 1 corlstruction. The NOI and SWPPP would, be prepared for the future con.chtionwhen cilonstruction of Cell 1 is complete (in the near future, late 2,1012, or early 2013) bringing the Bomugh into full comphance for operation of the landfill., red aeon, of NO], and SWPPP Prepar e draft NOI and SP for KIB review„ N01and SVVPPP'wi,1,1, be prepared using ADEC's guidance for filbig an SOI and preparing an Industrial SWPPP at http,-.//dec,.ialaskagov�/�water/`wnps,pc/"`sto�rmwater,/"M�u'ltiSec.to;r.'htm Prepare final N'01 and SP. CHEM HILL 949 . 36th Avenue suite 5MI Anchor6qe, AK 9,95'08 CH2Ms441LL 'Tel 907.76,2154M, VINYMM FAX 907.267.2000 i I * Ken S[ruith, PXI Pto)ect Manager Kodiak Uland'Borougi-i Eingmieering, & Faci-Mies Department 2410,Mill, BaY Road Kodiak, Alaska 99615 Sub�ecf: Lateral Expansion Project Change Order Request-, Natimial Pollutant Dischargit Elimination, Syst� em (NPDES) Industrial Storm, Water Plermi t Application for Land, fi 11 Operations V "W jai air a Z Igo 0 AP N= i The objective, of this work, lis to prepare the NOI and S"PP for landfill 0 peratilons follow Mig cell 1 corlstruction. The NOI and SWPPP would, be prepared for the future con.chtionwhen cilonstruction of Cell 1 is complete (in the near future, late 2,1012, or early 2013) bringing the Bomugh into full comphance for operation of the landfill., red aeon, of NO], and SWPPP Prepar e draft NOI and SP for KIB review„ N01and SVVPPP'wi,1,1, be prepared using ADEC's guidance for filbig an SOI and preparing an Industrial SWPPP at http,-.//dec,.ialaskagov�/�water/`wnps,pc/"`sto�rmwater,/"M�u'ltiSec.to;r.'htm Prepare final N'01 and SP. KODIAK ISLAND BOROUGH Mr, Ken Smil"M April 6, 2011 Page 2 The NOI and SWP"'wfl,l be prepared for storm, waiter management and discharge followlinz�(���truction. 1Q'B wfll, rev iew, sign, and submit the NOI. KIB will review, signesubmit and 1Jm,P1ementtheSWPPl?. Draft N,01 for, KJB review , electronic submittal (PDF file) 2, Draft SWPPP,,for KIB review,,, electroruic sub ittad(bobkmarked, PDF ffle) 3. Fmal N01, for'KIB to, sign and subm'I't tol ADEC, electronic submittal " file) 4. Final SWITP for KIB to submit to EPA, electronic submittal, (bookinarked PDF ffle) TABLE I Pr'ce for PfDp�osed Task Summo - r - Y of i Tisk Descripti, On Price 1 Preparation 1 & SW, PPP for SES Industrial 19,362 Ston Water Peril for'Landfill Operations Total 19v362 We propose to conduct thilsi work on a time and materials basis as an amendment to exisfing contract,2007-22 (Lateral Expansion), with 201,1 labor rates. We are ready,tostart this work immediately upon authorizabon. CH2_M HILL, lnc. Cor14s, y in Project Manager Enclosure: Labor and pn*ce breakdown Stan, J. Dehn Project Delivery Manager LI- Lateral Expans"on Design CH2MHILL Labor Houm/PrIce Chargeable Tasks, Change Order 9. without Budget Subtotals, Mhout Period Subtotal�s, w, fthout Estimating Frequency Subtotals Description 'Bill Rate Hours Amount Top Task A2 'Task A. 1- SWOperations Permit EdIting/Pubfications 110.00 21 2,310.00 Engineer 1712M D 11720.00 Jr. Engineer 1212.00, 66 8o052,00 Pr '01 'ect Manager, 172.00 20 3,,440.Oo Senior Review 172.00 13 2,1236-00 Senior Review 186.0,01 8 1,1,488.00 Subtotal for Labor 13,8 19$246.00 Subtotal for Other Dfrect Expense Subtotal for Cost Su 14- SW Oerstions Perm, btotal for A2. pI Subtotal for A, Grand Tot 06 -Apr -201 108:22,:08 PM 11 SIM 115.50 13 191361, *5 1.38 *361.50 1138 197361.50 138 19,3615 0 Page I of 1 https-,//'Wiw-w,.int,c�h,2m.com/p,rlcer/R'epor,ts.,asplx9.,I,di=98&Repoirtname=Labor Ho,urs/Pfice (A).,. 4/6/2011 KODIAK ISLAND BOROUGH 7,10, MILL BAY ROAD KODIAKI ALASKA 99615 Projiect'Name, Number & Location Kodiak Landfill Lateral Expansio; ti, Design. and Consitniction Services 490-703 452.140 07013-4 Contractor CH2M Hill, Inc, 301, West Nor�theTn Ll*&s, Su'te 601, Anc'horaE,A,K 99503-2:648 liq ir T, VIA Contract No. 20107-22 Change Order No. 7 Desicrimpfloin of'Changl Task 1, Onsite leachate treatment, Cost estimate 1, Seep cutoff geotechweal. Investigation 4. Support fbr leachate treatment at,'WWTP 5. Baler squeezinrgs treatment design 6. Environmental revi"ew 7'. Concrete pad & access ranT for leachate lagolon Amount of Contract & Change Order Original Contract $ 39,2599,00 Previlous Changes $ 5601987-36 $ This Ch=ge A(busted Contract $-i7f+37iw5373r& Ref�mnce C HT2. MV HILL, proposals dated 3/ 151111 for Task, 1, anid 7/14/ 11 fbr Tasiks, 2-7, .... ... .. . ... ... ........ . . . The time provided for completi"on, of the contract is, (N unichanged) (Lj increased) (Lj decreased) by calendar days. c%*% -n*%k^ViAtinimil- +^ thf% ni%tvf*-n,,f nn,A n1l mz� Ml� Recommended: I ics Ogmeer ngffiaolflfti D' Approve�d By'. manager (Lelssv w w Date 7—ZS-/ Date g '3 '' � Date 0110, F Oj Date Approved By or beputy Pre'sidun, ifficer CH2M HILL 9,49 E. 36th, Avenue Suite 500 1 Anchorage, AK 99508 Tel 9107.762.1500 6 CH2M'HILL 1/4110, 111 Fax 9,07.2,5,7.2000, March 15, 20111 Ken Smith, P.E. Project M! anager Kodiak, Island, Borough. Engineering & Facilities Department 2410 Mill Bay Road Kodiak, Alaska 9i9615 Subject.- Lateral Expansion Project Change, Order Request: Onsite Leachate Treatment Cost Estimate, Per discussion on, our March 3 project conference call, we are submitting .this change order request for generating a cost estirnate for onsite leachate treatment. Our propose scope of work and price are as follows. Objective 'T"he objective ofthl's work is to estimate the cost for constructionand operation of an onsite leacha,te treatment system, to be compared to costs associated with leachate treatinent atthe City W'WTP (Le., for the leachate pipeline, and. pump, sittation). This alternative would be an out- 4'te treatment plant located at the landfill. The treatment system would accept the combined sil leachate flow ftom. theexistin I g and lateral expansion landfills, and domestic sewage from existing and future residenalong Monashka, Bay Road. Evaluate and Confirm Diischarge Criteria Review the treatment criteria required to, meet fresh water surface discharge lm its at the point of compliance in the natural wetlands below the site. Review the discharge criteria for all applicable regulations. Reference existing work on discharge limits and information from meeting with Renee Evans/ADEC wastewater. It is, anticipated that the ammonia criteria will continue to drive the treatment requirements, but this will be checked. Concept Design for Treatment Process Research and develop a concept design, for treatment process to treat the combined le�achate flow from the existing and lateral expansion landfills, and domestic sewage fromexisting and futureresidences, along Mon ashka Bay Road. Include collection system piping from the r ide ces to the landfi I (assume 2 miles) and piping to the discharge location. Prepare esi n I 1 1 1 quantities for costing. Estimate, operating costs including additional operations staff'. KODIAK ISLAND BOROUGH Mr. Ken Smith March 11, 2011 Page 2 Cost Est'I'mate Peepers an AACE, Class 4 rough order of magnit-Lide cost estimate. Class 4 estimates are typ ca y based on a 1 %, to 15 % level of project definition and have an expected, accuracy range of -30%, to +50%. These estimates are typically used, for feasibility decision making. 1. each memo, with, discharge criterla and concept design 2. Class 4 cost estimate TABLE I SUM,Maly of Price for Proposed Task Task Description Price 1 Cost Estimate for On -Site Leachate Treatment $13,988 2 Unused Labor Savias from Change Order#5'WWTP Upgrades Cost Estimate 410,321 9 'Total $3,667 We propose to use approximately $10,321, remaining on Change Order #5, Task 2, Estimate Cost of WWTPUpgrades* Therefore, the total additional required,'is, $3,667. We propose to conduct this, work on a ti me and materials "basis as an amendment W existing contract 2007-22 (Lateral Expansion), With 2011 labor rates. We are ready to start this work immediate -Ay upon authorization, Z� CH2M HILL, Inc. Cory Hinds Project Manager Enclosure-, Labor and price breakdown Starr J. Dielm Project Delivery ,rT'% age I of I KlIB LF Lateral Expansion Design CH2,,MIKILL to Price Detaill, Chargeable Tasks, Change Order 5, witbout Budget Subtotals, without Period Subtotals, without Estimating Frequency Subtotal' Per Diern Description Code Unit Quantity Rate Price Top Task Ar2 - 5 HOURS Task A2.10 - WWTP upgrade cost esti�mate 172.00, 11376.00 Engineer 4 HOURS (16) 6® ('21976.00) Jr. Engineer, 8 HOURS (26) '1221.00 (3,172.00) Project Manager 5 HOURS, (24) 172.00 Subtotal for Labor (66) (105,276.00) Subtotal for Labor and Overhead 6 (101276.00), Health & Safety HOURS 1(261) 1.75 (45-50) Subtotal for Other Direct Expenses 7 (45-50) Subtotal for Costs 135-00 (101321.501) Subtotal for: A2.10 - WWTP upgrade, cost estimate 19 (10131211.50) Task A2.12 - OS Leach Tr Cost Est Cost Estimator 5 HOURS 8 172.00, 11376.00 Electrical Eng/Alderson 5 HOURS 1 172.00 172.00 Engineer 4 HOU RS 27 186-00 51022.00 Engineer 6 HOU RS 24 157.00 3 768.00 Engineer 7 HOU RS, 1 135-00 135.00 Project Admin 19 HOU RS 2 82.00 164.00 Project Manager 5 HOURS 8 172.00 11376.00, Senior Engineer 3 HOURS, 7 209.00 11463.00 Sr. CAD/Latta HOURS, 4 128.010 512.00; Subtotal for Labor 82 131988.00 Subtotal for Labor and, Overhead 11339a.00 Subtotal for Costa 131,988.00 Subtotal) r A2.12 - 10S, Leach Tr Cost Est 3,9 .0 Subtotal for A2, 31666.50 Grand Total 31666.50 15 -Mar, -20,11 11:22:45 PIVI Page I of 1 htt,ps..//www.i*nt.ch2m.,cotiill?ricer/Rieportsi.aspx?l�ld=1,90,&Report�name=To,taI Price Detail 3/15/201,1 CH2MHILL MUZUM Ken Smitf�, P.E. Priqject Manager Kodliak Isla_nd Borough Engmieering &,; 13acffiffies 2410 Mill Bay Road Kodiak, Alaska, 9961SA, ON M. U R Change Order'Requests - Lateral Expansi on Pr ect Oj CH2M HILL 949 E. 36th Avenue Sufte 500 Anchorage, AK 995,08 Fax 907.257.2000 U MEMS &,J'Price fb!r Change Orders .................................. . .. . . . .. . . . . . . 0 Description Price M-�M WRIZIM11 I 0191M AS'-— NIP, Cutoff Geotechnical Investigation $26100 .Twiport for Lealchate 11tatment at WWTP $12%400 Baler Squeezings Treatment Design $14,600 Environmental Review, M 18 Concrete Pad and Access, Ramp for Leachate Lagoon $11 5400 Lateral Expansion Additional Tasks Total 1 $11 55,900 We look fbrward to your deeisions, on theise. We propose, to conduct this� Work on a, time and materi'als,basis as, an amendment to existing contract 20107-;22 (Lateral Expansi*, -with 2011 1 labor rates f6r design and escalated �rates for construction services lin 2012, We are ready to 0 start, this workirnmedilately upon authonization. 949 E. 36-th Avenue Suite 500 Anchorage,, AK 99508 90 CH2MHILL, 'Tel 907.762.15 0 0, AM , WON/, fax 907.257.200:0 July 14, 2011 Kin Smiti-t, P.E. Project Manager Kodiak Island Borough 'Engineering & Facilities, Department 241,0 Mil,l Bay Road Kodiak, Alaska 99615 III III ON IN IIIIII1FI 111111111111111111111111111110 1 11% q ip�i F TABLE I Summaa, of Price for Change, Orders COR# Des,crlpborn Price Litter Fence Foundation Design and Construction Support Seep Cutoff Geotechnical Investigation $26,2100 15 Support for Leachi atie Treatment at WWTP $12,400 16 Baler Squeezing s 'Treatment Design $14,600 17 EnvIironmentall Review $5,900 18, Concrete Rad and' Access Ramp for Leachate Lagoon $11,400 Lateral Expansion Additional Tasks Total $155,900 We look forward to your decisions on, theseI. We propose to conduct this work on a time, and materials basis as an amendment to existing contract 2,007-22 Expansion), w1th 2,011 labor rates for design and, escalated rates for constructlion services ins 2012. We are ready to star this work Immediately upon authorization. KODIAK ISLAND BOROUGH Mr. Ken Smith April 6, 2. Page 2 gas= CH2M HILL, Inc. Cory FE ids Proct Manager Request Justification Table Detailed SOW for each request Price Breakdown for each request Starr J. Dehl-, Project Delivery Manager T�/Desiion g n - - - - ---------- Consequence if Not Approved 13 Litter Fence KIB requested addition to designIf this is not approved, the proposed litter fence Geotechnical investigation Reduces pacts n neighboring will not b d o constructed. pacts on and performance spec design properties fry d blow litter. W n h n r fro wind b -� bt-ter of litter fence for have already incurred costs to revise the would not be mitigated, or would require approximately 1500 linear feet Cell 1 perimeter berm to accommodate mitigation using other labor intensive methods. the litter fence. We would request approval of costs already incurred; Seep ��f Geotechnica term� bedrock g then the design will be Investigationspts with best available information, The Drilling to determine depth to seed cutoff wall to satisfy regulatory depth to bedrock will be uncertain and change bedrock for seep collection at requirement to collect and contain the orders may result during construction. Pip Mig toe of landfill near MH C and seep. Piping depth downstream of elevations downstream from the seep cutoffs seep collection near MH E. cutoff wall can -not be finalized until may need to be adjusted. depth to bedrock is known. 5 Support for Leachate This work is required n order obtain not approved, then the Cid Will not Treatment at WWTPCity approval for treatment f leachate approve leachate treatment at the WWTP. KIB Respond to Parametria t the WWTP. will need to construct and operate a leachate requests, conduct additional treatment system at the landfill. ca-pacity analyses, calls/meetings lip - ---- ------------------ --,- 11 Milli! 111 M CO# Tial soil Justification Consequence of Approved 6 Baler Swings Treatment Replacement of the existing baler if this is not approved, then the existing sump sign treatment system will provide a more will remain and the design � 11 show the # Prepare ng reliableyt__ for oval oil, tin the sump discharge the leachate specifications for replacement of floating debris and sediment the collection system. tie clogging and overflow the baler squeezigs treatment qu zing wastewater. With removal problems with the �-is ng a will . of the suevents will be reduced. The existing scope of work included routing of the baler squeezings to the leachate collection system, but not replacement f the treatment system.. 7 Environmental Review Required when Federal grants or loans Ifis is not rov Preparation of Environmental re used for construction, Specifically . CWF or other Federal loan or grant. Information Document (EID) for required for the Alaska Clean Water proposed project Fund (ACWF) Loan. 8 Concrete Pad and Access Ramp The ramp and pad were requested by If this is not approved, then the design would for Leachate Lagoon KPB for cleanout for the lagoon. This not be completed. Other means for cleanout of Design and specifications for piece of the design was not identified the lagoon (e.g., vacuum ick) could b used. concrete pad at the bottom ofi earlier scope. Per KB direction, w wlreq��stin for costs already est compe- the leachate lagoon and ramp to proceeded with the design of the ramp incurred. provide access for cleanout and pad and have incurred costs to PAGE 2 OF 2 REV. , 13JULI Kodak Island Borough Landfill Lateral Expansion Cell 13 Utter Fence Objective Develop the design for the litter fence adjacent to the east and north sides of'Cellr 1. of the lateral I P i expansion, area. , rovide engineering services during construction of the litter fence. Assumptions 61 The litter fence will be included with, the Cell 1 Uner and Leachale Systems, construction contract documents. The litter fence will include pole -supported netting litter fence along the east and north sides of Cell, 1 of the lateral expansion, a distance of approximately 1. 1 500 feet. Geotechnical 'investigations for litter fence desigii will be conducted after construction of the Cell 1, Clearing, Excavation, and Fencing contract is sufficiently complete to allow access for the drill, rig to the proposed location of the litter fence and sub�surf'ace borings. can be advanced where the fence will be installed. Design of the litter fence will consist of foundation design for the support poles and performance and material specifications for the poles, netting, and hardware. The specifications will require the contractor to submit a detailed design for the, litter fence for approval. Drawings for the litter fence design showing the locations, control points, and design details will be included, with the design drawmigs for the Cell, 1 Liner and Leachate Systems. Technical specifications for the hitter fence will be included with the technical specifications for the Cell 1 Liner and Leachate Systems. Task 1 Revise Lateral Expansion Perimeter Berm Design to Accommodate Litter Fence, Modify the master files and model for the already -designed Lateral Expans iion perimeter berm and, road to provide a 5, -foot wide bench width, on the outside of the berm to accommodate the litter fence. Re -run the design template to add the h and adjust the, cross sections where, the surface water ditch starts and ends 111 cut sections based on the new catch poits. Create a 'ta' terra in niodel (DTM) and prepare subgrade contours for tl­ie master file. Cut new revisect ctigi I I cross-sections for analysis and checking of the DTM. Compute and check earthwork vlumes and erosion, controlqua ntithes .for the revised berm design. Update Cell 1 Clearing, Excavation, and Fencing drawings with revised grading contours, revised cross-section details to include th,,e bench for the litter fence, and revised, erosion, control features for the, added bench. Prepare a scope of work for driller services, to conduct geotechnical field investigations, and contract with a driller to perform the services. An allowance of $12,000 I's included in the budget for the subcontract for, driller services. Prepare a, scope of work for geotechnical laboratory testing services and contract wiffi a laboratory to perform, the laboratory testing services. An allowance of $5,000, is'included in the budget for the subcontract for testing services. Conduct geotecluAlcal mivesti gations for litter fence foundation design. Advance as many borings, as can be accomplished in two days time, without exceeding the subcontract allowance, along the proposed alignment for the'llitter fence. Borings will ble advanced through the er in 'burden soils and -to 15 to feet * to, the bedrock. Bori,ngs will, be observed and logged by a ov geotec�artical engineer., Collect SPT sampling of the overburden, Shelby Tube samples of clayey or soft material, and core samples of tl-Le rock. Obtain representative samples of shot rock embankment from the Cell 1 perimeter berms for laboratory testing of engineering properties. Conduct geotechnicial testing of samples as necessary to, obtain, sufficient information, without exceeding the, subcontract allowance. 'Laboratory tests will include unconfined compression tests on rock cores (four tests on each of two different types of rock), index testing of the overburden ells (water content', grainsize, and Atterberg limits as necessary to, classify all distinct soil samples, and strength tests on Shelby Tube samples., Prepare geotechnical data, report and make recommendations for foundation design. 4 Make iialquiries to and gather information fromlitter fence suppliers, and contractors to obtain example designs, appropriate for municipal landfill litter control and conditions at the KIB landfill,includIng the presence of shallow bedrock for support pole anchorage., Prepare foundation design for the litter fence, including installation condifions, in existing bedrock at the site and shot rock embankments, constructed for the Cell 1 expansion. Document the results of evaluationsil'i technical m1em, orandums as needed. Finalize the design of the litter fence, develop fl-te horizontal control aligpinent for the fence, prepare design details, and prepare drawings and specifications for construction. Final design drawings, for the litter fence to be added to thedrawmigs for fl-te Cell 1 Liner and Leachate Systems will 'include-, No. Title G3 Structural Abbreviations, Legend. and General,, Notes C7 Litter Fence Location Plan S4 Statement of Special Inspection Plan for Litter Fence sired by IBC) - Sheet 1 S5 Statement finer ur Sheet 2 S6 Litter Fence Foundation and Fence'details In addition, Drawings G1, C1, C2, C3, C61 C7. and, SM of the C�ell'I Clearing, Excavation, ai,-td Fencing contract documents will be revised to show the widened perimeter berm design to, accommodate the litter fence. * e* The 95% design drawings,. specifications, and tecl-11-lical memorandums for the litter fence will be submitted to the'Boroughfir review and comment with the 95% design submittal for the Cell 1 Liner andLeachate Systems. Borough comments on the 95% design, for, the litter fence w ill. be incorporated, into the 100 % final d ocuments. i I Task 4 Contract, Documents The'litter fence design will be included in the contract documents for the Cell I Liner and Leachate Systems. The documents will include bidding requirements,, contract forms, general conditions of the contract, supplementary conditions, technical specifications, and construction drawings. Submittal documents required for the litter fence as, listed in the specifications, will be 'included w itl I I I i the subm*ttal register, for the Cell 1'Liner and Leachate Systems based on the required submittals prior to construction, during construction, and after construction., A construction cost estimatefor the litter fence based on flie final bid documents will be include. with the construction estimate for the Cell1L.Mier and Leachate System. CH2,M HILL will respond to bidder's questions regarding the litter fence,, prepare required clarifican"ons to be included in addenda, and review submittals or substitution requests. This support will be in the form of teltip honeconversations, memos, and informal, sketches., CH2M HILL will address Contractor questions related to the litter fence as requested by the BOROUGH. CH2M HILL will interpret and clarify the drawings and specifications and will develop supplements to details, elementary sketches, or written descriptions as required to meet actual conditions encountered in the field, and to respond to Contractor requests. Responses to questions will be, documented and maintained *in the project records. CH2M HILL will review Contract, or submittals for the litter fence provided to us by the BOROUGH Construction Manager. Litter fence design, shop .raw ilIgs, illustrations, product data, warranties, schedules, samples, test results,, inspections, etc. will be reviewed to confirm that they, are in, compliance with the Contract Documents. Copies of the submittals -will, be maintained at CF12M HILL Anchorage office. A CH,2M HILL administrative assistant will, track the submittals received by CH 2,M HILL using the software program Expedition. Using the Contractor -provided mark-ups, CM HILL will prepare record drawings for the litter fence. MicroStation files will be converted to AutoCAD files for submittal to the BOROUGH. Deliverables Deliverables for, the litter fence will be combined will -i the deliverables for the Cell 1 Liner and Leachate, systems and will include, the following: 1. Design technical memorandums (PDQ" files),. 2. 95% design drawings and specifications (half size drawings,, PDF files). 3. 100% design drawings andspecificaulions and bid -ready project manual, (PDFles for reproduction by Borough). 4. Final cost estimate (PDF file). 5. ASCII files with survey control points for construction contractor. 6. AutoCAD files of drawings and MS Word files of specifications. 7. 'Bid Clarifications, as needed (electronic, copies, for ii-icluslonh-1 addenda). 8. Res ponsesto submittals provided for review during construction.. 9. ASCII files with. survey control points for construction contractor. 10. Draft Record Drawings (electronic, PDF file). 11 Final Record Drawings (electronic PDF fide and AutoCAD files). KIB LF Latera,l Expansion Design CH2MH1lLL mok La,boir Hlours/Price Order 14, witholut Budget Subtotals, without Period Chargeable Tasks, Chan, , I i 91 Subtotals, without Estimating Frequency Subtota,ls Description Bill Rate Hour's Amount Top Task A2 Task, A2.15-03 - Geotelch Littler Fence CD tech 98.00 46 41508-00 Engi neer '172.00, 95 16 340.00 ETC Labor 172.00 6 11032.00, ETC Labor 209.00 22 4,598-00 Geotechnical Engineer 122.00 56 6,83U0 Geotechnical Engineer 186,00 103 1% 158-00 Project Admin 82.00 6 492.00 Project Manager 172.00 20 31440.00 Senior Review 1186,00 33 6,138.00 S p ec i If i c ations/Batt 82.00, 20 11 .00 Subcontracts support 112.00 8 896.00, Subtotal fir Labor 4,15 65X074.00 111111 11111111 iq��1111 IN ME, a", .r .19= Total Travel Markups, on Expenses Markups. on, Subcontractors Markups On Travel Subtotal, for Markups, Subtotal If or A21 5.03 - Getc h Littler Fence Subtotal for A2 Grand Total 07 -Jul -2011 10A55:07 AM 171000.00 1 71 000.00 1 X275.00 13275.00 415 83,549-0:0 2011100 1 700.00 127-50 1 1847.50 Uteral Expansion .. Geotechnical Investigations for seep Cutwoff Wall Design Ob ctive Obtain subsurface geotechnical information needed forthe, design of a seep cut-off wall near i I existing Manhole C at the northwest corner of the existing iandfill and a subgrade cut-off wall in the area near Manhole E at the northeast comer of the existing landfill,. Assumptions • The seep cut - off walls will be included with the Cell 1 Liner and Leachate Systems, construction contract documents. • A seep cut-off wall -will be used near Mand -tole C instead of the previously proposed leachate seep collection pond to intercept leachate seeps from the existing landfill that are currently draining to surface water on the north, side of the perimeter berm road near Manhole C. • A subgrade cut-off,wall and, drainage system will be provided nil the area between the existing landfill and the east slope of the, Cell 1 lateral expansion adjacent to ash Bay Road. • The base and ends of the seep cut-- walls will be keyed into bedrock to minimize the potential for leachate seeps to bypass beneath or around the ends ofthe cut-off walls,. • Geotechnical investgat ionsfor the design of the seep cut-off walls will, be necessary to provide 11-dormation regarding location and depth of edrock. Design of the seep cut-off walls and preparation of drawings and technical specifications will be conducted as part of the Cell. 1 Liner and Leachate Systems desigII,. The seep cut-off wall designs can'be shown on two plan sheets and one detail sheet. Task 1 Geotechnical Investigations for Seep C ,Of Wall Designs Prepare a scope of work for driller services to conduct geotechnical field i t tt to locate the depth to bedrock along the existing toe drain near aril -tole C and also in the, area near Manhole E where cut-off walls are proposed for Cell 1 construction. Contract with a driller to perform the services. An, allowance of $15,000 is included, in, fl-te, budget for the subcontract for driller services. Conduct geate cl-ui'l',c,al'lllvestigationsI to identify the depth to bedrock along the existing toe drain near and 1e C and in the area near Manhole E. Advance as, many auger borings, as can be accomplished in three daystime, without exceeding the subcontract allowance, along the toe drain alignment near Manhole C and along the cut-off alignment near Manhole'E'Borings will be advanced through the overburden colds to the surface of the bedrk. Estimated depth to u bedrock, is from 10 t20 feet below ground surface. Spit the auger: borings with, test pits where, work space is sufficient for test pits. BOROUGH to provide excavator and operator for test pit excavations and backfilling ofauger borings and test pits. Borings, will be observed and, loggedby a field technician to identify the depth to bedrock and the presence of water, Uil the borings. No saraples will be collected. Prepare a technical memorandum presenting the results ofthe investigations. Depth, totedrock, information will be used iin. the design of the cut-off walls near Mardiole C and Manhole E. KIB L,F Lateral Expansion Design CH2MHILL Labor HouIrs/Price hout Budget Subtotalls, without Period Chargeable Tasks, Change Order 13,1 wit firnating Frequency Subtotals, Subtotals, withiout Es Description Bill Rate Hours, Amount Top Task A2 'Task A2.15.02 - Geotech Seep Cutoffs Enigi nr/C h, rilsten son 135.00 36 478160.00 Project Manager 172.00; 4 688.00 Senior Engineer 209.00, 12 2,;508.00 Senior Review 186.00, 4 744.00 Subcontracts support, 2.00 8 89,6-00 Subtotal for Labor 64 916196.00 Total Subcontract 151000.00 Subtotal for Subcontract 153 0,00.100 Subtotal for Costs 64 i 249696.00 ENE= WN 4,04 SuNotal for Markup.., qubtotal for, A2.1 5.02 - Geotech Sleep Cutoff Subtlotall f�br A.. Grand' TotJ -J1-2011 10:53-48 AM 11 500,.00 1 35w.00 64, 261 916.00 64 263196-00 614 261 96.00 https.-//www.int.ch2m.com/p,ricet-/`Reports.aspx'?Id=98&Reportnam.e=Lab,o,r Hours/Price (A)... 7/7/2011 Scope.- Respond to tecluilcal requests on estimated leachate volumes and quallty. 11 It . Technical Memorandum witl-t response to Parametrix Leachate Evaluation, Deliverable. I Memo of 6/9/'11. Scope: Prepare an engineering analysis to develop a basis for the amount of plant capacity needed to be re�rved for the, Borough as, a result of receiving leachate. Review and evaluate boll -t treatmepacity and hydraulic capacity,. Leachate treatment at the, City W"WTP. If lealchate is, to be treated onslite, then dil's, task should be deleted. 0 City, of Kodiak to provide flow data Deliverable: Technical memorandum with capacityanalysis and recommend ations. Task 3 Teleconferences and Meetings Scope: Teleconferences and. meetings -with. KIB and City of Kodiak and the City's contractor Parametrix to, discuss leachate treatment and upgrades to the City WWTP., Assumption.- Two te leconferences Delirverable: Meeting minutes., ANCISOW SUPPORT WWTP TREATMENT URDATEDJ71311SLEAN 1 7113/2011, 10. 30, P'M WFZO� KIB LF Lateral Expansillon Desil 0 CF42MHILL Ce Labor Holurs,/Pril ChargeableTasks, Change Order 15, without Budget Subtotals, without Period J Subtotalls, without Estimating Frequency Subtotals Descri'ption INN Bill Rate Hours Amount Top Task A2 Task, A2.17.01 - Support WVVTP Treatment Engineer 122.00 219, 31538-00 Engineer 186.00 18 31348.00 Project Manager 172.00 10 11720.00 Senior Engineer 209.00 18, 3,,762.00 Subtotal for Labor 75 1,25368-00 mwouj!� IIII I IIIIq p Subtotal for Other Direct Expenses Subtotal for Costs Subtotal for A21.1 17.101 - Support W'WTP Treatment Subtotal for A,21 Grand 'Total 07 -Jul -2011 10,56:09AM 50.7'5 50. 75 75 1 241 8.75 715 1,25,418.75 75 1,25,418.75 715 11,214,180715 https-://www.int.,ch2m.com/prilcer/Reporits.aspx9. Id=98&R1ePortname=Labor Hours/Price, (A).. 7/7/2011 =,LIM Mir t 3t W MWIM" tfIT41111 Scope: Design, an upgrathe baler squeezings, treatment system. Specify demolition of the, existing sump and replacement with a tank treatment system. • Treatment system will consist of a single treatinent tank to handle floatable and settleable solids,. • Effluent from the treatment system will to in to the leachate collection systein in the landfill expansion. • Treatment systlem, will onlybe for baler squeezings (domestic wastewater will be handled separately). Deliverables: drawing with photographs showing existing s,ump to be demolished 1 plan drawing showing new baler squeezings treatment system 1 drawing with baler treatment system construction details Technical specifications, for treatment system ANCIBALER SQUEELNGS DESIGN SOW -UPDATED 07131 1 -CLEAN 1 711:312011, 1 O� 28 PM Page I of I KIB LF'Lateral Expansion Design, CH2MHILL 0 i1ce Labor �Hi urs,/Pr* Chargeable Tasks, Change Order 16, without, Budget Subotals, withoul Period Sublotals, without EsfimafiN Frequency Subtotals, Description BILI Rate Hours Amount :Top Task A2 Task A2.17.02 - Baler Squeezings DesigIn Engineer 122.00 91 11098.00 Engineer 172.00 16 2,752.00 Engineer 186.00 26 411836.00 Engineer/Christenson 135.00 4 540.00 HELP modeling 172.00, 3 5,16-00 Project miln 82.00 1 82.00 Project Manager 172-00 4 688.00, Se�nior IEngineer 209.00 5 1,045-00 Senior Review 186-00 3 558.00 Senior Review 209.00 2 418.00 S pec if 1 tions/B roIt 82.00 8 656.00 Structural Erg spalls '172.00 8 11376-00 Subtotal for Labor 89 141565-00 Subtotal', for Other Direct Expenses Subtotal for, Costs Subtotal for A2.17.02 - Baler Squ eezl'ngs Design Subtotal for A2 Grand Total 07-JuI-2011 10:57,29AM 15r75 15.75 89 141580.75 89 14,580.75 89 14,580.75 89 14,580-75 https-.H'www.int,.ch2m.co�ml'pr�icer/'Reports.a,spx9, Id=i98&RePortnarne=Labor Hours/Price (A)... M12011 Objective:' Prepare Environmental Review document,to assist Kodiak Island Borough comply witli the federal requirements of NEPA Mi order to qualify for ACWFLoan. Scope: Research and develop an approach for satisfying the requirement for Environmental Review. Prepare an Environmental Information Document (EIS) for Phase 1 Lateral Expansion. Incorporate impact statements from USE and USACE. CH2M'HILL will assist KIB in contacting and obtaining impact statements from USF&WS and USAGE. Additional follow-up will be required to address USF&WS questions and concerns. This will, 1"11clude wrliting a letter explaining potential impacts on threatened and endangered species located at tidewater. The USACE will provide a statement of noiMpact since we have mour design to avoid construction, M ffie wetlands. The EID short form outline (providedby ADEC) will be sufficient for Environmental 0' Review. The ADEC/EPA will issue a Finding of NoSignificant Impact following review of the EID. Deliverables: Complete EID with letters of agency approval/no, impact, delivered to ADEC. ANCIENVIRONMENTAL REVIEW SOW -UPDATE 071.31 ISLEAN 1 7113/2011, 10:24 PM 1� W KIB L,F Lateral Expons* on Design C14,21MHILL Labor Hours/Price Chargeable Tasks, Change Order 17, without Budget, Subtotals, without Period Subtotals, without Estimating, Frequency Subtotals Description 11 mr,rlrlrlllrllimmliimor,rlrlilNIINIIIII 1311413ate Hours Amount Top Task, A2 Task, A2.17.03 - Environmental Review Edi':ti,'/Publ:ic:a,,t,ilonsi 110.00 3 330.00 Engineer 122.00 28 35416.00 NEPA Specialist 157.00 6 9,42.00, Project Manager 172.00 7 1,204.00 Subtotal for Labor 4,4, 51892.00 Subtotal for Other Direct Expenses - Subtotal jfor Costs Subtotal for A2.17.03 - Environmental Review Subtotal for, A2 Grand Total 07 -Jul -201 1 10:59:01 AM 49i.iOO 491.00 44 51,941.00 44 51941.00 44;0 44 53941.00 -h,ttps://www . i nt., ch2rna. con- Vprice.i-/Reports., aspx9.1d=9 8, &Reportn aine=LaborHours,/Pfice (A)... 7/7/20 11, 111111121% Fll 51�' JIM I I Scope: Design. a concrete pad for the bottom of the leachate storage lagoon that will support vehicle weight for cleanout. Integrate structural support for the surface aerators with the concrete pad. Design the edges, of the pad to, have .r,ng to allow p�u,shing sediment/ sludge during cleanout. Desn a vehicular access ramp down into, the lagoon to allow accessfor cleanout. i The concrete piad and �ramp will be designed to support �KIB"s Case) 821E loader 0 1 structural legend drawing 0 1, structural plan drawing 0 1 structural, sections and details drawing pecifications as required ANG/CONC RETE PAD AND RAMP SOW -UPDATE 0,71311 -CLEAN 7/13/2011. 10-. 25 P M rage, age, I iof I K J$ IB LF Lateral Expansion Dew I gn Q0 CH2MHILL Labor Hours/Price Chargeable Tasks, Change Order 18, withlD,Ut Budget Subtlotals, without Period Subtiotals, without Estimating Frequency Subtotals Description Bill Rate .............. Hours Amount Top Task A2 Task A2.17.04 - Concrete Pad & Ramp at Lagoon Engineer 122.00 26 3, 72.00, Engineer, 172.001 26 4,472.001 Senior Review 209.00 2 4,,181-00 Specifications/Brott 110.00 30 3,2300.00 Subtotal for Labor 84 111,362.00 Subtotal for Costs 84 11,362.00 Subtotal for A2.17.,04, - Concrete Pad & IRarnp at Lagoon 84 11 m362.00 Subtotal for A2 814 111,362.00 Grand Total 84, 11,362.00 07 -Ju[ -2011 11'.00.28 AM Page I of 1 Previous Changes $ Design and sel-vices dun*ng constmction o,f Phase 11 closure ofXodiak Landfill. $ 292151 LOC by calendar days. The tinie Provided, foir completion of the contract is, unchanged), (M�'increasedpi ) decreasied) 'This document shall become an aimendment to the contract and all provisions of the contract will a-p-Dlv thereto. MEMUMM ctor's Representative rA' a 40 el Attest. Off OR W Date Date If'the change order or orders exceeds ten thousand (10,000) dollars., it will require the signatures off* A. The may and deputy presiding officer; 'B. The iiiayor and one (1) asse� ly member, in the absence ofthe deputy, presiding, officerl C. The deputy presiding officer and one (1) assembly member in the absence of the inayor� or D. Any two (2) assembly members in the absence of the mayor and del Tesiding officer. ApproN7eid By.- Date - --------- Qayor eputy PresAg Officer Project Name, Number & Location Kodiak Landfill Lateral Expansion Design and Construction Services 4'90--103-451-+40-07G444 530-731 430.144 CONTRACT CHANGE ORDER Contract No. 2007-22 Change Order No. 8 Amount of Contract & Change Order Original Contract $ 392,599.00 Previous Changes $ q24,-5-54-34 (p2, .,S'l i Contractor This Change $ 292,511.00 CIUM kill, Inc, 301 West Northern Lights, Suite 601 Anchorage, AK 99503-2648 Adjusted Contract $ +,404;464-36 Description of Change Cost Design and services during construction of Phase 11 closure of Kodiak Landfill. $ 292,511,00 The time provided for completion of the contract is (K unchanged) (LJ increased) (L] decreased) by calendar days. This document shall become an amendment to the contract and all provisions of the contract will avplv thereto. Accepted By: V'/ Date 8/3/11 C -'cvtor's Representative 5"— D 4U Recommended-, L �Aa Date ngineering/Facilities Di t a rector Attest. Approved By: A,— Date Manager (Less Than S10100 Clerk for all change orders on this contra t ob SkA -i�� a If'the change order or orders exceeds ten thousand (10,000) dollars, it will require the signatures of. A. The mayor and deputy presiding officer; B. The mayor and one (1) assembly member in the absence of the deputy presiding officer; C. The deputy presiding officer and one (1) assembly member in the absence of the mayor; or D. Any two (2) assembly members in the absence of the mayor and deput esiding officer. Date Approved By A" sAg Officer Mayor 2227 CHA20MHILL Ken Smith, P.E. Project Manager Kodiak Island Borough Ei-i.gi.neerU*'lg & Facilities Department 2410 Mill Bay Road, Kodiak, Alaska 99615 Subject. Kodiak Lai -Ldfill Stade 2 Closure CH2M HILL 949 E. 36th Avenue Sul te 500 Anchorage, AK 99508 Tel 907.762.1500 Fax 907.257.2000 We are submitting this change order request for design and services during construction for Stage 2 Closure,, as, requested by the Borough. A detailed. scope of work w -id, price breakdowl-L is included as attachments. CO# De9Gn pti on Price 7 Stage 2, Closure Design and Services During Construction 292,511 We Propose to conduct tl-ds work ona time and materials basis as an amendment to existing contract 2007-22 (Lateral Expansion), with 2011 labor to for design and escalated rates for cons truction services in 2012. We are ready tostart this work immediately upon authorization. Sincerely, CH2M HILL, Inc. Cory olds FrojectManager E :7 riclosures: SOW and, price breakdown Starr J. Delin Project Delivery Manager This scope, of work is for engineering services to be provided to Kodiak Island Borough V I I (BOROUGH) b ' CH2M HILL for design of Stage 2 Closure of the existing Kodiak Landfill. This scope of'work includes services that will be required to prepare contract documents for construction (plans, specifications, and constuctilon cost estimate) as well as services that will be provided during design, biddin,g, and, construction. Consh-uction of Stagy Closure of the,Kodiak Landfill was completed, ' in 2000 and micluded i h I new perim!.eter leac ate collection facilities (toe drau"t), leachate treatment system, surface water fiacilities, f Mial cover on part of the west slope of the existing landfill that had reached, final ge, perimeter road, and fencing. Stage 2 Closure facilifiles, will include extension of the final, cover on the west slope above the limits ge 1 cover and northward over completed slopes of the landfill that will not be overlain by wastes from the lateral expai,,,­tsion. In. addition, Stage 2 Closure will include an interim cover system over the nortl-ilern slopes ofthe existing landfill fhat will be covered by the Cell 2 filling, but not be Covered by the Cell, 1 filling in the lateral expansion area. Surface water runoff from the final and ffiterim cover area will be direeld to the site surface watersystem, to reduce flows to the leachate, collection and storage system, A surface water detention pond also will be included. The Stage 2 Closure contract will be combined with the contract for construction of the Cell 1 Lateral Expansion Liner and Leachate Collection Systems as separate bid schedules within a single set of contract documents, This, scope of work is broken down, into specific tasks. Within each task, are tom es tha,t will be performed ii -i order, to accomplish the work. This project will, be completed under the following tasks. Task 1 Project Management Objective- Manage work performed for Stage 2 Closure to meet overall project schedule and budgetary requirements and to maintain effective, clommul-tication be�Teen members of CH2M HILL'S project team and between CM HILL, and the BOROUGH. Assumptions: Project management for the Sta, ge 2 Closure will be conducted concurrently with project management' for tie Cell I Lateral, Expansion. Activilties, for management of the Stage 2 ANCISTAG E -2-C, LOS U R E -SOW -07291 1_ I L 1 8,1/2,01 ,11:42 AM BUDGET ESTIMATE Closure will be similar to, the activities for management of the Cell 1 Lateral Expansion. Labor hours will be included for the additional level of effort for the duration of Stage 2 Closure activities. liq IIII III III AK Obj ective.- Perform detailed analyses as needed for preparation of plans and 0 J-4 specitications for Stage 2 Closure. Analyses and computations from previous Stage I Closure design work and construction drawings will be reviewed and, used to the extt possible to minimize duplication of effort. The analyses in this task include those required, to evaluate design alignments, interim cover configurations, interim cover to rt, landfill gas ntin,g, and surface water drainage. * The final cover slopes of Stage 2 Closure -v\rlill be, similar to and not steeper than those of *1 die Sitaae I fhlal cover. The Stage 2 fin, al cover slopes will ndian riot be steeper 2.5HAV. 0 * The final cover profile developed for Stage, 1 Closure will be used for Stage 2 Closure w ith no modifications. No performance evaluations or stability analyses, will be performed for, the final cover. * Conditions in Stage 2 Closure area are tl,-Le san-Le as or similar to -those in fie Stage 1 Closure area and, no additional field testing of materials for the final cover is�necessary- T A he desial-t evaluations. for this activfty are, Uil addition to those required to develop and 0 prepare plans and details for construction drawings. Development and drafting of design plans and details are included in Task 3, Use existing available topographic maps to evaluate existing sideslope cover grades in the Stage 2 Closure area to identify, areas, of the, slope where additional fill (refuse and/'or sly ,ot,rock) will be needed as well as, areas where slopes are too steep and will ne�ed to be excavated to prepare the subgrade for final cover placement. Cover slope evaluations, will co ider redistribution of nil I I ns -place refuse and daily cover sods. if necessary to not exceed the maximum allowable slope for cover stability. Develop an interim cover system cros,s section for the Cell 2 ni-Iternal. slope over the existing Z? landfill, as requested bythe BOROUGH, for evaluation. The interim cover will,, include a loweomem g permeability brane to prevent filtration of surface water and to minimize .J leachate generation, Submit a tecl-cnical memorandum describing the proposed interim cover to the BOROUGH for discus,sion,.,A 1 -hour conference call is assumed for the CH2M HILL project mIariager a_n,d task leader to discuss proposed ftiterim cover and, obtainm',put from the Borougl-t Project Manager and Landfill Manager before furtfier evaluation offfie interim cover. Prepare minutes of telephone conversation to document discussion of the, terim cover for further detailed evaluation. Submit record of telephone conversation, to, BOROUGH. ANCGT AGE-2SLOSURE-SOW-07291 I -FINAL 2 811 2011,11 'A 2 AM BUDGET ESTIMATE Activity C. Interim Cover Profile Summarize trie proposed interim cover profile in a predesign memorandum. This memorandum will summarize the M'term cover evaluations, document the evaluation resu,lts, and rec:oImmend an interim over for use in the finaldesign. Activity D. Interim Cover System Stability Analyses Evaluate interim cover stability including seepage height, reinforcement criteria and areas requiring slope stability reinforcement, and anchorage requirements. Activity E. Landfill Gas Venting Analyses Review Stage 1 Closure land,inn gas venffi-Lg an and evaluate venting requirements for Stage 2 Closure area. Evaluate the need for venting along the existing toe drain slimilar to vents used for, Stagl Closure and the need, for vesting at other locations of the Stage 2 final cover. Identify applicable design storm criteria. Review previous, surface water design. analyses, arid estiniate peak stor:mwto for the design storm. for proposed surface water conve,vance facilifies associated with the Stage 2 Closure. Compute surfacewater conveyan,ce capacity requi,rements using peak flow estimates., Size ditches and, culverts,. Identify sections of ditches that need luilers to, prevent, surface water from entering the toe drain system. Size the surface water detention pond neleded. for the additional surface water flows from t1ie stage 2 closure area. 1. A techi-iical memorandum outlining interim cover alternatives. 2. Record of telephone conversation wifl-L BOROUGH to discuss concurrence on selected interim cover alternative and material for evaluation. 3. Tecl-mical Memorandum documenting the iinterim. cover profile to be used in t1te final., design. 4. Design evaluation technical memorandums. 5. Results, of other evaluations, incorporated into Task 3 final design,., Task 3, Stage 2 Closure Final Design Objective: Develop plans, specifications,and reports for review or to contract document preparation, Activity, A:. Final Cover Pian CM HILL wil"I finalize the Stage 2 Closure final cover plan., Develop horizontal and vertical ani gmi-nents, for berms, and ditches. Develop thehorizontal and vertical control, alignment for the final cover anchor trenches. Prepare plan and, section plots and final alignmen,t reports, for development of construction drawings and design,documentation. ANDSTAGE-2-CLOSURE-SOW, _07291 I JINAL 3 8il 12011, 11 42 AM BUDGET ESTIMATE Activity B. Cover Connection and Terminaifillon Detalls 1"s I Revieiv �)tage 1 Closure design and adapt cover geomembranel anchorage details for Stage 2 Closure. Prepare cover connection, termination,, and anchorage details, for the following, 0 Connecting Stage 2,final cover to top and sides, of existing Stage 1 cover 0 Anchor trench for Stage 2 final cover at top: of slope 9 Termination for Stage 2 final cover at, toe of slope and connection to existing toe drai,n gelomembrane Connection of Stage 2 final cover with Stage,2 interim cover Anchor trench for Stage 2 interim cover, at top of slope Termination for Stage 2 interim cover at toe of slope, and, cormection to existing tole drain geomembrane Termination for Stage 2 interim cover at end adjacent to Cell, 1 '110 1111 1111 11111111= Bmil!'Ir-I I I i I Review detail of gas vent installation overt tole drain, developed for Stage 1 Closure and adapt it for Stage 2 Closure gas vents. Develop additional gas vent details, if needed to vent glas fr beneat 1i ttte final cover in the Stage 2 Closure area. rill 11 11 IIIIIII Jill 1111111 11 Prepare surface NATater conveyance design detalls for ditches, pipes, and structures. Prepare I I surface water detention pond outlet structuxle details. Identify, erosion arid sediment control quer arid prepare erosion and sediment control plans and, details.. Using Stage 1 Closure drawings, Cell 1 Development dralArmigs, and CAD file information, are or mod1h, the folloNA7,ina plans, sections, and, details for die Stage 2 Closure cons, t, ruction-, Drawirig Title . . . . . ........ G1 Title Sheet (Combined. wit, I -L Cell I Development) G2 Abbreviations, Le end-, General Notes (Combined, with, Cell 1 Development) G3, Existing Conditions and Survey Control (Combined with Cell, 1 1 D. meat C1, J e Plan, Staging, and Stockpile Areas (combined with Cell 1 Develo]2ment) FC 1 -Sit Stage 2Closure Final and Interim Cover Plan FC2 Final and Interim Cover Sections and Details FC3, Road/ Ditch/ Toe Dral''I'l/Over Interface Sections and Details FC4 Landfill Gas Vent etas FCS inal In Fand tri Fil -tal Cover Erosion and Sed'ment Control Plan, FC6,)raina ........... ge and Erosion and Sediment Control , Details I I . . ........... Pill 'I IRS Lim Using Stage 'l Closure, specifications and, Cell 1 Developm, ent specifications, prepare or modifv the following tech -ileal specificafion. sections for the Stage 2 Closure construction: 1,", ANC' TAGE.-2-CLOSU( -SOW-072911-FINAL 4 8/1/2011,11;4,2 AM BUDGET ESTIMATE 31 10 00 Site Clearing 312313 Sub rade Preparation 312316 Excavation "1 319.01 Deivatering 312323 Fill an, Backfill. 312313,15 ..... ... .. .. ... Trench Backfill 313219.16 Geotexti,les 3137 00 Ri rap 314100 Shorhig 321123 Aggre..g _ate Base 3341,01 -Courses Storm Drain Piping 334101.08 gated. Polyet-hylene Pi Corruipe 334501 Landfill Gas Vent 33 47 13.01, Linear Low CH2M HILL will prepare draft final design plans and specifications for internal revew. Following this review, CM HILL will micorte reviewers-' comments and prepare a draft package for BOROUGH review and submittal to regulatory agencies. CH2M, HILL will attend. and document one meeting it BOROUGH and agency staff to discuss the design and obtain, BOROUGH and agency comments. F o 0 llowing receipt of consolidated comments from the BOROUGH and regulatory agencies, CH2M'H'IL,L will prepare final 100 -percent complete: plans and specitications incorporatin, agreed upon BOROUGH and agency review comments and changes. 1 111111 iiiiiiiiii i 1 1-1 jr"!���11 � 11111 N IN C 2 HILL will prepare a draft Storm Water Pollution, Prevention Plan (SWPPP) for the Stage 2 Cly combined with the Cell, 1 Ift-ier wid leachate system construction draft S'W'PPP. The draft SWPPP will, Provide an overview of construction activities, for Stage 2 Closure, including those activities that may affect the quality of storm, water discharges in the vicinitv. The plan will identify best management pracfices (BMPs) and procedures ffiat Iffill be used during Stage 2 Closure construction to prevent or reduce pollutants 'in storm water d isageand mitigate impact from pollutants and,/ or sediment in storm water discharges. Assumptions, for Activity I., A combiried Notice of Intent (NOI) for storm water discharges associatedwith construction activities for Stage 2 Closure and Cell 1. Construction under an AMES General Permit will be, filled out and, submItted to ADC by the construction contractor. ANOSTAGE-2-CLOSURE 7 -42 AM .,�SOWJ 2911_FINAL 5 8/1120:1 M 1 BUDGET ESTIMATE The Contractor will. review and modify the draft SWPPP for StagClosure and Cell 1 development as warranted, then submit a final plan to A for coverage under the AP ES Construction General Permit. Uie Contractor is responsible for obtaining the stormwater discharge permit. 91 Following constTuction, the AD,EC will, be notified by the cons truddi on contractor that construction is complete and the BOROUGH is, taking over operations. Dellverables: 1. Draft final, plans and specifications, for BOROUGH and Agency review. I Minutes of review meetinor with, BOROUGH and Agency. b 3. Final 100% complete plans, and specifications, for use in preparation, of contract documents, 4. Draft Storm at r Pollution Prevention Plan for Stage 2 Closure (Combined with Cell. I Development SWPPP) for use by Contxactor to, are final, construction S,WPPP. Task 4 Stage 2 Closure Construction Documents, Phase Objective, Prepare contract documents for use by the BOROUGH to procure construction. services for Stage 2 Closure and to provide the contractor the necessary information to construct the closure facilities in conformance with the approved design., Assumptions: The Stage 2 Closure will be combined with the Cell 1 in and Leachate Systems for bidding as a single construction contract. 0 The 49 divisi"on CS 1 Mastern pec, Forma,t will be, used for the specifications. 19 This task will be completed concurrently with the Final Design Phase Activity X Compile the Project Manuals CH2M HILL will prepare contract documents for combined Stage 2 Closure and Cell 1 Liner and Leachate System construction. The, documents, will include bidding requirements, contract forms, g'eneral and supplementary conditions of the contract, toca specifications, and construction drawings. The General Requirements and Division, 1 specifications developed for the Cell 1 Lateral Expansion wi, 1 11, be revised to include specific requirements for the Stage,2 Closure. CM HILL will assemble the drawings, specifications, and bidding requirements into a complete, cohesive bid -ready design package, and will assiSt the BOROUGH in resolving language bebv�reen the General Co�ndi'tio'ns,'bil.ddi:t-Lg',r�eqiii , rements, and Division 1 ifications. CH2,M HILL eerae a al reser summarizing equired sped 1 will also 9 ntsubmittfit r submittals prior to consb-uction, during construction, and after construction. A. complete draft project manual will be submitted to the BOROUGH forpurchasmig review. C,H2M HILL will publish the final pro ject manuals, following incorporation of BOROUGH comments. CM HILL will la-anslate design files from, MicroStaton to AutoCAD for ANC,AG E -2 -CLOSURE -SOW -072911 -FI L 6 811 /2011, 11: 42 AM BUDGET ESTIMATE files delivery to the Borough. Electronic drawing files inboth PDF and AutoCAD file format will W be provided to the Borough. CA MW'J]�113 J CHEM HILL will prepare a constxuction, cost, estimate for Stage 2 Closure based on the final bid documents. The estimate will, be prepared in terms of the Mildivil items and quantities provided in the Form of Bid. The 100% design cost, estimate will represent a Class 2 estimate as defined, by the American Ass od afi on of Cost Engineers with, an expected accuracy range of -15% to +201% and will, be based on the level of detail available Mitheffi-lal design package in terms, of individual items and quantities. An appropriate contingency amount will be included. The draf't estimate will be sent to; tlae BOROUGH for review. The final cons truction, cost estimate will be prepared following incorporation of BOROUGH comments. Deliverables,-, 1, Draft Project Manual (Electronic PDF file) 2. Final drawings: (Half size PDF files) 3. Final Project Manuals (Electronic PDF files with, half-size drawings; electronic copy of AutoCAD files) 4. Draft and Final Construction Cost Estimate (Electronic EDF file) Task 5 Stage 2 Closure Construction upport ices Obj ective., Represent this BOROUGH during bidding and provide const-uction quality " I assurance ml,,,estone inspections during construction. The bidding phase, construction quality assurance (CQA,) pla-n and Mispectiores , CQ report, construction management, and services after construction (record drawings) are included in tl-iis, task. Assumptions: 0 Services will, be performed in 2012. One pre-bid sitewalk-through meeting will be held at the Kodiak Landfill with, the prospective bidders. CH2,M HILL will attend thIs meeting to provide project technical support'. 01 The construction duration will be 6 months (April ffirough, September 2012). ANCSTAGE-2-CLOSURE SOW -072911 -FINAL 1.-42AM 7 8/112011,1 BUDGET ESTIMATE The BOROUGH will provide a construction manager to oversee Stage 2 Closure and Cell 1, construction. CM HILL will, support the construction manager, as, indicated, below and as, requested, CF12M HILL has included effort to travel to Kodiak and. conduct CQA inspections during construction. This, effort will not be sufficient to cover all aspects of Stage 2 Closure CQA and KIB will need to hire a CQA inspector to conduct additional CQA 0 0'r. inspections during specific phases, of the project" in addition to having the CM on site The construction documents will require the Contractor to provide a CQA laboratory and, conduct laboratory testing. The BOROUGHs construction man will observe the testing and receive laboratory results to review. The construction documents, will require the Contractor to provide surve ' y services for cons truction and post -construction documentation of as -built conditions. The Contractor will provide redline mark-ups of'any chanores to the work on a set of full-sized drangs. CH2M HILL will attend the pre-bid conference, respond to bidder's questions, prepare clarificatioris, to be included inaddenda, review bids, and assist with tecImical reviews for i-tecrotia,tion., This support will, be in the form of telephone converatio n s, Memos, and 0 informal sketches. 111 ��ilill�ill iiiiiiiii 11�q 11�1111q ill�ilill� I CF12M HILL will address Contractor questions related, to the Contract Documents as, requested by the BOROUGH. CM HILL will interpret and clarify the drawings and specifications and will develop supplements to detal*ls,, elementary sketches, or, written riptse to meet actual conditions encountered in the field and to respond to descions arquired, Contractor requests,. Responses to questions will be documented and maintained in the project records. 01' 40 El a. Activity C. Construction Quality Assurance Plan CH2M,HILL will use existing plans from oll-Ler projects to prepare a, construction quality assurance (CQA) plan for Stage 2 Closure which will include the followingcomponents:. 0Chain of command for CQA inspectors Description of the required level of experience and training for CQA inspectors for major construction activities to ensure implementation of proper methods and Procedures, IST E-2' CLOSURE -SOW -07291 I,FINAL 8 8/112011,11,42 AM BUDGET ESTIMATE * CQA protocols for major construction activities * Summary of CQA pemance criteria, testing frequencies, and requirements by major construction, element * Description of construction documentation procedures 0 . Project meetin grequirements The principalcomponent of this CQA plan will be the LLDPE geomembrane installation. quality assurance plan. A draft CQA plan will be submitted for BOROUGH review. A, final CQA plan will be completed incorporating BOROUGH comments. Activity D. Construction Quality Assurance, Inspections CH2M HILL will provide 50 hours of' CQA inspection (2 trips, 6 days m site) over the duration of the project, includliAg t1ne critical perlodof geomembrane Mistallation and e k 1 seaming. Inspecton of other closure wor will, be accomp,lished durmig these trips as time QUOINS. d li 'The BOROUGH construction manager will, coordinate ai-Lobserve sam P mg for laboratory testing done bN71 the Contractor during construction. CH 2M HILL will, review the, test results I from tht e laborator37pro,vided by the BOROUGH construction manager aid will transmit comm is to the BOROUGH. eI III I III lip III IqI I III iq� IqI �1111 111 11111111 �11 .1 11 1,; 1 1 1 111, 1.3 ll I The'BOROUGH will ire a full-time, construction manager to handle management of contTactor su,bmittals, measurement for payment, pay requests, change requests, and will schedule and, att�end meetaings, with the BOROUGH and construction contractor'. The construction manager will also perform the day-to-day CQA inspections and will coordinate CQA laboratory testing during construction. CH2M', HILL will support the BOROUGH and co�nstruction maxiagerin these activities as requested, The contract documents will requiretf-ie Contractor to conduct initial construction staking, all subsequent survey during construction, and post -construction survey to document as - built conditions. CH2M HILL will provide ASCII files with survey poillts for Contractor's use, CH2M HILL will coordinate with the surveyor to receive the data in format suitable to incorporate it intorecord drawings. Activity G. Cionstruction Quality Assurance Final Construction Report i i I I il Construc6on, records (daily reportsi, submittals testing records, and as -built draw*gs), will M I be summarized ion, a, CQA Final Construction Report for documentation and certification by tl,-i.e CQA Engineer of Record that the construction, was completedlin conformance with, ffie design, and CQA protocols. of th* project. A, draft report will be submitted to th(-) BOROUGH for review and a final report will be completed incorporath'ig BOROUGH comments. ANC,IST-2-CLOSURE-,SOW-07ll-FINAL 9 8/142011,11:42 AM BUDGET ESITIMATE 23010=� The contract documents will require flie Contractor to provide detailed and complete, redline mark-ups of any changes to the work. CH2,M HILL services after, construction will include record drawingprep ara fibn and certification of confor.mance with, design and, construction quality assurance based on information received from the BOROUGH coiastruction, manager, Using th,e survey data generated in Activity 5F'ajid the Contractor - provide mark-ups, CH2M HILL will prepare record drawings. MicroStation files will be converted to AutoCAD files for submittal to the BOROUGH. eve b,, 0 Bid Clarifications as needed (electronic coples for inclusion in add a - Responses to submittals provided for review during construction. a ASCII files with survey control points for constl-uction contractor. 0 Draft and Final CQA Final Construction Report (electronic PDF file). Draft Record'Drawing s (electronic PDF file). Final Record Drawings (electronic P'DF file and AutoCAD files),. ANC,",STA,GE-2-CUR,E-SOW-107291� 1 -FINAL 10 &11,2011,11-42 AM K,IB LF Lateral Expansion Design CH2MHILL Labor; Hours/Price Ca"harqeable Tasks, Change Ord er 61, without Budget Subtotals, without Period Subtotals. without Esfimlatj�ng, Frequency Subtotal's Description Bill Rate Hours Amount Top'Task A2 1X2.00 36 41392-00 Task, A2.15.01 Stage 2 PIVI 172-00 44 7�568.00 ETC Labor 122. 00 10 1,220M Project Accountant 82M 18 17476-00 Project Manager 172.00 80 13760.00, Senior Review 118,6M 46 81556-00 Senior Review Subtotal for Labor 154 251012,- Senior Review S100 ubtotal for Costs 154 215,012,100 1 Subtotal for A2.15.011 - Stage 2 PM '154 25 3012.,00 " 1111111!'p;��p I I IL CAD/Lalta 157.00 16 27512.00 Engineer 1X2.00 36 41392-00 Engineer 172-00 44 7�568.00 HELP modeling 157.00 8 1,256-00 HELP modeling 172'.�00 24 4,128.00 Project,, Manager 172.00 18 3096.00 Senior Engineer 209.00 40 8,360.00, Senior Review 186.00 312 5,952'.00 Senior Review 209.00 11 2,299-00, Subtotal for Labor 229 3%563-00 Total Other Direct Expenses 14.00 Subtotal for Other Direct Expenses 14.100 Subtotal for Costs 229 39,577.00 Subtotal for A2.15.04 Design Analysis 229 391,577.00 Task, A2.15.05 Final Design, CAD/Latta 157.00 98 15,386-00 Engineer 12Z00 60 '73320.00 Engineer 1, 7 2.00' 2619 46,268.00 HELP modeling 172.00 281 43816.00 Project Admin 82.00 16 11312.00 Project Manager 172.00 38 6,536-00 Senior Engineer 209.00 44 9,196-00 Senior Review 186.010 910 161740.00 Senior Review 209.00 18 3�762.00 Specifications/Brott 82.00 72 511,904.00 Specificat'llions/Brott '110.00 16 1 1,760.00 Subtotal for Labor 1749 1193000.00 Total Other Direct Expensies 42.00 Subtotal for Other Direct Expensies, 42.00 29 -Jul -2011. 11-4417 PM MII�� A-() 0, 0- 1 T - - - I A I", /'?I A, 10*1 1! Page 2, of 3 KIB LF Lateral Expansion Desilgin 4 C142MHIILL L 1', Craebor Hours/Pr* Chargeable Tasks. Change Order 6, without Budget Subi otals, without Period, Subitotials'. without Estimating Frequency Subto,tals Desicri5ption Bill Rate Hours Amount ... . ........ . , . ....... . .... .. . ii, . .... .. . . Subtotal', for Costs 749 119,042.00 Subtotal for A2.15.05 - Final Design 749 1195042.00 EFINOTIM iiiiiiiiiii iiipi� 1 1111111 :! �11;1 mmm��W CAD/Latta 157.00 W 3,140.00 Engineer 122.00 4 488.00 Engineer 172.00 24 4112&0,0 ETC Labor 172.00 20 3440.00 HELP modeling 172.00 41 688.00 Project Admin 82.00 8 656-00 Project Manager 172.00 12 27064.00 Senior Engineer 209.00 4 836-00 Senior Review 186-00 12 2,232,00 Senior Review 299.00 2 418.00 Subtotal for Labor 110 18�090.00 Total Other Direct Expenses 250.00 Subtotal for Other Direct, Expenses 250-010 S,ubWtal for Costs 110 181,340.00 Markups on Expenses 2,5.00: Subtotal', for Markups 25.00, Subtotal or X2.15.06 - Construction Do 110 181365.00 Task A2.1 5.07 - Construcfion Support CAD/Latta 199 22 3)454.00 Editing/Publications 82.00, 8 656.00 Engineer,,- 122.00 32 31904.00 Engineer 172,00 40 61880.00 ETC Labor 122.00 8 976-00 HELP modeling 172.00 6 1,932.90 Project Accountant 82.001 241 1,968.09 Project Admin, 9:81-00 48 4704.00 Project Manager 172.00 200: 34)400.00 Senior Engineer 20911.00 82 171138.00 Senior Review 186.00 52 9672.00 Senior Review 209.00 4 836.99 Specifications/ Broft 110.00 16 1760-00 ,Subtotal for Labor 542 87,380.00 Total Other Direct Expense,s 6100.00 Subtotal for Other Direct Expenses 60:0.00 Total Travel 21250-00, 29 -Jul -20,11 11:44,17 PM kiff * //IN tj t fit 0 i;,t-%+ ^1'-% -), V'i 0i Ir,.-i iiiiiii, ..' 'I)T -].,. no p- Y-1 T - I-, - - T T - - , - - - 1" .7, - - / A, " IrN CN ff"N n I I KIB LF Lateral Expansion Design Mi2MRILL 4010 Labor Hou'rs/Price 6, without Biudget Subtotals, without Period Chargeable Tasks, Change Ord, Subtiotals.. wilthoul Estimating Frequency Subtotals Emm gill Riiilmlll 111 Description Bill Rate Hours, Amount Subtotal for Travel 21250.00 Subtotal for Costs 542 90,230-00 Markups, on, Expenses. Markups on Travel Subtotal for Markups Subtotal for,A2.15.07 -) Consitmetion Support Subtotal, for A2 Grand Total 29 -Ju 1-201:1 1.1,44:1 M 16000 225.010 285.00 554.2 9055115.00 11784 29251 0 1 784 2925511.00 Page 3 of 3 Contracto,r CH2M Hill,, I.M. 301 , We Northern, Li .st ghts, Suite 604 Anch2j4g��,�OAK 995 I_IIIIIIIIIIIIIIIIIIII_ Dese6ption of Change - - - -- ------- ...... Rev)ised pen"meter bcnn. to accommiodate fiA= fitter fencc. 'Iangcs, $ 927,6615.36 This Change 9,608.01* Adjusted, Contravt $ 1,329,872.36 d)( The ttme provided for completion of the contract is (,10� unchanged) (a increase _MI decreased) by calendar, days, isions of the contract will, ap Til's doc�ument shatl become an, mendment to the contract and all provi" mmz� entativc Approved, By: Manager tLess Aan $10,000 1111111- llo� for 911 change orders on. this conitract) ry VP qI WIN yrw IF)"RII tt$J 1. 11 FIR= ................ Date f'1'2.2," Date "�3(r Approveld By.: Date or eputy res Ing Officer MMEZU Ken Smith,, P.E. Project Manager Kodiak island Borough Engmieening, & Faties Deparhxient 2410 Mill Bay Road K ! , Alaska 99615 odiiakl , CHS M HILL, 949 E. 361h Avenue SO e 5,00 Anchorage, AK 90608 Tel 907.762-1500 Fax 907.267.2000 Ole TABLE 1 Summag, of Price for Change Orders CO,R# Descdpbon Price 13 Litter Fence, Foundation Design and Construebon, SUP'poltr 1reTT 14 Seep Cutoff Geotechnical Investigation $26o2OO 15 Support for Leachate Treatment at WWTP $12,400 16 Baler Squeezings Treatment Design $14,600 17' Environmental Review $5,900 18 Concrete Pad and Access Ramp for Leachate Lagoon $11 A00 �mmw- Lateral Expansion Additional Tasks, Total $155.9010 L V \X: e We look fbrw,ard to your decisins on these., We propose to conduct this, work, on a time and materials, basis as an, amendment to, existing contract 2007-22 Lateral Expansion)., with 2,011 labor rates for design and escalated rates for construction services in 2012. We are ready to start this work immediatOy upon authorization. Jima TifleMescription Justification Consequence if Not Avvroved . . . ......... ......... . . . . ......... . . Litter Fence 3 -1B reqes ted addition to design., K u ....... - ---- --- Reduces 'Impacts on neigh -boring otech:nical investigation properties from wmid blow litter. We 41P a to - and performance spec design have alroad inturred Costs to revise the Y of litter --% for C611 I P&ietOr 'berm to accommoate approximately 1500 linear feet Seep Cutoff Geotech M-kal Determination of depth to bedrock is if I�s is, not approved th the design will be Investigations needed to complete the design of the co mpleted with best available information. The - - - - ----- - -------- --------- Drillmig to determine depth to I seep Cutoff wall to satis�r regulatory depth to bedrock will be uncertain and change bedrock for seep collection at requirement to collect and contain the orders may result duri construction. Piping Ing toe of landfill near MH C and seep. Pi ng depth downstream of P1 elevations downstream from the seep cutoffi seep collection near NM E. I cutoff wall cannot be ftnalized until mav need to be adjusted. depth to bedrock is known., Support for Leachate This work is required in order to obtain ill not ved th n the City W1 If this is not appra _e Treat ment at WW17P Citv approvai tor treatment of le achate approve leachate treatment at the WWT?. KIB Respond to Parametrix at the WWTP. 411 need to construct and operate a leachate requests conduct additional treatment system at the landfill. capaci 'ty analyses, calls/ meetings PAGE I OF 2 REV.1, 13JUL11 odolak. Island Borough Landfill is10 Lateral Expansion 40 Cell I LiItteir Fence B U'Lateral Expansion Design CH2MHIL.: Labor (PD) Chargeable Tasks, Change Order 14, Without Budgel Subtotals, without Period Subtotals, without Estim,afing Frequency Subtotals, Labor, Resouours Rate Amount Notes, Top Task A2 . . .... Task, 215.E - Geotech Liner Fence, CAD D Tech 34.0 918.00 303,32.00 Engineer 29.0 17'2.010 41988.00 Project Manager, 1.0 172.00 172.00 San**r Revilew 6.0 186.0D 116.00, Subtotal for A2.15.03 - Geotech Litter Fence, 70.6 91608,00, Subtotal for A,2 70.0; 916081.001 brand ''Total 70-0 9,608.00, �j l4 V, 0.5-Au,g-20,11 06,58,020 PM httips,//www.j,nt,.cli,2m.co�m/pn*cer/Reports,.aspix?lid 31&R,eportname=Lablor Page 1 of 1 71I MILL BAY ROAD KODIAK, ALASKA 99615 Project Name, Number & Location Kodiak Landfill Lateral Expansion Design and Construction Services 490-703 452.140 07013.4 Contractor CH2M Hill, Inc. 301 West Northern Lights, Suite 601 Anchorage, AK 99503-2648 Contract No. 2007-22 Change Order No. 10 Amount of Contract & Change Order Original Contract $ 392,599.00 Previous Changes $ 937,273.36 This Change $ 140,894.00 Adjusted Contract $ 1,470,766.36 Description of Change Cost COR 19 Additional Support for Leachate Treatment at WWTP $ 3,671.00 COR 19 Additional Support for Environmental Review $ 4,493.00 COR 21 Design of Leachate Seep Cutoff Wall at Manhole $ 17,559.00 COR 22 Excavation & Grading for Ph. I Design $ 33,183.00 COR 23 Additional Project Management $ 98,488.00 Delete subcontract for seep geotechnical borings 16,500.00) The time provided for completion of the contract is (K unchanged) (U increased) (Udecreased) by calendar days. This document shall become an amendment to the contract and all provisions of the contract will apply thereto. Al� Accepted By: �- 5? 4Con or's Represe tat' e - Recommended . Date nginecring/Facilities Be i F n cei Director Approved By: Atte Date Manager (Les $A rp'gh Clerk for III change Z*ensa'thisU S * , KA 1'-f If the change order or orders exceeds ten thousand (10,000) dollars, it will require the signatures of. A. The mayor and deputy presiding officer; B. The mayor and one (1) assembly member in the absence of the deputy presiding officer; C. The deputy presiding officer and one (1) assembly member in the absence of the mayor; or D. Any two (2) assembly members in the absence of the mayor an ,Peputyrpr siding officer. 4, Approved By: ", // -, Date 1 144or beputy' Pres eir(gl6fricer Subject: Multiple Change Order Request RM= a M-1 We are submitting this request for multiple change orders. Several of the requests are for existing work tasks where additional effort was required due to factors beyond our control, and several are for new tasks that were not in our original contract work scope. Table 1 is a summary showing hours and price for each request. Estimates to complete are through completion of Phase 2 construction in October 2012 Justification, scope of work, and price breakdown are included as attachments. TABLE 1 Surnmary of Price for Additional SuoDort COR# Description Estimated Effort Actual Effort Estimate to Price (H rs) (thru 10128/11) Complete (Hrs) (H rs) 19 CH21VI HILL 75 (CO#7) 98 949 E 36th Avenue $3,671 Suite 500 Leachate Treatment at Anchorage, AK 99508 CH2MHILL Tel 907.762.1500 Fax 907,257.2000 November 17, 201. 1, Ken Smith, P.E. 19 Project Manager 44 (CO#7) 72 Kodiak Island Borough $4,493 Engineering & Facilities Department Environmental Review 710 Mill Bay Road Kodiak, Alaska 99615 20 Subject: Multiple Change Order Request RM= a M-1 We are submitting this request for multiple change orders. Several of the requests are for existing work tasks where additional effort was required due to factors beyond our control, and several are for new tasks that were not in our original contract work scope. Table 1 is a summary showing hours and price for each request. Estimates to complete are through completion of Phase 2 construction in October 2012 Justification, scope of work, and price breakdown are included as attachments. TABLE 1 Surnmary of Price for Additional SuoDort COR# Description Estimated Effort Actual Effort Estimate to Price (H rs) (thru 10128/11) Complete (Hrs) (H rs) 19 Additional Support for 75 (CO#7) 98 0 $3,671 Leachate Treatment at WWTP 19 Additional Support for 44 (CO#7) 72 0 $4,493 Environmental Review 20 Design of On -Site 0 153 $21 Septic 21 Design of Leachate 81 26 $17,559 Seep Cutoff Wall at Manhole E 22 Excavation and - 222 0 $33,183 Grading for Phase 1 Design 23 Additional Project 509 942 15,9 $98,488 Management Subtotal $178,579 Credit, KIB Change Delete subcontract for seep geotechnical borings ($16,500) Order #10 Change Order Total PVZ17_9�_ 114otn4 KODIAK ISLAND BOROUGH Mr. Ken Smith November 17, 2011 Page 2 Thank you for consideration of this request. Lets arrange a time to review and discuss. Sincerely, CT -12M HILL, Inc. Hi Cory Hi s Project anager Enclosures: • Request Justification Table • Price Backup Project Delivery Manager COR JUSTIFICATION TABLE REV. 1, 11NOV11 CQR# Title/Description Justification Consequence if Not Approved 19 Additional Support for Toxicity testing was added to scope after initial N/A. At this point it appears Leachate Treatment at VVWrP submittal of change order (CO#7). Generation of that the KIB testing protocol, coordination of sample collection Assembly is leaning toward Respond to Pduct a di requests, conduct additional of Unalaska and Kodiak Leachate required onsite leachate treatment. This callosity analyses' significant effort. Capacity analysis has not yet been request is to cover work that has calls/meetings, toxicity testing, conducted, at this point it is unclear whether or not already been conducted. preparation of request letter to it will be needed.. City 19 Environmental Review The effort required to obtain the letter of support N/A. Effort is complete. from USE&WS was more than expected and beyond Preparation of Environmentalour document (EID) control. CH2M HILL. held a meeting withInformation USE&WS and made over a dozen calls and emails and letters of support for the to follow up, provide additional information and proposed project push them to respond. The letter was finally provided so NTP for Phase 1 construction could be released. 20 Cin -Site Septic System This change order was prepared per KIB request. KIB will continue to have an Proposed scope of work and deliverables are unpermitted and inoperative Resign and permitting for on - attached. septic system at the landfill site septic system PAGE 1 OF 3 REVA,13JUL11 COR JUSTIFICATION TABLE REV. 1, 11NOV11 21 Design of Leachate Seep This change order is for analysis of seep N/A. Effort is in progress; Cutoff Wall at Manhole E geotechnical data and design and drawing Borough has made the decision development for seep cutoff wall to capture to move forward with the cutoff Design of seep cutoff wall leachate seep below elevations. of the Cell 1 liner wall. following geotechnical system. Once the geotechnical data was obtained., investigation then design work could be scoped. The original proposal did not contain this design work. This condition was unknown at submission of original proposal. This work included development of the following: e Phase 2 Drawings C6 and C7 • Minor updates to specifications 22 Excavation and Grading for KIB Cts#6, item#1 was for clearing and fencing RFP N/ A. Effort is complete. Phase 1 Design support. During the course of development, an additional earthwork component and associated Design and drawing interim storrnwater and erosion control system production for Phase 1 design was added. This change order request is for excavation and grading the additional design, CAE modeling of construction surfaces to develop control points and earthwork quantities, and drawing production related to the excavation and grading in the Phase 1 bid package. This work included development of the following: ® Phase 1 Drawings C1, C3, C4, C5, C6, C7, and SW1 m Specifications 011100, 0129 00 • Phase 1 construction cost estimate PAGE 2 of 3 REV.1,13JUL11 REV. 1, 11NOV11 23 Project Management The project duration has been extended into Management budget will be multiple phases due to factors beyond our control, insufficient to complete the which lead to an extended during of management required scope and duration. activity. With the absence of a KIB environmental CH2M TILL will not be able to specialist, CH2M HILL received and responded to continue the current level of Extended duration and additional management many requests from KIB project management support for KIB requests, requests including grant applications, loan eligibility, weekly meetings, etc. scoping new work tasks, program phasing, scheduling and casting. This level of management was not anticipated in the original project budget. PAGE 3 OF 3 REVA,13JUL91 Scope DfWork Design On -Site Septic System Task Goal: Design an on-site septic system in full! compliance with state regulations so that Kodiak can discontinue hauling septaQetnthe WVVTP. Proposed Approach: Septic waste water bgenerated atthe Baler Building. The existing septic tank would remain in place until the new system was constructed, then would be removed and disposed as part of the Phase 2 construction. The proposed location for the new septic system is west of the Baler Building in the vicinity of the proposed sqoeeaings treatment system. /\test pit was excavated inthis area onSeptember, 2O11. The approximate stratigraphy ofthe test pit from top down isasfollows. 1.5"gravel, &' baled garbage, 4'shot rock, bedrock. Our proposed approach )stoexcavate the garbage from the required footprint, replace with shot rock, and target the 4' ofshot rock below the garbage for infiltration ofthe leach field. The garbage inthe footprint ofthe leach field would be relocated to another area of the landfill for loose placement and re -burial. The baled garbage imthis area will require final cover atsometime inthe future. Prior tufinal cover, the minimum life ofthe septic system would be approximately ZUyrs. The new septic system would be constructed as part ofLateral Expansion Phase2 construction. We would conduct preliminary analysis, sizing and proposed location then meet with ADEC Wastewater todiscuss. Design details for the in -ground leach field would follow ADE[guidance. Design Scope: The design scope of work will include the following: • Design analysis for a subsurface gravity flow leach field septic treatment system ~ Design drawings: septic plan sheet, septic profile sheet, septic detail sheet � Specifications: osneeded * Meeting with ADEC wastewater � Permit the septic system Assumptions: • ADECwill approve the proposed location • Gravity system Deliverables: • Design drawings tobeincluded lmPhase Iconstruction package • Specifications tobeincluded ioPhase 2construction package m Design basis technical memo KIB LF Lateral Expansion Design Backup for COR 19 Labor Resource Functional Category Hours Rate Amount Task A2.17.O1-Additional Support for Leachate Treatment odWWTP Winter, KatrynR Engineer 3 $ 122.00 $ 36800 Van Bkankennhan.Ian P Engineer 4 $ 188.00 $ 74400 Hinds, Cory Project Manager 10 $ 172.00 8 1.720.00 Bemohauor.Douglas K8 Senior Engineer 4 $ 209.00 $ 836.00 330.00 * 3.$66.O0 Task A2.1y.03-Environmental Review Hinds, Cory Project Manager 15 $ 172,00 $ 2,580I0 Sauern.Chandra Toryn Edding/PutJi cations 1 $ 98.00 $ 9800 3ink.Geoqgene Editing/Publications 2 $ 110.00 $ 330.00 Subtotal for A2 - KIB LATERAL EXPANSIO 52 4,472.06 Labor Sub -Total: 52 58,138.0 ODC Subtotal Grand Total $2G'25 $8,164.25 K113 LF Lateral Expansion Design Backup for COR 20 Labor Resource Functional Category Hours Rate Amount Task A2.08.01 - Septic Design Benfield, Rory F Sr. CAD/Latta 40 $ 128.00 $ 5,120.00 Berschauer, Douglas M Senior Engineer 9 $ 209.00 $ 1,881.00 Broft, Nikki Mertsching Specifications 16 $ 82.00 $ 1,312.00 Van Blankenstein, Ian P Engineer 23 $ 186.00 $ 4,278-00 Winter, Katryn R Engineer 65 $ 122.00 $ 7,930.00 Labor Sub -Total: 153 $ 20,521.00 ODC Subtotal $ 664.00 Grand Total $ 21,185.00 KIB LF Lateral Expansion Design Backup for COR 21 Labor Resource Functional Category Hours Rate Amount Task A2.08.01 - Design of Leachate Seep Cutoff Wall at Manhole E Green, Kenneth R ETC Labor 4 $ 172,00 $ 688.00 Dehner, Jay G Senior Review 2 $ 209.00 $ 418.00 Eckberg, Catherine L Engineer 60 $ 172.00 $ 10,320.00 Frets, Joshua CARD Tech 17 $ 98.00 $ 1,666.00 Walker, James A Senior Engineer 24 $ 186,00 $ 4,464.00 Labor Sub -Total: 107 $ 17,566.00 ODC Subtotal $ 3.00 Grand Total $ 17,559.00 K113 LF Lateral Expansion Design Backup for COR 22 Labor Resource Functional Category Hours Rate Amount Task A2.O6and A2.08.01 - Excavation and Grading wfPhase 1Design Bnott Nikki Mertsching Specifications 19 $ 8200 $ 1.558.08 DehmmcJay 8 Senior Review 4 $ 205.00 $ 836�00 Eckberg.Catherine L Engineer 44 $ 172.08 $ 7.56&00 Hinds, Cory Project Manager 1 $ 172.00 $ 172,00 Prets.Joshue OADOTech 40 $ 88.00 $ 3.920.00 VanB|ankenmtain. Ian P Engineer 5 $ 186'00 $ 930.00 Wald, Kurt O Senior Review 2 * 172'80 $ 344.00 Walker, James A Senior Engineer 74 $ 188.00 $ 13.764.00 Labor Subtotal: $ 33,118.00 {JQC Subtotal $ 85.00 KI B LF Lateral Expansion Design Backup for COR 23 Labor Resource Functional Category Hours Rate Amount Task A2.01 - Additional Project Management Dehn, Starr J Senior Review 8 $ 209.00 $ 1,672.00 Dehner, Jay G Senior Review 16 $ 209.00 $ 3,344.00 Eckberg, Catherine L Engineer 16 $ 172.00 $ 2,752.00 Hinds, Cory Project Manager 410 $ 172.00 $ 70,520.00 Stith, Rachel E Project Accountant 60 $ 82.00 $ 4,920.00 Walker, James A Senior Engineer 82 $ 186.00 $ 15,252.00 Labor Subtotal: 592 $ 98,460.00 ODC Subtotal $ 28.00 Grand Total $ 98,488.00 IIB LF Lateral Expansion Design Labor Rates Schedule Functional Category Rate Period: 2012 cateaory Bill rate PDG 01 $ 232.00 PDC 02 PDC 03 PDC 04 $ $ $ 232.00 215,00 192.00 PDC 05 PDC 06 $ $ 177.00 162.00 PDC 07 $ 139.00 PDC 08 $ 126.00 PDC 09 $ 115.00 PDC 10 $ 81.00 PDC 11 PDC 12 $ $ 132.00 113.00 PDC 13 $ 101.00 PDC 14 $ 95.00 PDC 15 $ 95.00 PDC 16 $ 95.00 PDC 19 $ 84.00 CH21VI HILL Contract Labor Rates 2012 (all inclusive, not necessarily this change request or other 2012 work) Resource Per Diem Name Functional Category Actual 2012 rate Alderson, Breck Electrical Engineer 5 $ 177.00 Amundson, Louise A Project Delivery 3 $ 215.00 Appelhans, Eva Mane Accountant 8 $ 126.00 Bailey, Sarah T Project Controls 6 $ 162.00 Ballantyne, IMancy A Senior Review 4 $ 192.00 Benfield, Rory F Senior CARD Tech 11 $ 132,00 Berschauer, Douglas M Senior Engineer 3 $ 215.00 Brenneman, Luann Accountant 19 $ 84.00 Brett, Nikki Mertsching Specifications 19 $ 84,00 Brunkow, David W Process Engineer 5 $ 177.00 Butcher, Kevin L CARD Tech 12 $ 113.00 Caley, Guy T Project Eng/Caffey 5 $ 177.00 Carlson, Linda K Project Admin 13 $ 101.00 Cavil, Richard H&S professional 4 $ 192.00 Christenson, Solveig A Engineer 7 $ 139-00 Christie, Stephanie Contracts Administrator 6 $ 162.00 Chung, Raymond Wang Kei Storm Water Engineer 6 $ 162.00 Cotter, Elaine P Editing/Publications 19 $ 84.00 Cruickshank, Laura Project Admin 19 $ 84,00 Culley, John L H&S professional 5 $ 177.00 CVO Senior Professional Geotechnical Engineer 4 $ 192.00 Damron, Floyd J Senior Review 3 $ 215,00 Dehn, Starr J Senior Review 3 $ 215.00 Dehner, Jay G Senior Review 3 $ 215.00 Diver, Mary Geraldine Contracts Administrator 6 $ 162.00 Duppong, Gerald P Corrosion Engineer 3 $ 215.00 Eckberg, Catherine L Engineer 5 $ 177.00 Engieson, Barbara A Design Manager 3 $ 215.00 Frey, Susan M Design Manager 3 $ 215.00 Friberg, Russell S Jr. Engineer 11 $ 132.00 Garcia, Caroline Accountant 6 $ 162.00 Garcia, Remigio V Editing/Publications 19 $ 84.00 Green, Ellen Pray Senior Review 5 $ 177,00 Green, Kenneth R Geotechnical Engineer 5 $ 177.00 Griffin, Judith F Editing/Publications 11 132.00 Haley, Anita June Editing/Publications 12 113.00 Hedglin, David A Cost Estimator 5 177.00 Hinds, Cory Project Manager 5 $ 177.00 Hosmer, Janet L Editing/Publications 19 $ 84.00 Hukic, Alija CADD Tech 12 $ 113.00 lbach, Adria Subcontracts support 9 $ 115.00 Jones, Kristin Contracts Administrator 5 $ 177.00 Jones, Thomas Joseph Cost Estimator 5 $ 177.00 Kantardjieff, Alexandra Wastewater Engineer 4 $ 192.00 Kc, Arjun Engineer 7 $ 139.00 Kennedy, Susan Project Admin 19 $ 84.00 Kizlinski, Matthew NEPA Specialist 6 $ 162.00 Koekemoer, Rocco Structural Engineer 7 $ 139.00 Koester, Carl Geotechnical Engineer 8 126.00 Korbus, Linda M Senior Review 4 19100 Kraemer, Thomas A Landfill Gas Specialist 3 $ 21500 Landman, James K. Senior Review 4 $ 192.00 Larson, M Lyn Editing/Publications 11 $ 132.00 Latta, Robert K CADD 6 $ 162-00 Lawson, Peter W Senior Review 3 $ 215.00 Leaf, William R Senior Review 4 $ 192.00 Lussier, Monique A. Architect 5 $ 177.00 Macon, Tina R Editing/Publications 5 $ 177.00 Martin, Patrick Engineer 6 $ 162.00 Martin, Robert F Transport Time Modeling 3 215,00 Maxey, Veronica A I & C Engineer 12 113,00 Mc Cullough, Nason Geotechnical Engineer 4 192.00 Mccauley, Kari Editing/Publications 15 $ 95.00 Meadows, Darren Engineer 8 $ 126,00 Monroy, Jorge A CADD Tech 11 $ 132.00 Moore, Craig J Cost Estimator 6 $ 162.00 Morales Cruz, Patricia Project Controls 8 $ 126,00 O'brien, Donita H&S professional 19 $ 84.00 Parent, Mark Engineer 7 139.00 Player, Roch S V Geotechnical Engineer 5 177.00 Potter, Kathy Elaine Accountant 19 $ 84.00 Prentice, Brittany Project Admin 19 $ 84.00 Prets, Joshua CADD Tech 13 $ 101.00 Quetschke, Sally S Project Controls 19 $ 84.00 Rausch, Patrick Robert Mechanical Engineer 4 $ 192,00 Reimbold, Michael W Senior Engineer 3 $ 215.00 Richburg, Sean Project Delivery 4 $ 192.00 Risen, Linda ID Facilities Support 19 $ 84.00 Royak, Christopher Scott Project Delivery 3 $ 215.00 Sams, John W Cost Estimator 5 $ 177.00 Sauers, Chandra Taryn Ed iting/P ubii cations 13 $ 101.00 Sink, Georgene Editing/Publications 12 $ 113.00 Scares, Edgar Brugnago CADD Tech 14 $ 95.00 Soebbing, Traci Project Admin 19 $ 84.00 Sproul, Margaret E Admin/Sproul 19 $ 84.00 Stander, Carol Admin/Sproul 19 $ 84.00 Stevens, Kristen Project Admin 15 $ 95,00 Stith, Rachel E Project Accountant 19 $ 84.00 Thompson, Byrl C Engineer 5 177.00 Thompson, Meagan Editing/Publications 14 95.00 Titus, Cindy Engineer 6 162.00 Tovey, Terri A Senior Review 5 177.00 Valentine, Todd Engineer 8 $ 126.00 Van Blankenstein, Ian P Engineer 4 $ 192.00 Vest, Maudeen B Editing/Publications 19 $ 84.00 Wald, Kurt D Senior Review 5 $ 177.00 Walker, James A Senior Engineer 4 $ 192.00 Wallis, Paul Structural Engineer 5 $ 177.00 Ward, Robert HELP modeling 6 $ 162.00 Weigum, Kenneth R CADD Tech 11 $ 132.00 Weiner, Jeffrey Harlan Contracts Administrator 4 $ 192.00 Wilson, Ronald D Cost Estimator 5 $ 177.00 Winter, Katryn R Engineer 8 $ 126.00 Wise, Sandra H&S professional 6 $ 162.00 Worsch, Bryn Project Accountant(Worsch 19 $ 84.00 Wu, Melissa Wastewater Engineer 7 $ 139.00 Young, Stephanie J Engineer 5 $ 177,00 Previous Changes $ 1,0781)167.36, Permitting and Design for Onsite Leachate Treatment Plant, per attached SOW 742930.00 djated2i/29/2012. Ex,tend,periodofper,formancethroiugli,6i/28/13. The time provided for completion of the contract is, (Lj unchanged) (L��j increased) (L decreased) by TBD calendar days., This, document sba,11 become an amendment to the contract and aI . 0 1, provisions of the contract will, I �2ply thereto. Accepted, By-, Date! 3 /22/2012 IIMMR��Ifffi .. .. ...... ... .. . . . . .. .............. = c is Representative 014 .................................................. gineering/Facili ties, Di Ile 04 Mahager (Less, Tia 01 000 . — for all change orde n this, contr Date YOM< 41 # If the change order ororders exceeds ten thqoM, ���O, 0,00) dollars, it �mill require the signatures of: A. The mayor and, deputy residing officer; P B. The mayor and one (1) assembly member in, the absence of the deputy presiding offieer,-I C The deputy presid.ing officer and one (1) assembly member in t absence of the mayor; or D, Any two (2) assembly members in the absence of the, mayor and, deputy presiding officer. Mhnnih. C( 1111"1141--Ij Approved By Date ...... .. .. . ...... .......... . ................ .. Mayor Deputy Presiding Officer IT L Date YOM< 41 # If the change order ororders exceeds ten thqoM, ���O, 0,00) dollars, it �mill require the signatures of: A. The mayor and, deputy residing officer; P B. The mayor and one (1) assembly member in, the absence of the deputy presiding offieer,-I C The deputy presid.ing officer and one (1) assembly member in t absence of the mayor; or D, Any two (2) assembly members in the absence of the, mayor and, deputy presiding officer. Mhnnih. C( 1111"1141--Ij Approved By Date ...... .. .. . ...... .......... . ................ .. Mayor Deputy Presiding Officer Kodiak Island, Borough Engineering &, Facies Dep 710 Mi'll Bay Rld. Kodiak, AK 99615 Subject.- Proposal for Professional Services Kodiak Island Borough Landfill. Lateral Expansion Phase 3 Leachate Treatment Plant Design Dear Mr. Smitl­u loll Existing physical and, chemical leachate data from Kodiak (existing leachate) and Unalaska (future leachate) have been evaluated for treatment,, and, will be reviewed and re-evaluated during pIredesign. is assumed that the 10 years, of leachate data from the existing landfill at Kodiak is representative of existing leachate, and the current leachate datafrom Unalaska is representative of future leachate from the Kodiak, lateral expansion. 0 To save time and contractor Markup, the treahen t package and the pre-engineered building will be purchased directly by KIB for Contractor installation,. Separate procurement packages will be, prepared for these components. The remah'ider of -the project, will be bid in, a single package. 0 Pretreatment of the, leas ha,te will consist of fine screens and gt removal (if required). ,No W post treatment of the permeate from the MBR process will be required', Sludge from the treatment process will be dewatered using a, centrifuge on site and will be discharged to a truck for disposal, at the landfill. Effluent from the treatment plant will be discharged, at the weir of the, ex ng wetland treatment system.Existing media in the wetland treatment system beds will be removed. The trickling filterI (upper pond) will be removed from service and the effluent from the treatment plant will be discharged to the lower beds as surface flow over the weir. The design scope at the wetland treatment systems limited to media removal and inlet piping. 10 Yard piping, from the pump station to the treatment plant and from the treatment plant to the discharge i's included "in Phase 3. Phase 3 construction. will also include, the, following maintenance and final connections of'tlie leachate system: c Continuation of 'interim leacha,te pumping operations (from, seepcut-off walls to fl-te wetland treatment system) from end, of Phase 2 contract to, end of Phase 3 contract. o Connection of Manhole C to LMH2 at completion of the Treatment Plant construction o Demolition of the existing squeezings sump and connection of the new squeezings tank o Removal of the, existing oil/ water separator and existing (old) squeezings tank 0 208 V power willbe provided to the site by, KE A and will be arranged by KIB. The 208 V power will be stepped up to 48,0 V via transformer. Select equipment including larger pumps and tfie centrifuge will use 480, V power. KEA will, develop the transformer ,specifications based on the sizing requirements developed in the design. . Backup ill not be included in this pr *ect., power, wi 1 0), 0 Flow tothe treatment plant from -the lift station will be in the range of'300-400, gallons per minute (gpm). 0 The treatment plant will be housed.` a single 85' x 100" pre-engineered metal building constructed on a slab on grade foundation. The building and components will be designed according to the current, versions of following codes-, IBC, NEC, NFPS 820,, IES 1� Lighting Handbook. The building will be located nortli of the leachate lagoon, within the Greenbeft, We assume that KIB will evaluate and resolve z issues associated with tl-.is location. The existing wetland treatment system will remain in operation to receive and treat 4 leachate until thenew leachate treatment systems operational. KI B will clear trees (if needed) and excavate up to 3 test pits in, the vicinity of the selected, building location to confirm subsurface conditions for the build� mig foundation design. CH2M HILL will provide staff to document the test pits during excavation. 0 Building foundation will be concrete slab on, bedrock or on densely compactedfill on bedrock. 0 Potable water will not be available at the site. Plant water needed for the building as washdown water will utilize treated plant effluent that will be stored'in the bufldh-tg, Treated effluent will, be used to make the required dilutions for cleaning chemicals,. 0 A total of'82 drawings are assumed for the project (Attachment A, not including drawings by others). Drawings will be prepared using CH2M HILL drawii-ig standards. The drawings and specifications will be provides. in pdf format for construction. 0 Deliverables over the course of the project will be posted electTomically to the, KIB ftp s itI I Be. Printed copies will not be provided. Review meetings with KI B following e,ch of the design Phases (Predesign, 35%, 65%, 95 %) will be condo cte d over the phone. The treatment plant will initially only treat leachate from the landfill., During the predesign, we, will investigate and provide recommendations for the timea:tment of future s itary sewer flows from borough residents along Hou shka'Bad Road. The treatment ani plant will not initially be designed to accept these flows, but space in the'buildmig will be included to accommodate futui re, domestic treatment. We propose to complete the following tasks. Task redeslign. CH2M HILL will review the existing leachate data from the existing landfill and the forecasted le.chate flow and concentrations from the lateral, expansion. The lhate from the twosources will be collected in the leachate lagoon constructed as a, part of the landfill expansion project. The treatment plant design will be based oncurrently available data. Actua,chate characteristics will vary over tl-te life, of the landfill. Additional data collection and analysis are not included, in the scope. A duplex submersible pump configuration lation with VFDs will, feed the leachate flow to the treatment plant. The flow rate will need to vary with the weather conditions to control the water level in the leachate lagoon. During wet weather the flows will be higher to empty the lagoon for subsequent storms and during extended dry to g, lie flows will be lowered so that the lagoon does not completely drain and can continue to feed the treatment plant. It is assumed, that, the treatment facility will be located, in the Greenbelt. The actual location in the Greenbelt will be determined during the predesign. Using the design data, two wastewater treataient technologies, including membrane bloreactors (MBR)l Wil be evaluated for their: effectiveness, in treating the anticipated leachate. Associated c 'tal and operation costs will, be evaluated. The treatment plant will be designed to treat the apt, leachate to meet, the Federal Effluent Limit Guidelines: for landfills and, the State of Alaska surface water quality standards, as shown fi-i the following t:abls.- Landfill Effluent Limitation, Guidelines, (from 40 CFR 445) Regulated parameter Maximum Daily (mg/L) Maximum Monthly Average (mg/L,) BOD 220 56 TSS 88 27 Am,in,onia (as N) 10 4.9 .......... ct-Terpineol O.0!42 0.0191 Aniline .............. .. 0.024 0,0 15 . . ................................. . . . Benzoic acid 0.11.9 .................. . . . .. 0.073 Naphthalene 0,059, 0.022 p -Cresol 0.02 4 0.01,5 Phenol 0.048 0.029 Pyridine 0.072 0.025 Arsenic 1.1 0.54 Chromium 1,1 0.46 Zinc 0.535 0.296 pH .......... ........ .. . .... . . . ............... 6,0-9.0 6.0-9.0 State of Alaska Water Quality Standards (from 18 AAC 70) P01111tant Criteria (based on, Fresh Water Class (1) Cl may not reduce depth of the compensation point for photosynthesis. Color activity by more than, 1. 0%, or, < 50 color units Fecal Coliform N/A Dissolved Oxygen > 7 m Dissolved Organic Substances TDS < 17000 mg/I Petroleum Hydrocarbons Total Aqueous HYdrocarbons < 15 [tg/I pH 6.5-8.5 . . . . ......... . See concentrations in Alaska Water Quality Criteria Manual (Aquatic Life Radioactivity for Fresh Water category) Residues Residues, are not allowed Accumulation of fine sediment in 0. 1 mm to 4.0, mm, range may not increase Sediment more than 5% above natural conditions <20 deg C at all times and, < 13 deg C (spawning and egg & fry incubation), Temperature or 15 dei; , C (inigration and rearing areas Toxic and other deleterious organic See concentrations in Alaska, Water Quality Criteria Manual (Aqu-atic and, inorganic substances Life for Fresh'Water category) Turbidity < 5 NTS **Lancltill effluent sample data from sample location L-1 (1998-2010) were compared to the limits *in the Alaska Water Quality Criteria, Manual. There were no apparent concerns with these pollutants, however, there were some pollutants listed*in the manual for which there were no sampling data. No additional sampling is proposed prior to design. Additional sampling and designing for different characteristics:,, not addressed M^, existing data are not included in this scope. A drdsign memorandum will be submitted to K for comment and to receive acceptance for the recommended treatment alternative. Comments will be icorporated into the final predesign memorandum, Assumptions. - 0 KIB will provide review within 5 calendar days 0 Drawings for the prediesig n phase will consist of a site plan and, process schematics.. 0 CH2,M HILL will evaluate treatment capabilities, and prepare/ confirm cons truction and operation cost estimates for two treatment technologies Deliverabl 0 Draft and final, predesign memorandum,sil, electronic delivery, 0i Response to KIB comments, electroruic delivery Task 2 � Ptepare'Procurement Packages. "rhepurpose of this task is to prepare two procurement packages for ;EJB to prepurchase the treatment package and the materials for the pre-engineered metal building. Draft documents wi I be prepared for KIB review. 11 ane pre -procurement packages will be structured as follows: The point of recelipt for owner purchased equipment will be the Kodiak dock, so the equipment supplier carries liability during shipping. A Joint Contractor/ KI B inspection of equipment will'be performed at the Kodiak dock, any damaged equipment is returned immediately. The Contractor will be responsibleforunloading, storing, protecting, maintaining, and h'i.stalb ing/testing owner-furrili shed equipment until finial acceptance. The Contractor must purchase insurance to cover the, owner -furnished equipment during unloading and handling. KIB will provide the appropriate front-end bid documents for the equipment procurement. This will include Bild Requirements,, Contract Forms, and Conditions of the Contract. CH 2M HILL will review the KI B provided, documents, to make sure they are coordinated with requirements in the technical specificafions. * KIB will provide review within 5, days and will provide one set of consolidated comments. * This task i-ticludes issuing final electrol-dic documtints 'for bidding. KIB will administer: the bidding, process. CH2M HILL will provide up, to 2 addenda in response to bidder comments. CH2M HILL will evaluate the technical, content of the bids and provide recommendations to K. Scope includes up to 3 meetings with KIB by clonference call. 0 Draft MBR procurement package,, electronic :delivery, PDF format 0 Draft Building procurement package, electronic delivery, PDF format Final SBR procurement package, electronic delivery,, PDF format 0 Final Building procurement package, electronic delivery, PDF format pp IEEE III I I I I � 11111911111 1 1 1! M NO The purpose of this, task is to use the data and guidelines developed, in the Predesign task, and the submittal information -from the treatment system supplier ai-Ld the pre -engineering building supplier to develop a single desigti concept and, single construction package. The primary products, from thi's task will be 35% level process control narratives, preliminary layout drawings, process and instrument, diagrams &IDs) and a 35% level construction cost estimate. A list of the specifications anticipated to be used on the project, will be compiled,. The schematic design package will be submitted to KIB for review and comment. =I KIB will provide review witl-iin 5 calendar days and will provide one set of consolidated comments 01 Design effort is biased on MBR plant 0 35% process control narratives, preliminary layout drawings, and P&Ms, electronic delivery PDF format 0 List ofanticipat ed specifications 0 35% cloist estimate 0 35% basis of design memoranduMs for each discipline a Response to KIB comments * g4 Task, 4 - 65 %( Des1L The purpose of this task is to utilize the decisions, that were made in the 35% Schematic Design ph 11 *, ase to develop the design. Structures,,, equipmeiit, major plant piping, process, ancL site plan will lief inal ized during fl -tis phase to allow final detailing in tl-te following phase. The first draft of specifications, and the front end bidding docurnents will be prepared from CH,2,M HILL/:s master specifications, which are based on the Construction Specifications Institute (419 divisions). Z, Assumptions: Design effort is based on an MBR plant f1l Use same front-end (Dii,v 0 and Div 1) bid dociuments as Lateral Expansion, Phase 1 and Phase 2 KIIB will provide review within 55 calendar days and will provide one set of consolidated Comments 01 65 % design drawings, electrolilic delivery, PDF format 0 Draft specifications 0 65% cost estimate, Frol *3 - 0 , Task 5 - Final, Deis* gn (95% and Upon receipt of the 65% comments, CH2M HILL will complete the design drawings, and �J' specirications which, willlinclude complete design of all design disciplines defining site and building layout pipe .ting and equipment location, process and building structure construction features and details. The draft final (95%) documents will be submitted, to KI B for i review and comment., These comments will be addressed and, final,, 100% bid -ready documents will 'be prepared. 0 Design effort based on MBR plant 10 KIB will provide review within 5 working days, and will provide one set of consolidated comments 0 KIB will provide the front end documents to incorporate into the specifications, 0 95% design drawings and specifications, electronic deliv�ery, PDF format 0 100% design drawings and specifications, electronic delivery, PDF'format' 100% cost estimate Response to KIB comments Design Basis Assumptions, In addition to the description, provided above, the scope and level of effort for design services are based on, the following assumptions. - Process: is[ Treatment process design effort is, based on an MR treatment facility with centrifuge dewatering. Based on anticipated discharge requirements:,, treatment process does, not " 1 11 P . i incluae disintection. Solids processes do not include a stabilization process due to treating landfill leachate solids. • The design level of effort is based on incorporating vendor drawings from the Pre- purchase MSR package into the drawing set for mechanical and 11est rumentation and control, drawings. These vendor drawings will provide the detailed design information for the MBR package, system. • Leachate pump station to pump flow to the treatment plant is based on a submersible pump station with no building located at the, pump station. • Designscope is, based on the fol.lowing treatment systems,:, oInfluent, screens and grit removal o Membrane bieactor system and associated tanks and, equipment o ret ate tank sized tor wasn water and washdown water pumping system o Centrifuge sludge dewatering with truck disposal for dewatd sludge o Chemical, systems including those required for membrane, cleanhig and polymer s lyring stem for sludge dewate i 0 Stormwater runoff from the building roof and roadways will be addressed with existing it �s sits �e stormwater Permit. Scope is based on overland -flow a,cros sit 0 Existing survey*information will be used for civil drawings. 0 Civil drawings will 'Include roadways, grading adjacent to the treatment building and yard piping from the pump station to the treatment building and, from the treatment building to the existing leachate lagoons. 0 Fire protection sprinkler system is not included based on limiting chemicals to less than, the exempt amo. No potable water is available onsite for fire protection. The scope, and, level of effort does not include providing potable water onsite or a system, onsite for providing water, for a fire truck connection. 0 Safety shower/eyewash required for chemical area will be a portable system,, requiring periodic tank refilling with potable water'. 0 No restrooms Bks or other facilities re i i potable water are included, due to water ,, i i quiring not, being available onsite. Treated water willbe used, for washdown and chem ical, dilution,. 0 Design modifications to the existing wetlands treatment system are limited, to removing material from the wetlands, cells and replacillg distribution piping. Instrumentation and Control Thdscope nluSCADAwIi 'nth treatment building and does not include external communication outside the treatment building. KIB will provide any SCADA outside the treatment building for remotring and control. Process and Instrumentation diagrams will be developed using C HILIL, 4 instrumentation and control drawing and taging standards,. MBR vendor, provided P&IDs will be included as attachments to the drawing set and. will not be modified. Structuaral/Architectura.1 0 Pre -engieered 85 ft x 100 ft metal. building with slab on grade foundation, 0 Building will consist of a single room for process systems with a separate electTical room. Electrical • Design of'exte. rior lighting, except for that on the outside of'buildings and at the leachate pump station is not included. • Design of telecommunication systems, except for the provision of outlets is not include d. • Arc flash sWdies are not included. • Electrical coordination, studies will, not be performed. • Design of security systems Iis not included. - I I d • Design of tire detection and alarm system Iis not included. • Standby power system (backup generator), is not included, in, the design. 0 'Lighting system design does, not includelintegration with building automation system. 0 the local utility system will provide the pad re transformer and they, will specify the equipment pad to be used. • The local utility system will, design and install the primary medium tag feeder to their padmount, transformer. . il I • There is no requirement tor project documentation needed, to achieve LEER certification or for other energy credit programs,. All electr1cal systems, will be low voltage (<60OV), Li ightming protection systems are not required Deliverable drawings and specifications • Deliverables will be provided electronically. • Drawings will follow CH2M HILL CAD standards. • CH2M HIL'us 49 divisionmaster specifications will be used for technical specifications. Task 6 - Permitting CH2M HILL will prepare the permit applications necessary to obtain the ADEC Certificate to Construct and the ADEC Certificate to Operate once the construction is complete. We will also complete the application materials, to obtain an Alaska Pollutant Discharge 0 mint m ation Systems, (APDES) permit to discharge the treatment plant effluent to the adi , acent wetland. Permit applications will be submitted to ADEC on. behalf of KIB. KIB will be copied on, all transmittals. A . * Leachate treatment only. Domestic wastewatercash be added tothe permitlater. * Per our discussions with ADEC, the permit submittals will be AME S Application Form I and App 1 Eciatdon Form D. * For APDE,S Application Form 1, KIB planning staff will provide a topographic, map (PDF format) showing topography within 1 mile of the proposed treatment, plant on all, sides. KIB, already owns, this, mapping. C 2 HILL will provide, instructions showing the required limits for the mapping., * For AMES Application Form 1, CM HILL assumes that the treatment process will not raise water, temperatures above the thermal discharge limits. * For ADPES Application Form 2D, CH2M HILL assumes the following-. o Anticipa,td, ;t at flow rates will be used to satisfy the requirements of Section 5 o Existing data from Kodiak and Unalaska will be evaluated against the various, lists of chemicals using a spreadsheetfor Section 6 o The 3,51% basis of design memorandums will be used to satisfy ,the reporting requirement in Section, 7 o, Assume no waiver requests will be required in Section 8, 0 Une review meetilig ('11W, and Process engir), will be held with ADE Cat their office 4, for the APDES discharge permit. 0 A total, of 133, hours has been budgeted for preparation of the, APDES discharge permit. Based on ourcurrent understanding of the requirements, we anticipate that this will be uffici sent. Assumptions for ADEM Certification to Construct: • Per our review and understanding, this, Certificate includes filling out the General Data Sheet, the Treatment Plant Checklist, the Outfall Checklist, and submittal of the plan set for AEC Wastewater plan review. • For the General Data Sheet, CM HILL will, prepare and coordinate the ADEC Wastewater plan, review., Our proposal covers the estimated $940 plan review fee. CH2M HILL will pay the plan review fee on behalf of KIB. • For the Treatment Plant Checklist,, C,M HILL will prepare a cover' sheet linking the checklist requirements to existing documents including the design drawings, the basis of design memorandums, and the project specifications. • For the Outfall Checklist, will prepare a coversheet linking the checklist requirements, to calculations, effluent concentrations, and flow calculations. • For the OutfalIChecktist, KIB, will provide a, map of exis,fing wells in the vicinity of the landfill and downstream drainages as needed to characterize the type of receiving, water. • A total hours has been budgeted for preparation of the Certification to Construct. Based on our current understanding of the requirements, we anticipate that this will be sufficient. Assumptions of the ADEC Certificafi on, to, Operate • Per our review and understanding, this Certificate includes submittal of record. drawings following construction, and engineer s, certification that the treatment system has been . installed ands operating as designed. • CH2,M HILL will, prepare a cover sheet demonstrating our submittal meets these requiremenbs. • A CH2M HILL engineer with Alaska registration will sign anct stamp the required certification. • A total of 16 hours has beep. budgeted for preparation of the Certification to Operate. Based on our current understanding of the requirements, we anticipate that fluis, will be '1 4 sufficient. This effort may or may not cover the evaluation ana inc . lusion ofadditional 4 6, information, or, other stipulations or testing �requ,ired, by ADE . Deliverables: 0 ADEC Certificate to Construct application, electroMic delivery PDF format 0 ADEC Certificate to Operate application, electronic, delivery PDF for 4) AC ES Discharge Permit, electronlic delivery PDF format M Biddiing Services The CF12M HILL project manager or process design lead willattend a pre-bid meeting in Kodiak to answer bidder questions. CH2M HILL will provide responses to bidder questions, as necessary, through an addendum. 136 h have been, budgeted to respond to bidders quiestions and prepare addenda. We anticipate that this will be sufficient. Bidding admMilistration will be provided by, KIB 0 Up to two addenda will be prepared during ffie bid period "I "I Preparing conformed documents, are not included in the scope. Delivera Dies 0 Responses to bidder"s questions,, electrionic delivery 0 Addenda, electronic delivery 0 Monthly Invoicing/ status reports, 01 1 Presentation to KI B assembly by Project Manager In Kodiak A prelimiary project schedule with project duration is, included as Attachment B. Cost Proposal 1"he estimated, fee for these services is $ 742,930. We propose to conduct these 0 services on a T basis using existing Terni,s and Conditions *in the Lateral Expansion project using 20,12 staff rates and, a 3% elation for 2,013. Please note that Services During Construction. (SDC) are not, fficluded. in this proposal. We propose, additional discussion on KIB plans and requirements in order to finalize SDC scope. We look forward to working with you on this project. Please let me know if you have any questions or: need further information. Sincerely, CH2M HILL Stephen Gergely Vice President Cory Hi.� , P., Project anager HE Kodiak Onsite Leachate Treatment Plant Pr posed ..... . rrrrrrr r e l List, �wmww– x....:.. ........ _.: – mmw General ......... .. .... ,. C n„ – mm Title Page, Drawing Ust x.....,x, ,,, .... _ –w :.. .w, ,,, ._... _ ...:. ..,,.�,,–nn,_., w -- nn, w.w.w......... H-1 .w w. _. -- r_................................... Notes HVAC Abbreviations '�!!– �rlraal i1t� ,a�r�r�'atrr�r _. - _..r .. —.–,w..... w . . . . . ........ c h� d Schedules C r�aaaal� ...... ....... n,..w w , m — -3 rmmmm�m� �.._r.., ..... HVAC Plan C-1 ..... .� Civil1 t! , r revs atio . -_ w r w .–, - m ,.. .r.r.r..... ..... _ _ . rrv.. xrr. .................. Section C- ........ . .... ,............._ m _. Site Plan/ and Pilin ..�..-- ... ww� ......... -' _ "I m.. ____..-,m., ww . ........ Diagrams, -3 ,.... _ .............�.__. �-mm . � _ - Grading/Drainage Plan _ _n... � H-6 xmm.. rrrr Detail'1 C-4 Existing eland"r atment Modifications — — ----------............... n truir entat w� Controls Details _____________________________w_ 1...-..1 1 C Notes,, r viation -6 �_rrrrrr LeachateCollection Plan _._. mmmw,,,,, AC C-7 _� ................ Facility -�ard Pipi..ng Plan -..wwwwwwwwrwrm, , , w_1.-.2 �r......_.i,e �mmw r.-rrrrrrr MI wrwrwr.haler Architectural r.m _ - ... x _. __..... _,.w. _- . Arch.Notes, Abbreviations ., ......... � , eeeeeee 1-� rrr .mmww � �, ee. �,. ._ ....-ww-. m- , ........ P 1 3 A�-2 Code Plan/Data 1- w �,,,......r.,.,.... ... PI ...��� ,rm .���. ,. rvrvrvrvrvrvrv-. ..�.... 1- , D 5 Mm .._ - .. . . Elevations _ w ...... .n. l .m .....wIr w mrww mmme _ DetailsI -5 -----.... Elevations 2 Detailstails e. �.m .......� Building tI" e1- ..... ...... me A-7 _ _. Details 1-1 m rrrrr mwmr � nn �........w w..r . wwwww. �P an l Drawing Structural -� .m . ., l Electrical al -. r ... .... . _ __ ..... �. nn,, m General truralt� � Special Inspection , r r .. E-fi Electrical ad S- 'General Structural Notes & Sp„ed l Inspection .. E-2 Electrical Legend n. ... Building " µ., ...... ........n E- ,. ....__w_...rr.-ru EI .......... .®_ q BuildingSlab Plan ,.�_.-,-- . www m. E- ®... ______rvrv___..� ......... . - . ,w .....n, , El l Leed 5-5 Foundation Sections and Details 1 .m........ E-5 .....��.. m.__...-...-m..rrrrr.: ........................ . Site,Plan ..rw.............................. Sections and Details 1 x , , E- ---.-. x w _ _. . . . . . . . . . . . . . . . . . . . . . . ..S- ie -line Dia r m -7 Sections and [details - _ E- Pray Plan 1 ....... S -Sections r ....------ �d tails 3 ., .__,wr.. m. ...... E- w ProcessPlan x .. rrrrr. Tank Plan and Sections n - mm _. mu...m E- .,�2 ..,....,,�.��� — Facilities Plan I m ....... Details, I - — ---------S-11 .......... E- mm.. Facilities Plan 2 Tank Details 2 rrr E-1 Enlarged Plan - El rival Room -12 —mmmm. m... Tank r Plan a nd Cta i 1 .. E-1 .�..,�.�._.. .w.w.... Enlarged Plan - Lechate Plump Statioln S-13 _. Standard d alks ...... _._._._ Diagra.mm S-14 . m...mmmmm.m Standard d tall ---m1mControl E-14 ........... Control Diagrams Prefab. uilding 1 Others) .m....... ������� E- 5 �-mm,: Control Diagrams ,. ..–._____... Prefab. il!din Others ..� ww..w.. .mmmmwmm� mm mr„_ ...... ,, :� .�:: , , �: _ .m�w–. �E-16 mm,�mmm– rrrr Control Dia ra , y� Ip�� efa uiIdin th r XP I� 9 B E-17 Cable Block Diagrarns nnrmnrn mmmmmmmr .mrrmmmmmmrr-.... mmrrwwrmm. nnmmn �r ..... mmm,,,,,,,,�.r. P ref ah, B aurlding 4 (By Others) E-�18, Cable Block Diagrams 2 Prose , .. ,..mxmwn„uiww..r- . ne,wu E� n mmmmnwrwuwrrii nmie�nnm-nnnnnnnurrmrmuwwrmrmmmmmmuu uu uummmmnn n,.v,mne�..,y .. _ ..w.n r. Cable BlockDiagrams -1 .. Process totes,m. hr l W, ......_ E-20 ..niuww-wwwwvn , .�mmw.mm .. ..., .... wnlwnwww..v- Schedules M-2 ___..,. Floor Plan 1 ..-rrrrrrr,rrrm,• E-21 Details 1 ter- M ........................................ .... wrmmmn rr. rrrr Floor Plan 2 ...wwww rrwwwv ur�,m n..w, .. ...... ... n-mmmw...... , x, v. .......,_______......... - rn,:-,.n rrwr rrr.rmwmmmwwwr rwrr. ,w - wwwwr n .. rrw.wwrmmrxmmrrw r::,::,., uruu. s 2 mm.�mm, w M- Sections 1 -5 Sections . [ mm w..w w..., ....n nnnruw...w.w.ww gimrr...=. h�-wwwwxw„wrwwwwwwx.m�x_::.............. 6, -nwmm•mr -n n ---arrow„-w-w ......................... ...r .......,mwwrnrmm.. wr.r:.w.rx'xx'xx w..... w.mvr Sections 3 i xwmmmmmmmm _-n�rrrnw.ww ww xr „,: -n w.. .... :.:.:. :.:.... morwww www ............-m�,mmr�n :....- .:...--nmmrr.r.,,,..wmwrmrmwww.www uuum m r.._ 1- -mmmm ....www. umwwr ..uc.. w ........ ........®.. �.+.+.+-..mmm rr:.wmrwu Eitaal 1 ..wm.w -.... M-8Details I..,_ , ...... uuummmmmnm:.m mmn mxmmmumrrwmmmm uuurm wn nr �.-r.„�mmmmmmmnm-rnmmmmnnmmmmmw 2 rm..... ._. ..wn........ .... _ �„mnrmn uuuu. n uum rerr nr vrWn mmmi nr imur..®.......r„nw... wr:.:.::. v.. ....... n ivrw,wmmmm..... .......-�-...., „mmmmueeennmmnn+...-..n, i uumw n uu .mmmmm. mmmmmmrmrm rn.r.++r+r+rrn �.P-�r.r.m+-mmrwmmm --uum mmmmmrmmmmr..uuu uuum Detail's ,,„..m -...m r ., rrrr........ ........®. -+,-mi: a wrmnimmrmwwuu � mmrx . . . . . .............................. ...........www.wum . ................ ... M- +rrnr+vmxwmmwmrww.ww ..... .. . ... . ... . . ............ ”. — - — ----- - sc ernaatics uuummmw uuuu, u, w ......... .....:mm;;x _ .++..w„.__......._......... .mm, n. rrmwmmmmmmm.-�..�mr ........ wimm ..n.n.. n.n:..... .....,.vmm . rwww... .......................... -- nmmmmmmmmmmmrm M-11 -..-.- .---•--.-..., mmmmmmmmmmmwmwmmmmmmmmnmmm „m^mm ,.m ................................ vuru�__._��_�nuuu mm w , v, nrn nnnnw Leachate P�urn Station Plan and Sections mmmm wmmmvi rn ...,r _.......... .....mmmrw-................ xuuuva._uuv_auu - ..mmmmwmmmmnn��� nmwrw�mm�mn mmmmmmmn .wwww..... ..............�..��. w -,r mm.u..�_iwwrwwam ..rr M-12 mmmmmwmmmm,.r vwmmmmnmw.mmmmmw n®-wnu-nnxmwww uu - . .....,. Standard D to it .uwiwv., -13 w ._._. mmm mmmwmwmmmmm wwuwmn.....__,........................w,......,.mnrrmmmwmmnr-m Standard halls. mm,..i _..... ....... _.-,,.,..m.,...-nmmmmmm,rm"w.mrn mm. w.mw m..nxmm,mmwm.wwmmn nwm nnmmn m n n n....,,.....mwmminmwmmmwwuuwuuwuuum.uw�u`..... ... mmmmmn mmm m "1- 1-HydraulicPro r l mm wnmmmmm mmm n 113 Landfill Leachate Treatment Plant Design and Construction Scheidulizr. ID !Task Name 1 Duration Start f Finish Predece- 2012 2013 2014 _,NTP0 Qtr 4 Qtr 1 Qtr 2 Qtr 3 tr 4 Qtr I I Qtr 2 Qtr I days Thu 3/29/12 Thu 3/29/12 29 2 Phase 3 Design 235 days Thu 3/29112 Wed 2120113 1 — --------- 3 Draft Predesign Memo 15 days Thu 3/29/12 Wed 4/18/12 4 KIB Review Draft Predesign 5 days Thu 4/19/12 Wed 4/25112 3 5 Final Predesign Memo 5 days Thu 4/26/12 Wed 5/2/12 4 6 SBR Prepurchase 45 days Thu 513112 Wed 714112 5 r7� 7 Develop MBR Bid Docs 15 days Thu 5/3/12 Wed 5/23/12 3 8 Advertise for MBR Equip 20 days Thu 5/24112 Wed 6/20112 7 Award MBR Equip 10 days Thu 6/21/12 Wed 7/4112 8 10 1 NTP for IVIBR Equip 0 days Wed 7/4/12 Wed 714/12 9 7/4 11 35% Design Package 40 days Thu 6121/12 Wed 8115/12 9FS-10 d 12 KIB Review 35% 5 days Thu 8/16/12 Wed 8122/12 11 13 Building Prepurchase Bid Does 70 days Thu 6/21112 Wed 9126/12 Develop Building Bid Docs 40 days Thu 6/21112 Wed 8/15/12 9F&10 d Advertise for Building 20 days Thu 8/16112 Wed 9112112 14 16 Award Building 10 days Thu 9/13/12 Wed 9/26112 1 5 NTP Building 0 days Wed 9126/12 Wed 9/26/12 16 9/26 1 s 65% Design Package 50 days Thu 8/23/12 Wed 10/31112 12 19 KIB Review 65% 5 days Thu 11/1/12 Wed 11/7/12 18 20 -1 95% Design Package 50 days Thu 11/8112 Wed 1/16113 19 21 KIB Review 95% 5 days Thu 1/17113 Wed 1/23/13 20 22 100% Design Package 20 days Thu 1/24/13 Wed 2120/13 21 23 Advertise for Phase 3 Bid 20 days Thu 2/21/13 Wed 3/20/13 22 N413 24- Award Phase 3 10 days Thu 3/21/13 Wed 4/3/13 23 25 NTP Phase 3 0 days Wed 413/13 Wed 4/3/13 24 - 26 11 Phase 3 Permiffing & Approvals 165 days Thu 8116112 Wed 413/13 27 AES Discharge Permit 120 days Thu 8/16/12 Wed 1/30/13 11 2C VWV Plan Review 30 days Thu 2121113 Wed 4/3/13 22,27 29 WW Cert to Construct 0 days Wed 4/3/13 Wed 4/3/13 28 V3 Phase 3 Construction 150 days Thu 4 1 3 Wed 10130113 31 Construction 120 days Thu 4/4/13 Wed 9/18/13 25 32 Final Inspections 10 days Thu 9119/13 Wed 10/2/13 31 33 IAW Cert to Operation 1 day Thu 10/3/13 Thu 10/3/13 32 7:1 34 O&M Manual 20 days Thu 8/22/13 Wed 9/18/13 31 FS -201 _j 35 Record Drawings 20 days Thu 1013113 Wed 1 0/3011 3 32 36 Startup 10 days Thu 10/3113 Wed 10/16/13 32 Task MEM Milestone External Tasks Project: Kodiak Phase 3 Schedule. Re� Split Date.N Fri 2/17/12 Summary External Milestone Progress Pr 0'ect Summary i Deadline Revision 1, Fri 2/17/12 Page I of I gql KIB, LF Lateral Expansion Design CH2MHILL �Price by Element Lowest Tasks, Change Order 26, without Budget Subtotalls, without Period Frequency aSubtotas Sublotals, without, Estimting l 01 -Mar -2012 12.49:44 AM Page I of 1 httpis�.-ffwww.int�.,ch2m,.com/```�``p���������r*lcei��l�����*��/�����������`R`����"""�"""��`�`9ld=8rtna,me=Prlce by Element Labor Task Hours Labor Subtotal Expense Subs Travel Subtotal Markup Task, Total Top Task 11 - ONS]TE, TREATMENT WP 11.01.01 - Kickoff Meeting 24.00 4,,066.00, 4,066.00 0.00 OM 0.00 4,066.00 0.00 4,066,00 111,01,02 - DEVELOP 36-00 6,252.00 6,252.00 0-00 0.00 0100 6,252.00 0.00 6,252.00 ALTERNATIVES 11.01. - Concept. Process 89,00, 13,521.00 13,521,00 0.00 0.00 0.00 13,521.0:0 0.00 13,521.00 Dwg!s (5%) 11.01.04 - Concept 232.00 35,904.00 35,904.00 0.00 0.00 0.00, 35,904.00 0.00 35,904.00 Narratives 11,01.'05 - Select Treatment 20-0:0 3,480-00 3,480.0,0 0.00 OM 0-001 3,480.00 0.010 3,480,00 Option, H �01.016 -Cost Estimating 57.00 9,353,00 9,353.00 0.00 0.00 0.00 9,353.,00 0.00 9,353.00 11 .02.01 - Coordinate with 16.00 2,742-00 2,742,00 0.00 0.00 0.0:0 2,742.00 0.00 2,742.00 Vendor 11.02.012 - Prelim Dsnq 595.00 80,898,00 80,898.00 2,000,00 0.00, 0-00 82,89 .00 200.00 3,3,098® Drawings (35%) 11.02.03 - Design Narratives 246-00, 32,41 '4.00 32,414.00 0.00 0.00 0,00 32,414.00 0.00 x2,414,00 (35%) 11,02.04 - Cost Estimating 163.00 21,463.00 21,463.00, 0.00 0.00 0.00 21,463.00 0.00 21,463.00 11.03.01 - Design Drawings 42.00 7,206.00 71206.00 01.00 0.00 0.00 7,206.00 0.00 7,20&00 11.03-02 - Specifications 124.00 18,048.00 18,0481.00 0,00 0,010 0.00 13,0!43.09 0.00 18,048.00 11.0; .03 - Bidding 1 02. 00 1 ,5,2 2,00 17,522.00 0"00 01400 0.00 17,,522.00 0.00 17, 22.00 Support/Review Bid's 11.04.01 '- Coordinate with 10.00 1,710.00 1, 7 10 , 00 0.00 �0,00 0.00 1,,x`10.00 0.00, 1,710.00 Vendor 11.04m02, - Design Dwgs 833.00 96,433.00 96,433.00 3,000.00 0-00 0.00 99,433.00 300.00 99,733.00 (65%) 11.04, 03 - Draft 407.00 56,817.00 56,817.00 0.00 0.00 0.00 5 ,81`x,00 0,00 516,81x.00 Specifications 11 .04-04 - Cost Estimating 95,100 15,45T00 15,457.00 Q.e00 0.00 0.00 15,457.00 0.00 15,457.00 111,05-01 - 95% Design 908-00 110,684.00 110,684,00 0.00 0.00 0-00 110,684.00 0.00 1 11 1,634,00 Drawings 11. 0 5. 02 - 9 51% 214.010 26,538-00 26,5X0,0 0.00 0.00 0.00 26,538.00 0.00; 261,538.00 Specifications 11.105.03 - Final Dsgn Dwgs 562,00 67,934,00 67,934.00 0.010 0.00 0-00 67,934.00 0.00 67,934,00, (100%) 11.05.04 - Final 118,00 15,818.00 15,818.00 0.00 0,00 0.00 15,818.00 0.00 15,818-00 Speci ications 11.05.05 - Cost Estimating 10 .00 17,098.00 17,098.00 0.00 0,00, 0.00 17,098.00 0.00; 17,,098.00 11.06.01 - Prep Bid Dogs 211 �00 2,9110,01 2, 13.0.0 0.00 0.00 0.00 2,91100 0.00 2,913.00 11.06.02 - Attend Prebid 10.00 1,770.00, 1,770-00 600-00 0.00 0,010 2,37'0.001 60.00 2,430.00 Mtg. in Kodiak 11,06,03 - Bid 136.00 20,4618.00, 20,468.00 0,00 0.010 0.00 20�,468.001 0.00 20,468.00 Questions/Addendurn 11.07-01 - Wastewater 64.00 18,952,00 8,952,00 940.00 0.00 0.00 9,892.00 94.00 9,986.00 Certificate to, Construct 11.07.02 - Wastewater 16.00 2,238,00 2,238.00 0.00 0.010 0.00 2,238.00 0.00 2,238.00 Certificate to Operate 11 .07,03-APIDES 133.00 18,717.00 18:,717.00 0.100 Mo 0.00 18,717. 00 0-00 18,717.00 Discharge Permit 11 .09.01 - Project 110,00 19,320.00 19,320.00 0,00 0.00 0,00 19,320.00 0,,00 19,320.00 Management Subtotal for 11 5,488.00 735,736.00 735,736.00 6,5140.00 0.00 0.00 742,276.00, 654-00 742,930-00 Grand'Total 5,488.00 735,736.00 735,736.00 6t540.00 G-00 0.00 742,276.00 6,54-00 742,930.00 01 -Mar -2012 12.49:44 AM Page I of 1 httpis�.-ffwww.int�.,ch2m,.com/```�``p���������r*lcei��l�����*��/�����������`R`����"""�"""��`�`9ld=8rtna,me=Prlce by Element B LF Lateral Exw%anlsion P Design C142MHIL,L Level of Effort LowestTasks, Change Order 261, without Budget Subtotals, without Period Subtotals, without Estimating Frequency Subtotals https-m.rReports.asp�x9.ld=14;2&Reportname�-Levelo�fEMrt('A).,.,., 2/29/2012 Functional Name Category Hours Rate Amount Notes, Top, Task 11, Task 11.01.01 -1 Kickoff Meeting Eckberg, Catherine L Engineer 2.0 177.00 354.00 Titus, Cindy Engineer ZO 16;Z00 324.00 Van Blainkenstein, I P Engineer 2.0 177.00 354.00 Engleson, Barbara A PDC 03 2.0 177.00 354.00 De Glanville, Brian P PDC 04 2.0 177.00 354.00 Landman, James K. PDC 04 2.0 177.00 354,010 Payne, Steven J PDC 04 2.0 177.00 354.00 Brunkow, David: W PDC 05 2.0 177.00 354.00 Hayes, John D PDC 05 2.0 139.00 278.00 Yang, Liao PDC 05 2.0 139.00 278.00 Hinds, Cory Project Manager 2,0 177.00 354.00 Berschauer, Douglas M Senior Engineer 2.0 177.00 354.00 Subtotal for 11.01.01 - Kickoff Meeting 24.0, 4o066.00 Task 11.01.02 - DEVELOP ALTERNATIVES Titus, Cindy Engineer 8.0 X62.00 1,29,6.00 Van Blankenstein, Ian P Engineer 8.0, 17 7.00 11,416.00 Engleson, Barbara A PDC 03 4.0 177.00 708-00 Brunkow, David W PDC 05, 8.0 177.00 1,410.00 Hinds, Cory, Project Manager 2 .0 177,00 354.00 Berschauer', Douglas M Senior Engineer, 6 0 177.00 11,062.00 Subtotal for 11.01.02 - DEVELOP ALTERNATIVES 36.0 6,252.00 Task 11.01.03 - Concept. Process Dwqs (5%) Eckberg, Catherine L Engineer 10.0 177M00 1,770,00 Van Blankenstein, Ian P Engineer 8.0 177,00 1AM00 Dupe n, Gerald P PDC 03 4.0 177.00 708.00 Engleson, Barbara A PDC 03 18.0 177,00 3x180.00 De, Glanville, Brian P PDC 04, 3.0 177.00 531.00 Payne, Steven J PDC 04, 2.0 177.00 354«00; run w, David W PDC 05 8.0 177.00 1,416.0,0 Hay es,John D PDC 05 2.10 139,00 278.00, Yang, Liao PDC 0 .0 139.00 2781.00 Hamlin, Priscilla M PDC 12 16.0 95,00 1,520.00 Mcfarland, Greg Scott PDC 13 8.10 81,00 648,00 Hinds, Cory Project 'Manager 4.0 177.00 708.00 Berschauer, Douglas M Senior Engineer 4.0 17'7. 00 708.00 Su t t ll for 11. 1.03 - Concept. Process Dw (5%) 89.0 13,521.00 Task 11.01.04, - Concept Narratives Alderson, Br c1 Electrical 37.0 177,00 6,549.00 Eng/Alderson Eckberg, Catherine L Engineer 3.0 177-00, 531.00 Titus, Cindy Engineer 4.0 162.00 648.,00 Van 131'ankenstein, Ian P Engineer 7.0 177.00: 1,239.00, Engleson, Barbara A PDC 03 18,01 177.00 3,186.00 De Glanville, Brian P PDC 04 10.0 177.00 1,770.00 Landman, James, K. PDC 04 28-01 177.00 4,95U,0 Payne, Steven J PDC 04 10.0, 177,00 1,770,00 Brunkow, David' W PD:C 05 10.0 177,00 1,770M Hayes, John D, PDC: 05 2.0 139.00 278.00 Yang, Liao PDC 05 23.0 13'9.00 3,197.00 AMR Mid Professional PDC 07 16.0 139.00 2,224.00 Upton, Naniette L PDC 07 .01 115.00 2,875.00 Lavelle, Candace L PDC 14 1.3.0 81.00 1,053.00 Kennedy,Susan Project Admin 81'0 84.00 672,00 Hinds, Cory Project Manager 4.0 177.00 708,00 https-m.rReports.asp�x9.ld=14;2&Reportname�-Levelo�fEMrt('A).,.,., 2/29/2012 Berschauer, Douglas M Senior Engineer Reirnbold, Michael W Senior Engineer Subtotal for 11. 1. - Concept Narratives 'Task 11.01.0 - Select Treatment Option Titus, Cindy Engineer Van Blankensteire, lan P Engineer 1 -Mar -2012 12:47.59 AM 8.0 -177.00 1,416.00 6.0 177.00 1 00,62.00 232.0 35,904.00 4.0 162.00 648,00 4.0 177.00 708.00 Page 2 of 1,� SUINIME littps-.Hwww.,l.n,t.ch2m.com�pricerlRe,gyp orts.as,pX'.?Id�=142&Reportnam,e=Leve,l, of'Effirt (A).. 2/29/20 1 j �KIB LF Lateral Expansion Diesign CH2M'H ILL Level, iof Efforl Loweist Tasks,, Change Order 26, without Biudget Subtotalswithout Period Subtotals, without Estimating Frequ lency Subtotals Task 11.01 .06 - Cost Estimating Titus,, Cindy Functional 2.0 162-00 324.00 Name Category Hours, IRate Amount Notes, Engles on, Barbara A PDC 03 2.0 177.00, 3,54-00 Brunt ow, David W PDC 05 4.0 177.00 708.00 Hinds, Cory Project Manager 4® 177.00 70,8.00 Bers,chauer, Douglas M Senior Engineer ZO 177.00 354.00 Subtotal for 11.01. 05 - Select Treatment Option 20.0, 177.00 31480.00 Task 11.01 .06 - Cost Estimating Titus,, Cindy Engineer 2.0 162-00 324.00 Van Blankenstein, lean P Engineer 2.0 177.00 354.00 Eagleson, Barbara A PDC 03 2.0 177.00 354.00 De Glanville, Brian P PDC 04 1.0 177.00 177.00 Landman, James K. PDC 04 1.0 177.00 177.00 Payne, Steven J PDC 04 1.0 177.00 177.00 Brunkow, David W PDC 05 2.0: 177.00 354.00 Hayes, John D PDC 05 1.0 139.010 Yang, Liao PDC 05 1:.0 139.010 139.00 Moore, Craig J PDC 06 42.0 162.00 6,804.00 Hinds, Cory Project Manager 1.0 177.00, 177.00 Berschauer, Douglas M Senior Engineer 1.0 177.00 1,77.00 ,Subtotal for 11.01.06 - Cost Estimating 57.0 %353.00, Task 11.02.01 - Coordinate with Vendor Titus,, Cindy Engineer 6,10 162.00 972.00 Van Blankenstein, [an P Engineer 4.10 177.00 708.010 Brunkow, David W PDC 05 4.0 1 a7700, 708.00 Hinds, Cory Project Manager 2.0 177,00 354.00 Subtotal for 11.02 .01 - Coordinate with Vendor 161.0 2,742.010 Task 11.02.02 - Prelim 1ng Drawings (35%) Alderson, B,r Electrical 42,10 177.00 7,434.00, Eng/Alderson Eckberg, Catherine L Engineer 64�O 177.00 11,32&001 Titus, Cindy Engineer 19.O 162.00 3, ,00 Van! Blanklyen stein, Ian P Engineer 18.0 177.00 3,186,00 Engles on, Barbara A PDC 03 20.0 177.00 3,540.00 De Glanville, Brian P PDC 04 5, '70 177.00, 13,275.00 Landman, James K. PDC 04 5,0 177.00 885.00 Payne, Steven J PDC 04 19.0 1x""7, 001 3,363.00 Brunkow, David W PDC 05 32,0 177,00 5,664.00 Yang, Liao PDC 05 18.0 139.00, 2,502.00 Clifford, Jason PDC 07 21,0 115.00 2,415,00, Harnlin, Priscilla M PDC 12 105.0 95.00 9,975.00 Mcfarland', Greg Scott PDC 13 110.0 81-00 8,9101 , 00 Love, Gabriel PDC 14 31.10 81.00 2,511.00 Hinds,, Cory Project Manager 6,0 177. 1,062.00 Reirnbold, Michael W1 Senior Engineer 4,0 17 7. 00 708® Walker, James A Senior Engineer 6,0 17'7® 1,062.00 Subtotalfor, 11.02.02 - ll 'r D:sng Drawings (35%) 595.0 80,8198.00, Task 11.02.03 - Design Narratives (35%) Titus, Cindy Engineer 8.0 162.00 1,296-00 Van Blankenstein, Ian P Engineer &0 177.00 1,41 x.001 Du ng, Gerald P PDC 03 8.0 177.00 1,416.001 Engleson, Barbara A PDC 03 24x0 177.010, 4,248.00, De Glanville, Brian P PDC 04 4.0; 177.00 708.00 Landman, James K. PDC 04 5.0, 177.,00 8,85.00 Payne, Steven J 1 C 04 8.0 177.00 1,416.00 Brunkow, David' W PDC 05 8.0 177.00 1,41 16.00 Kayes, John D PDC 05 8.0 139,00 1,112.00 Yang, Liao PDC 05 &0 139.00 1, 112. 00 142&Reportname=Level2/29/20112 AMR Mid Professional PDC 07 25.0 139 00 3,4 `5.00 Upton, Nanette : L PDC 25.0 115.00 2,875.00 Hostetler, Sheri L PDC 13 13.0 101.00 1,313.00 Price, Britton, Reid PDC 14 44.0 81 - 010 3,564.00 Ryan, Amiand"a M PDC 14 28.0 81.01 ,268.00 Hinds, Cory Project Manager 2. 177.,00 354.00 Berschauer, Douglas M Senior Engineer 12.0 177.00 2,124.00 01 -Mar -2012 121,47:59 AM Page 2 of 7 ,Iittps-.11ww.l,nt.1ch2m.nlpricert Reporteas px2&Reportname=Lleve I of Effort (A)... 2/29/2012 KIB LF Lateral Expansion Design 0 CH2MHILL Level of Effort AW Lowest Tasks, Change Order 26, without Budget Subtotals, without Period Subtotals, Wthout Estimating Frequency Subtotals Functional Engineer 6,0 Name Category Hours, Rate, Amount Notes Reimbold, Michael W Sen:ior Engineer 4.0 177.00 708.00 Walik,er, James A Senior Engineer 4.0 177'.00 708.00 Subtotal, for 111.02. 03 Design Narratives (35%) 246.0 32,4114. 010 Task 11.02. 104 - Cost Estimating Eckberg, Catherine L Engineer 6,0 177,00 1,,062.00, Titus, Cindy Engineer 2.0 162,00 324.00 Van Blankeristeln, lan P Engineer 2.0 177.00 354.00 Englesori, Barbara A PDC 03 16.0 177.010 2,832.00 De Glanville, Brian P PDC 04 2.0 177.00 354.00 Payne, Steven, J PDC 04 2.0 177.00 354.010 Brunkow, David W PDC 05 2.0 177.00 35 .00 Hayes,, John D PDC05 8.0 13:9.00 1,112.00 Yang, Liao PDC 05 2.0 139.00 278.00 Moore, Craig J, PDC 06 46.0 162.00 7,452.00, Lavelle, Candace L PDC 14 501 0 81.00 41,050.00 Stith, Rachel, E Project Accountant 4.01 84ti00 336.00 Kennedy, Susan Project Admin 12.0 84.00 11008.010 Hinds, Cory Project Manager 1.0 177.00 177.00 Berselan auer, Douglas M Senior Engineer 8.0 1x7.00 1,416,00 SubtotaFfor 11 .02.04 - Cost Estimating 163.0 21,463.100 11F.M.P119*1101 Alderson, Br Electrical 8.0 177.00 708.00 Eng/Alderson Van 131ankenstein, ]an P Engineer 8.0 177.00 1,416.010 Engleson, Barbara A, PDC 03 4.10 177.00 708.00 De Glanville, Brian P PDC 04 2.0 177.00 354.00 Landman, James K. PDC 04 2.0 177 00 354.001 Payne, Steven J PDC 04 6.10 177M00 1,062.00 Brunkow, David W PDC 05 6.0 177.00 1,062.00 Hayes,John D PDC 05 2.0, 139.00 278.00: Yang, Lfao PDC 05, 4.0, 139.00 556.00 Hinds, Cory Project Manager 2.0 177.00 354.00 Blerschauer, Douglas M Senior Engineer 2.0 177.00 354.00 �Subtotal for 11.03.01 -1 Design Drawings 42.0 177-00 7,,206 00 Task 11.03.02 - Specifications Alderson, Brock Electrical, 8.0 177.00 1,416.00 EngJAIderson Van Blankenstein, I P Engineer 20.0 177.00 3,540.00 Engleson, Barbara A PDC 03 6.0 177.00 1,062.00, De Glanville, Brian P PDC 04 6.0 177.00: 1,062,,,00 Landman, James K. PDC 04 6.0 177.00 1,062.00 Payne, Steven J PDC 0:4 12.0 177.00 2,124h00 Brunkow, David W PDC 05 12.0 177.001 2,124.00, Hayes, John 0, PDC 05 4.01 139.00 556.00 'Yang, Liao PDC 05 8. 0, 139.00 1,112,00 Lavelle, Candace L. PDC 14 32.0, 81,00 2,592.00 Kennedy, Susan Project Admin 4.0 814-00 336-00 Hinds, Cory Project, Manager 2,0 177-00 354.00 Berschauer, Douglas M Senior Engineer 4.0 177.00 708.00 Subtotal for 11.03.02 - S pec ifi cations 12 .0 18o048.010 Task 11.03. 03 - Bidding Support/Review Bids Alderson, Breck Electrical 4.0 177. 00 TO&OO Eng/Alderson Vin Blankenstein, Ian P Engineer 16.0 177,00 2,832.00 De Glanville, Brian P PDC 104 12.0 17 7.00 2,124.001 Landman, James K. PDC 04 8,0 177.00 1,416,00 ,hitt,ps,,:�,Hwww.int.cl,i2,�m.com/��n"c,iier"/""`"``Reports.,aspx9l. id- I 42&Reportname=Level of Effort (A)... 2/29/2012 Payne,, Steven J PDC 04, 116.0 177.00 2,832.00 Brunkiow, David W PDC 05 16.01 177.00 �2,832.00 Hayes, john D PDC 05 2.0 139.00 278.00 Yang, Liao, PDC 05 12.0 139.00 1,668.00 Hinds, Cory Plroject Manager 4.0 177.00, 708.00 Berschauer, Douglas M Senior Engineer 12, 0 177.00 2,124,00 S u btota 11 for 11 4 0 3.0 3 - Bij dId i n g S: u) p p ort]'Rev i ew B, i d s 10 2. 0 17,522.00 Task 11.04.01 - Coordinate with, Vendor 01 -Mar -20,12 12:47:59 AM, Page 3 of 7 rt C ffi https -. Hwww. int. ch2m. com/pricer/Reports. aspx9ld= 1 ;42 &Repo name Levi! of E rt lim- K"FIES"' LF Lateral Expansion Design CH2MHIILL Leve I of Effort U -owest Tasks, Change Order 26, without R dget, Subtotals, without Period Subtotals, without Estimating Frequency Subtotals Task 11.04.03, - Draft Specifications, Alderson, Irk Functional 8.0 177.00 1,41:6.00 Name Category Hours Rate Amount Notes Titus, Cindy Engineer 4 0 162.00 64U0 Brunkow, David'W PDC 05 4.,0 1:77.00 708-00 Hinds, Cory Project Manager 2. 177.00 354,00 Subtotal for 11.04.01 - Coordinate, with Vendor 10.0 20.1 1JI0.00 Task 11.04.02 - Design Dwgs Landman, James K. PDC 04 12.O 177.00 Alderson, Brach Electrical 34,0, 177.00 6,018.00 3,540.00 Eng/Alderson PDC: 05 40.0 177.00 Eckber, Catherine L Engineer 37.0, 177.00 6,549-00 Titus, Cindy Engineer 8.0 162.00 1,2 0.00 Engles on, Barbara A SDC 03 24.0 177-00 4,248,00 De Glanville, Brian P PDC 04 50.0 177.00 8,850.00 Landman, James K. PDC. 04 12,0 177.00 2,124.00 Payne, Steven J IPDC 04 24.0 177.00 4,248.00, Brunkow, David W PDC 05 24.0 177.00 4,248,00 Hayes, John D PDC 05 4.10 139-00 556.00 Yang, Liao PDC 05 46.0 139.00 6,394.00 Clifford, Jason, PDC 07 42.0 115.00 4,830.00, Upton, Nanette L PDC 07 20.0 115.00 2,300.00 Hamlin, Priscilla M PDC 12 100.0 95.00 9,500.00 Hostetler, Sheri L PDC 13 44.0 101.00 4,444.00 Mcfarland, Greg, Scott PDC 13 110.0' 81,00 8,910.00 Love, Gabriel PDC 14 918.0 81,00, 7,9381.00 Price, Britton Reid PDC 14 44.0 81.00 3,564.00 Ryan, .and M, PDC 14 98.0 81,00 7,938.00 Hinds, Cory Project Manager 8.0 17 7. 010 1,416.00 Reimbold, Michael W Senior Engineer 2,0 177. 00, 354.00 Walker, James A Senior Engineer 4.0 177.001 7081.00 Slubtotal for 11.04 02 - Design D,wgs (65%), 833.0 9,61433-00 Task 11.04.03, - Draft Specifications, Alderson, Irk Electrical, 8.0 177.00 1,41:6.00 EngJAIderson Titus, Cindy Engineer 16.0 162,00 2,592,00 Duppong, Gerald P PDC 03 4.0 177,00, 708-00 Engles on, Barbara A PDC. 03 20.0 177.00 4,602.00 De Glanville, Brian. P PDC 04 20.1 177.00 3,540.00 Landman, James K. PDC 04 12.O 177.00 2,124.00 Payne, Steven J PDC 04 20.0 177.00 3,540.00 Brunkow, David W PDC: 05 40.0 177.00 7,080.00, Hayes, John D PDC 05 12.0 1391.00 1,668.00 Yang, Liao PDC 05 60,0 139.00 8,340.00 AMR Mid Professional PDC 07 23.0, 139.00 3,1917.00 X11° rd, Jason PDC 07 40.0 115.00 4,600.00 Upton, Nanette L PDC 07 24.0 115.00 2,76,10,00 Lavelle, Candace L PDC 14 50.0 81.00 4,050.,00 Stith, Rachel E Project Accountant. 4.0 84.00 336.00 Kenned'y, Suisan, P'rqJ e ct, Ad rn i n 24.0 84.00 2,01UO Hinds, Cory Project, Manager 1,0 177.00 177.00 Berschauer, Douglas M Senior Engineer 4,0 177, 00 708,00 Reirnbold, Michael W Senior Engineer 3.0 177 00 5311.00 Walker, James A Senior Engineer 16.0 177-00 2,832.00 Subtotal for 11.04.03 - Draft Specifications 407.0 561 17'.00 Task 11.04. 04 - Cost EstimatilIg Eckberg, Catherine L Engineer 2®0 177.00 354,00 Engles ,on, Barbara A PDC 03 16,0 177.00 2,83ZOO D.00 e Glanville, Brian P PDC O14 2.0 -177 354.00 Hayes, John, D PDC 05 2-0 139.00 1 1 278,00 Yang, Liao PDC 05 6.0 139.00 834.00 I-Ittpis Www . int, ch2m. conVpricer/Reports. aspx.9 Id= 142 &Re portname-Level, of Ef fiort (A).. 2/29/2012 Moore, Craig J PDC 06 62.01 16:2.00, 10,044..00 Clifford, Jason PDC 07 2.0, 115.00 230.00 Hinds, Cory Project Manager 1.0 17'7. 00 177.00 Berschauer, Douglas M Senior Engineer 2.0 177.0,0 354,00 Subtotal for 11.04.04 - Cost Estimating 9510 151,457.00 Task 11.0�5.01 -95% Design Drawings Alderson, Brach Electrical 58.0 177 00 1:0,266.00 Eng/Alderson 01-Mar-2012 1247:59,AM: Page 4 of 7 https-.H�vww,.ln�t,,ch2m.com/pri.cer-/,Re orts.asi x'?Id=14,2&Repoii-tna,me,=Level, of Effort (A)... 2/29/2012 P p i K113 LF Lateral Expansion uesign CH2MHILL Level of' Effort AN Lowest Tasks, Change Order 26, without Budget Subtotals, withoult Period w ut Estimaflng Frequency Subtotals Subtotals, itho Task 111. 5.02' - 95%, Specifications Eck berg,, Catherine L Functional! 2.0; 177.00, 354.00 Narne Category Hours Rate, Amount Notes Eckberg, Catherine L Engineer 30.0 177,00 5,31 0.00 Titus, Cindy Engineer 22.0 162,00 3,564.00 Van: Blankenstein, Ian P Engineer 8.01 177,00 1,416.00 Duppong, Gerald P PDC 03 8.0 177.00 1,416.00 Eagleson, Barbara A PDC, 03 36.0 177M 6,3721.00 De Glanville, Brian P PDC 04 50.0 177,00 8,85 ' Landman, James K. PDC 04 4.0 177.00 708.00 Brun kow, David W PDC 05 48.0 177,00 8,496.00 Hayes, John D PDC 05 16.0 1,39.00 2,224.00; Yang, Liao P 0.0 139.00 11, 120. 00, Clifford, Jason PDC 07 102,0 115.00 11,x'30,00 Hamlin, Priscilla M P DC 12 109.0 95.010 10,355.00 Mcfarland, Greg Scott P DC 13, 131.0 81 ,00 10^„011. 0 Love, Gabriel PDC 14 98.0 811 -00 7,93,8.00 Ryan, Arnand'a M PDC 14 84.0 81-00 6,804.00 Kennedy, Susan Project Admin 8.0 84.00 672.00 Hinds, Cory, Project Manager 8.0 177.00 1,416.00 Walker, James A Senior Engineer 8.0 177.00 1,1416.00 Subtotal for 11.05.01 - 95% Design Drawings 90810 708.00, 110,684.00, Task 111. 5.02' - 95%, Specifications Eck berg,, Catherine L Engineer 2.0; 177.00, 354.00 Titus, Cindy Engineer 10,0 162.00 1,620,00 Van Bla,nkenstein, lan P Engineer 6.0 177.00, 1,062.00, Englesoren, Barbara A PDC 03 4.0 177.00 708.,00 De Glanville, Brian P PDC 04 20.0 177.00 3,540.00 Landman,, James K. PDC 04 8.0 177.00 1,416.00 Brurel ow, IDavid W PDC 05 6.0 177.00, 1,062.00 Hayes, John D PDC 05 139.00 556.00 Yang, Liao PDC 05 20.0 139.00 2,780,00 Upton, Nanette L PDC 07 37,0 115M 4,255.00 Hostetler, Sheri L PDC 13 37.0, 101,00 3,737.00, Lavelle, Candace L PDC 14 510.0 81-00 4,050.00 Kennedy, Susan Project Ad min 4.0 84.00 3,36.00 Hinds, Cory Project Manager 1.10 177.00 177.100 W al r, James A Senior Engineer 5.0 177.00 885.00 Subtotal for 11.05.02 - M -Specifications 214.0 26,538.00 Task 11.05.03, - Final Dsgn 1gs(l 00%) Eck berg, Catherine L Engineer 20.0 177.00 3, "w40,00 Titus, Cindy Engineer 20.0 162.00 3,240.00 Van Blankenstein, Ian P Engineer 10.0 17'7.100 1,770.00 Duppong, Gerald P PIDC 03 4.0 177.0,0 708.00, Engleson, IBambar aA PDC 03 20,0 177M 3,540.00 De Glanville, Brian P PDC 04 20.0 177.00 3,540.00 Landman, James K. PDC 04 18.0 1177.00 3,186,00 Payne, Steven J PDC 04 39.0 177.00 16,9103.00 Brunkow, David W PDC 05 20.0 177,00 3,5401.00 Hayes, John D PDC 05 12.0 1,39.00 1,668.00 Yang, Liao PDC 05 32.0 13'9.00 4,448.00 Clifford, Jason PDC 07 20.0 11 5. 00 2,300.00 Hamlin, Tr ill M PDC 12 80.0 95-00 7,600.00 Mcfarland, Greg Scott PDC 13 72.0 81.00 ,00 5832. Love, Gabriel PDC 1 ,CJS 81.00, 3,726.00 Price, Britton Reid'' PDC 1 81 4,779.00, Ryan, Amanda M PDC 14 42.0 81.00 3,402.00 Kenn edy,,Susan Project Admin 8,0, 84.00 672.00 Hinds, Cory Project Manager 8.0 177.00 1,416.00 Walker, James A Sen or Engineer 12.0 1777 2,124,M Subtotal for 111.05.03 - Final Dsgn Dwgs(100%) 562.0 67,,93,4.00 .0 h2,m.,�co�m�ricer/Replorts,.iaspx.?Id,=1,4�2&,Report�name=LeveI of Effirt (A)... 2/2;9/201 bq�s-://www int.c rage 10 of'I 4 Task 11.05.04 -, Final Specifications Van Blankenstein, Ian P Engineer 2. 0, 177.00 354w00 Engleson, Barbara A PDC 03 2�.0, 17'7.00 354.00 De Glanville, l3flan P PDC 04 8.0 177.00 1,416-00 Payne, Steven J PDC 04 20,0 177,00 3,540.00 01 -Mar -2012 12,47.59 AM Page 5 of 7' h.ttps.@H'wwwl.int.ch2m.coni/pricer/Repoils.aspx9ld=142&Reportname=Level, of Effort (A).. 2/29/2011 171"'Irtiwl'. FIRM -ME, � A B LF Lateral Expansion Design CH2MHILL Level of Effort ..owest TasksChange: Order 26, without Budget Subtotals, without Period Subtotals, without Estimating Frequency Subtotals, Task 11.05.05, 1- Cost, Estimating Eckberg, Catherine L Functional, 1,0 177 00 177,00 Name Category Hours Rate! Amount Notes, Brun kow,Cavi d W PDC 05, 4.0 177.00 708.00 Hayes, John D PDC 05 2.0 139.010 278.00 Yangi, Liao PDC 05 6.0, 139.00 834.00 Upton, Nanette L PDC 07 20.0 115.00 2,300.00 Hostetler, Sheri, L PDC 13 20.0 1,011.00 2,020.00 Lavelle, Candace, L PDC 14 17,C) 81 .00 1,377.00 Kennedy, Susan! Project Admin. 4.0 84. 336.00, Hinds, Cory Project Manager 1. 177.00 177.010, Be!rschauer, Douglas M Senior, Engineer 10.0 177.00 1,770M00 Walker, Ja.rtes ,A Senior Engineer, 2,0 177,00, 354.00 1 Subtotal for 11.05.04 - Final Specifications 1 118.0 Engleson, Barbara A, 15,818.00 Task 11.05.05, 1- Cost, Estimating Eckberg, Catherine L Engineer 1,0 177 00 177,00 Tituz, Cindy Engineer 2.0 162.00 324.00 'Van Blankenstein, [an P Engin, eer, 2.0 177.00 354.00 Englesion, Barbara A PDC 03 2.0 177.00 354.00 De Glanville, Man P PDC 04 2.0 177,00 354.00 Landman, James K. PDC 04 2.10 177.00 354.00 Brunkow, David W PDC 05 2,0 177.00 354.00 Hayes, John D PDC 05 2.0 139.00 278.,00: Yang, Liao PDQ 1 05 2.0 139.00 278.00 Moore, Craig J PDC 00 87.10 162-00 14,094.00 Hinds, Cory Project Manager 1.0 1177-00 177.00 Subtotalfor 1. .05 - Cost Estimating 10,51.0 Van, Blankenstein, lard P 17�098.00 Task 11.06.01 - Prep Bid Docs Titus,,, Cindy Engineer 4.0 162.00, 648.00 Van 131a.rikenstein, lan P Engineer 4.0 177,00 7081.00 Brunkow, David W PDC 05 4.0 177.00 708.00 Kennedy, Sus:an Pr j t Ad mi i n 8.0 84.00 672.00 Hinds,, Cory Project, Manager, 1.0 177.00, 177.00 Subtotal for 11 -06-01 - Prep Bid Docs, 21.0 2,913.010 Task 111.06.02 - Attend lebid Mt g irt IKEdi Hinds, Cory Project Manager 1:0.0 177.001 1,770.00 Subtotal for 11.06.02 - Afterid Prebid Mt g in Kodiak 10-01 11770.00 Task 11.06.,03 - Bid Questions/Addendurn Eckberg, Catherine L Engineer 8.0, 177.00 1,416.00 Titus, Cindy Engineer 1.2.0 162.00 1,944.00 Van, Blankenstein, lard P Engineer 1 .01 177.00 2,832.00 Engleson, Barbara A, PDC 03 20.0 177.00 3,540.00 De Glanville, Brian P PDG 04 4.0 177.010 708,00 Payn�e, Steven J PDC 04 4.0 177.00 708.00 Brunkow, David W PDC 05 16.0 17700 2,832.00 Hayes, John D PDC 0i5 2.0 139,00 278.00 Yang, Liao, PDC 05 4.0 139.00 556.00 Cliff-ord, Jason PDC 07 12.0 115.00 1,380.00 Upton, Nanette L PDC 07 6.0 115.00 61910.00 Hamlin, PrIscill a M PDC 12 16.0 95.00 1,520.00 Lavelle, Candace L PDC 14 8.0, 81.00 648.00, Hinds,, Cory Project Manager 4.0 177.00 708.001 Berschauer', Douglas M Senior Engineer 4.,0 177.00 708.001 Subtotal for 11.06.03 - BidQuestions/Addendum 136.0 20,468.00 Task 111.07.01 - Wastewater Certificate to Construct Eckberg, Catherine L Engineer 4.0 177.00 708.00 Van Blankenstein, Ian P Engineer 8,0 177.00 11,416.00 Winter, Katryn R Engineer 32.0 126.00 4,032.00 https-.Hlwww.i,nt.ch2m.com/pricer/Reports.aspx,?Id,=],,42&Reportn,ame=Le:vel of Effirt (A)... 2/2 9/2 0 1 Brunko�w, D,avid'W' PDC 05 Kennedy', Susan Project Ad min Hinds, Cory i Project Manager Berschauer, Douglas M Senior Engineer ,Subt,otal for 11.07.01 - Wastewater Gertificate to Construct. 4.0 177.00 708.00 8.10 84.010 672f.00 4.0 177.00 708,001 1 0 4.0 177,00 7080 64.0 8s952.00 K"FIB LFLaiteral Expansion Design CH2MHIL;L Level of Effort 4W Lowest Tasks, Change Order 26, without Budget SubtotalS, without Period Subtotals, without Estimating Frequency Subtotals Functional Engineer 9.0 1177.00 Name Category Hours, Rate Amount Notes, Task 11.07.02 - Wastewater Certificate to Operate 2,832.00 Winter, Katry'n R Engineer Vin Bl'ankenstein, lan P Engineer 4.10 177.00 708. 00, Winter, Katryn R. Engineer 8,0 1:26.00 1,008.00 Brunkow, David W PDC 05 1,,,,.0 177,00 177.00 Kenn edy,Bused Project Admin 2.0 84. 00 16&,00 Hinds, Cory Project Manager 1.0 177.010 177.00 Subtotal fbr 11. 07.02 - Wastewater Certificate to, 177,00 708.00 Subtotal for 11.07.03 - APDES Discharge Permit Operate 16.0 18JI17.010 2,238.00, Task 11.07.03 - APDES Discharge Permilt Eckberg, Catherine L Engineer 9.0 1177.00 1,593,00 Van Blanken'steln, Ian P Engineer 1 1177.00 2,832.00 Winter, Katry'n R Engineer 180.0 126.00 10,080.00 Brunkow, David W PDC 05 4.0 177.00 708.00 Kennedy, Susan Project Adimin 8.0 84.001 672.00 Hinds, Cory Project Manager 12.0 177.00 2,124.00 Berschaulier, Douglas M Senior Englineer 440, 177,00 708.00 Subtotal for 11.07.03 - APDES Discharge Permit 133 - 0 18JI17.010 Task 11.09.101 - Project Management Vitus, in Engineer 10.10 162.00 1,620.,00 Blankenstein, Ian P Engineer 20.0 177.00 3,540,00 Hinds, Cory Project Manager 80.0 177.00 14,160.010 Subtotal for 11.09.01 - Project Management 110.10 19,!0320.00 Subtotal for 11 5p488.0 735,736.0,10! Grand Total 5148181.0 735,736.0,0, https,-://www. int. ch2m.com/pri,ce�r/"""`Repoi-ts,. aspx .9 lid= I 42&Reportname=Level, of Effbrt (A)... 2/29/201 Ol-Mar-2012 12:47:59 AM https.-//'www.i,int.ch2m.,corn/pricer/,Rep,orts.aspx?ld=1,42&Reportname=Level of Effort (A).,.,. 2/29/2012 Page I of KIB LF LateralExpansion eg(Version 3 Ca�H2Mi-iJLL Price by Element Chargeable Ta1 s, Change Order 26,, without Budget Subtotals;,, without Period Subtotals., without Estimating Frequency Subtotals, Labor Task Hours Labor Subta al Expense Subs 'Tra Subtotal Markup Task T t ,l Top Task 11 - ONSITE TREATMENT WP 11.01 . 1 - K1 Meeting 24.00 4,0661.00 4,066.00 0.00 0.00 0.00 4, 66.00 0.00 4,066.00 11.01.02 - DEVELOP' 36.00 6,252.00 6,252,, '0 0.00 0.00 0.00 6,262®66 0.00 6,252.00 ALTERNATIVES 11.01.03 - ntept. Process e 89.00 13,521.0 13,521. 0 0.00 0.00 0.00 13,521.00 0.00 13,521.0 s(5%) .g 1 .0.04 - Concept 232,00 35,904.00 5p9y.00 3 ,4.0 0.00;' 0.00 0-00 - 0 ,904.0 0.00 35,904.00 d Narratives 11..01.0 - Select Treatment 20.60 3,410.00 3,480.0 0.00 0.00 0,010 3,480.00 0.00 3,480.00 Option 11.01.06 - Cost Estimating 57.00, 9,353.00 9,363.00 0.06 0.00 0.010 9,353.00 0.00 9,3 3,00 11.02.01- Coordinate with 16-00 2,742.00 2„742.00 0.00 0.00 0.00 2,742'.00 0.00 2,74 .00 Vendor 11.'+g .02 - Prelim ldrym 'Deng 595,00 ,,'t ,. .0 2,000.00 N 0101 b. °82,898.00a.83,098,00 Drawinig+�3 3 5 % 11.02,03 - Desig n Narratives 246.66 32,414 00 32,41 1.00 0.60 0.0:0 0.00 32,41.4.00 0.00 32,414.00 5% 11.02.04 - Cost Estimating 103.00 21,463 00 21,403.0 0*06 0.00 0,00 21:,463.00 0.00 21,463.00 1.1.0 .01 - Design Drawings 42-00 ,26.E 7,206,00 0.00 0.00 0.00 7,216.007,206.00 �. w 11.0 .0 - Specificalions 124.00 18,048.00 0 1; 8,048,00 0. ,00 0.00 0.00 18,04 .00 0.00 18,048.00 11 .03,03 - Bidding 10Z00 17,522,00 17,522.00 6.60 0M00 0.00 17,522.00 0.00 17,522.00, Support/Review Bids 11.. w4.01 Coordinate with 19.00 1,710,00 1J710.00 0.00 0.00 0.00 1, 10.00 0.00 1,710,00 Vendor 11.04.02 - Design Dwgs 833.00 96,43 .09 96:,433.00 ,000.0 0.00 0j-00 99,433.00 300.00 99,733.00 6.. 11 .04.03 - Draft 407.00 561,817.100 56,817-00, 0.00 0.00 0.00 00,81 .00 0.00 56,817.00 Specifications 11..04.04 - Cost Estimating WOO 15',457.'0{ 15,457,06 0.00 0,00 0.00, 15,4 7.00 01.00 15,457.00 11 M0 .01 - 95% Design 908.00 110,084.00 '110,68 1.09 0.00 0.00 0.001 110,684,00 0.60 116,684.00 Drains 11 -0:5-0 - 95 214.00 26,536.06 20,538.00 0.66 0.60 0.001 26,638.06 01.00 26,5 .00 Splecifications 11.05.03 - Final Dsgn Dwgs 562.00 .00 6 °;034.60 67,934.00 0.00 0.06, 0.66- 67,934.00 0.00 67,934.00 1, 11.05-04 - Final 11,11.00 15,818.00 1'5,:,818.1010 0.00 0.0 1, 0.60 15,818.00 0.00 15,1 18.66 Specifications 11..05.05 - Cost Estimating 105.06 17,068,.06 17,0 8.00 0.00 0,00 0.00 17,668.00 0.00, 17,898.00 11.06.01 - Prep Bild Docs 21.08 2,91 x.00 2,91 3.60, 0.00 0.00 0.00 x,01 3400 0.06, 2,918.00 11.8 .02 - Attend; Prebid 10.00 1,770.00 1,7 M.681 600.100 0.00 0.00 2,370.00 00.00 2,48 ..06 Mtg in Kodiak 11.86.88 - Bid 130.00 20,468.00 20,468.00 0.00 0.00 0.00 20A68.00 0.00 20,4618,,00 11.07.01 - Wastewater, 64.00 8,952.00 8,952.00 940.00 6.00 0.00 9,892'.00 94.00 9,980.00 Certificate to Contruct 11.0 .02 -'Wastewater 10.06 Z238.00 2,238.00 0.60 0"00 01M00 2,23&00, 0.00 2,238®08 Certificate t Operate 11,07.08 - APDES 133,,00 18,717.80 18,717.60 0.00 0.00 0.00 18,717.00 0.90 18,717.00 Discharge Permit 11.09.1 1 - Project 1 M00 10,,820.60 10,320.60 0:00 0.00, 0.80 19,320.00 0®10 10,820.08 Management Subtotal l f r 11 5,488.00 7 ,736.00 735,738.08 6,540.00 0,.00 0.0'0 42,276.00 654.08 742,930.00 Grand Total 5u,^ '88.0 735,736.00 735,73 .08, 0154 ,00 0.00 0„110 742x276.00 054,00 7420930.00 20-'1'r-2012 11 16:10 111 Page 1 of 1 httpls,-://www.,int.ch,2m.com)�ri,cer/Re: orts.as x'?Id=i85&',,R,ep,ortn,,ame=Price by Element (A), 3/'29/2012 PROCLAIMED, tfie Month of April 2012 a's Child Abuse Prevention Month and; Called Upon All Citizen th Their Pafticipation o to 'in the Efforts to Prevent Child Abuse'- Thereby,, Strengthening th 11 Commiunifies, in Which We Live. PROCLAIMED the Month of April 2,012 as Sexual Assault Awareness Month and Enc uraged, All Residents to Support Local Act:ivffies and Programs Which Assist Victims by Learning, More About the Pervasiveness of' Sexual Assault in Alaska so Thi's Heinous Crime Could be Eliminated,, LITHORIZED the Manager to Execute Change Order No. 11 Permitting and Design for Onsite Leachatd-'' Treatment Plant to CH2M HilllInc. Which Amends Contract No. FY2007-22 for the Kodiak Landfill Lateral' Expansion, in the Amount Not to Exceed' $742,930. DIRECTE,I) the Finance Director e Wi'th, Publishing the 20:11 Roll of Real Propierties, Sul Foreclosure Beginning May 11, 2012. 1 AW, ARD1ED a Grant in the Amoiunt of' $15,1000 to Klod,lak High School Career Technical Student Orgianization and APPROVED $24,000 for the Purchase of Materials and Equipment to Complete the Projects Office Conference Room, Addition. Minutes of 'thir s and other assembly meetings, as -well as copies of agendal items are available at the Borough Clerk's Office or on the Kodiak Island B=Ugh's webisitewwwAodliakak.us. The next reg,,,Vlar meeting of the Kodjak Island Borough Assembly scheduledon pThursd Apri] N' 19, 2012, at 7:30 .m. in the Borough Assembly Chambers,, KODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER 710 MILL BAY ROAD KODIAK, ALASKA 99615 Contract No. 2007-22 Change Order No. 12 Project Name, Number & Location Kodiak Landfill Lateral Expansion Design and Construction Services 490-703 452.140 07013.4 Contractor CH2M Hill Engineers, Inc. 301 West Northern Lights, Suite 601 Anchorage, AK 99503-2648 Amount of Contract & Original Contract $ 392,599.00 Previous Changes $ 1,821,097.36 This Change $ 20,000.00 Adjusted Contract $ 2,233,696.36 Order Description of Change Cost Pump Station Relocation & Lagoon Inlet/Outlet Piping reconfiguration per $ 9,000.00 attached proposal dated 7/25/2012. Addition of SCADA Design for Leachate Treatment Plant per attached proposal $ 11,000.00 dated 7/25/2012 The time provided for completion of the contract is (z unchanged) (0 increased) ( decreased) by calendar days. This document shall become an amendment to the contract and all provisions of the contract will apply thereto. Accepted B p Y: Date oe/oz/zotz Contractor's Representative �\SLAND 9 �f ; ®2 Recommended: r!1/ Q' ��ii Date -- Approved By: .�. ��/9 / Attest t i Date Manager(LessThae870,000—T 7,9 t lerk for all change orders on this contract) Z �J qSKA If the change order or orders exceeds ten thousand (10,000) dollars, it will require the signatures of.- A. The mayor and deputy presiding officer; B. The mayor and one (1) assembly member in the absence of the deputy presiding officer; C. The deputy presiding officer and one (1) assembly member in the absence of the mayor; or D. Any two (2) assembly members in the absence of the mayor and depify presiding officer. C� Approved By:�� r, Date /7711 Z ' Mayor ©eputy Pres' mg Of Icer �— July 25, 2012 Jessica Wolfe Project Manager Engineering and Facilities Department Kodiak Island Borough 710 Mill Bay Road Kodiak, AK 99615 CH2M HILL 949 E. 96th Avenue, Suite 500 Anchorage,AK 99508 Tel 907.762.1500 Fax 907357.2000 RE: Kodiak Landfill Lateral Expansion — Pump Station Relocation and Lagoon Inlet/Outlet Piping Change Dear Ms. Wolfe, CH2M HILL Engineers, Inc. (CH2M HILL) is pleased to submit this proposal for a design change to relocate the pump station and switch the inlet and outlet piping at the leachate lagoon. The original location of the pump station and piping was selected based on the original plan to pump leachate to the City WWTP. These changes will better match the flow of leachate to the current site layout with the onsite leachate treatment plant. The changes will also result in simplified construction for the contractor and reduced pumping costs for KIB. Schematic drawings of the proposed changes are attached. Our proposal is based on the following scope assumptions: Y Check and revise the leachate gravity pipe profile from STA 400+00 to 403+00 e Revise piping alignments and control points o Revise manhole details for SGMH and LMH1 e Associated modifications to four (4) design drawings for appropriate direction and documentation for the construction contract The deliverable will be four (4) revised design drawings, PDF format, and electronic submittal. We propose to complete this work on a time and materials basis as a change order to our existing Lateral Expansion contract. The estimated cost of this work is $9,000. A breakdown of staff labor hours and price is attached. If you have any questions about this, please contact me at (907) 762-1369. Sincerely, CH2M HILL Cory H' Project Manager Sean Richburg Project Delivery Manager Enc: schematic drawings and labor hours/price breakdown 1M -niHtIJ EHE DWG # DRAWING NAME CH CE/CAD 8T JP/CAE COMMENTS LC2 LEACHATE COLLECTION PLAN 1 7 5 1 REVISE PIPING ALIGNMENTS AND CONTROL PTS LC6 LEACHATE PIPELINE PROFILES 2 10 9 REVISE LEACHATE GRAVITY PIPE PROFILE STA 400+00 T0403+00 LC8 LEACHATE MANHOLE SCHEMATICS 3 5 REVISE MH DETAILS FOR SGMH & LMH1 FC6 SEEP COLLECTOR PIPELINE PLAN AND PROFILE 1 6 2 4 REVISE PIPING ALIGNMENTS, PROFILE AND CRTL PTS 18 22 14 56 Page 1 of l KIB LF Lateral Expansion Design Q CH2MHILL Level of Effort e Chargeable Tasks, Change Order 29, without Budget Subtotals, without Period Subtotals, without Estimating Frequency Sublotals Functional Name Category Hours Rate Amount Notes Top Task A2 Task A2.08.06 - Leachate Storage Lagoon Design Prels, Joshua CAD Tech 14.0 101.00 1,414.00 Eckberg, Catherine L Engineer 18.0 177.00 3,186.00 Thompson, Byd C HELP modeling 22.0 177.00 3,894.00 Hinds, Cary Project Manager 2.0 177.00 354.00 Subtotal for A2.08.06 - Leachate Storage Lagoon Design 56.0 8,848.00 Subtotal for A2 56.0 8,848.00 Grand Total 56.0 8,848.00 24 -Jul -2012 12:00:17 AM Page 1 of 1 https://www.int.ch2m.com/pricer/Reports.aspx?Id=142&Reportname=Level of Effort (A)... 7/23/2012 KODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER 710 MILL BAY ROAD KODIAK, ALASKA 99615 Contract No. 2007-22 Change Order No. 13 Project Name, Number & Location Kodiak Landfill Lateral Expansion Design and Construction Services 490-703 452.140 07013.4 Contractor CH2M HILL Engineers, Inc. 949 E. 36th Ave Anchoraee, AK 99508 Amount of Contract & Change Order Original Contract Previous Changes This Change Adjusted Contract S 392,599.00 $ 1,841,097.36 $ 13,000.00 $ 2,246,696.36 Description of Change Cost Perimeter Road re -design. $ 13,000.00 The time provided for completion of the contract is (ZI unchanged) (LJ increased) (LJ decreased) by calendar days. This document shall become an amendment to the contract and all provisions of the contract will apply thereto. Accepted By: Date 10/8/2012 Approved By: Contractor's Representative Manager (Less Than $10,000 for all change orders on this con Date 19946 ao1Z LA Date /0 If the change order or orders exceeds term ,000) dollars, it will require the signatures of A. The mayor and deputy presiding officer; B. The mayor and one (1) assembly member in the absence of the C. The deputy presiding officer and one (1) assembly member in t D. Any two (2) assembly members in the absence of the,mayor 4 Approved By: �Jhyor --' Deputy presiding officer; ce f the mayor; or n residing officer. 2"/ Date ��1 / '�✓ cer October 2, 2012 Jessica Wolfe Project Manager Engineering and Facilities Department Kodiak Island Borough 710 Mill Bay Road Kodiak, AK 99615 CH2M HILL 949 E. 36th Avenue, Suite 500 Anchorage, AK 99508 Tel 907.762.1500 Fax 907.257.2000 RE: Kodiak Landfill Lateral Expansion —Change Order Proposal for Perimeter Road Redesign Dear Ms. Wolfe, CH2M HILL Engineers, Inc. (CH2M HILL) is pleased to submit this proposal for redesign of the landfill perimeter road to: add an exterior ditch to carry the offsite storm water flows that originally flowed onto the Sawmill; modify the vertical profile to match as -built conditions downstream of the Phase 1 road gap; delete the spur access road; and extend manholes SGMH and LMH6 to the perimeter road grade. Our proposal is based on the following scope assumptions: GRADING & DRAINAGE Revise horizontal and vertical profile to extend alignment to the lagoon access road and revise grading for as -built grades e Develop new templates for revised road sections e Develop revise DTM and prepare master file with new contours e Prepare roadway alignment table for extended profile e Extract survey control points as needed for construction e Prepare new drawing to show limits of road grading revision, contours, control points, and notes e Prepare second drawing for 2 new road/berm cross sections (1 @ widened area w culvert, 1 @ revised berm w ditch) e Size Exterior Roadside Ditch and culvert near LMH6 (assume field data requested is available) e Develop plan and detail as needed to show new exterior ditch and end treatment at discharge, including ESC elements e Compute construction quantities as need LEACHATE MH REVISIONS e Prepare revised detail if needed to show MH extensions (raised "8') e Add new MH Rim elevations to new drawing and annotate. The project deliverable will be revised construction drawings as specified above, PDF format, and electronic submittal. We propose to complete this work on a time and materials basis as a change order to our existing Lateral Expansion contract. The estimated cost of this work is $13,000. If you have any questions about this, please contact me at (907) 762-1369. A. CH2MO ILL Sincerely, CH2M HILL Cory H' ds, P.E. Project Manager Enc: labor hours/price breakdown CH2M HILL 969 E. 36th Avenue, Suite 500 Anchorage, AK 99508 Tel 907.762.1500 Fax 907.257.2000 Steve Gergley Vice President, Environmental Services IL NN + ,(�•', eat- 1 • �• _• - �1E14l FJPNl9[N {EN112101 NO,D ••• � � rr � _ • ' i _ � -• � �• —•� ��wiF�vov ru+ueTrn awu � ----- EXTEND PROFILE TO _ II LAGOON ACCESS ROAD _ J p '' i DELETE WHO ACCESS RD IApIIC!$)Pp�D Name Page 1 of l KIB LF Lateral Expansion Design Q CH21MIHILL Level of Effort 400 Chargeable Tasks, Change Order 35, without Budget Subtotals, without Period Subtotals, without Estimating Frequency Subtotals Functional Category Hours Rate Amount Notes Top Task A2 Task A2.16.05 - CM Support Prets, Joshua CADD Tech Eckberg, Catherine L Engineer Kc, Arjun Engineer Hinds, Cory Project Manager Thompson, Byd C Senior Design Engineer Subtotal for A2.16.05 - CM Support Subtotal for A2 Grand Total 02 -Oct -2012 05:18:50 PM 28.0 101.00 2,828.00 26.0 177.00 4,602.00 20.0 139.00 2,780.00 8.0 177.00 1,416.00 8.0 177.00 1,416.00 90.0 13,042.00 90.0 13,042.00 90.0 133042.00 Page 1 of 1 https://www.int.ch2m.com/pricer/Reports.aspx?ld=142&Reportname=Level of Effort (A)... 10/2/2012 Contractor CM HILL Engineers, Inc., 949 E. 36th Avenue, Anchor.SeAK 99,508 Previous Changes $ 1,854,097.36 This Change 1505200.00 Description of'Change 150200.00 kbb increas The time provided for completion, of the contract is unchanged,) (M," ed) (R�'decreased) by calendar days., This document shall become an amendment tol the contract and all Provisionslof the contract will anDI'v theraoi. orough, Clf;t Date 1 1/2 1/21012 Date ��-7—zoiz .oate l/�d-o If the change order or orders exceeds ten thousand (10,000), dollars, it will require the911 sk atures of: 1 A. The mayor and deputy presiding officer; B. The m,ayolr and one (1) assembly member in the absence of the deputy presiding officer; C. The deputy presiding officer and one (1) assembly member in the absence of the mayor; or 1. 1 D. Any two (2) assembly members in the absence of the mayor and deputy presiding officer. JN Approved By* Date A Presiding 0 cer -D pi ty (,M'aycol r e U1 IISI MMO RIMMMINOW Project Manager Engineering and" Facillities Department, Kodiak Island Borough, 710 M11,111 Bay Road Kodiak, A,K 99615 CH2M HILL 949 �E. 3,6t' h Avenue,, Suite 600 Anchorage, AK 99608 Tel 907.762.1600 RE: Kodiak Landfill — Change Order Request for Phase 2 Extended Sewites During" Construction (SDC) a Project Management (PM) will, 0 a 0" Sincerely, own Enc-, labor hours/price breakd Steve Gergely Project Delivery Marlager me: Submittal Reviews Milestone Inspections CQA Report OW, Manual Leachate Record Drawings Weekly Construction Mtgs Day -to -Day Support subtotals PM 'Project Coordination —Scheclule Updates Monthly Invoicing Miscellaneous Support subtotals I M01 t F Labor Backup for CH21V HILL Change OrderReqlleSt Extended SDC and PM, 9/26/12 (U 0- �11 Assumptions LU I I to 2 hrs/week, for selectstaff for 4 months, add 1,lir /week for 12 months for Hinds, for maintenance of e -Builder $5,2501Trips x days x hrs/day h,r/week 264 24; 192 44 18 26 4iO 24 36 64 0 5250 1,20 0 0: 0 0, 0, 0 0 0 0 36 384 24 192 44 18 26 40 24 36 64 36 I hr/week 1 hr/month PA 3 hrs/mont� 1r hlr/week C a) a) 14 C: OD U LLI 0 E 0 U 0 Q) CL = U (1) C 0 U, U ca le LU (U 0- �11 Assumptions LU I I to 2 hrs/week, for selectstaff for 4 months, add 1,lir /week for 12 months for Hinds, for maintenance of e -Builder $5,2501Trips x days x hrs/day h,r/week 264 24; 192 44 18 26 4iO 24 36 64 0 5250 1,20 0 0: 0 0, 0, 0 0 0 0 36 384 24 192 44 18 26 40 24 36 64 36 I hr/week 1 hr/month PA 3 hrs/mont� 1r hlr/week Travel/Expense Backup: CH2M1 HILL Change Order Request Extended SDC/Plm,, 9,/26/12 Milestone Inspections Cory - Liner Instalfation Days 5 inc. travel Per Diem $11250 Fli Ight $400 RT $10650 Cory - Final Inspection Days 3 Per IDiem $750 Flight" $400, RT si"150 Ken Green - subgrade Days, 5 inc. travel Per Diern $10,250 Flights $11100 M isc. $100 Kodiak hotel: $100 night Kodiak car rental- $75 dalf Kodiak meals,: $75 dal Total per em 2,,5O day Page I of I KIB LF Lateral Expansion Design CH2MHILL, Price by Element Chargeable Tasks, Change Order 34, without Budget Subtotals, without Pertod Subtotals, without Estimating Frequency Subtotals 25 -Sep -201 2 01.01.37' AM Labor Task Hours Labor, Subtotal Expens ,e Subs Travel Subtotal Markup Task Total. 'Top Task A2 - KIS LATERAL EXPANSIO A2.01 - PROJECT 152.00 24,42UO 24,420.00 0.00 0-00j 0.00 24,420.00 0.00 24,420IM MANAGEMENT A2.16.05 - CM Support 732.00 120,008,,00 120,008.00 0-010 0.00 5,250.00: 125,258.00 525.00: 125,783.00 Subtola I for 84.00 1441428.00 1441428.00 0.00 0.00 51250.00 14916,78.001 525.0 0, '1501203.00 Grand! Total 884.00 144 428.00 144 428.00 01.00 0.00 5,250.00, 1491678.00 525-00, 150,203.00 25 -Sep -201 2 01.01.37' AM tj LF Lateral Expansion Design iW CH2MFiL- Leivel of Effort Chargeable Tasks,, Change Ordieri 34, without, Budget Subtoitails, without Period ing Frequency Subtlotials, Subtotals, without Estirinat' Functional Name Category Hours Rate Amount Notes Top Task, A2 Task A2.01 - PROJECT MANAGEMENT Stith, Rachel E Project Accountant 8.01 84.00 672.00 Stith, Rachel E Project Accountant 24.0, 87.00 2,088.00 Hind's, Cory Project Manager 36,0, '177.00 6,372.00 Hinds, Cory Project, Manager 841.0, 182.00 15,288.00 Subtotal for A2.01, - lPROCT MANAGEMENT' 152.0 24,420.00 Task A,2.16.05 - GM Support urate, Joshua CAD D Tech 1 6, 101.00 1,616-00 Frets, Joshua CADiD'Tech 8,0 104-00, 8,321.00 Cotter, Elaine P Editing/Publications 36.0 87.00 3,132.00 Eckberg, Catherine L Engineer 92.0 177.00 16,1284.001 Eckbilerg, Catherine L Engineer 1,00.0 182.00 18,200.00; Kc, Arjbn Engineer 16.0 139,00 23,224.00 Kc, Ari Engineer LO 14100 286.00 Van, Blank enstein, Ian P Engineer 8.0 192.00 1,536.00 Van Blankenstein, Ian P Engineer 16,0 198-00 3,168.00 Green,. Kenneth R ETC Labor, 40,0 177,00 7,0801.00 Kennedy, Susan Project Admin 32.0 84.00 2,688.00 Kennedy, Susan Project Admin 32.0 87.00, 21784.00 Hinds, Cory Project Manager 64.0 177.00 '11,328.00 Hinds, Cory Project Manager 200.0 182-00 36,400.00 Thompson, Byrl C Senior Design 32.0 177.00 5,664.00 Engineer Thompson, Byrl C Senior Design '12.0 182.00 2,184,00 Engineer Reimbold, Michael W Senior Engineer 26.0 1177.00 4,602.00 Subtotal for A2.16.i05 i- CM Support 732.0 1120s008.00 Subtotal for A2 8814.0 144ll,428.00 Grand'Totial 884.0 1449428.00 Jon% IL Alk M Uf r k two 3 L h f UeA -Cell L - i nfr /Leachate System • Construction Cell 1 prea-vftaration and grading including corn, mon rock excavation and tops,oil lacem-,ent S u b d �ott wa I I g ra . .. ... e concrete cut I ad'i'ng Finan a grl- d'' drainages ysterns rM Six acre si::: e sIllope lining system w/ HIIIIDPt: ome brane and o ational P, la er Y a It Or p overnent-s to existing baler facility wastewater s stem Y--Z- Line-r s-YaLqz;m, a roximatelp acre le, a -c hate stora e Y 9 O -w lagoon Phas Sco 0 f ork _� A Sch"Iedule B Stage, 2 CI-osure const--ructlor Fi*nal and inter*irn cover systems 4 acre area 7 *Wrt M Itiple Lax./Pr Geotext*iie, rock and gravel cover sx/q em +AnM Land CONSTRUCTION ESTIMATE Budget Budget Phase I Phase 11 3 3,8381720 10,374,400 Budget Estimated Project Phase $6,592000 $ 20o805 120 CH2MRILL ZBEHM Jessica Wolfe Project Manager Engineering and Facilities, Department Kodiak Island', Borough 710 Mill'Bay Road" Kodiak, 'AIK 99615 949 E. 36th Avenue, Suite 500: Anchorage, AK 995,08 Te 1907.762.160 0, Fax 907.,257.20,00 RE: Kodiak Landfill Lateral Expansion, Change Order Request for Phase 3 Services During Construction The purpose of this letter is to request a change order to cover CH2M HILL, services during construction (SIDIC) for Phase 3. The ,;,,,copefo)r�thePh�as,e3SD�C'isprofvjdedin�,AftachmentA., Acosts,umm,aryisshown'ln'Tabilel. A breakdown of labor and expenses,is, provided in, Attachment B,, We propose to complete this work ion a time and materials, basisas a changleoirdertoiour!ex�ilsti'ng Lateral Expansion contract. Please note) that CH21VIHILL has capped rates at$177/'hr for the Phase 3 SDC work, and' we will) continue to use these rates, through project completion in, 2.0114. If you have any quesitions, about tili please contact me at (907)762-1369 or at chin,ds@ch2M,,CoM. 133M Sean Richburg P Pi 'ect Delivery Manager Task Labor N. Description, Hours Amount, Expenses Travel Total 0 2,,2 1. 6 0, 10 Shop Drawings and Submittals 908 145�416 $ 1453416 02.21.60. 12 RFIs 904 1440708, $ 14417081 0221.601a 15 Change Orders and RFQs, 320 51,200 $ 51,200 .J 1, Site Visits 392 $ 67,784 $ 675784 02.211.60.30 Startup and Commissioning 232 $ 41,064 $ 4110 02.21.60.35 Record,,, Drawings 298 28, 310 $ 28,310 02.21.60.40 OW Manual', 284, $ 331808: $ 33,808, 02.21.%45 Operator Training 60 10,620 $ 101620 021.21.80 Project MManagement 800: $ 136,900 000 $ 61,70 $ 2064701 5 4 5 5 1 4198 $ 65:9,810 5,000 $ 64oFO $ 729�3:80 A breakdown of labor and expenses,is, provided in, Attachment B,, We propose to complete this work ion a time and materials, basisas a changleoirdertoiour!ex�ilsti'ng Lateral Expansion contract. Please note) that CH21VIHILL has capped rates at$177/'hr for the Phase 3 SDC work, and' we will) continue to use these rates, through project completion in, 2.0114. If you have any quesitions, about tili please contact me at (907)762-1369 or at chin,ds@ch2M,,CoM. 133M Sean Richburg P Pi 'ect Delivery Manager DeS cription OfChan, e Cost Redesign of the landfill perimeterroad for Phase: 11. 391450.00 Revision of't'he leachate colleetion pipe alignmen-t and, addition of a new, manhole, lin the perimeter road between LMH61 and, LMH5, Revision man ole locations, inve�rts, and subgrade drain profile. 1A -ice grading. ssoclated changes, tio surf, Assoc, lated CAD changles to, 5, design drawings. As detailed 'in, the CH2MHILLchange order est dated January 25, 2013 ietion oftlie contract, is, unchangedil The am Provided fior comp! i Thi's document shall becgms an amen ent tothe, Accepted -By: . . . .................. . .................. increased) (XI idecreased) by calendar days., -ovisions dtille contractwil��Ix ,Appr�oved By: Date Mayor Depu,ty, Presiding Officer C142MHILL C�H2M HILL 949 E. 36th Avenue, Suite 500 Anchorage, AK, 99508 Tel 0"..1I6 Fax 9,07.267.20,00 S1 Thefollowing engineiering des,ign upidates, are, required to suppoirt the: proposed dei ign changes L Revision of the leachate collection pipe alignimlient and addition of a, new manhole in thie, perimeter road between LMH6 and L,MH,5,, 2. Revision of manhole locations, Inverts, and subgraide drain profile; If 0 3 j chi ciatedi anges to surface grading; andi, 9 ings. 4. Assoc*ated CAD changes to, 5 def i ni draw* Es ted Item Price ................... . . . ......... .... . - . .. ....... . ... ...... (KIB C0#13) Oj n i g, nall Change Order Reduction for elimlination of the exterior roadside clitch, 001) -------- . ............ ha nge o rd e r) Additions for proposed design; c Total Revised Perimeter Road Redesign, $4701 450 Total This Oange Order I Enc: labor hours/price breakdown Stieve Gergely KODIA2Z ISLAND'BOROUGH CONTRACT CHANGE ORDER 710 M�ILL BAY ROAD; Contract No. 2007-22 Change Order No. 16 KODIAK, ALASKA 99615 Projiect �Name, Number & Locabion Kodiak Landfill Lateral Expansion Desi.gn and rl v Constniction z5eiwices 49:0-703 452.140 07013.4 Amount of Cct & Chane Order Original Contract $ 3912,599.00 Previous Changes, $ 2,0143,747.36 As detailed he CH2MHILL change order requests dated April 16, 2013 The time, provided, for completion of the contract -is (M unchanged)(M increased,) _M decreased) by calendar days. T'his document shall become an, amendment to the contract and all vrovisions of th,e: contract will a-wIv theretio. Deputy Presiding Officer Date U1 Kodiak Island Borou I gh 'L o(Iilak Landif"I 1 11 Lateral Epansimon Phase 3 Leachate Treatmeint Plant Services During Construction Februaq 2013 ... ........ ction CH2M HILL agrees to furnish construction phase s (Tasks I - 4 described blow) for the Kodiak Landfill Lateral'Expansilon Phase 3, Leachate Treatment Plant (,the, Project). CH2M HILL shall coimmence work after the construction conpctbidding for this phase of services from the Kodiak Island Borough, Kodiak, Island, Alaska (KIB). The services to be, provided during the construction phase are intended • assist the KIB in administering the Contractors contract for construction for the treatment plant ide engineering services, dunrig construction (SDC) • provi 1 i • verify (with KIB construction management) that the Contractor's work is in substantial compliance with, the Contract Documents design intent • assist the K in, respondii-ig to events that occur during the construction, m uip These services inciucte submittal review for the Membrane, E qi ent System and the Metal Building Systems and construction phase coordination with these suppliers,. CM HILis services are, biased upon a construction duration of 9 monthS (M 2013 to January 2014). Task 1 Project Management Project management will include coordinati[on with the KIS and the Contractor equired, during the 9 month construction phase, with approximately 88 hours/m,onth used as the, 'basis, for the project management level of effort. CHEM HILL will provide: Project Management for SDC as defined below: Task, 1.01 - Pro Dec Administration J I I � � , I k I rEi Nil, wilit 1 1, CH2M HILL will provide routine communications with th:eKIB and the Contractor. Formal communications will be documented and the KIB will be provided a copy of the communication documentation. C,H2M HILLwill attend the weekly construction Progress meetingis via teleconference during the 9 month, construction period. C HILL will attend the Kodiak Landfill Lateral Expansion Phase 3, Leachate Treatment Plant Project pre-con.struction conference with, the Contractor and the KIB. The purpose of' the meeting will be to review the rioles, and responsibilities, procedures, communication plan, conflict resolution plan, record keeping requirements, and other information Pertinent to the execution and completion ofthe work. CH2M HILL will assist with this meeting, prepare the required materials, and prepare and distribute meeting minutes. It is assumed that there will be one attendee from CH2M HILL for the Pre -Construction Conference Meeting. Tasks 2 !"54ubmi"ttal, Review, Req,lueksts for Information (RF]s), Clarifications, Mo and d "ifications, CH2M HILL will review the Contractor's shop drawings, samples, and, other, submittals for general conformance with the desli,gn intent and the requirements of the Contract Documents,. Submittal reviews include reviews, of the Leachate Treatment Plant,, Metal Building Systems, and the Membrane Equipment Systems submittals. Such review s,hall not relieve the Conh-actor from its, responsibility for performance in accordance with the contract forconstruction, nor is such review a guarantee that the work covered, by the shop drawings,, samples, and., submittals is free of errors, inconsistencies, or omissions. CH2M HDLL's services are based on up to 900 hours for submittal reviews. CH2M HILL will utilize Adobe Acrobat, Version 7.0, and electronic signatures for i I 1 0 processing submittals. All submittals are to be, in le ectronic f rmat. Submittals, will be received, via, e - Builder and responses forwarded via e -Builder. KIB will, assist CH2M HILL with, resolution of e -Builder submittal problems. fimlytalWUNINdTITIDUM CHEM HILL Will review and respond to the Contractor's requests: for information (RFIs) and/or contract clarification information requests (CCIRs). CM HILL' s services are based oa maximum of 9001hrsforR Fls/CCIR,s. CH2M HILL will coordinate such reviews, with the design team and with the SIB, as appropriate. CH2M HILL will coordinate and issue responses to the requests. KIBL SDC SCOPE PAGE 2 OF 7 C 2 HILL will assist the KI B in reviewing and responding to Contractor requests for substitution of materials, and equipment. C 2 HILL will review such requests and., will advise flie KI B as, to the acceptability of's substitutions., C 2 HILL will assist the KI B in review and is,suanc�e of KI B initiated, changes. Design and en i gineering services to prepare drawings, specifications, and other hi-iformation for the change shall, be consideredas, a Supplemental Service, and shall entitle CH2M HILL to additional compensation. C 2 HILL will assist the KI B 'in reviewing Contractor initiated changes to the Constr uction, Contract. C'H2M HILL will, makerecommendations to the KIB regarding the acceptability of the Contractor"s request and assist the KIBi'n ne�gotiating the requested, change. Upon agreement and approval,,, CH2M HILL will, assist the KIB in preparing documentation for the, change order. The KIB will prepare all actual change orders, to, tl-1e Constructi Conti -act. The level, of eff rt for work associated wi1 th change orders review and recommendations is based on 320 hours. Task. 2.04 - Document Tracking Submittals, shop drawings, requests for information, will be received via e -Builder. The following procedures will be used for document tracking: G Contractor posts 'information including clarification e s and submittals, to e - Builder 0 in accordance with Contract Document requirements 0 KIB construction. management staff will review the information posted and confirm that the information is complete for sending to C 2 HILL 0 KIB construction manager provides notice to CH2M,SILL document coordinator 0 CH 2M HILL staff provide review and response as required and upload responses and comments to e -Builder KIB will support CH2,M HILL in requiring that the Contractor use, the required transmittal, with all submittals which indicates if any modification or change, to contr act conditions i 1 1 1 IS being requed. CL will receive, distribute, track, and return shop drawings,, other submittals, and documents from the KIB va e -Builder. Submissions of RFIs,, CC Rs or other correspondence sent by the K to CH2M, HILL will be acted, on and uploaded to e - Builder within seven (7) working days of receipt by C 2 HILL. Shop drawing submittals ill be acted upon and returned to the Contractor within fifteen (1.5, ) wor ki days of ing w r�ecelpt by CH' 2M HILL, 0 CH2M HILL members of the design team will make, periodic site visits covering work such as electrical,, mechanical equipment placement, structures,, and other tectmical disciplines, as may be requested by the KIB related to key design issues. KIBL SDG SCOPE PACE 3 OF 7 For each site visit, CH2M HILL will prepare a site visit report that, documents the purpose of the site visit, the outcome and results of the site visit,, and ultimately a recommendation as tothe pass/ failure of the system/equipment based on the criteria outlined during the site visit. A visit to the GE facility to witness factory testing of the, plant control panel is included in the site visits scope. C 2 HILL Will participath-n-1 in, the company of the K and Contractor in a site v1sitfor the purposes of determmilng Substantial Completion of the Project hi -i accordance with the Contra Documents. WI -Len ready, the Contractor will request the substantial completion site visit. The KIB, with input from CH2M HILL, will prpare a list of items to be completed or corrected. C 2 HILL will review the list for concurrence. For estimatingpur ' poses, the assumptions Iin tfie folin ll table, were used to estimate hours for site visits and substantialcompletion. visits. BASISOF �EFFORT Activity Visits Hr / Visit - Onsite Site Visits 10 16 hours Witness Factory Testing Control 1 24 hours Panel Substantial Completion, Visits 1 16 hours (2 stat one site visit each, 8, hrs) As requested by the KIB, additional site visits will be performed as Supplemental Services,, entitling CH2M HILL to additional compensation. ask 4, S"Iartup and uloseout Phase :S"ervices CH2M HILL will. assist the, KI B in closing out the Contract for Construction and commement of the K use the completed Work. CH2M HILL's services will include the following. 'T'ask 4.01 - Startup; Services C'H2M HILL will, assist the KIB in the startup of the new facilities. The KIBI Operations Staff will o erate the new facilities p during startLip.Adiditional startul p assistance will include review of start-up Procedures, assistance Introuble shooting, and fine-tuning operation. The KIB Operations Staff will operate the new facilities, during startup, It is anticipated that the Contractor will devielop and distribute the startup schedule several months ahead of the anticipated time for startup. CH2M HILL will coordi-nate this activity w it0 1 1 h tl-Le Contractor. The level of eff rt for startup services, is based on a process engineer onsite for 3 consecutive weeks ('120 hours) and for an *instrumentation and control engineer onsite for 2 consecutive weeks (80 hours). KIL SOC SCOPE PAGE 4 OF 7 The deliverables for this task include: • Comments on Contractor and GE provided startup procedures • Comments on Contractor provided startup schedule • Documentation of any startup adjustments required Task 4.012 -Training CH2M. HILL, will provide supplemental instruction to the K's staff in, the operation ofthe treatment system provided under this Project. This instruction, shall cover both the basic operational concept and actual. operation of the systems and components under, both normal and abnormal operations that are likely to occur. CM HILL will prepare a training syllabus and training materials to leave with the KIB staff. Training materials will be delivered to KI B as an electronic copy and in one (1) hard copy format. The training level of effort i's based on one (1) day of class room training and two (2), days of field training., General training for each unit of equipment and treatment plant component shall be provided by the Contractor and, the equipment vendors. Task 4.,03 - Operations, Manual C HILL will develop an electronic Process Operations Manual, des cribingthe operati on of the individual unit processes at the Leachate Treatment Plant. The Operations manual will explain the various primary modes, of operation that may be used, including normal operation, peak flow, conditions, and emergency operation procedures. The manual will explain the purpose and basic concept of the various processes that are incorporated into the overall plant. Where appropriate, reference will be made to the manufacturer's detailed operations submittals. The manualwill include instructions, for process, operations and tests or, laboratory procedures that may be irequired to monitor the performance of the facilities. T'he, manual will be suitable for, use as an operational tool and to facilitate operator training. The level of effort for developing the Operations Manual is, 2814 hours. The defivierables, for tWs task Include. - 0 Two (2) printed copies of the manual, *'in 3 -ring binders 0 Electronic,, searchable pdf file of the Operations Manual Task 4.04 - Final Completion r CH2M HILL will participate in a tinal completion site, visit along with the Contractor and KIB staff, as appropriate, for the purposes of determining that the completed Project has met the requirements the Clontract Documents regarding Finial Completion. CH2M HILL will assist the KIB in preparing a list of particulars, identified during the .an site visit, describing work thatis incomplete or defective and, will make recommendations to the KIB regarding Contractor's completion of punchlist tasks. This, task, includes one engineer veing onsite for two (2), days for the final completion slite Visit. KIBL SDC SCOPE PAGE CH2M HILL will revise the original design drawings to reflect record information provided by the Contractor. Contractor will provide one set of coord miated marked up drawings to & indicate the actual construction. These mark ups will be incorporated into record drawings. One electronic, file, in the most current version of A,utoCAD, and one PDF file will be ided, to the KIB. The record drawin prove 1 gs, will be based on the as -built markup drawing set provided by the Contractor. The record drawing level of effort is based on,298 hours. The budget for this work, is included as, Attachment, No. 1. I The following key assumptions were made 'in the compilation, of this Scope of Work and 'in estimating the level of' effort,-, The, KIB will lead, the construction management withinput from CH2M HILL as defined, this document. The KIB will provide �onsite construction management, with KIB staff 4, f working onsite to provide: daily on-site inspection and quality control of the work on the Project communication with the Contractor 6 communication with CH2M HILL regarding Contractor requests for: information, change orders, schedule, and submittals status. The .SIB will coordinate all onsite tasks with the Conti -actor, including rest ,onsiblility for a weekly onsite construction meeting. The will. coordinate special inspections, as �requi red by code, and will Provide re,# construction phase coordination with building iia s. 01 The KIB will be responsible for change order approvals and. providmi, g oversight for the, Contractor maintairfing project schedule and quality, except for items, specially included in CH2MHILL`s scope. The KIS will provide oversight f'or the Contractor's, completion ofpunchlist tasks through final project completion. The KIB will contract directly with the Contractor and will be actively involved in the construction process to make decisions, provide approvals, and perform other actions necessary for the completion of construction,. CH2M HILL will not be responsible for tie means,, methods, techniques,, sequences or procedures of the Contractor, nor shall CH2M HILL be responsible for the Contractor's failure to perform, in accordance with Contract Documents, It is anticipated that �CH2M HILL will provide, commurlications regarding requestsfor j-* . 4 clarification d'cated 'n this scope. CH2M HILL will revi ,, as m 1 1 1 iew and sign ofd on KIBL SDC SCOPE PAGE 6 OF 7 Contractor pay requests, as requested/ required for compliance with .DEC loan purposes. Any labor and expenses, required to address unforeseen subsurface considerations, or additional construction requested by the Contractor or the KIB are not currently included in. this scope. CH2M HILL's work does not include on-call services after treatment plant startup, or eri warranty iod support. These tasks may be added to the scope at the KIR's request. p oVictin Cionstruction phase services do; not include pr g C-on.tractor with AiutoCAD drawin II D I g files, prior tof start of construction., AutoCAfiles will'be provided to the KIB at project completion as, part of the Record Drawings task. 0 Construction Phase services do not include developing conformed Contract Documents. Health. and Safety — CHEM HILL will manage the health, safety and environmental activities, of lits staff to achieve compliance with applicable health and safety laws and, regulations. CH2M HILL is not responsible for health or safety precautions of"Contractor or its employees,. CH2M HILL is not responsible for the Contractor's, compliance with the health and safety requirements in th.e contract for construction', or, with federal, state,, and local occupational safety and health laws and regulations,. KIBL SDC SCOPE PAGE 7 OF 7 Attachment B L.aboiIl- and Expense Breakdown ........... , ... ' BM ansion Design Price by Element Chargeable Tasks, Change Order 40, without Budget Subtotals, without Period Subtotals, without Estiiirnating Frequency Subtotals, Labor Task Hours Labor Subtotal Expense 0 Travel Subtotal Markup Task Total 0 .00 0.00 145,416,00, 0,00 145,416.00 0.00 0.00 144,708.00 0.00 144,708.00 0.00 0-00 51,200.00 0.00 51,200.00 0.00 0.00 67:,784,0,0 0.00 67,784.00 0.00 0,00 41,064.010 0,,0,0 41,064.00 0"00 10-00 28,310. 00 0.00 28.310.00 O.M 0.00 33,808.00 UO 33,808.00 0.010 0.00 10,620.00 0.00 10,620.010 0.010 58,700.00 1 200,600.00 5,870.00 206,470.00 01.00 ,a -0 723,510.00 5, 710. If I 0. 001 58,700.00 DR114K 5,8710.00 I7 -Apr -2013 02:35:05 AM! CH2MHILL Subs. Travel Subtotal Markup Task Total 0 .00 0.00 145,416,00, 0,00 145,416.00 0.00 0.00 144,708.00 0.00 144,708.00 0.00 0-00 51,200.00 0.00 51,200.00 0.00 0.00 67:,784,0,0 0.00 67,784.00 0.00 0,00 41,064.010 0,,0,0 41,064.00 0"00 10-00 28,310. 00 0.00 28.310.00 O.M 0.00 33,808.00 UO 33,808.00 0.010 0.00 10,620.00 0.00 10,620.010 0.010 58,700.00 1 200,600.00 5,870.00 206,470.00 01.00 ,a -0 723,510.00 5, 710. 729,380.00 0. 001 58,700.00 723,5110.00 5,8710.00 72:191,380-00 Functional Name Category Hours, Rate Amount Notes Top Task 02 Task 02.21.6'0.10 - KIBLF SHOPDWGS,SUBMS Bea derut adt, Blair I Engineer 450.,0 143.00 4,350. 011 Rausch, Patrick Robert Engineer 8,0 17 ".00 1,416-00 Yang, Liao Engineer 450.0 177.00, 79,650.00, Subtotal for 02.,21.60.10 - KI BLF SH OPDWGS,S UB M S 9018.0 145,416,001 Task 0:2.211.60.12 - KIBLF RFIS Bad erstadt, Blair I Engineer 450.0 14100 64,350.00 Rausch, Patrick Robert Engineer 4.0 177.00, 708.00 Yang, Liao Engineer 450,01 177,' 0f 79,650.00 Subtotal for 02.21.60.12 - III L1= RFIIS 9,04.0 1441708.00 Task 02.21.60.115 - 1 1131-17 CHG ORDS, RFQ Beader:stadt, Blair I Engineer 160.0 143:.00 22.880.00 Yang, Liao Engineer 100.01 177 00 28,320,00 Subtotal for 02.21.60.1.5 - KIBLF CH G ORDS, RFQ 320.0 51,200.00 Task 02.21.60.20 - KIBLF SITE VISITS Alderson, Breck Electrical 160.0 177.00 28,320.00 Erug/ Al,derso,n ANC Mid Professional Engineer 160.0 167 00 26,720.00 Brunkow, David' W' Engineer 32-01 177.00 5,664M00 De Glanville, Brian P Engineer 40.0 177.00 7,080.00 Subtotal for 02.,21 .60.20 - KIB LF SITE VISITS 3,92.0 671784.00 Task 02.21.60.30 - KIBLF ST ARTU PCOM MISS Brunkow, David W Engineer 136.0 177'.00 24,072.00 De Glanville, Brian P Enigineer 96.0 177.00 16,992.00 Subttarl for 02.21.60.30 - KIBLF STARTUP, COMM MISS 232.0 41,00 .00 Task 02.21.60.35 - KIBLF RECORD DRAWINGS Hamlin, Priscilla M PDC 12 298.0 95.00 28,310.00 Subtotal for 02.21.60.35 - KI LF RECORD DRAWINGS 2198.0 28,31 0.00 Task 02.21.610.40 - Ib IBLF O&M, MANUAL Brunkow, David W Engineer 24.0 177.00 4,248-00 Crook, Scott Engineer 1120.0 118.00 14,160.00 � Hamlin, Priscilla MPDC 12 80.0 95-00, 7,600.001 Mikowski, Karen D Project, Admin 60.0 1,30-0:0, 7,800.001 Subtotal for 02.21.60.40 - IBLF OAM MANUAL, 284.0 331808.00. Task 02.21.60,45 - ABLE' OPERTRAINING Brunkow, David W Engineer 60.0 177.00, 110,620.00 Subtotal for 02.211.60.45 - IBLF OPER TRAINING 60.0 101620.00 Task, 02.21.80 - KIBLF PROJ MANGMT Euro gleson, Barbara,, A Engineer 500.0 177.001 88,5001.00 Van Blankenstein, lan, P Engineer 200.0 177.001 35,400.00 Mikowski, Karen D Project Admin '100.0 130. 00 13,0001.00 Subtotal for 02.21 .80 - KIB LF PR10J MAN GMT 80011.0 1360900.100 Subtotal', for 02 4,198.0 659,810.00 Grand Total 14,198.0 659ji8i 0.00 17 -Apr -,2013 02:38:157 AM; gz�M 1ttp�s-,//"`""`w����������������ww.iii,t.ch2im.,com, /,pric,er����/""""`"Replorts.aspx'.�ld=142&Replortname=LeveI of EfTbrt (A).. 4/16/2 0 1, 3 CH21WHILL Jessica Wolfe Project Manager Engineering and Facilities Depaften! Kodiak Island Borough 710 Mill Bay Road Kodiak, AK 99615 H2 HILL HILL 949 E. 36th Avenue, Suite! 500, Anchorage, AK 99508 Tel 0" 2.15 Fax 9107.257.2000 RE: Kodiak Landfill Lateral Expansion, Phase, 2 - Change Order Requiest for Additional! Services During Construction The purpose of this letter is to request achange order to cover CHN HILL services during Phase 2 construction (SDC). The ows: basis of this, request is as fbill 1. Adid i fi on a] 12 m o n th, sch ed u I e d ul ratio n' KI B CIO# 14 cove red th, e 12 m on th period ftom Octo b er, 1 2012 th rou gh Oct ion ober 1, 2013, The revised Phase, 2 construction schedule for Schedule B (Attachmilent A) shows construct' i extending through September 2014, an additional 12 month duration. _UU014- 00, 40 Vill W 'pit is jrrwi q air! L I 1wiff k•I . . . . . . . ... ....... . . . . . . . . . . . lei I A 10 LNi 11 Sam CH'2M HILL Sean, Richburg lAftachment A, Revise -a' Construction Schedule. Schedule B Work racr Enterprises, Inc- Kodiak Landfill Expansion, 2012Tue 411.13 Schedule B, Final Closeout i sk f Finish Duration 2nd Quarter 3rd Quarter�s ��r r - Mar r 9a Jean Jut as - e Oct 1 Dirt �� 1 15 daysTags 411114 - tY�ar� 4!21114 - _ — Dirt Crew 21 days Tsar 41`114 Mon 4f21114 3 Pipe Crew 1 15 days Trac 411,14 Mori 4f21114 Concrete Grein 15 days Tua 411114 Mon 4121114 1�, Lir Subcontractor 1 days Tue, 411/14 Mon 4121114 6 Mobilization n id days Tue 1012 113 [ion 11114113 Survey 5 days Tue 1 W2113 Mon 1,1128173 16 �-L11? P 5 days T u e I0,122 W1; Egon 1114113 �11-�- Final And Interim Cover 64 plays Mon 417114 Thaw 71.31114 12 Clear and grub sdays. for 4 ,14 Fri 4.111114' I Sutygrade Prop (231011 Wy 208.0000) dayz Peri 4114114 Fri 4;=1811 1Lahr Ursa (3300 cy) 10 da ys Tui 4121 Mon 511211 14 Exc for Anchor Trench. Haul (a Land'a11 %1700 a YZ Torr 7.13114 Mots 511 W1 4,.. . 16 LLOPE 25 . 225.080 --,fl' : ERIFY. OUA NT 20 da Tue u.2 0114 Mon 6116114 18_ _ eot x is Type 1 (24.608 SY. 221400 sy) 5 days Tue 611 T 14 Mon W23,114 17 Drain La yew-T400 CY 15 days Tue 612414 hion 7114114 22 Ptywood [576 sl-) 2 dWt Tare &. 14 Wed - its: 14 19 i Dt R k Surfacing (6200 CY) 18 days Tua 711114 tAon 71 6114 28 1 LLDPE Pipe Boots 3 as 47. 1 ea 48") 3 days Tue V29114 Thu ; -1.14 i 21 PUprap for Cover Cis nnetion at Toe Drain. toe of steps AUG c 2 day Tse 7'2W14 Vftd ��.' 1 l 23 Landfill Gas Venting 11 days- Mon 4114J14 Mon 4128114 24 LFO Collector Rsp-e {4` SDR 17 P Pipe) ,1180 "], 126 cy e)� 5 dayz Mon 411414 Fri 41161'14 25 LFG&fileCPmalns t:-61 6 days Moir X121114 Fri 4,2-'V'14 26 j LF Comer Herat (3 9 ) 1 day Mon 4i2alU Mon 412& 14 r 27 Leachate Seep Cutoff Waits 36 clays Mon 615114 Main 6123114 2s Exc for wo mill (320 u7) and Trench (758 y) 2 days Mon 515114 Tue 51!3.'14 31 Concrete Cuter 101411 2 (78 may) 16 days Wed 57(14 T€t� 5� X14 29 LLOPE. 80 nail,. Textured Liner on sidewall (l 70 sy) 3 days Wed 5121114 Fri 6123114 3 to tla . type 2 on eh id lE E+ iarrd LL SPE 1 day nn 5126114 Mon 6126114 32 La&=bate Seep Collector Pipe 64 pari 210 if) days Tao W ,14 Thu 5129614 33 i Leachato Seep conveyance Pim (6e Solid, 40 10 3 days Fri 51313fl4 due 613 14 - 34 Anchor 28 cy. Drain Mat 50 cy, LC 80 cy) 2 days l d 6,4:14 Thu `511 p y 2 day; Fri 6:1=.'14 1 619114 35 � t3r�rr► �a1� ai�i� not i�i�i�+ ��rg:�€�r�ri� 44 s 36 LLDPE 66 mil T xtuTed (500 `y) 5 days Tue C.10114 Mon 6116114 3Rip Rap for Seep CutDff(250 cy) 5 days Tus 6117114 Mon 6123114 38 Std Water System 44 days Men 6111 14 Thur 611474; 39 Clear arab Grup 1 acre) 2 days ,len 6116114 Tue tel ' 14 40 ' 4 Pace 013 to pile (468 ey) 5 days Wed 6118114 Tue 6,24114 41 a and place s rrnwatef and Benxi X16% cy days ed 6125114 Fri X7114 42 _ � a, and Placement in Stockpile, I12,0 eY 2 days Men 8130,14 Tsar 711.14 yt # �: prole utoff Wali #3 (go € y) 1 d=ays Wed 02.14 Tue x;15114 4-4 Trench e c (476 cy) and 24' Culvert (340`) 7 dayz Wed 712(14 Thea 711 D114 � 1 i 45 Pipe Anchor for 24' CPEP (3 wets) 3 days Wed 71161'74 Fri 71-16,141 i 46 tch Bens SWCBF and SWCB2, tibial& 8a sin Cf3 3 days Mon V21114 Wo4 712'-14 47 ,EDebris 8arner l3 a ch) 2 clays Thu 7. 14 Fri 7x2 74 48 G Flew conLrol St=ture 5 days tion 712414 Fri &',,14 49 a mead Surface Course x;260 e j 1 day Mian 814114 Mon 814114 50 Seadft and Ms tiing (140 sy) 5 days Tue 8, °1r14 Mon 8,111,114 51 Ripr 3a r sts rmwat Pond -Vopes (410 cy) 3 days Tue 8112114 Thu 111141114 ._ 52 Final Completion, Scheelule A 38 days Mon 8118114 Fri 91281% Topsoil and saved 16 d ys Men 8(16114 F 6 t4' .... _ 54 Purrohtist 2 day Mon 011114 Fri 14 Project. Landfill Schedule B, 3-25013 Task =. .__ � F'ro rays Summary External Tasks '.Deadline Date` Tue 4118113 Sptil - Milestone Prof tl € mrnary External Milestone, Red- Pipe Craw Bl dk: Dir Crew Blue: General Pink: Liner Sutr Greens- Concrete Sub Pabe %ttachiment �B, Pail 1 - Breakdown of Labor and Explerlises 1� KIB LF Lateral Explansion Design CH2RnHILL Price by Element Chargeable Tasks, Change Order 42, without Budget Suibitiotials, without Pedold g Frequency Subtotals Subtotals, without EsUrnaltin Labor Task Hours Labor Subtotal Expense Subs Travel Subtotal Markup Task Total Tiop Task,A2 - KIB, LATERAL, EXPANSIO A2.19.02 - Additional 1 1,1118.00 164,000.00 164,000.00 0.00 0,00: 6,765.00 170,765.00 676.50 171,441.50 SDC Subtotal for A2 1,118.00 164,000.00 1641000.00 0.00 0.00 6,765-00 170,765.00 676.50 171P 1,50 Grand Total 1111811,00 164,000.100 4, 10. 01.00 0.00, 6,765.00 170,765.00 676.50 1171,441,60 17'-Ap,r-2,013 02:00:39 AM F, plippigimpiIIIIIII ! I � I, I AMII�� ,rage I o,fI Wffffftfflftftft.— ..—oo---M—MMMg I . . . . . . --m— Attachirnent B, Pail 2 Labor I-fours by Staff ............................. KIB LF Lateral Expansion Design CH2MRILL Level of Effort Chargeable Tasks, Change iOrd'er 42, without Budget Subtotals, without Period Subtotals', Without Estimating Frequency Subtotals, 1: 7 -Apr -20,1 3 01.:15.34 AM Page I of 1 bttp�si://www.int.ch2m.com/pricie�r��������/�```""`Repoi,-ts.asp:x?'Id=142�&Rcp�ortnraMre=:Le:�ve�l Functional Name Category Hours Rate Amount Notes Top Task, A2 Task A2.19.ditional Ph2,SDC brats, Joshua, CD Tech 102.0 1 104 . 00 10,608.00 stormwater, leachate, phase 3, conformed s,et Eckber: , Catherine L 9 Engineer 80.0 177.00 14,160.00 stormwater, leachate, phase 3, conformed set Kc, Arjun Engineer 100. 0 143.00; 14,300,010 stormwater options, revise detention Pond topsoil Van Blarel' enstein, Ian P Engineer 72-0 177.00 12,744.00 SDC, 12 months Green, Kennieth R Geotechnical 32.0 177.00 ,664.00 Additional for separation of SchB Engineer Stith, Rachel E Project Accountant 104.0 87.00 9,048.00 PM, 12 months Kennedy, Susan Project Admin, 1,52.0 87,00 13,224.00, 2 hrs/week, 76 weeks Hinds, Gory Project Manager 420.0 177.00 74,340.00 Daily SDC, visits, PIVI, 12. months Thompson, Byrl C Senior Design 44.0 1717.00 7,788.00 stormwater, leachate, phase 3 Engineer word Reirnbold, Michael W' Senior Engineer 12.0 177.0:0 2,12 ' 4.00 Additional for separation of SchB Subtotal for A,2,. 19.02 - Additional Ph2 SDC 1,11 .0 164,01,00.00 Subtotal for A2 1111.0 1641000.00 Grand Total 1,118.0 1643000.00 1: 7 -Apr -20,1 3 01.:15.34 AM Page I of 1 bttp�si://www.int.ch2m.com/pricie�r��������/�```""`Repoi,-ts.asp:x?'Id=142�&Rcp�ortnraMre=:Le:�ve�l Item Staff Labor hours I Josh Frau 102 Cathedne Eckberg 80 3 Arjun KC 100 4 Ian VanBlankenstein 72 Ken Green32 6 Rachel Stith 104 7 Susan Kennedy 152 Cory Hinds 420 Byd Thompson 44 1 Mike Reirnbold 12 0 do ! i10`. Item Task Staff Days Flights 1 Surd e Cutoff Wall Hinds 2 1 2 Liner installation Hinds 0 0 Already included in KI B CO#14 3 Leachate piping & manholes Hinds 3 1 4 Squeezings vault VanBlankenstein 2 1 5 Leachate seep cutoff wall Hinds 3 1 6 Sched B final cover liner Hinds 1 7 Storm wate r detention ba is I n Hinds 1 8 Final inspection Hinds 0 0 Already included in 1 CO#14 'Total Expenses $6,765 Kodiak hotel (KI) $115 night Car rental $66 day Meals $50 day Total per them $231 day RT Flight $550 each KODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER 710 MILL BAY ROAD Contract No. 2007-22 T Change Order No. 17 KODIAK ALASKA, 99615 Project Name, Number & Locabion Amount, of Contract & Chan e Order Kodiak Landfill Lateral Expansion Design and . .......... Construction Sei-vices Original Contract $ 39'2599.00 490-703 452.140 070 1.0 Previous Changes $ 2944577.36 Contractor CM, HILL Engine=s. Inc. This Change $ 251'590o.00 949 E. VhAvenue, ,Suite 5,0IO Anchorage, AK 99508 Adjusted Contract $ 3 33.3 Description of Change Cost L Digm of res,troom at leachate treatment bui Desi lding. $ 5900'00 As, detailed in the CH2MH.1LL change order request dated February 25, 2013, attached. 2. Develop performance specification for bulk chemical storage tanks, $ 201000.00 As detailed HILL in, the CH2M,change order request dated'May 24, 20,13, attached. e decrea,sed) by calendar days. The time provided for completion of the contract is, (10, unchanged) ("'Xi -in. This document shall blecome an amendment to the contract and all provisions of the contract. will ai)7&;V-��, Approved By: Date MA Mayor Deputy Presiding Officer CH2MHILL Jessica Wolfe Project Manager Engineering and Facilities, Department, Kodiak Island Borough 710 Mill Bay Road Kodiak, AK 99615 C1 ­12,M HILL 9�49 E. 36th A,venue, Suite 500 Anchorage, AK 99508 Tel 907.62.1 500 Fax 9"07.2 7".2 RE: Kodiak Landfill Lateral Expansion, Phase 3 —Change Order Proposal dor Addition of Restroorn in Leachate Treatment Building I i ne CH2M, HILL Engi mers, l�nc�. (CHIM HILL) is pleased to submit this, proposal for adcling, a restrolom in the leachate treatment building'. Our proposal is based', on, the following scope assumptions: Gne-seattoilet ire enclosed riestroom ire leachate, treatment building Treated process water for flush; • Us e of exi sti ng K I B n o-ove rf I ow se ptic tan k (Pre m I e r P lasti cs, 11 nc., Sept 1 c 'IS u pe rTan W, 10,00 U S G a I • A float type level 1 nd icaltor; No additional permitting is included In the scope to address this non-disch,arge typie septic, tank; and', Z, Because no potaibile water is, avallable at the site, a hanid wa,s,h, stattion with potable wat�er supplied by 'th wl Dave Conrad on Feb. 22, 2011 truck will be purchased separately by the Borough as: discussed 'The deliverable wIll be inclusion ofthe restroom and septic tank in the Phase 3 project biddocuments. We propose to complete this work. on a) time and matierials basis as, a change order to our existing L,a, teral Expansion contract. The estimated cost ofthis, work is, $5,900j. if you haveany quiestions, about this, please clontact, me at chinds@ch2m.com. am, MKITAMUM Eric: lalbor hours Of Alp Sean Richiburg Project Delivery Manager K[B Lf Lateral, Expansion Design CH2MKILL A Labor by Employee (PD) Chargeable Tasks, Change Order 37, without Budget Subtotals, without Period Subtotals, without Estimating Frequency Subtotals Labor Resource Functional Category Hours Rate Arnount Top Task 03 'Task, 03351.16.01 - K[BLF DD RESTRM Crook, Scott Engineer 4.0 8.x'0 472.00 De Glanville, Brian P Engineer 2.0 177.00 354 - ii s, Cory Project Manager 2.0 177.00 354-00 Landman, Jas K. Engineer 2.0 177.00 354.00 Littlel Matthew R Engineer 4.0 130.00 5201:.00 SharpMark Frederick Engineer 4.0 143.00 7 5 2'w 00 e, Sunsray, R Douglas CARD c h Te8 1 .0 1 36.00 22448 1-0 • 0 U�pton, Nanette L Engineer 6.0 1,43.00 85,8.00 Subtotal for 03.35.16.01 - KIBLF DD RESTRIVI 42.0 ,932.00 Subtotal for 03, 42.0 5,932.001 Grand Total 42.0 51932.00 25 -Feb, -2013 05:11.57 PM Page I Of 1 fl by Employee 2/25/2013 P CH2MHILL, jessica Wolfe anager Project M Engineering and Facififies Department Kodiak Island Borough 710 Mil! Bay Road Kodiak,, AK 99615 IRE: Kodiak Landfill Lateral Expansion, Phase 3 - Change Order ReIquest for Performance Specification fair Bulk Chemical Storage Tanks 0 A A go I N MAN =4 all dll a' IN $I PAGE 1 OF 2 12. Concrete curbed containment included in the design. 13., Scope includes, coordination with GE to incorporate additional control signals for new, items. 14. Two new spedificatin s to, be provided 1) transfer pumps and 2), bulk storage tanks. 15. Drawings to, include the following: a. Two P&D's, (one for each chemical storage and transfer system),, to also be used as process, schematics for the construction contractor to use for piping, layout. Construction contractor to provide detailed submittal lut andarrange ranment for piping ayo' b arrangement for tanks and equipment. . One modified mechanical plan to show general c. One modified' electrical plan. d. Cine modified' civil location plan e. One modified civil yard piping plan f. One structural drawing of curbed containment and tank foundations. 16. Draft and final specifications and drawings will be provided as an addendum for the, main construction package. Drawings and specifications will be annotated following addendum format. Approximately 21 days review time by the KIB will. be included in the schedule to allow, time for getting the chemical storage and transfer system into the ,addendum during the bid phase. The estimated price for this, work is $20,000. A breakdown of tasks and labor is provided in Attachment B. We propose to cOmplete this w orK On a time and materials basis as a change ord'er to our, existing, Laterall Expansion contract. Please note that CH2M H I LL has, capped rates at $1,77/h r for the Phase 3 work, and we will contiln ule to u1sef these rates throug h project is request,, pleas, completion In 2014, Ifyou have any questions about thi ec!o,n,tactmeat(907)7'62-1369oratc:hlnd's@ch2m.com., Sincerely,, M 00 oof 1001f Sean Richburg, Project, Delivery Manager Page I of I KIB LIF Lateral' Expansion Design 16 CH2MHILL, Leve I lof E ft rt Chargeable Tasks,, Change Order 44, without Budget Subtotals, withow, Period Subtotals, witholut Estimating Frequency Subtotals Functional Name CaWgory Hours Rate Amount Notes Top Task 03 Task 03.36.50.15 - KIBLF CS CIVIL Steen, Carrie A CADS, 4�O 104.010, 416,00 Little, Mafthew R Engineer 4.0 143.00, 572.00 Slabet otal for 03.36.50.15 - KIBLF CS CIVIL 8.0 988.00 Task 03.36.50.20 - KIBLIF CS ELEC Hie1mberg, Joshua CADD 640 98.00, 588.00 Brstadt, Blair I Engineer 8.0 143-0,0 1,144.00 Subtotal for 03.36.50.20 - KIBLF CS ELEC 14.0 1,732.00, Task 03.36.50.25 - KIBLF CS I De Glanville, Man IP Engineer 6.0 177.00 1,062.00: Hamlin, Priscilla M PDC 12 4-0 95.00 380.100 Subtotal for 03.36.50.25 - KI LF CS I 110.0, 1, ..00 Task 03.36.50.30 - KI 'LF CS MECH Mc Coy,, Kathy L CADD Tech 12.0, 136,00 1,632.00 Hayes, JohnD PDC 05 32.0 139.00 4,448.00 Subtotal for 03.36.50.30 - IBILF CS, MECH 44.10 61,080.00 Task 03.,36.50.35 - KIBLIF CS STRUC Yang, Liao Engineer 177.00 708.00 Ryan, Amanda M PDC 14 4.0 81-00, 324.00 Subtotal for 03.36.50.35 - IBLF CS, STRUC 8.0 1,032.00, Task 03-36.50.45 - 1BLF CS DSGINI MGNT Era gleson, Barbara A Engineer 20.0 17 7.O M 3,540.00 Hinds, Cory, Project Manager 81,,0 177.100 1,416,00; Subtotal for 03.36.50.45 - KIBLF CS DSG N IVIGNT 28.0 41,956.00, Task 03-36.50-50 - KIBLF CS, SPECS Hars,en, Meagan Specifications 8.0 104.00 832,00 Subtotal for 03.36.510.50 - KIBLF CS SPECS 8.10 832.00 Task 03.36.50. 5,5 - KIBLF CS PAL Hamlin, Priscilla, M PDC 12 8.0 95.00 760.100 Subtotal for 03.36.510.55 - KI L1= C'S PAL 8.0 760.00 Task 03.36.50.85 - KIBLF CS QC Landman, James K. Engineer 12.0 177.010 2,124.00 Subtotal for 03.36.50.85 - KIBLF CS QC 12.0 2,124.00, Subtotal for 03, 140,0 19,946.00 Grand Total 1 140.0 1 s . '994600 -M la 07:39-17 PIVI Page 1 of 1 https:�//`"""""`"WrWW.1n,t,.ch2m.comJ�ric,ei-/Rep;o�l-ts.asp�x'.?Id=142,&Rep�ortna,ine=Leve:i of Effort (A)... 5/24/20113 TECHNICAL, MEMORANDUM ............. CH12MHILLe Lateral Expansion Leachate Treatment Chemical Storage PREPARED FOR: Dave Conrad/K1 B COPY TO: Jessica Woffe/KIB Mike PattersonIB Barb Engleson/CH2M HILL PREPARED BY: Cory Hinds,/CHM HILL DATE: May 2, 2:013 Th�e purpose of thi's memo is to document the various options that have been cons idered and researched, for storage O'T chemicals for, use in th�ie lea,chfate treatment plant. AN 0 W In -Building Chemical Storage mes [he leachatetreatmerit bullUng was initially designied with 11mited chemical storage inside the building, Vol of chernicalls inside the building were limited tospeciflic volumes to avoid hazardous Occupancy requirements. The more stringent n1trate discharge requirement increased the volume required for caustic, further dictating a separate chernical storage outside the bulliding. Separate Heated Enclosure Outside storage of chemical totes lin heated shipping containers was, considered. Costs, were assemblied for a ructure at the c-BaleBuilding. Upon further research, this option was onex enclosure' Similar to the existing s�t abandoned because building code requirements, (sprinkler, alarm etc were deemed cost prohilbitive. Outside ISO Containers Bulk Storage Tanks and Transfer 0 Is's 411, 11 W ip W 0 Will A aommffij�, LATERAL EXPANSION LEACHATE TREATMENT CHEMICAL STORAGE 1. Due to the high, costs of'other alternatives, bu�lk storage tanks and transfer was selected as the best alternative. 2. To minimize design costs: and expedite schedule, it was decided that a performance specification woul4,11 be developed ratherthanfull detailed bid documents. The performance specification would consist of written specifications and schematic drawings to convey storage/transfer, foundation and drainage requirements. PAGE 2 OF 2 A 11 i :, il; J, Contract No. 2007-22 Change Order No. 20 Protect Name, Number & Location Kodiak Landfill Lateral Expansion Design & Const Svc 490-703 452-140 07013.4130 Amount of Contract & Change Order Original Contract Previous Changes $ 392,599.00 $ 3,580,623.36 Contractor Phis Change OM CH2M Hill Engineers, Inc. Adjusted Contract Description of Change Contract extension through August 2015 for Kodiak Landfill Lateral Expansion Phase III Leachate Treatment Plant Services During Construction. Due to re -bid of the construction contract and subsequent slippage in the construction schedule, a new period of performance is required. Reference CH2M HILL letter of October 14, 2014. $ 3,580,623.36 Cost 0.00 The time provided for completion of the contract is (❑ unchanged) (M increased) ( decreased) by 335 calendar days. This document shall become an amendment to the contract and all provisions of the contract will ay thereto. Approved By EngineeringfFacilities Manager (Less than 5% in not exceeding $200,0100) Clerk Date: 10/29/14 Date /!I Date 10 —�— Per Borough Code3.30.100, if the change o'y�'M�I`sup to five percent (5Yo) and not exceeding two hundred thousand dollars ($200,000), it will require approval of the mayor and deputy presiding of .f7cer, if it exceeds 51 or $200,000, it will require the approval of the Assembly, Please attach Assembly newsletter indicating approval. Revised by FISEC 04/23/14 KODIAK ISLAND BOR04GH CONTRACT CHANGE ORDER 710 AULL BAY ROAD KODIAK, ALASKA 99615 Contract No. 2007-22 Change Order No. 2 1 ...................................................................................... ............. . .............................................................................. Project Name, Number & Location Amount of Contract & Changve 11r.' rt.h! w .............................................................................................................................................................................................................. .......................... ...................... Kodiak Landfill Lateral Expansion Design & Construction Services Original Contract $ 392,599.0110 490-703 452.140 07013.4B.0 Previous Changes $ 3,188,024.316 Contractor CH2Hill, Inc. This Change $ 114,340.9119 M ............ Adjusted Contract 3,694,964.35 Description of Change This change order increases the contract cost for additional Services During Construction required due to the extended construction period. The majority the increased costs are to be paid by the GC, see attached documentation. ME= RM-MoM Top T ri M1- I ff, =-- r. 3 M I I Mi 111 � MIN,•11 i 11111 1 ITMI "I"111 ......... Terry A. DeBiase, Project Deli'very Manager [)ate,�!� 11(1/19/15 Contractor's Representative L . . . . . . . . . . . Engineering/Faces D c�qzti — Revised by FISEC 04/23/14 MW Date Directo r Date Clerk ,percent (5%) andnotexceeding two hundred wm F*ff-"# Al IV, !11 11,111 MEMORANDUM o document the requirements for Change Order #2 1. Due to the overall contract construction period slip and additional Services During Construction (SDC) that have been cncountered as a result of the complexity with the installation of the mechanical and electrical components for the plant processes. RJR M1491 0 1 "Pormeto ,OF ate ugust'211,21113 after a lengthy ciscussion and analysis of the actual work pe date as well as the projected completion. ASRC SKW Eskimo's Inc. and the KIIB have reached an agreement associated with the contract extension. ASRC SKW has agreed to compensate the KIB for an estimated cost of $88,38 1. 10 for the additional SDC for CH2M Hill's efforts. In addition, in lieu of the KEB pursuing the contract designated liquidated damages for the extension period, ASRC has agreed to pay the KIIB all administrative costs incurred. During the progression of work it became apparent that the time extension is necessary to ensure the plant is functional and complete for the processing of the leachate and to ensure regulatory compliance for the discharge of the treated water to a surface stream. Discussions with CH2M Hill have been ongoing regarding the need for this delay request as well as the monetary increase to the existing contract of $114,340.99. This amount includes a direct cost to the KIB of $25,959.89 for additional SDC as the original scope changed to accommodate construction changes and additional work identified as necessary during the contract. Attached is a spreadsheet that details the original budget for tffe--CA21,Tf-A-iff-eTt,-o-n--a-n-dFestimated required amount through the completion of the plant. This change order development was delayed purposefully so that the actual time requirement and the analysis of the change to the scope could clearly be identified. If you require additional information regarding this change order please contact me at yo, convenience. I F03TIMMITM, Construction Inspector/Engineer KEB Projects Office CFI121WUA11L I September 11, 2015 Project fflanager 911 Kodiak Island Borough 710 Mill Bay Road Kodiak, AK 99615 � I I , 11111,1111 X.MT.Im" 949 E. 361h Avenue, Suite 600 Anchorage, AK 99608 Tel 907,762,1600 IIIItN'N"1' to extension of the Phase 3 Leachate Treatment Plant construction phase. The construction schedule currently shows contract end date (final completion) on December 4, 2015, CH2M HILUs SDC contract was based an the final completion in the bid documents of May 31, 2015. The estimate for this additional 6 months of SDC work is $114,341. The construction contractor ASKW has agreed to pay a portion of the costs for CH2M HILL covering project management, RFIs, and change orders from June 1 through December 4, 2015, which CH2M has been trackinq since June I and is estimated at U8381This budget is included in this change order: it is understood that this budget will be recovered by Kodiak Island Borough directly from ASKW. I III 11��111 � 1 11 111 11 111IIIIIiIIII IIFI 1111 IFF!111111111111 • Estimate to complete for Shop Drawings and Submittals was estimated using anaverage weekly burn ratz • Startup and Commissioning is estimated as I week trip (5 days on site will travel and expenses) for Dave Brunkow, and 2 weeks (10 days on site with travel and expenses) for Scott Crook • Record Drawings Is estimated as preparation of clean record drawings for electrical and control drawings with update P&ID drawings from GE • O&M Manual deliverable will be a searchable CD with process description with operationally important information, GE equipment, logic, and software • Operator Training deliverable will be the written training materials only, summarized from the O&M Manual !i1r;: �1�; 111�11!1� III1I!II I I li�11!1�11q!�11!1 1! 111 ipii�11111!11�1!I �� I 11 mSavings from Budget Project to Amount I tomipaaa, l,"tJonScope Task No Task Description Amount, date ("1115) Remaining (1214115) 1 Reductions 02,21,6010 RDrawings and 5uhmittais 145 416 00, 2T5,57618 228,134,67 02.21 60 1-1-- GE Coordinate------ 1 i0 14,90130 �160 li VFis­ 144,708.00 122.600.70 22,10730 —1 7- ........... ............ ........... 0221.60 13 Su ort 24.464 77 l,24464 0221 60 15 Chane Orders and RFQs 51 20o.oO16270.70 34,929,30 16,270.70 0221 60 Site Visits . . ....... 67,78400 .. 46,435 06 21341l 46,435,06' 0221 60 Stattu and Commisslon[Rit ............. 41,0654.10-40 12 680 go 28,383.10 ............ 49,580.90 03:51 G 910 0221,6035 Dral 28310,00 2,,08100 26,22900 91057,00 25300 _'�ecord '672ifiYi(—� O&M Manual 33 808. 0 — . ... . ... .. .J . . . .......... .. . — — 9—,37500-�7 ... 244-33.00 —OF 18,14500 0221 60 45 O erator 10 Vow 0 00 ', . . . . . 10,620.00 ............... — — - ------------------ 2,404,00 8,216.00 21XVOW 151,963 28 5450672 151.963.28 . ................................ 02.21 81 Nitrate Construction Cost 0.00 2,655 00 21555 Olin . 022182 Code Review .... —SDC Extension . . . . -i! i 6-6 6 0 �39 IIE4 61011 11 I 02 Services During 789,009.88 37.09 .1 -r 0 .114,340.99 (,hange order arnoura . ........................... 212212.2) �nE ........................................... 25,969.89 KM We propose that this work be continued on a time and materials basis under our existing contract with no change to billing rates. If you have any questions about this proposal, please call me to discuss at (907) 762-1369. Sincerely, CH2M HILL Engineers, Inc. Terry DeBlase ladnm-fcaji a I"IFF T. Pi �" AM, )I X 01 V it) 1413 so 1 710 NULL BAY ROAD KODIAK, ALASKA 99615 Project Name, Number & Location LLE Leachate Treatment Plant ........... 490-703 452.140 07013.4130 Contractor CI -12M Ifill. Inc. 14 1, LoWtv Contract No. 2007-22 Change Order No. 22 Amount of Contract & Change Order . .................................................................................................................... .................................................... Original Contract $ 392,599.00 This Change 0.00 11 Adiusted Contract $ 3,694,964.35 ..................... Description of Change . ........................................................................................................................... . ............................. 'This change order is created to provide continued services during construction to allow for the completion of existing contracted work and potential additionally required tasks not originally identified in the contract documents. This no cost change will extend the contract date through March 31, 2016. Alfk" I 111 FIH I I 4M 1 rf I I E"Opi% ME= al"Im Recommended: Date En ineen' F�ci i ii e Direc I IN"Approved By: 0 Date - ---- ------ ki ��J M-ainager (Less th,w�� "T, h Clerk not exceeding $200,000) 1,71" to ft Pe percent (5 %) and not exceeding two h undred WIM Kathin Peters NEEMEEM From: Cory.Hins @CH2M,com Sent: Tuesday, December 01, 2015 11:36 AM To* Kathlyn Peters Cc: Dave Conrad Subject: RE: CH2M Hill ., Change Order 22 Attachments: CO 22-signed.pdf Hi Kathie® Please see attached signed CO. I need to state for the record that this schedule extension is due to Contractor delivery issues and CH 2M will continue to support only to our current budget ceiling. We are happy to continue with an on-call contract as needed when the current budget is exhausted. Cory Mind%, IIPE Piroiieidl 111dainvide r Eirwhronnnonfall SiellryllC,e;:E, C11201 IIFdI1111 IL.. 949 :E 36' Ayeiniuio, SU11110 15101D Aichoiragin, Naska 9195101B IlDio'eic t 91017,762A 3169 Q1.h.11..n..d.!.s 0 g Ih. km..,.22M. Sent: Monday, November 30, 2015 443 PM To: Hinds, Cory/ANC <o�rH'in�dsCH�2M.cg.M> Cc: Dave Conrad < conra @Lofflakak.up Subject: CH2M Hill - Change Order 22 Elm ;11 11 �1� I I I , I I ; pjf�o i M 1; qW1?T_1T am, Kodiak Island Borough T910MU; �41�t (907) 486-9347 Fax KODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER 11710 MILL BAY ROAD KODIAK, ALASKA 99615 ContractNo. 007-22 Change Order No. Project Name, Number & Location LLE Leachate Treatment Plant 490-703 452.140 0 t I J F Contractor CH2M Hill, Inc. Contract End Date -April 29, 2016 Amount i i Contract: Change ie triginal Contract Previous Changes $ 3,302,365.35 20,372.00 0 Adjusted3,715,336.35 Description of Change --------------------- change order has been prepared « provide c« « services to « 20,372.00 Provide#, (BMP) Plan as required for the Alaska Pollutant Discharge Elimination System Fr «:(Permit 4 0 48 1) for the KIB Leachate Treatment Plant. Final plan « be delivered by « ,;. 2016. 2. Provide assistance and preparation of a Quality Assurance Project Plan (QAPP) for the KIB Leachate Treatment Plant APDES discharge 4ermit monitoring requirements. plan « iN ' delivered yu } «.. $6,637.00 i 3. Final contract date is being extended unti I April 29, 2016 at no cost. CH2M Hill Services During Construction « "d during the startup phase of the plant. Funds remain in the contract to continue this effort through the proposed new contract end date. f 1 - 1 . « . 11 Accepted �11 uDate L-1 EngineetingtFacilities,4' �� irecto managerApproved By: Date ! A� f%:� �' • , Clerk 0 I Joe Lipka Solid Waste Manager/Environmental Specialist Kodiak island Borough 710 Mill Bay Rd Kiak® AK 99615 pilipil 11111111111 11 lorm CH2M Anchorage D49 :zst 36" Avenue sidtc!:.00 Amhwage,,AK 991:�08 0 907 762 1500 F 9CP 762 1 GOO vooymoh2rn COPI VEFF T777773p' preparation of a Best Management Practices (BMP) Plan required as part of the Alaska Pollutant Discharge Elimination System (APDES) permit (Permit No. AK0053481) for the Kodiak Island Borough 'S is (KIB) Leachate Treatment Plant (LTP). Peo r your email dated 12/31/15, the scpe of Work (SOW) is as follows: ScopeofWork. [items in itwics are KjB respmsibaty] 1) Provide one Best Management Practices (BMP) Plan as required as part of the LTP APDES permit. 2) Plan Components. As required by the APDES permit, the BMP Plan must, at minimum, contain the following plan components: a) The planning, development and implementation, and evaluation/ reevaluation components discussed in the EPA Guidance Manualfor Developing Best Management Practices (EPA Guidance Manual) (USEPA, 1993) or any subsequent revisions to the guidance document. Basef on the EPA Guidance Manual, the BMP Plan should contain the following topics: i) BMP Plan Planning Phase (1) BMP Committee (2) BMP Policy Statement (3) Release Identification and Assessment ii) BMP Plan Development Phase (1) Good Housekeeping (2) Preventive Maintenance (3) Inspections (4) Security (5) Employee Training (6) Recordkeeping and Reporting BMP Plan Evaluation and Reevaluation Phasz- (1) Plan Evaluation (2) Plan Reevaluation L' Final constructed site plans, drawings, and maps (including detailed storm water outfall/culvert configurations). CH2M HILL ENGINEERS [W JOE Upika Page January 26, 2016 3) Specific Best Management Practices. The BMP Plan must establish specific BMPs or other measures to achieve the objectives under Part 2.3 of the TO APDES Permit, which ensure that the following specific requirements are met: a) Solids, sludge, or other pollutants removed in the course of treatment or control of water and wastewaters must be disposed of in a manner to prevent any pollutant from such materials from entering waters of the U.S. Plan. CH2M will respond to comments then finalize the BMP Plan, after the comment responses are accepted. Assumptions 1. All deliverables will be provided to KIB in electronic format (PDF and Microsoft Word). CH2M HILL ENGINEERS VNf'C Joe IlUpka Page B tarn ark 26, 201,16 2. Figures will be developed from existing PDF design drawings, record drawings, ora r v submittal cuts s, with the addition of notes or calling attention to existing details. One figure will be prepared for each chemical storage vessel at the plant. 3. CM assumes one round of consolidated comments from KIB an the Draft BMP Plan. 4. No site visit will be required to prepare the BMP Plan. meeting with ADEC will be required. assist in the development of the BMPs, KIB will provide any recently developed 'inspection checklists, standard operating procedures, and maintenance procedures. T No Spill Prevention, Control and Countermeasures (SPCC) Plan will be required because petroleum storage is below the regulatory threshold of 1,320 gallons. 8. Implementation of the BMPs are the sole responsibility of the KIB and not included inthis proposed scope of work. Deliverable • Draft BMP Plan • Final BMP Plan Schedule CM is aware of the due date of February 28, 2016 (within 180 days after September 1, 2015, the effective date of the permit). CH2M will attempt to deliver the BMP Plan on the following schedule, but to be safe, we recommend that KI B request a 1 month extension from ADEC: ............................................................................................................ - Activity Date Responsible Party ................................................. Notice to Proceed .................................. ............................................................ January 27, 2016 KIB Provide list of inform ation/d ocu ment .................................................................................................... January 28, 2016 CH2M request I.I.I.I.I.I.I.I..,.,.,.,.,.,.,.,.,.,.I.I.I.I .. .. .. .. .. .. .. .. . . Provide Requested ...... February 2, 2016 KIB Information/Documents ....................................................... Prepare Draft BMP Plan for KIB Review � . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . .................................................. . ......................................................................................................................................................................... . . . . . . . . . . . . . . . . February 19, 2016 CH2M I.I.I.I.I.I.I.I..,.,.,.,.,.,.,.,.,.,.I.I..,.,.�.�.�.�.�.�.� ........................................................................................... .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. . . .. .. . . Provide Response Comment to Draft . ............................................................................................ .... February 23, 2016 klB BMP Plan P Final BIVIP Plan to KIB for ebruar�-2Mi .............. 20 1 6 CHrovide 6, I . 0 1 . 4 `M a Cost a A Terms prior authorization. It is our understanding that this will be awarded as a change order under the terms and conditions of our existing lateral expansion project (2007-22). Cl121M PHILIL EINGWE" I:AS IIID C �ce Uipika Page 4 lanivary 26, 2.016 We look forward to working with you on this project. If you have any questions about this propos M- lease contact me at (907)762-1369. 1 Sincerely, CH 2M HILL Engineers, Inc. Cory Hinds Project Manager CH21M KILL ENGINEERS WC CH2M Ands Bragg C �Kt, ;316 rti VCI'p'.Ve Ch2"te, 04; i l l;e 1501c0 ,i it ho ri���,, AK 99508 907 762 115(K) 1:: 507762 1115 0 MrOP4' C11°r"11Vo CC)IT1 am i. - Kodiak island Borough 710 Mill Bay Rd Kodiak, 1 January 11, 201 Subject: i Island or u (KIB) Leachate Treatment I n APDES DischargeMonitoring PP ear Joe, preparation of a Quality Assurance Project Plan (QAPP) for the KIB Leachate Treatment Plant APDES discharge permit monitoring.Per dated scope of workol t, � � ' f � ' .i �� � �" � � 4 r 7 iM � � ■ �it i^ i. 1 1} Details on number of samples, 2} Type of sample containers, } Preservation of samples, 4} Holding times, 5} Analytical methods, } Analytical detection and quantitationlimits for each target compound, 7} Type and number of quality assurance field samples, } Precision and accuracy requirements, } Sample preparation requirements, } Sample shipping met s, 11} Laboratory ata delivery requirements; 12} Maps indicating cai n of each sampling point; 13) Qualifications and training of personnel 14) Name, address, and telephone number of all laboratories used by or proposed a used by the permittee. B) Laboratory analysis will be completed byARS Aleut Analytical and by Northwestern Aquatic Sciences. Laboratory -specific reporting limits will be verified with these labs. 11 ILI R f, 1yosal. Werrox-ose toconductN,t•f, F,.,Fa ration and reportingfor a lump sum amount of $6,637►^ d conditions o; our existing lateral expansionr I17 We can start this work upon -. o , oand will completework within 10 working days of notice to proceed. if you have any questions about this proposal, please contact me at (907)762-1369. �oe Liplka page 2 Janiulary 11, 2,0116 Sincerely, CH2M HILL Engineers, Inc. Terry A. DeBiase CIHIVI HILIL ENGINEER'S WC KODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER 710 MILL BAY ROAD KODIAK, ALASKA 99615 Contract No. -2097-23---- Change Order No. —24, l."roject Name, Number & Location Amount of Contract & Change Order . . . . . . . ................. LLE Leachate Treatment Plant ... . . . . ................................................. . . . . ­­­__­­­ .... . . . . . ............................... -490-7Q3A521,1,, 40..0,70,l . ... . . . . . ........................... ...... .... ... ..... . ... . ... ..... .. Previous Changes $ 3,322,737.35 . ... ............................................. .................... Contractor This �Change $ 10,216.00 2M.F!J.11 I,nc, ............ .............................................. 11.11-1 ...... -- .... .. . . . . . . . . .. mmmmmmmmmm ............................... I.I.I.I.I.I.I.I.I.I.I.I.I.I.I...,..,I Adjusted Contract $ 3,725,552.35 ..... . . . . .......................................................... . . . ............................................................... ..... .. . . ........................................................ ........ ................................................................. .... .... . ......................................................................... ................... Description of Change Cost 'F.. o .. . mm..... . . . . . . . . . . . . . . . . . . . . . . 11-1 ... ti .................. ------ ............. rouide design, bid package, and services during construction for installation of $ 10,216.00 rain sheet for Cell I as described in CH2M Hill memo dated April 1, 2016, The time provided for completion oft e contract is changed) (�X increased) (I J decreased) by 124 calendar days. This document shall become an amendment tot contract and all mract will v thereto. . . ............................................................. . ... .. . . .. ......................... .....l!Kqyjsions-of !he�co--- . ................. �p .............. .j?L ............. . . . .................................................... ...... ................................................... Accepted By:Terry DeBiase Datc�, 412 U 111 . ................. ......... .......... - .... Contractor's epresentative c ert z Recomm R b Date ended: ................. Engineermg6l3a,cilo ne, Dir t I ce Direclt-,N, Approved By: lager (Less hall .5 nof eweeding S200,000) ..... . . . . ... .. . . . ................................................................................... . Per Boro ugli Code 3.3 0. 10 0, iff I h- e c h ive percent (5%) and not exceei-fing two hundred 'fie mapor and deputly iresidby I YF1 0— C142M Anchorage 349 u,u 36" Avi- ue Sea A in hot age, 10, D915103 0 907 762 � 500 iP 07 762 �,600 'wvow' 6Th D'Tr,it 4om David Conrad Project Manager 710 Mill Bay Rd Kodiak, o 1 aAK 99615 �; " , ', 1 M" 1 " e IN WIN il rain sheet for B Landfill Cell 1. ! rain sheet is a thin plastico 20mil thick, that is applied to the surface of a new landfill cell to separate clean storm water from landfill leachate. The plan for rain sheet construction is to have the selected contractor ship the plastic liner to Kodiak in panels and conduct field seaming on site. Installation of the rain sheet involves unrolling and unfolding the panels, and testing of the seams. The rain sheet will be specified so there are no seams within the limits of the sump; vendors will be required to provide panels that meet this design criterion. The scope of work will be as follows: 1. Drawing. CH2M will prepare plan drawing 4, and fabrication,square footage and location of sumps. 2. Specifications. CH2M will prepare specifications for the rain sheet to include materials, 1. ;d protection fromuplift. RequirementsBid package. CH2M will prepare a bid -ready package with title page, Part 1 Bidding 'd„ ""k' to bid, instructionsto bidders,bid form,'k1 bond,Y:rp r, acknowledgement,„ affidavit, pre -award qu k . 1 . ,r r, business enterprises (DBE) overview, DBE forms, Davis -Bacon and related acts wage rate Davis -Bacon Act wageratesfederalDavis-Bacon A, federal State of Alaska laborers' and mechanics' minimum rates of pay, Part 2 Contract Forms including agreement form,performance bond, payment bond, Part Conditions of the Contract including formsgeneral conditions, supplementary condition (if any), and Part 4 Specifications including Measurement and Payment and Reinforced Polyethylene Rain Sheet. KIB will provide current for Partsand 3 for the bid package. CH2M will assemblePDF 4„ the bid package, adding Part 4 Specifications. Review of submittals. CH2M will review and approve submittals for the rain sheet. Submittals are expected to include o; rain sheet materials, proposed panel layout, field seaming plan, installation instructions, repair instructions, proposed perimeter anchoring method, and details on sand bag UV properties and rope specification for weighting the surface of l,' Services during construction.installation data and provide consulting during installation via phone and email. No site visit will be required. Proper installation of the rain sheet, including ad"A be the contractor's responsibility. We propose to conduct this work on a time and materials basis under the terms and conditions of our existing lateral expansion project (2007-22). The estimated price for this work is $10,216. We can start this work immediately upon authorization and will complete the work within 15 working days of notice toproceed. If you have any questions4 C , contact Sincerely, CH2M HILL Engineers, I c, Terry A. DeBiase CH2,u!IRVll.11l.II'.u4GIIINIP.ER'sVV!Iq KODl ISLAND BOROUGH CONTRACT CHANGE ORDER ALASKA710 AULL BAY ROAD 996152007-22 Change ; +^ No. 25 Project on Amount of w s .; ChangeOrder LLE Leachate Treatment Plant Original Y ac 0 490-703 452.140 07013.413C Previous Changes $ 3,332,953°35 --l-I...., Contractor This C HILL, Inca 5, 111 11 Adjusted Co Y Description o Add'' i t i o n a s u p port is required due to complexity of the plant and ongoing 50,000.00 assistance with trouble i g and of properw, p , a °iOs to ensure regulatory compliance. ........ .... Accepted By: 1,bate Contractor's Representative 7 , Rec�. ate ,. ....� � .� ..... Prt i n iFa iliN Direct ,�' m .. sinance mire w r . Per Borough Code 3.30.100, if the change orderis, tofive percent (5%) and not exceeding two hundred ths 11MYdZIJILILILIMMM"If,..�., ,. "aFIT e"V71,1 VF x .,.j .. ;�'.- - , r:. 1: ,0�,M �,„� Revised by PI PC 04/23/14 F4T '601 folt'lly 0) � � '' I � � � , J � � Fi T I$AT UP ME U W TO: Michael Powers, EJB Manager The purpose of this change order is to authorize the extension for CH2M Hill through August 31, 201T and increase the contract by $50,000.00. This change is recommended by staff due to the complexity of the Leachate Treatment Facility. CH2 is the design engineering firm for the project and has been invaluable for consultation with issues that have arisen since the plant start up. The KIB must provide verification of the proper functioning of the operating system to ensure regulatory compliance. If you require additional information regarding the individual changes described here, please contact m+ at your convenience. KODIAK ISLAND BOROUGH CONTRACT CHANGE ORDER 710 MILL BAY ROAD KODIAK, ALASKA 99615 Contract No. 2007-22 Change Order No. 26 Project Name, Number & Location Baler Building; Septic RemovallReplecement 490-566 452.140 18004.4 Contractor CH2M HILL, Inc. Amount of Contract & Change Order Original Contract S 392,599.00 Previous Changes S 3,775,552.35 This Change S 27,000,00 Adjusted Contract S 3,802,552.35 Description of Change I Cost Provide bid documents for the removal of an existing oil/water separator and S 27,000.00 septic tank and installation of a new septic holding tank at the Kodiak Baler Building. Includes 60% drafl, final 1000,10 bid documents, and engineer's cost estimate at 1001 . Completion of this work will be on a time and material basis under KIB Contract 2007-22 for the Lateral Expansion project. The time provided for completion of the contract is (M unchanged) (0 Increased) Q decreased) by 0 calendardays, This document shall become an amendment to the contract and all provisions of the contract will apply thereto. Accepted By: Approved By: Represenlalive -rz Ay Pa& -41 M atlager (less man's. not ercersang 5200,000) Per Borough Code 3.30.100, if thousand dollars (S200,000), it gvill 5200,000, it will require the appr Revised by FISEC 04,1231 14 Date: l percent (595) and not exceeding two hundred rr and depitty presiding officer; if it exceeds 5% a attach Assembly newsletter indicating approval Kodiak Island Borough Engineering & Facilities Department Projects Office 710 Mill Bay Road Kodiak, Alaska 99615 -� Phone (907) 486-9210 Fax (907) 486-9347 Date: August 3, 2018 To: Phil Kovacs, E/F Director From: Matt Gandel, Project Manager/Inspector/16— RE: Contract 2007-22 Change Order #26 Attached is change order #26 to contract 2007-22 for CH2M Hill for the Baler Building Septic Removal/Replacement project. This change order is to provide design documents and a cost estimate for removal/replacement of the septic tank at the Baler Building. The total cost for this change order is $27,000.00, to be charged on a time and materials basis. The cost for this work will be deducted from the Design line of the budget. A copy of the current budget is attached. X (D 3 O O) W fD N A (D 3 7 H 00 O O A o p n. o 0 rD -1 :3 3 :3Ln ((DD n r) O 7 i/: ih t ih W t CL oa 0 '" 0 0 0 0o O O O O O O i/f• ih i/� -C/1� i/� m x (D 3 (D i/? i/? i/� ilh i!r G" 0G 0} 'r R1 Q_ ih tn� tJ} i/� to W ID d 7 OQ O Q O O O O O O O X (D 3 O O) W fD N A (D 3 7 H 00 O O A JACOBS' C 424n, horag Aw Office 949 Fast 36"' A,cnuc Snne 500 5"'te$00 An:hmage, AK 99509 0 ,1907 761 1500 F t 1907 761 1600 Dave Conrad Assistant Director of Engineering and Facilities Kodiak Island Borough 710 Mill Bay Rd Kodiak, AK 99615 February 15, 2018 Subject: Bid Documents for Septic Tank Removal and Installation at the Kodiak Landfill Dear Dave, CH2M HILL Engineers, Inc. (now JACOBS) is pleased to submit this letter proposal to prepare bid documents for removal of an existing oil/water separator and septic tank and installation of a new septic holding tank. The scope of work Is to prepare bid documents for the following work: 1. Removal of existing oil/water separator and septic tank and plug/abandon of existing domestic wastewater pipe. 2. Installation of new domestic wastewater gravity pipe and septic holding tank. We will specify required sizing For the pipe and tank. The holding tank will be sized for a maximum pumping frequency of once per month. 3. Assumptions: a. KIB will provide current procurement and contracting requirements. CH21VI will use existing base maps to assemble the bid package consisting of procurement requirements, contracting requirements, specifications, and drawings. b. CH2M will schedule and attend one 1 -hr plan review meeting with ADEC then submit engineered drawings to ADEC to obtain the required permit to construct. c. No survey or geotechnical work will be provided; existing as -built information will be used for locating the existing tanks, and specification notes will be used to notify bidders about expected geotechnical conditions. d. Up to 4 drawings including: Existing Conditions, Removals and Installation Plan, and Sections. Specifications will be shown as notes on the drawings; no formal specifications will be included in the bid package. The new tank will be specified as make/model or equal. 4. Deliverables: Draft (60%) and final (100%) bid documents, with engineer's cost estimate at 100%, electronic PDF delivery. We propose to complete this work on a time and materials basis under the terms and conditions of KIB Contract 2007.22 for the Lateral Expansion and our 2018 standard rates, attached. We propose to invoice on percentage complete for the approved hours. The estimated price for this effort is $27,000. If you have any questions about this proposal, please contact me at (907) 762-1369. Sincerely, JACOBS �5 4 Cory Hinds Mark R. Johnson Project Manager Vice President CH2M 2018 Standard Rate Sheet for Septic Tank Replacement Project Staff Rate ($/hr) Cory Hinds (project manager) $180 Floyd Damron (senior engineer and reviewer) $190 Ian VanBlankenslein (water engineer) $180 Nick Cavalleri (cost estimator) $121 Rory Benrield (CADD) $138 Malgorzata Sekunda(accountant) $93 Susan Kennedy (project assistant) $93 I Introduced by: Borough Manager 2 Drafted by: Finance Director 3 Introduced on:06/21/2018 4 Public Hearing Date: 07/05/2018 5 Adopted on: 07/05/2018 6 7 KODIAK ISLAND BOROUGH 8 ORDINANCE NO. FY2018-01B 9 10 AN ORDINANCE OF THE ASSEMBLY OF THE KODIAK ISLAND BOROUGH AMENDING 11 ORDINANCE NO. FY2018-01 FISCAL YEAR 2018 BUDGET BY AMENDING BUDGETS TO 12 ACCOUNT FOR VARIOUS REVENUES THAT ARE OVER BUDGET, PROVIDING FOR 13 ADDITIONAL EXPENDITURES AND MOVING FUNDS BETWEEN PROJECTS. 14 15 WHEREAS, the Borough will receive additional funding from the United States Department of 16 the Interior through the Refuge Revenue Sharing Act. The original budget estimated this amount 17 ' at $112,500, however the Borough will be receiving $191,973, which is a $79,473 increase to 18 General Fund revenues; and 19 20 WHEREAS, the Borough received additional funding from the State of Alaska, Department of 21 Commerce, Community, and Economic Development through the Community Assistance 22 Program. The original budget estimated this amount at $390,200, however the Borough received 23 $465,942, which is a $75,742 increase to General Fund revenues; and 24 25 WHEREAS, the Borough received less funding from the State of Alaska, Department of 26 Commerce, Community, and Economic Development from the Shared Fisheries Business and 27 Landing Resource Taxes. The original budget estimated this total at $1,185,500; $1,150,000 28 from Fisheries Business Tax and $35,500 for Resource Landing Tax. However, the Borough only 29 received $1,117,969; $1,103,101 from Fisheries Business Tax and $14,868 from Resource 30 Landing Tax. The total decrease in revenues to the General Fund is $67,531; $46,899 from 31 Fisheries Business Tax and $20,632 from Resource Landing Tax and 32 33 WHEREAS, in June of 2016, the Borough received $403,958 of insurance proceeds due to the 34 destruction of the Chiniak Emergency Shelter during the Twin Creeks Fire. Those funds were 35 originally placed in the General fund and now need to be moved to the capital project fund to pay 36 for facility construction costs; and 37 38 WHEREAS, staff requests a transfer of $137,000 from the Building and Grounds fund to a 39 capital projects fund to pay for the costs associated with installing a new well and water treatment 40 system for the Chinlak Emergency Shelter; and 41 42 WHEREAS, Fire Protection Area #1 requests an additional $100,000 of existing fund balance 43 to resolve a personnel matter; and 44 Kodiak Island Borough, Alaska Ordinance No. FY2018-01B Deletion — Red, Strikeout Page 1 of 4 Insertion — Bold, Blue, Underlined Version 1 45 46 47 48 49 50 51 53 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 84 85 86 87 88 WHEREAS, Womens Bay Fire Department requests an additional $75,000 of existing fund balance to pay for the recent purchase of Scott Air Pacs; and WHEREAS, staff requests use of $40,000 of bond proceeds within the Solid Waste Collection and Disposal fund for a capital project to design for the update to the septic facilities at the landfill; and WHEREAS, staff requests use of $125,000 of bond proceeds within the Solid Waste Collection and Disposal fund for a capital project to replace three garage doors on the Baler Facility; and WHEREAS, staff requests use of $40,000 of bond proceeds within the Solid Waste Collection and Disposal fund for a capital project to design for the removal of a UST (underground storage tank) at the Baler Facility and the Installation of a new above ground fuel tank; and WHEREAS, staff requests and additional $50,000 of existing fund balance within the Solid Waste Collection and Disposal fund for the purchase of additional chemicals needed at the Leachate Treatment Plant; and WHEREAS, in accordance with the lease agreement with Providence Hospital and the associated R&R (repair and renewal) schedule, staff is requesting $726,000 of existing fund balance within the Hospital Fund for two capital projects; $118,000 for a partial roof replacement and $608,000 for an upgrade and replacement of the fire suppression and alarm system. WHEREAS, staff requests transfers between capital project funds of $329,800 from Roofing Replacement Project to the Main Elementary Walkway project to reflect Alaska Department and Early Development approval to use excess bond funds for this project; and WHEREAS, staff requests transfers within the Capital Project fund of $397,633 from Flooring Replacement and the Peterson Boilers project to the KMS Boilers project for replacement of the fuel oil boiler and other related equipment at Kodiak Middle School to reflect Alaska Department and Early Development approval to use excess bond funds for this project; and NOW, THEREFORE, BE IT ORDAINED BY THE ASSEMBLY OF THE KODIAK ISLAND BOROUGH THAT: Section 1: This ordinance is NOT of permanent nature and shall NOT become a part of the Kodiak Island Borough Code of Ordinances. Section 2: The budget for Fund 100 - General Fund, Refuge Revenue Sharing, will increase from $112,500 to $191,973, an increase of $79,473. Section 3: The budget for Fund 100 - General Fund, Community Assistance Program, will increase from $390,200 to $465,942, an increase of $75,742 Kodiak Island Borough, Alaska Deletion — Red, Strikeout Insertion — Bold, Blue, Underlined Ordinance No. FY2018-01B Page 2 of 4 Version 1 89 90 91 92 93 94 95 96 97 98 99 100 101 102 103 104 105 106 107 108 109 110 111 112 113 114 115 116 117 118 119 120 121 122 123 124 125 126 127 128 129 130 131 132 133 4: The budget for Fund 100 - General Fund, Fisheries Business Tax, will decrease from $1,150,000 to $1,103,101, a decrease of $46,899. The Resource Landing Tax will decrease from $35,500 to $14,868, a decrease of $20,632. 5: The budget for Fund 450 — Capital Projects, Project #16003 Chiniak Emergency Shelter, will increase by $403,958 and Fund 100 - General Fund, Use of Fund Balance with increase by $403,958. 6: The budget for Fund 450 — Capital Projects, Project #16003 Chiniak Emergency Shelter, will increase by $137,000 and Fund 220 — Building and Grounds, Use of Fund Balance will increase by $137,000. 7: The budget for Fund 250 — Fire Protection Area #1, Use of Fund Balance will increase by $100,000. 8: The budget for Fund 252 — Womens Bay Fire Department, Use of Fund Balance will increase by $75,000. 9: The budget for Fund 490 - Capital Projects — Solid Waste, Project #18004 Baler Building Septic, will increase by $40,000. 10: The budget for Fund 490 - Capital Projects — Solid Waste, Project #17002 Baler Building Siding & Roof, will Increase by $125,000. 11: The budget for Fund 490 - Capital Projects — Solid Waste, Project #18005 Baler Building UST, will increase by $40,000 12: The budget for Fund 530 — Solid Waste Collection and Disposal fund, Use of Fund Balance, will increase by $50,000. 13: The budget for Fund 540 — Hospital Fund, Use of Fund Balance will increase by $726,000 and Fund 495 — Capital Projects — Hospital, will increase by $726,000; • $118,000 for Project #18002 PKIMC Roof, and • $608,000 for Project #18003 PKIMC Fire Suppression. 14: The budget for Fund 459 — Capital Projects — Renewal & Replacement, Project #17006 Main Elementary Walkway will increase by $329,800, and the budget for Fund 470 — Capital Projects — School R&R, Project #15003 Roofing Replacement will decrease by $329,800. 15: The budget for Fund 470 — Capital Projects — School R&R; • Project #18101 KMS Boiler Replacement, will increase by $397,633, and • Project #15005 Flooring Replacement will decrease by $220,000, and • Project #15006 Peterson Boilers, will decrease by $177,633. Kodiak Island Borough, Alaska Deletion — Red, Strikeout Insertion — Bold, Blue, Underlined Ordinance No. FY2018-01B Page 3 of 4 Version 1 134 135 136 137 138 Effective Date: This ordinance takes effect upon adoption. KODIAK ISLAND BOROUGH ATTEST: Daniel A. Rohrer, Mayor Nova M. Javier, MMC, lark UNANIMOUS VOTE: Ayes: Crow, Kavanaugh, Schroeder, Skinner, Smiley, Van Daele Kodiak Island Borough, Alaska Deletion — Red, Strikeout Insertion —Bold, Blue, Underlined Ordinance No. FY201 B-01 B Page 4 of 4 Version 1