HomeMy WebLinkAbout2004-08-02 City Council (7)City of Palo Alto
City Manager’s Report
TO:HONORABLE CITY COUNCIL
FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS
DATE:
SUBJECT:
AUGUST 2, 2004 CMR:376:04
APPROVAL OF AMENDMENT NO: ONE TO CONTRACT NO.
C3148873 WITH SCS FIELD SERVICES IN THE AMOUNT OF $21,054
PER YEAR FOR SERVICES ASSOCIATED WITH NEW
REGULATORY REQUIREMENTS FOR LANDFILL FLARE STACK
TESTING AND TITLE V MONITORING AND CERTIFICATION
REPORTS
RECOMMENDATION
Staff recommends that Council:
Approve and authorize the Mayor or his designee to execute Amendment No. 1 to
Contract C3148873 (Attachment A) with SCS Field Services (SCS) expanding the
scope of work to cover new regulatory requirements and increasing maximum
compensation by an amount of $21,054 for a total contract amount not to exceed
$110,178.
Authorize the City Manager or his designee to negotiate and execute one or more
change orders to the contract with SCS for related, additional but unforeseen work
which may develop during the project, the total value of which shall not exceed
$11,018.
o Authorize the City Manager or his designee to. exercise the option to renew the
agreement for the third and final year (beginning March, 2005) provided that: 1) the
proposed cost of the renewal agreement does not exceed $110,178 plus the Consumer
Price Index for all urban consumers (San Francisco - Oakland- San Jose, CA); 2) the
contractor is responsive to the City’s needs; 3) the quality of the contractor’s work is
acceptable during the second year of the agreement and/or 4) any other conditions
which will determine the City’s willingness to renew the agreement.
BACKGROUND
In March 2003, Council approved a three-year service agreement with SCS to provide routine
and non-routine landfill gas and leachate system maintenance and monitoring. A selection
advisory committee of four Public Works Operations staff selected SCS from three
CMR:376:04 Page 1 of 3
experienced proposers based on SCS’s: 1) experience and expertise of key staff; 2)
understanding and teclmical approach to the work; and 3) the fee relative to the services to be
provided. The first year’s contract price for basic services was $89,124. In December 2003,
the City received a Title V Air Permit for the landfill from the Bay Area Air Quality
Management District. As part of the l~ew Title V permit as well as new regulatory
requirements, SCS.proposed that the City add $3,704 per year to fund more experienced
senior technician hours in place of technician hours to perform the work due to new
regulatory requirements. Specifically, the major new compliance tasks include: 1) annual
flare emissions testing!reporting ($4,850 per year); and 2) Title V/Rule 8/34 monitoring and
certification reports ($12,500 per year). These new tasks were not included in the original
agreement scope of work.
DISCUSSION
The additional tasks (almual flare emissions testing/reporting and Title V/ Rule 8/34
monitoring and certification reports) should be completed by the City’s gas contractor SCS
because these reports contail~ information, data and activity descriptions collected and
conducted by SCS during the year. SCS should also coordinate with the flare emission tester
because SCS °~tunes" the wellfield extracting the methane gas at various rates (based on
wellfield concentrations) in order to attain the optimum temperature for testing.. SCS has
maintained contract unit prices from the first year of the a~eement.
RESOURCE IMPACT
Funding for this contract is avaiiable in the FY 2004-05 budget.
POLICY IMPLICATIONS
This project does not represent any change to existing City policies.
ENVIRONMENTAL REVIEW
This project is exempt for the California Environmental Quality Act (CEQA).
ATTACHMENTS
Attachment A: Contract
PREPARED BY:
DEPARTMENT HEAD:
Environmental Specialist
GLENN S. ROBERTS
Director of PuNic Works
CMR:376:04 Page 2 of 3
CITY MANAGER APPROVAL:
Assistant City Manager
CMR:376:04 Page 3 of 3
ATTACHMENT A
AMENDIVlENT NO. ONE TO CONTRACT NO. C3148873
FOR LAiq-DFILL ENVIRONM/~NTAL CONTROL SYSTEMS
MAINTENANCE SERVICES
BETWEEN THE CITY OF PALO ALTO ~D
STEA-R!qS, CONRAD AIqD SCHI~!DT CONSULTING ENGINEERSr !NCor
dba SCS FIELD SERVICES
This Amendment No.One ~o Contract No. C3148873
("Contract") is entered into , by and between the CITY
OF PALO ALTO, a chartered city and a municlpal corporation of the
State of California ("CITY"), and CONRAD and SCHHIDT CONSULTING
ENGINEERS, INC. ~ba SCS FIELD SERVICES, a Virginia corporation,
located at 4707 Greenleaf Circle, Suite F, Hodesto, California
95356 ("CONTRACTOR").
RECITALS:
WHEREAS, the Contract was entered into between the
parties for the provlsion of landfill environmental control systems
maintenance services ("Services"); and
WHEREAS, the parties wish to amend the Contract no extend
the term of the contract, to amend the Scope of Work to add
additiona! tasks for the new term due to new regulatory
requ±rements for the gas system, and to increase the dollar amount
of the Contract.
NOW, THEREFORE, in consideration of the covenants, terms,
conditions, and provisions of this Amendment, the parties agree:
SECTION i.Section i
amended ~o read as fol!ows:
entitled ~Term" is hereby
"i~I This Contract will commence on the date of i~s
execution by CITY and will expire two (2) years from the
date of execution, unless this Contract is earlier
~erminated by CiTY or extended as provided in this
Section i. Upon the rece~p~ of CITY’s notice to proceed,
CONTRACTOR will commence work. Time is of the essence of
this Con~racz.The term may be extended for an
additmonai one (i; year nerm, subject to:
i.i.i City of Palo Alto City Council’s annual approval
of each year’s budget and appropriation of funds for this
Contracz;
1.1.2 The CONTRACTOR’S compliance with the terms of this
Contract;
1
1.1.3 A mutua! agreement to amend this Contract (subject
to approval by the City Council or the City Manager, as
applicable) to continue the Contract term with:
a. Negotiations as to contract [erms, compensation
and scope of services, beginning 60 days prior to each 12
months’ anniversary date;
b. Completion of a mutual agreement to extend the
Contract 30 days prior to the renewal period;
c. Satisfactory compliance with and extension by
the CONTRACTOR of .the established certificates of
insurance, licensing, permits, and other requirement of
the Scope of Services.
1.1.4 The City Manager may approve any agreement to
extend the Contract term so long as the maximum
compensation for Basic Services and Additional Services
do not exceed the amounts authorized in section 4 below.
The obligation of CONTRACTOR to perform the Services will
commence in accordan.ce with the time schedules and hour
@aantities set forth in Exhibits "A", "A-I~, "B" and "E-
l". Time is of the essence of this Contract. In the
event that the Services .are not completed within the
specified, time schedule on account of CONTRACTOR’s
default, CITY’s city manager will have the option of
extending the time schedule for any meriod of time. This
provision will not preclude the recovery of damages for
delay caused by CONTRACTOR."
SECTION 2. Section 4 " entitled
hereby amended to’read as follows:
"Compensation" is
"4.1 CiTY will compensate CONTP~CTOR for the following
services and work:
%.i.i In consideration of the full performance of the
Basic Services, including any authoriz.ed reimbursable
expenses, CITY will pay CONTRACTOR a fee not to exceed
Eighty-Nine Thousand One Hundred Twenty-Four Dollars
($89,124.00) for the first year (2003-04) and not to
exceed One Hundred Ten Thousand One. Hundred Seventy Eight
Dollars ($110,178) for th÷ second year (04-05). The
amount of.compensation will be calculated in accordance
with the hourly rate schedule set forth in Exhibits
and "B-I", on a time and materials, basis, up to ~he
maximum amount set forth in this Section. The fees of
the subcontractors who have direct contractual
relationships with CONTR~CTOR, will be approved, in
advance, by CITY. CITY reserves the right to refuse
payment of such fees, if such prior approval is not
obtained by CONTRACTOR.
4 .... CONTRACTORS compensation for any Additiona!
Services, shall nor exceed Eight Thousand Nine Hundred
Dollars ($8,900.00) for the first year (03-04) and shal!
noz exceed Eleven Thousand Seventeen Dollars ($11,017)
for the second year (04-05) unless such amounts are
increased by amendment ro this Agreement. The City’s
project manager shall nor authorize and CONT~hCTOR shal!
nor perform any AdditioNal Servlces that would result in
a cosz exceeding the amounzs set forth above. Prior to
conmencing any Additional Services, CITY, through the
Proiecz Manager, and CONTR~.CTOR shall agree in writing
upon the scope of work, schedule and maximum compensation
for such servlces. Such compensation shal! be based on
the razes set forth in Exhibits "B" and "B-I". In no
event shall CONTRACTOR design work or change order
preparation which is necessary because of CONTRACTOR’s
errors or oversights be authorized or paid for as an
Additional Service. The raze schedules may be updated by
CONTRACTOR only once each calendar year, and the sate
schedules will not become effective for purposes of this
Contract, unless and until CONTRACTOR glves CITY thirty
(30) d~ys’ prior written notice of the effective date of’
any revised ra~e schedule.
4.1.3 If this contract is extended by the parties
pursuant to Section i, the amount of compensation paid to
CONTRACTOR shall not exceed the total contract amount for
the prior year (04-05) plus the change in Consumer Price
Index for all urban consumers (San Francisco-0akland-San
Jose, CA).
4.1.4 The full payment of charges for extra work or
changes, or both, in the execution of the Project will be
made, provided such request for payment is initiated by
CONTRACTOR and authorized, in writing, by the project
manager. Payment will be made within thirty (30) days of
submission by CONT~hCTOR of a statement, in trip!icate~
of itemized costs covering such work or changes, or both.
Prior to commencing such extra work or changes, or both,
the parties will agree upon an estimated maximum cost for
such extra work or changes. CONTRACTOR will not be paidfor extra work or changes, including,, without limitation,
any design work or change order preparation, which is
made necessary on account of CONTRACTOR’s errors,
omissions, or oversights.
4.1.5 Direct personnel e~<pense of employees assigned
to the execution of the Project by CONTRACTOR will
include only the work of architects, engineers,
designers, job captains, surveyors, draftspersons,
specification writers and typists, in consultation,
research and design, work in producing drawings,
specifications and other documents pertaining to the
Project, and in services rendered during construction at
the site, to the~ extent such services are expressly
contemplated under this Contract. Included in the cost
of direct personne! expense of these employees are
salaries and mandatory and customary benefits such as
statutory employee benefits, insurance, .sick leave,
holidays and vacations, pensions and similar benefits.
4.2 .The schedule of payments will be made as fol!ows:
4.2.1 Pa~ent of the Basic Services will be made in
monthly progress pa]~Lents in proportion to the quantum o.f
services performed, or in accordance with any other
schedule of payment mutually agreed upon by the parties,
as set forth in Exhibits "B~ and "B-IH, or within thirty
(30) days of submission, in triplicate, of such requests
if a schedule of payment is not specified. Final paym~ent
will be made by CITY after CONTRACTOR has submitted all
Deliverables, including, without limitation, reports
which have been approved.by the project manager.
4.2.2 Payment of the Additional Services will be made
in monthly progress payments for services rendered,
within thirty (30) days of submission, in triplicate, of
such requests.
4.2.3 No deductions will be made from CONTRACTOR’s
compensation on account of penalties, liquidated damages,
or other sums withheld by C!TY from payments to general
contractors.~
SECTION 3.The following Exhibits to the Contract is
hereby added to read as set forth in the attachment to this
9snendm~ent, which is incorporated in full by this reference:
a. Exhibit "A-l":
b. Exhibit "B-I":
Supplementary Scope of Work
2004-05 Fee Schedule
SECTION 4. Except as herein modified, all other
provisions of the Contract, including any exhibits and subsequent
amen~ents thereto, shal! remain in full force and effect.
IN WITNESS WHEREOF, the parties have by their duly
authorized representatives executed this Amendmen~ on the date
firsn above wr±tten.
ATTEST:CITY OF PALO ALTO
Ciny Clerk Mayor
APPROVED AS TO
Senior Asst. Ciny Attorney
STEARNS,
CONRAD and SCHMIDT CONSULTING
ENGINEERS, INC. dba SCS FIELD
SERVICES
APPROVED:
Assistanz City Manager
Director of Administrative
Services
Director of Public Works
By:
Name: Galen S. Petoyan
Title: Sr. Vice President
Name :Thomaa A. Shuput
Vice PresidentTitle:
Risk Manager Taxpayer Identification No.
54-0913440
Attachments:
{Compliance with Corp. Code § 313 is
required if the entity on whose behalf
this conzract is signed is a
corporation. In the alternative, a
certified corporane resolution
attesting to the signatory authority
of the individuals slgnlng in their
respective capacities Is acceptable)
Exhibit "A-I~: Supplementary Scope of Work
Exhibit "B-I": 2004-05 Fee Schedule
CERTIFICATE OF AC~LNOWLEDGMENT
(Civi! Code§ 1189)
STAT~ OF California
COUNTY OF Los Angeles
)
)
)
On J~!y’!3~ 2004 , before me, the undersigned, a
notary public in and for said County,personally appeared
Galen S. Petoyan- ,
personally known to me XXi~Ixxxi~~xx~~xxxoi~xxX~D~x~m~xxxx~
~%X{~_~~X~X!}K_~ to be the person(~ whose name Z~{) is!~gX{
subscribed to the with£n instrument, and acknowledged to me that
he~x~xtx~ executed the same in his/~%~[ authorized
capacity[$~_j, and that by his~[~~ signature(~x) on the
instrument the person~), or the entity .upon behalf of which the
person6%X) acted, executed the instrument.
WITNESS my hand and official seal.
KAY ANNE SCHLOTFELDT
Comm~ion # 1435~79Notary Public - Ca!lfomPa ~
LOS Ange~s Coun~ ~
Signa~us;e of Notary Pubtic~/
Kay Anne Schlotfeldt
6
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code § 1189)
STATE OF
COUNTY OF
California
Los Angeles
)
)
On July 13, 2004 , before me, the undersigned, a
notary public in and for said County, personally appeared
--Thomas A. Shuput ...........
personally known to me ~4ZXX~gX~K~X~k~X~kg{~Xg~M~J~ ~X~ ~X@~
~PJ~=~{XZ]9~~~) no be the person~) whose name~) is/H%_qt9
subscribed ~o the w~thin instrument, and acknowledmed to me that
h e ~PX~ executed the same in his &~X~9~ authorized
capaciE ,~l~~) , and that by his ~-~Kz%~9}~r signature ~) on the
instrument the person(~), or the entity upon behalf of which the
person(~<) acted, executed the instrument.
WITNESS my hand and officia! sea!.
~ ~ MyComm.Expires~p13.2007~
EXHIBIT A-1
LANDFXLL ENV~[RONMENTAL CONTROL SYSTEMS MA~[NTENANCE
SUPPLEMENTARY SCOPE OF WORK FOR 2004-2005
Add To Task 5
Annual Flare Emissions Testing/Reporting 1 Each $4,850. The work scope will include the
following:
The fla’e source test shall be conducted by Contractor on the Surlite Flare in accordance with the
Title V Major Facility Review Pe1~nit No. A2721, dated December 4, 2003, Condition 1028,
Item Nos. 15 and 16 including determination of flare destruction efficiency Also, in accordance
with Item No. 15 of the permi~ the Bay Area Air Quality Management District (BAAQMD) shall
be notified by Contractor at least 14 days in advance of the test and compliance plan for the
source test will be submitted to the agency. A repor~ summarizing the results of the source test
sba21 be submitted to the City and BAAQN~,~ within 45 days of completion of the field.
Add Task 5 Reoor~ Prelaaration
Contractor"s scope of work for Task 6 is outlined below and includes report preparation in
compliance with the Title V pelTNt and Bay Area Air Quality Management District (BAAQiNgD)
Rule 8-34, as listed below.
Task 6A Title V Semi-Annual Monitoring Report (Two Reports)
The Title V permit for the City of Paio Alto Landfill includes a requirement for the preparation
and submittal of semi-annual momtoring repo~s associated with permit compliance. Contractor
shall collectthe required infom~ation for completion of these reports and prepare the reports on
behalf of the City of submittal to the BAAQMD. City will provide data and documentati on for
Title V monitoring in a timely and complete manner for inclusion in. the report, with the
exception of information Contractor maintains in-house on the landfill gas (LFG) system. A
draft of the repo~-t shall be provided to the City for review prior to submittal. The final report
shal] incorporate City’s comments and will be signed by the City’s responsible official.
Task 6B - Semi-Annual Rule 8-34 Annua] Reports (Two Reports)
Contractor shall prepare the sen~-annuai Rule 8-34 annual reports required by the BAAQiVI_~_
Contractor shall collect the necessary data to complete this reports under Section 411 of Rule 8-
34. The reports shalI be developed in the format prescribed by the BAAQMD. Draft versions of
the reports shall be prepared and submitted to the City for review prior to final submittal to the
BAAQMD.
The sen~-annual reports will contain the following information, as required:
1) Operating Records Required by Section 501:
a)All collection system downtime, including individual we]] shutdown times, length of time
for shutdown, and the reason for the shutdown. All periods greater than five [5) days
when the collection system was not operating.
b)All emission control system downtime, length of time for shutdown, and the reason for
the shutdown. Description and duration of all periods when the control device was not
operating for greater than one (1) hour and the length of time that the device was not
c)Continuous temperature records (chart recorder information) for all operating flares and
any enclosed combustors With a listing of the dates/times when flm’e temperature went
below limit allowed in the Title V permit and any times when.temperature gauge was off-
line. or not operational.
d) Monthly LFG flow rates readings.
e)Records of all quarterly LFG system component leak testing, including monitoring dates,
leak concentration by volume if in excess of 1,000 pints per million, by volume (ppmv),
location of leak, date of discovery, the action taken to repair the leak, date of repair, date
of any required re-monitoring, and the re-monitored concentration in ppmv.
f)Annual waste acceptance rate and the cun’ent amount of waste in-place.
g)Records of the nature, location, amount, and date of deposition of nondegradable wastes,
for any landfill areas excluded from the collection system requirement as documented in
the Gas Collection and Control System (GCCS) Design Plan.
h)Continuous gas flow rate records chart recorder info__rmation) with a listing of the
dates/times when flow rate went above limit allowed in the Title V pe~-mit and any times
when the flow meter was off-line or not operational.
i)Records of all quarterly surface e~Nssions monitoring, including monitoring dates,
surface emission concentration by volume if in exces~ of 500 ppmv, location of
exceedance, date of discovery, the action taken to repair the exceedance, date of repair,
date of any required re-monitoring, and the re-monitored concentration in ppmv.
For monthly wellhead monitoring (temperature, vacuum, and oxygen or nitrogen
content), records of allmonitoring dates and any excesses of the limits stated in Section
8-34-305 and below (or alternative limits approved in the Title V Permit), including well
identification number, the measured excess, the action ~aken tO repair the excess, and the
date of repair, date of any required re-monitoring, and the re-monitored value.
i)Monthly recording of gauge pressure at all wellheads (all wells must operate under
negative pressure conditions).
ii) Monthly monitoring of oxygen or nitrogen concentrations at all wellheads (oxygen
must not exceed 5 percent or nitrogen over 20 percent).
iii) Monthly monitoring of temperatures at all wellheads (temperature shall not exceed
2)Calibration information for monitoring equipment used for the various monitoring activities
listed above (e.~.,~ OVA, GEM-500 unit, flow meter, temperature, etc.).
3)Description and duration of all period when the gas s~ream \vas diverted from the control
device through a bypass line.
4)The date of installation and location of all wells or system expansions as the result of
monitoring exceedances during previous reporting period.
5)Data upon ""~’~’<’~,,,,~,, *~"~,,~ "- ~o~’d .... ~y of well and eqmpment sizing were ~--~,~e,~. -~
6)Gas generation rate estimates.
7)Provisions for increasing LFG extraction capacity as gas generation increases.
8)The provisions for the control of LFG migration.
The Rule 8-34 m~nual reports will be combined with the Title V semi-annual reports as required
by the Title V pm’mh; however, umque reports will be developed for each so that all of the
required informanon is contained within. Also, to compIy with the Maximum Achievable
Control Technology (MACT) standard, the semi-annual reports wi]l also include secJons on the
stmt-up, shutdown, and malfunction (SSM) plan implementation during the reporting period.
Task C- Annual Compliance Certification (One Report)
The Title V permit for the City of Palo Alto Landfill also includes a requirement for the
preparation and submittal of an annual compliance certification Contractor shall collect the
required information for completion of a report to accompany this certification and prepare the
report on behalf of the City for submittal to the BAAQMD.
This scope of work assumes that monitoring data and documentation associated with any
compliance activities for Title V will be provided by City in ~_ timely and complete manner for
inclusion in the report for any items not already completed by Contractor.
A draft Of the report shall be provided to the City for review prior to submittal. The final report
will incorporate City’s comments. The final report and certification will be
signed by the responsible official at the City.
Schedule For Task 6
Per the Title V pem~it, the combined semi-annual Title V monitoring and Rule 8-34 reports are
due on June 30, 2004 for the period covering December 2003 through May 2004, and on
December 31, 2004 for the period covering June 2004 through November 2004. The annual
compliance certification is due on December 31, 2004 for the period covering December 2003
through November 2004.
Contractor shall endeavor to submit draft reports to the City within 2 weeks of the regulatory due
date, leaving one week for City review and comment and one week for revision and submittal.
City Provided items
~ The City will assist Contractor in obtaining records from IPT for the LFG recovery
facility. The Contractor will not be responsib!e for the quality of the information
provided by ~°T nor any missing information that IPT does not provide.
~City will provide site access for the site inspection, if necessary.
,The City will pay an3, fees directly to the BAAQMD, if any.
The City’s shall endeavor to review the draft report within 5 working days from
receipt of the draft report.
End Scope of Work
Exhibit B-1 2004-05 Fee Schedule
Landfill En~4ronmental Control Systems Maintenance
Task J2 - Routine LFG System Maintenance
Senior Technician (or Equivalent)240 Hours $
Technician (or Equivalent)0 Hours $
Materials and incidentals 1 each $
60.00
44.00
5 000.00
Total Task 1:
$14,400.00
$
$5 000.00
$19,400.00
Task 2 - Routine LES Maintenance
Senior Technician (or Equivalent)40 Hours $
Technician (.or Equivalent)416 Hours $
Pipe Clean-out (Roto-Rooter or equivalent)2 Events $
Materials and incidentals 1 Each $
60.00 $
44.00
2.500.00
5,000.00 $
Total Task 2: $
2.400.00
18.304.00
5.000~00
25~704.00
Task 3 - LF’G Qharterty SurFace Mmfitoring and Reporting
Foreman/Superintendent (or Equivalent)8 Hours $
Technician (or Equivalent)48 Hours $
Office Assistance (or.Equivalent)8 Hours $
74.00
44.00
42.00
Total Task 3:
$592.00
$2.112.00
$336.00
$o,~,4..0,,
Task 4 - LFG Monthly Well I-Iead Monitoring and Reporting
Foreman!Superintendent (or Equivalent)
Senior Technician (or Equivalent)
Technician (or Equivalent)
Office Assistance (or Equivalent)
24 Hours
240
0 Hours
24 Hours
$
$
$
$
74.00
60.00
44.00
42.00
Total Task 4:
1.776.00
14.400.00
1,008.00
17,184.00
7/9/2004
Contiuued on Page 2
Task 5 - Non-Routine Maintenance & Repairs and Other Support Services
Project Manager (or Equivalent)
Foreman/Superintendent (or Equivalent)
Senior Technician (or ~quivaient)
Technician (or Equivalent)
Laborer (or Equivalent)
Office Assistance (or ~quivalenf)
Materials and incidentals
En gin eeri-n g/Drafting Services
Annual Flare Emissions Testing
24 Hours $115.00
24 Hours $74.00
40 Hours $60.00
80 Each $44.00
80 Hours $40.00
32 Hours $42.00
1 Each $10,000.00
1 Each $2,500.00
1 Each 4850
Tota~ Task
$2,760.00
$1,776.00
$2,400.00
$3,520.00
$3,200.00
$1,344.00
$lO,0O0.O0
$2,5o0.oo
$4,850.00
$32,350.00
Task 6 -Reporting Total Task 6: $12,500.00
Total: $110,178.00
Notes:
1 Contractor shall invoice the City on a time and materials basis not to exceed the contract total without
written approval from the City prior to completing ttie work.
2 Separate charges wiIi not be paid for tools, instruments, pipe welder, vehicles, or other equipment necessary
to perform routine maintenance, mmfitoring and repairs associated with Tasks 1-4.
3 Material purchased by the Contractor shall include mark-up specified by the Contractor, but in no case shall
mark up exceed 10 %.
" 4 Billing should break down charges per task.
5 Field hours for Tasks 1-4 include time at the landfi!l onty. Separate charges will not be paid for travel time or
mileage.
7/912004