HomeMy WebLinkAbout5.788 Amendment (8)RELATING TO: COMBINED SEWER OVERFLOW PROJECTS
THIS AMENDMENT NO. 7 is made and entered into this Z day of J
2010, by and between THE CITY OF PORT ANGELES, a non charter code L of
the State of Washington, (hereinafter called the "CITY and Brown and Caldwell, Inc., a
California Corporation (hereinafter called the "CONSULTANT
WHEREAS, the CITY entered in to an AGREEMENT with the CONSULTANT on July 5,
2006, (the AGREEMENT); and
WHEREAS, the CITY and CONSULTANT amended the AGREEMENT on February 21,
2007, and May 9, 2007 and March 20, 2008, and September 15, 2009, and November
30, 2009, and March 9, 2010 (the AMENDMENTS); and
WHEREAS, the CITY desires to amend the AGREEMENT again to amend the Scope of
Work, Budget, and Time of Performance,
NOW, THEREFORE, in consideration of the representations and the terms, conditions,
covenants and agreements set forth in this AMENDMENT, the Agreement and the
Amendments are hereby amended as follows:
I REVISED SCOPE OF WORK
The scope of professional services to be performed and the results to be achieved by the
CONSULTANT are hereby amended by adding the tasks identified in the attached
Exhibit A to Amendment 7. The CONSULTANT shall provide and furnish all services
and material necessary to accomplish the additional work identified in Exhibit A.
AMENDMENT NO. 7 TO THE
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN THE
THE CITY OF PORT ANGELES
AND
BROWN AND CALDWELL, INC.
PROJECT 06 -01
II TIME OF PERFORMANCE
The work for all Tasks shall be completed by December 1, 2011.
III MAXIMUM COMPENSATION
The maximum total compensation and reimbursement payable to the CONSULTANT is
stated in the attached Exhibit B to Amendment 7. Billing rates referenced in Section V.A
of the Agreement are amended as shown in the attached Exhibit C to Amendment 7. The
Amendment No 7 to Brown and Caldwell Agreement, 06 -01
maximum compensation amount, referenced in Section VI of the Agreement, is amended
to $3,728,791. The budget for any Task may be further adjusted by mutual agreement
without an amendment to the Agreement, as long as the maximum compensation
amount of $3,728,791 is not exceeded.
IV RATIFICATION
As amended herein, the Agreement and the Amendments are ratified and confirmed. mo 1.-Lo J
In WITNESS THEREOF, the parties hereto have executed this Amendment No. gito the
Agreement as of the day and year first written above.
CITY OF PORT ANGELES:
I
CITY MANA' R�
CONSULTANT:
cl;t
TITLE: V er2E5■40FAir
APPROVED AS TO FORM:
CITY ATTORNEY
ATTEST:
Amendment No 7 to Brown and Caldwell Agreement, 06 -01
EXHIBIT A
To Amendment 7
PROFESSIONAL SERVICES AGREEMENT NO. 06 -01
SCOPE OF SERVICES RELATED TO
PHASE 1 DESIGN SERVICES
FOR THE
PORT ANGELES CSO IMPROVEMENT PROGRAM
Amendment 7 provides new or revised scope of services, and associated budgets, related
to the Phase 1 CSO Program. These additions and revisions have largely arisen due to
information discovered or requirements revealed as the current design has progressed. A
description of these additions and revisions are organized within the context of the City's
current accounting as presented below.
Task 11.1 Project Management
Project management efforts have increased to provide greater coordination required to
accommodate the property acquisition process and guide investigations of existing site
and utility conditions. Additional budget is provided to continue overall design team
leadership and guidance to align the project with City of Port Angeles (City) objectives
through 2010. Coordinate, monitor, and control the project resources to meet the
technical, communication, and contractual obligations required for developing and
implementing the Phase 1 CSO improvements. This includes preparation of monthly
invoices and status reports, staff and subconsultant coordination and QA/QC.
Task 11.2. Survey and Base Mapping Services
The budget for this task is increased to map the surface and underground features around
the intersection of Oak Street and Railroad Avenue and to provide base mapping for
additional pipeline design at that location (intertie of existing and new force mains). The
mapping will focus on updating existing mapping with as -built horizontal and vertical
locations of existing utilities as determined by City potholing or records.
Task 11.4. Geotechnical Engineering Services
The budget for this task is increased to provide for additional technical support for
managing soils contamination that may occur within project construction locations. The
support may involve additional testing for contaminants, preparation of construction
specifications or advice and development of contamination management strategies.
Task 11.5. Permitting and Environmental Support
Discussions with Department of Ecology resolved the form of environmental
documentation that would accommodate revisions to the City's CSO Program made
through the 2006 CSO Plan Amendment 2 as well as the current scope of phase 1
improvements. The revised environmental plan is also made consistent with
documentation provided through National Park Service as part of the service agreement
between the City and the Lower Elwha K'lallam Tribe. Finally, the revised
environmental documentation scope remains suitable for City application for federal
funds administered by Ecology. The following scope describes revisions made to the
current scope for this work (as included in Amendment 4).
11.5.1 Biological Assessment
Additional effort under this task is related to expansion of the Biological Assessment
effort to address the 2006 CSO Plan along with Amendments 1 and 2 of the CSO Plan, as
required by Washington Department of Ecology for funding eligibility. The BA will
discuss the overall benefits of the project, as well as the tradeoffs associated with
redistributed CSO flows. The BA will focus on the Phase 1 and Phase 2 Improvement
Projects, (programmatic level of analysis), overall reduction in CSO discharges and
changes to CSO discharge locations, use of Rayonier outfall as the primary discharge
location, and water quality characteristics and effects of the treatment plant discharge (to
the extent this information is available). The BA will reference, but not evaluate the BA
prepared by the National Park Service for the Elwha Restoration Project, which included
the provision of wastewater conveyance to collect and convey flows from the Lower
Elwha K'Iallam Tribe (LEKT) Reservation to the City. The BA will also reference, but
not evaluate the NEPA EA and BA, assumed to be a No Effects Letter, currently being
prepared for the Stormwater Separation Project funded by the National Park Service.
Additional effort is included to assist the City with consultation with the Federal Services
as a result of the expansion of the BA issues.
No changes to previously scoped deliverables.
11.5.2 SEPA Environmental Review
Additional effort under this task is related to expansion of the SEPA Checklist to include
discussion and analysis of Amendment 2 of the CSO Plan, in addition to the Phase 1
Improvements Project, as required by Ecology. One SEPA Checklist will be prepared to
address both the planning and project elements.
No changes to previously scoped deliverables.
11.5.3 NEPA/SERP Environmental Report (eliminated)
Based on Ecology's direction, a SERP Environmental Report (ER) is no longer required.
Ecology approved the previously prepared SERP ER for the CSO Plan, Amendment 1.
Ecology is requesting Amendment 2 be addressed in the SEPA Checklist to satisfy SERP
requirements for this latest amendment. It is assumed that if the City identifies a federal
lead agency for this project in the future (for funding), a NEPA environmental
assessment will be scoped at that time.
N \PROJECTS106 -01 CSO Projects Phase 1105 Consultant Agreements105g Amendment 712010 -07 -15
Amd 7 Exhibit A SOW DRAFT MO ktk3.doc
Page 2 of 13
Task 11.7. Preparation of Contract Documents for Phase 1 Improvements
The budget for this task is increased to provide for design services related to sliplining
the IWL, intertie of the City's existing force main to the sliplined HDPE force main at
Oak Street, structural engineering, and assembly of a separate bid document for work
related to the outfall piping at the foam tank.
Activities:
The drawings and specifications for sliplining force mains through the IWL will be
revised and detailed to accommodate several significant changes to the IWL
alignment and elevation discovered by recent City investigations. The revisions will
also include revised pull pit locations as requested by the City; to the extent
compatible with IWL location and surface features.
BC will design an intertie of the City's 21" force main and the new HDPE force
mains at Oak Street (Pull Pit A on the IWL). The design will allow for isolation of
the City force main downstream of this location and transfer of existing Pump Station
4 flows to the new force main system. BC will identify how this transfer may impact
the replacement of Pump Station 4 in Phase 2.
Original structural calculations will be updated to reflect local structural code
changes in following Washington State adoption of the current International Building
Code (IBC). Revisions will be made to the Influent Diversion Structure to
accommodate City concepts for overflow screening and rock trapping.
As part of a City strategy for managing archaeological risks, the City wishes to
separate the outfall piping work near the foam tank from the larger Phase 1 CSO
improvements project. It is intended that this work be completed under a separate
contract to be assembled by BC as provided by Amendment 4. The work
requirements will include excavation under supervision of the City's Archaeologist,
stock piling excavated materials as provided under City agreement with Rayonier,
limited demolition of existing but unused Rayonier infrastructure, dewatering and
disposal of groundwater as necessary to maintain the excavation and install
approximately 65 -70 feet of FRP piping and fittings to intertie an existing 42" FRP
pipeline with an existing 48" FRP outfall, and backfill of the excavation with clean,
import fill.
City Involvement:
The City will complete investigation of the IWL to determine profile at Lincoln
Street crossing and provide for locating City utilities at Oak and Railroad.
The City will provide specifications and instruction on archaeological requirements
related to the foam tank piping work.
The City will secure agreements with Rayonier and define requirements for
demolition of existing piping and structures and for managing soils and groundwater
(if any) from the excavation at the foam tank.
The City will implement the procurement and management of work under a
construction contract for the work at the foam tank.
N 1PROJECTS106 -01 CSO Projects Phase 1105 Consultant Agreements105g Amendment 712010 -07 -15
Amd 7 Exhibit A SOW DRAFT MO ktk3 doc
Page 3 of 13
Deliverables:
Revised drawings and specifications for IWL sliplining work to be included in the
90% project manual package.
Structural design revisions and documentation.
Bidding /contract documents for the piping work at the foam tank; technical
specifications to be drawn from current project specifications and assembled into the
City's contract form.
Task 11.9. Assistance during Bidding
The scope of work for this task was included in Amendment 4 but it was not funded.
Amendment 7 provides funding for this task.
Task 11.10. Bridge Design
Amendment 4 provided scope for development and design of a new bridge crossing of
Ennis Creek. The scope of the bridge development effort was increased substantially due
to the interest and involvement of the various stakeholders related to Rayonier property
and Ennis Creek fisheries. The Amendment 7 scope of services and budget provides for
the expanded project development and accommodates design details required for the
selected bridge configuration. The specific additional scope includes the following:
11.10.1 Project Management
The budget for task management and progress reporting is extended through December
2010, three (3) months beyond the current contract period ending September 2010.
11.10.2 Preliminary Bridge Engineering Bridge Type and Size Study
The number of bridge alternatives or options considered for this preliminary task was
increased from the original scope of three (3). Conceptual bridge plan and elevation
drawings, typical bridge cross sections, and typical bridge pier elevations were prepared
for a total of ten (10) bridge study options for the Bridge Type Size Memo. The
options included two different lengths of single -span structure, one of 80 feet and one of
100 feet, for each primary option type. Four (4) of the options accommodated only trail
traffic loading with HS -10 service vehicle, and the remaining accommodated standard
AASHTO LRFD truck loading (HL -93) in addition to provisions for pedestrian and
bicycle use.
Prior to developing the fmal study options, eight (8) preliminary alternatives were
developed for accommodating the CSO pipelines between standard precast concrete
bridge girders. These alternatives included varying single -span lengths from 80 to 160
feet, and a three -span configuration of 200 feet (60 ft-80 ft- 60 ft). Cross sections and
cost estimates were developed for each of these 8 preliminary alternatives to establish a
range of potential structure costs and identify the desired study options.
Other considerations for comparison of study alternatives were considered in addition to
accommodation of the CSO pipelines and their performance. These included
N 1PROJECTS106 -01 CSO Projects Phase 1105 Consultant Agreements105g Amendment 712010 -07 -15
Amd 7 Exhibit A SOW DRAFT MO ktk3 doc
Page 4 of 13
maintenance measures, CSO pipeline location relative to bridge deck (under or adjacent),
length of span for future stream restoration potential, and ability to carry standard
AASHTO HL -93 truck loading to accommodate future use potential. Approach grading,
creek and other environmental impacts, cost, constructability; and schedule were also
included.
Deliverables:
Draft and final Technical Memorandum describing bridge type size; includes plan and
profile drawings along with representative cross sections for each of the 10 bridge
options and their probable construction cost. The final memo will also include
discussion of bridge railing selection considering design for vehicular impacts along with
use of the bridge for pedestrian and bicycle traffic.
11.10.3 Final Plans, Specifications, and Estimate (PS &E)
The need for two retaining wall structures was identified as a result of the final elevation
requirements. These walls flank the south side of the approach berm beginning at the
ends of the bridge and extending away from the creek on both the east and west
approaches as needed to protect an existing roadway from fill slopes.
A. Retaining Wall Submittals
The retaining wall PS &E documents, prepared by the subcontractor to Brown and
Caldwell, will be incorporated into the Project Manual for the Phase 1 CSO Conveyance
Pipelines Project and will coordinate submittal requirements accordingly. Quality
control/quality assurance (QA/QC) will be performed as part of this task.
B. Retaining Wall Design and Drawings
1. Retaining Wall Layout and Design The wall type expected for use is a standard
WSDOT Structural Earth Wall (SEW). Wall layouts will be developed working
with grading information developed by Brown Caldwell. Design of bridge
approach slabs and guardrail transitions from the bridge railing will be included
to complete the bridge and wall structure elements of the bridge approaches.
2. Retaining Wall Drawings Complete final contract drawings as necessary for
construction will be provided.
3. Retaining Wall Specifications Technical specifications will reference WSDOT
Standard Specifications for Road, Bridge, and Municipal Construction (2010) as
the standard specifications for the work. Retaining Wall Quantities and Cost
Estimate The subcontractor will provide a list of bid items, conforming as
much as possible to the WSDOT standard item table. Every bid item will have a
description, measurement unit, and payment description somewhere in the
specifications. Quantities and unit prices will be estimated for every bid item.
Unit prices will be estimated from recent bid experience with similar projects,
WSDOT unit bid analysis, contractor inquiries, and Means construction
estimating manuals.
Deliverables:
90 Percent Retaining Wall PS &E for Submittal Package
Final Retaining Wall PS &E for Submittal Package Contract Bid Documents
N 1PROJECTS106 -01 CSO Projects Phase 1105 ConsultantAgreements105g Amendment 712010 -07 -15
Amd 7 Exhibit A SOW DRAFT MO ktk3 doc
Page 5 of 13
Task 11.13. Outfall Sediment Sampling
Amendment 4 included scope and provided funding of the preparation of sampling and
analytical work plans for both the Rayonier outfall and City CSO outfalls and the initial
sampling and testing for the Rayonier outfall. Funding was not provided for subsequent
biological testing of Rayonier samples or any sampling or testing related to the City
outfalls. Amendment 7 funds all sampling and testing required in the Ecology- approved
sampling plans including the subsequent biological testing (if required from initial test
results) for both Rayonier and City outfalls. The scope provided in Amendment 4 is
unchanged except for its application to Rayonier and City outfalls.
Deliverables:
Rayonier outfall sediment characterization report (provided in Amendment 4).
City outfall sediment characterization report.
Task 11.14. Rayonier Outfall Inspection
The current outfall strategy will use the Rayonier outfall as the primary outfall to dispose
of WWTP effluent. To retain use the City was required to acquire a DNR lease and that
required survey of the outfall location. The underwater divers supporting the survey
effort reported the damage or disappearance of several difuser ports; that raises concern
for the condition of the outfall and difuser. This new task provides for underwater and
internal inspection of the existing Rayonier outfall diffuser section in order to document
its current condition and determine its suitability for continued use.
Only the downstream end (diffuser section) of the outfall will be inspected as this is the
area that may have accumulated sediment and could exhibit damage related to the
diffuser ports, three of which are suspected of being damaged.
Activities:
Locate the existing blind flange at the downstream end of the diffuser section. Clean
off marine growth and remove flange for inspection diver access.
Inspect the approximately 1000 feet of the outfall diffuser pipe from the downstream
access location described in item 1. Inspection will be conducted by divers with
video and audio feed to surface. This will cover the entire diffuser length including
checking the riser openings. If sediment blockage is encountered, the internal
inspection will be terminated.
Replace blind flange on end structure after the inspection is complete (assume
existing is not broken), and replace 8 SST bolts.
Conduct external inspection of existing ports. Clean away attached marine and photo
document condition. Provide a count using a method to document a continouos
sequence from point of beginning to end (anticipate 48 ports). Determine type of
port construction material (metallic or FRP).
Dig out location of 3 missing diffuser ports to determine condition of the ports. Per
previous survey work, missing diffusers are diffusers #13, 19, and 47. Maximum
N 1PROJECTS106 -01 CSO Projects Phase 1105 Consultant Agreements105g Amendment 712010 -07 -15
Amd 7 Exhibit A SOW DRAFT MO ktk3.doc
Page 6 of 13
excavation depth to expose pipe at these locations is 3 feet. Condition of these
diffusers will be documented to allow for design of future repair. WDFW will be
notified of marine work to expose these diffusers and/or connections to the outfall
pipe.
Deliverables:
Written report of interior inspection (roundness, sediment buildup, other) and
exterior (ports condition and material) with sketches as appropriate.
DVD from interior inspection of diffuser plus exterior video of excavation of missing
ports.
Task 13. Headworks Screen
This Task was included but only partially funded with Amendment 4. A preliminary
design evaluation recommended a revised set of improvements to be included in the
Phase 1 contract. These improvements will also provide for compliance with Department
of Ecology rules related to sludge management. Amendment 7 provides the additional
budget required to develop the recommendations outlined in the BC Technical
Memorandum "CSO Phase 1 Improvements: Headworks Screen Evaluation" for
inclusion into the Phase 1 bid documents.
Deliverables:
Drawings and specifications to be included in the Phase 1 CSO Project Manual.
Estimate of probable cost of construction.
Task 14. CSO Monitoring Program Support
This Task was provided in Amendment 4 but only partially funded. Amendment 7
provides the additional $15,000 originally estimated for completion of this task.
Task 15. Treatment Plant Project Integration and Monitoring
The scope provided by Amendment 4 for monitoring plant performance following
completion of the Phase 1 improvements remains unchanged. Amendment 7 budgets a
workshop to include plant operations staff, city utility engineers and managers,
consultant CSO design team and process engineers to review and evaluate the need for,
and develop, a series of in -plant improvements. The purpose of the workshop is to
ensure the new proposed capital projects are compatible with the Phase 1 improvements
and the plant capacities identified in previous process studies.
Deliverables:
Meeting minutes that capture the scope of the workshop discussion, preliminary
evaluations, suggested priorities and follow -up actions.
N 1PROJECTS106 -01 CSO Projects Phase 1105 Consultant Agreements105g Amendment 712010 -07 -15
Amd 7 Exhibit A SOW DRAFT MO ktk3 doc
Page 7 of 13
Task 16. Alternatives to Elwha Mitigation Storage (Design and Development of
Contract Documents for First Street Storm Separation Project)
Task 16's Scope of Work for engineering services to be provided by Brown and Caldwell
(BC) is modified to add the following to BC's existing scope of work:
Prepare contract documents (drawings, specifications, engineer's estimate) for
construction of the stormwater separation along 1 Street between Lincoln Street and
Valley Street separate from the Phase 1 CSO Improvements Project. Stormwater
separation work will include construction of approximately 1,750 feet of 18 -inch
diameter PVC storm drain, connection existing storm drain catch basins to the new storm
drain and disconnection of catch basins from the existing combined sewers. Following
treatment from an inline treatment system, the stormwater will be discharged into the
existing Valley Street stormdrain. These improvements are described in, and this scope is
intended to be consistent with, the project memorandum dated January 5, 2010.
The new work provided under this scope will include the following:
Task 16.1. Project Management
Provide overall leadership and team strategic guidance aligned with City staff objectives.
Coordinate, monitor, and control the project resources to meet the technical,
communication, and contractual obligations required for developing and implementing
the project scope.
Activities:
Invoices /Status Reports— Consultant will prepare monthly invoices, including
expenditures by task, hours worked by project personnel, and other direct expenses
with the associated backup. Expenditures and cumulative charges will be compared
monthly to budget by task.
Coordination with the Owner— Consultant will maintain communication with the
City through meetings via voice, email, and fax communication.
Management and Coordination of Staff— Consultant will manage and coordinate the
technical and scope issues of the overall project. Progress meetings will be conducted
as appropriate.
Coordination of Subconsultants— Consultant will coordinate with subconsultants on
specific tasks, scope, and budget. Conduct progress meetings as appropriate.
Deliverable:
Consultant shall deliver to the City a monthly invoice and status report covering:
1. Work on the project performed during the previous month.
2. Meetings attended.
3. Problems encountered and actions taken for their resolution.
4. Potential impacts to submittal dates, budget shortfalls or optional services.
5. Budget Analysis.
N 1PROJECTS106 -01 CSO Projects Phase 1105 Consultant Agreements105g Amendment 712010 -07 -15
Amd 7 Exhibit A SOW DRAFT MO ktk3.doc
Page 8 of 13
Task 16.2. Detailed Design
6. Issues requiring project team action.
Consultant will develop detailed design drawings, specifications, and an engineer's cost
estimate for the Project.
Activities:
16.2.1 Surveys and Base Mapping
The mapping corridor will be approximately 2,000 feet by 80 feet wide (building face to
building face) with the mapping coverage sufficient to generate 1 -foot contours. The
topographic map will show all relevant surface and underground features including
traffic signalization and channelization, shrubs/hedges /trees, road paving edges, signage,
striping, driveway edges, fences, visible surface utilities, street illumination, buildings,
storm drain and sanitary sewer pipe sizes and invert elevation, and catch basin surface
and invert elevations and dimensions. Underground utilities will be based on visible
surface evidence, City GIS data, paint marks (by others), and visible surface features
such as utility patches. Surveys will be completed by a sub contractor. Data will be on
horizontal datum North American Datum of 1983 (NAD 83) and vertical datum North
American Vertical Datum of 1988 (NAVD 88).
A locate request will be performed utilizing 1- 800 424 -5555 one call locate services. All
utilities marked on the ground by representatives of said service will be mapped and
shown on said survey. In addition, the City will refer to existing facility drawings and
other sources to verify subsurface obstructions and utilities. All utilities marked on the
ground by the City will be mapped and added to the survey basemap.
The survey information will be provided electronically in AutoCAD format along with
two complete stamped and signed hardcopy record sets (scale 1" 20'). The ASCII point
file shall also be provided, with an index to any abbreviations and codes.
Field surveying will be performed to locate soil borings performed for the pipeline
design.
Assumption: Easement preparation is not included or anticipated for this work.
16.2.2 Geotechnical Investigation
The geotechnical subconsultant will perform geotechnical investigations along the
proposed pipeline alignment to characterize geotechnical conditions. The effort includes
obtaining permits for drilling, perform soil borings, develop boring logs, perform
laboratory tests, and characterize the geology. Four 20 -foot deep soil borings will be
drilled.
A geotechnical analyses will be performed and will include assessment of soil conditions
and properties, groundwater conditions, soil and groundwater loads on shored
excavations, dewater requirements and methods, foundation assessment of pipelines and
structures, slope stability, seismic investigation, and other geotechnical engineering
parameters. An engineering report will be prepared to summarize the data, results, and
recommendations.
N 1PROJECTS106 -01 CSO Projects Phase 1105 Consultant Agreements105g Amendment 712010 -07 -15
Amd 7 Exhibit A SOW DRAFT MO ktk3.doc
Page 9 of 13
Deliverable:
Two copies of the Geotechnical Investigation Report, and a digital copy in .pdf
format.
16.2.3 Detailed Design
BC will complete detail design of improvements and prepare the drawings and
specifications as necessary for bidding and construction. Document progress submittals
will be made at 60 and 90 percent completion levels. Final documents will be submitted
in both hard copy and electronic file formats. Each submittal will include an estimate of
probable construction cost.
Drawings will be prepared with AutoCAD 2008TM using a 22" x 34" full -size drawing
format suitable for printing and reading at half -size. Drawings will be in 2- dimensional
format. The survey- supplemented, City topographic mapping will be utilized for the
reference base over which the improvement drawings are prepared. The City's 2006
aerial photo mapping shall be used for drawing backgrounds where appropriate. The
contract documents shall conform to the City's standard forms and the current Standard
Specifications for Road, Bridge, and Municipal Construction prepared by the Washington
State Department of Transportation (WSDOT), as modified by additional special
provisions. Technical specifications not addressed within the WSDOT specifications will
be prepared by BC, using the CSI format, or other approach approved by the City.
Traffic control plans and temporary erosion and sediment control (TESC) plans will be
completed by the Consultant and will be included with the contract documents.
Environmental studies and reviews are being completed in advance of the final design.
Specific details related to construction timing or protections identified by agency review
will be incorporated into the project design.
BC will conduct internal quality review of project design documents and submit five sets
of drawings and specifications to the City for review at the 60- percent and 90- percent
completion levels. City review comments will, where appropriate, be incorporated into
the documents.
Two printed copies of 100% level documents and their electronic files on a CD will be
delivered at their completion prior to bid advertisement. Only the final submittal will be
stamped and signed.
BC will prepare and submit anticipated permit applications for the project. The permits
and their review time will be incorporated into the project schedule. The anticipated
required permits for this project are the City Clearing and Grading Permit and the City
Right-of-Way Permit.
City Involvement:
Review permit applications prior to submittal to various agencies. It is assumed that
the City will submit completed applications and pay any required permit application
fees.
N 1PROJECTS106 -01 CSO Projects Phase 1105 Consultant Agreements105g Amendment 712010 -07 -15
Amd 7 Exhibit A SOW DRAFT MO ktk3 doc
Page 10 of 13
Provide assistance with obtaining existing data that may include prior environmental
studies and permits for the existing system.
Deliverables:
Five copies of the drawings and specifications at the 60 90- percent documents and
two sets of 100 percent complete documents
One copy of estimate of probable construction cost at each submittal
Electronic copy of the final submittal on CD
One stamped and signed final submittal drawing and specification set.
Assumptions:
The City will provide bid tabulations from past similar contracts, if available.
The City will complete and obtain any required rights of entry.
The City will conduct reviews within two (2) weeks following delivery of 60% and
90% submittals.
This entire scope of services does not provide for any cultural resource services to
monitor excavation work for any cultural materials present. An additional scope of
services will be required should cultural resources services be necessary.
Task 16.3. Assistance during Bidding
Support City through bidding process, as needed and requested by the City and to the
extent of budget, through the time of awarding a construction contract.
Activities:
Review and prepare responses to bidder requests for information (RFIs). Prepare
addenda to formalize RFI responses that either clarify or revise details in drawings or
specifications.
City Involvement:
It is assumed that the City will take the lead in distributing bid documents and initial
communications with bidders. Questions requiring review for design intent will be
directed to BC by the City.
Deliverables:
Responses to bidder requests for information (RFIs).
Formal addenda that either clarify or revise details in drawings or specifications.
Task 16.4. Construction Phase Services
Engineering services during construction include contract administration duties to help
ensure the Contractor is proposing the specified construction materials, equipment, and
N IPROJECTS106 -01 CSO Projects Phase 1105 Consultant Agreements105g Amendment 712010 -07 -15
Amd 7 Exhibit A SOW DRAFT MO ktk3.doc
Page 11 of 13
will be performing the construction in accordance with the intent of the design
documents.
The effort of this Task is based upon the assumption that construction will be completed
within TWO (2) months from issuance of the Notice to Proceed from the City to the
Contractor performing the construction.
City Involvement:
The City or separate consultant will act as the lead construction Project
Representative.
Activities:
16.4.1 Pre Construction Conference
Consultant will attend and participate in the City's pre construction conference. City will
prepare the agenda and prepare minutes of the meeting. The City will finalize and
distribute the agenda and minutes.
16.4.2 Submittals
Consultant will review the Contractor's submittals and/or re- submittals for conformance
with design concepts and for compliance with the requirements of the contract
documents. Consultant's review and /or any action with respect to the submittals review
process will not extend to Contractor's means, methods, techniques, sequences, or
procedures of construction or safety program.
Consultant will prepare and maintain its own submittal log. Information on the submittal
log will include, at a minimum, the submittal number, subject, date received, reviewer,
action taken and the date returned to the City.
All reviews and replies from Consultant will be in writing and will be completed within
seven (7) working days of receipt from the City.
16.4.3 Request for Information
At the direction of the City, Consultant will receive and respond to any Contractor RFIs
or their request for clarification of the Contract Documents and/or design intent.
Consultant will interpret the meaning of the Contract Documents and will provide the
City with clarifications or explanations of the design intent and/or contract requirements.
Consultant will also prepare and maintain its own log of RFIs received from the
Contractor, noting the date received, subject, resolution, and the date Consultant's
response was delivered to the City.
All reviews and replies from Consultant will be in writing and will be completed within
two (2) working days of receipt from the City.
16.4.4 Change Order Assistance
N 1PROJECTS106 -01 CSO Projects Phase 1105 Consultant Agreements105g Amendment 712010 -07 -15
Amd 7 Exhibit A SOW DRAFT MO ktk3.doc
Page 12 of 13
Consultant will provide professional and/or technical services to prepare technical
information for inclusion into change orders prepared by the City's Project
Representative.
16.4.5 Record Drawings
Consultant will revise the reproducible drawings for record purposes to show major
changes made during construction using conformed drawings, change order drawings,
and as- built, marked -up drawings provided by the Contractor.
Deliverables
Consultant will prepare and provide a weekly submittal and RFI log.
Consultant will furnish the City with two (2) sets of reproducible record drawings
and an electronic file of the drawings in AutoCAD format.
Assumptions
City will finalize and issue all submittals, RFIs, and change orders.
Consultant budget is based on review of one original and one revised submittal.
N.IPROJECTS106 -01 CSO Projects Phase 1105 Consultant Agreements105g Amendment 712010 -07 -15
Amd 7 Exhibit A SOW DRAFT MO ktk3 doc
Page 13 of 13
Approved
Task Description Budget
Pre- Design and Design through 60% (original contract and Amendments 1 -3)
1 (Protect Management 1 $112,841 191
2 1 Mapping Condition Assessment $110,055 641
3 Cultural $25,092 981
4 Geotechnical $144,293 411
Environmental Permits 1 $150,829 671
CSO Plan Review and Preparation of Contract
Documents
Detailed Civil, Mechanical, Structural,
Electrical PICS Design
Preparation of 60% Cost Estimate
5
60
6 1 -6 5
66
7 Engineering Report Bidding Assistance
8 Evaluation of Additional Alternatives
9 (Plant Flow Management
10 (Add'( Cultural Geotechnical Work
Subtotal, Tasks 1 -10*
Task 11 Complete detailed design of CSO Phase 1 Projects (Amendments 4 -6)
11 1
11 2
11 3
11 4
11 5
11 6
11 7
12
13
14
15
16
EXHIBIT B
To Amendment 7
PROFESSIONAL SERVICES AGREEMENT NO. 06-01
BUDGET
PORT ANGELES CSO IMPROVEMENT PROJECT PHASE 1
DESIGN SERVICES
Project Management
Survey, Mapping Condition Assessment
Cultural Resources Consultation
Geotechnical Engineering
Environmental Permits
Alternative Development and Evaluation
Detailed Civil, Mechanical, Structural,
Electrical PICS Design
Preparation of Cost Estimate
Bidding Assistance
Bridge Design
Building Design
Funding Assistance
Outfall sediment sampling
Rayonier Outfall Inspection
Subtotal, Task 11
Septage Receiving Station Design
Headworks Screens Design
Integrated CSO Monitoring Design
VWVTP Project Integration Monitoring
First St Stormwater Separation
SUBTOTAL, Tasks 11 -16
TOTAL, LTD (includes Tasks 1 -16)
$958,296 98
$47,000 001
$35,279 111
$16,735 001
$59,092 00
$8,025 00
$108,108 70
$60,761 52
$12,497 53
$119,665 35
$75,298 69
$79,740 00
$763,201 60
$50,298 64
$0 00
$175,000 00
$10,000 00
$10,000 00
$55,000 00
$1,519,572.03
$8,400 00
$26,000 00
$11,000 00
$0 00
$141,550 00
$1,706,522.03
$3,139,190.98
Billings
to Date
$112,841 19
$110,055 64
$25,092 98
$144,293 41
$150,829 67
$180,100 00 $180,100 00
$958,296 98
$47,000 00
$35,279 11
$16,735 00
$59,092 00
$8,025 00
$1,847,640.981 $1,847,640.98
$103,550 73
$53,119 18
$145 10
$92,831 91
$15,402 64
$80,874 00
$429,110.59
$0 00
$0 00
$60,297 94
$0 00
$793 04
$17,480 16
$853,605.29
$9,041 13
$8,767 09
$10,678 71
$0 00
$54,008 63
$936,100.85
$2,368,769.80
Percent
Complete
100%
100%
100%
100%
100%
100%
100%
100%
100%
100%
100%
100%
96%
87%
1%
78%
20%
101%
56%
0%
0%
34%
0%
8%
32%
56%
108%
34%
97%
0%
38%
55%
75%
Amendment
7
$33,000 00
$4,500 00
$10,000 00
$12,000 00
$87,300 00
$14,000 00
$36,200 00
$55,200 00
$49,000 00
$301,200.00
$30,000 00
$15,000 00
$34,900 00
$208,500 00
$589,600.00
$589,600.00
Revised
Budget
$141,108 70
$65,261 52
$12,497 53
$129,665 35
$87,298 69
$79,740 00
$850,501 60
$50,298 64
$14,000 00
$211,200 00
$10,000 00
$10,000 00
$110,200 00
$49,000 00
$1,820,772.03
$8,400 00
$56,000 00
$26,000 00
$34,900 00
$350,050 00
$2,296,122.03
$3,728,790.981
Task
No.
ElF0o
11
12
13
14
12!0
21
22
23
!1:3'01
31
32
Task Monitoring
Description Manager
Potential Staff Bersdolt
Rate $198 69
li ojectfManagement x"
Invoices /Month -End Status (12 months) 6
Coordination with the Owner
Management and Coordination of Staff
Coordination of Subconsultants
Subtotal Task 1.0 Hours
Subtotal Task 1.0 Cost Surveys and Base Mapping
Survey Coordination
Geotechnical Investigation
Geotechnical Coordination
Detailed Design
Drawings
Specifications
Cost Estimates
Peer Review QA/QC
Subtotal Task 2.0 Hours
Subtotal Task 2.0 Cost
Assistance'�JJD uting�Biddirig
Addenda
Bid Review
Subtotal Task 3.0 Hours
Subtotal Task 3.0 Cost
MO Const'uction1Phase.4erviceS.
4 1 Pre Construction Conference
4 2 Submittals
4 3 Request for Information
4 4 Change Order Assistance
4 5 Record Drawings
Subtotal Task 4.0 Hours
Subtotal Task 4.0 Cost
Task 1 -4 Total Hours I
Total Cost I
8
14
$2,781 66
0
$0 00
751
0
$0 00
0
$0 00
14
$2,781 66
Project
Manager
O'Neal
$196 49
12
12
8
8
40
$7,859 60
24
16
4
16
60
$11,789 40
12
2
14
$2,750 86
rgEfrifiZol
0
8
4
8
0
20
$3,929 80
134
$26,329 66
CITY OF PORT ANGLELES
FIRST STREET STORMWATER SEPARATION
AMENDMENT 7 to PROFESSIONAL SERVICES AGREEMENT NO 06 -01
TASK 16 STORM SEPARATION PROJECT BUDGET LABOR ESTIMATE SHEET
Project I Project QA Cost Estimator
Engineer Engineer Engineer Const. QA
Kloske Jacobsen Lord
$112 67 $139 88 $145 10 $150 00
12
12
16
16
0 56 0 0
$0 00 $7,833 28 $0 00 $0 00
16 8
8
176
48
4
8
132
60
4
252 212
$28,392 84 $29,654 56
20 20
4
20 24
$2,253 40 $3,357 12
8
24 8
20 8
16
8 8
52 48
$5,858 84 $6,714 24
324 340
$36,505 081$47,559 20
30
30
$4,353 00
v.i
4
4
$580 40
0
$0 00
34
$4,933 401
24
16
40
$6,000 00
4
4
$600 00
8
8
$1,200 00
52
Drafter I GIS
CAD Permitting
Jimenez I Korb
$75 28 I $105 00
0
$0 00
16
4
264
284
$21,379 52
16
16
$1,204 48
N \PROJECTS \06 -01 CSO Projects Phase 1 \05 Consultant Agreements \05g Amendment 7\2010 -07 -27 Amend 7 T16 Exhibit B2kn xls
0
$0 00
60
60
$6,300 00
0
$0 00
24
24 0
$1,806 72 I $0 00
324 I 60
Project I
Assist. Acct.
Kelly I Wharton
$82 65 I $73 68
24 24
24
$1,983 60
8
8
$661 20
0
$0 00
yV
4
4
12
$991 80
44
24
$1,768 32
0
$0 00
0
$0 00
Word I Sub
Processing Consultant
Wilcox I
$86 20
0
$0 00
32
32
$2,758 40
0
$0 00
8
0 8
$0 00 $689 60
24 40
PROJECT 06 -01
EXHIBIT B2
TASK 16 DETAIL
Total
Hours
Cost
78
32
24
24
158
$22,226 46
$18,000 00 0
40
$25,000 00 0
20
0
656
164
$43,000 00
62
942
$154,288 92
72
10
82
$10,746 26
8
44
36
40
44
172
$21,191 00
1390
$7,800 00 1 $24,390 721 $6,300 00 I $3,636 601$1,768 321 $3,448 00 I $43,000 00 I $208,452.64
7/27/2010
City of Port Angeles CSO Phase 1 Amendment 4
Warburton, Jack Sr.
Melcer, Henryk
Merrill, Milford S
McCleary, Dave
Johnson, Jeffery S
Kumataka, Gregory
O'Neal, Mike
Anderson, Gary
Matthews, James
Ramey, Larry W
Snowden, Donald
Lubke, Linnea
Morris, Melvan
Warford, James
Lord, Alan
Beer, Jon
Paulson, Joel
Vestergaard Hansen, Bo
Jacobsen, Bob
Tam, Patricia S
Pena, Michael
Leavitt, Arthur
Kimball, Kelly
Wagner, David
Hamilton, Ada
Adkins, Una
Wilcox, Shirley
Draheim, Daniel P
Kreider, Tiffany M
Deaterla, Damion
Jimenez, Rudy
Jacquemart, Joseph
Kelly, Kathleen
Wharton, Kara
Consultant Labor Costs
Tftl
Vice President
Vice President
Vice President
Managing Engineer
Vice President
Managing Engineer
Managing Engineer
Managing Engineer
Supervising Construction Engineer
Supervising Engineer
Supervising Construction Engineer
Supervising Engineer
Supervising Engineer
Principal Construction Engineer
Senior Engineer
Senior Engineer
Senior Engineer
Engineer III
Senior Engineer
Senior Engineer
Engineer II
Engineer III
Engineer II
Engineer I
Geologist/Hydrogeologist I
Project Coordinator II
Word Processor IV
Technical Writer
Project Coordinator II
Senior Drafter
Senior Drafter
Drafter
Senior Project Analyst
Project Accountant
m Ji1OU
$241.60
$220.05
$212.34
$206.66
$206.63
$205.47
$198.26
$196.51
$191.29
$186.95
$181.66
$179.78
$172.14
$168.28
$150.99
$144.54
$162.13
$146.39
$144.64
$146.85
$131.25
$127.05
$124.50
$113.66
$97.36
$93.86
$88.07
$82.65
$76.07
$75.48
$75.28
$80.43
$82.65
$77.39
Exhibit C
132829 Port Angeles CSO Improvements Design
11,1 laN(Name
I laxabon start roan
r Exploratory/ Mayan les East and West ao days 6110n61,09 Fri 7/24os
An4iideiter T(4 bff P 1 day Fn 7/2409 Fn 7/24/09
flcMeoIogbat Assessment and Concurrence 30da0» Mon 8/1/09 Fn 7/10/09
Sea Expbrations
Project Development 141 days Mon 8/31/01 Mon 3115/10
FieC7orfouration and Locate New Mg... 90.y, Mon 526/09 Fri 1/1/10
&aloe Diversion of AS Mart Flow to Rayo (Dr/al 40 days Mo Fri 11/27/09
DiEssions Pee Allgwronts 1 day Mon 2/1/10 407 2/1/10
FfraIDtsqrDaoolonn Bndge
1 day Mon 3/15/10 Man 315/10
Bridge Development! Des/go Cenceptual Ms and Hydro/9a
Select brew cordspralAW) Start ABMS Design
40 dart Mon 7/13/09 Fri 13/28109
I SOB 505 8/1/90 Fri 11/5/10
tOOOeys 7/a9/l/09 Mon 3/1/10
aiji Fri 3/12/10 Fd 3/12/10
Precendorief Palm &SPacs to 3516 ZAdays Mon 3/1530 Tlo 4/22/10
Ste0810/60%CSOCortract [bourne./ Review I 20 days Fri 423/10 mu usom
Preparation of B.C. Plans Sp.. to 90% YOdays Fri .3/10 Fn 9/3/10
90% Bridgs Rayner 20 .ys 601 9/0/10 Fri 10/1/10
Final s//v/go PS&E Cantata Docurn Package 25 days Mon 10/4/10 Fri 11/5/10
Bad Ready Dooms. 0 days Fn 11/5/10 Fd 11/S/10
C90 Conveyance Pipelines 13ethese 253days Mon 11130/09 Wid 1137/10
Ervironinot shades wetland delheation ard reparts 20 days Mon1/4/10 Frl 129/10
Ersdronmental Maoism 20 days Mon 11/3009 Fri 12/25/09
Monona -CL &Critic El. 5 dayi Morr11/30/09 Fd 12/4/09
RCrOEFviiSiciWPvir0C 5 di crir MA 12/7/09 Fri 12/11/09
PS4FM IWL /00ntrell Does (Stahel) 45 days Mon 1/4/10 Fn 3.10
Ralbsen FM and Strhon Cortra. Does 5O days Toe 2/2/10 Mon 412/10
60% COntraciliocument Review (ReSutaral) 20 days Fd 4/23/10 520/10
Final Design/ Document Coorclnation 79 days Fd 5/21/10 W.19/8/10
90% Co.. Downed Review 20 days" 118i9/9/10 We'd 10.10
Final Contrad DocTinert Package 30 diFs' T14/13/7/10 'Mid 11/17/10
Bid Ready Documents 0 days Wed 11/17/10 Wed 11/17/10
Plant Flow Management SyMem Design 228 days Mon 1/430 Wad 1137/10
CMck /-/p/0/do R.143/Profile for New Co/dig 20 days Mon 1/4/10 Fd 1/29/10
Deogn/Contract Doorro. CSO Mech/Prooass 40 days Mon 2/1/10 Frl 326/10
Drool/Coda. Boo/one/se CSO Civil 30 days Mon 3/8/10 Fn 4/18/10
Design/Co.a. Demers. Spuotwal todays Mon 3/1/10 Fn 4/9/10
DinivCOritraclDoC Electrical 30 days F/Il/S/no Tlo 4/15/10
Deakji1C.tract I6C 30 days Fri 3/12/10 PO 422/10
24 days Mon 3/1/10 05 /4/1/10
60% Contract DocumeM Review (ReSubmn) 20 days Fri arzslo T18/5/20/10
Final °cogs Commit Coordnebon SO days Fr15/21/10 Tlo W12/10
SOY Conhoc113.ored Review 20 days no 9/9/10 Wed 10.10
Final Contract Doane rt Package 30 days T. 107/10 Wed 11/17/10
Be Ready Documents 0 days Wed 11/17/10 Wed 11/17/10
OCR BR? Applicator. Deadene 1 /up Fri 10/29/10 Fri 10/29/10
Miscattaneoes Work Adelson. 8/ Scope Ravisons 45 day. Wed Woo Wed 9/8/10
1 /up Will 7/7/10 M4717/10
P500.0.3/ Noreen 2O days TN)" 7.10 Wi 8.10
Santee Recerving Fankly 45days T. 7/8/10 Wa/no/a/ID
cmNlImIlaCton incldesign 40 days 110/ 7/510 Wed 911/10
Deilgo Gametenal 21 K1PE FLI 25 days Thu 718/10 Wed 8/11/10
Wire (Stahel) 30 days Tlo 7.10 Wed 8/18/10
Cons...14y Rwiew 15 days Mon 11/0/10 Fri 11/2S/10
Property Acquisition 378 days Tue 1/19110 Thu 8130/11
liartonVons on CewkOmrt ensloMen 180 dais Ti 1/1930 Mali8/3010
Crly Negotiations for Ode Purchase 90., Toe 8/31/10 Mon 1./11
"CdirequisbeT) thru Ensnare Domain 128 days T. 1/4/11 Thu 8/30/11
PainSt Pha
De p a nrnenfol Ecology
US Army Corpief Engneers 141 days Tue 4/13/10 Tue 10/25110
NOM FolieriaNatio Minne FishirieiSeivellefaFS) 210 days VW 1/15110 MEA 1/3111
WA Department of Fish and WildliM(WCPW) 59 days Thu ion/to Tue 12/28110
Ctitpoa*OlW 182 days T.1/16/10 "Wid 11/24/10
2010 Ecology Fonds. Appbceton (Bid Ready Basal
Oily Adrilinistrabon 00971661
223 days Tiii3/18/10 Th.71120111
203 days 71/5 4/11/10 Thu 1/20111
2010 Seaton Pmiact Flavkre)90%15.10) 37days Tlsi 9/9/10 Fri 10/2930
SRF Finds Available d. da y y F 1 1019/ 10
2010 Ecology FundrniAp DEADLIbE
CSO pole. With LRC 1 day? Tue W10/10 Tue 8110/10
First Coma Revkaw of SRF APF0..n I day? Mon 9.10 Mon 9.10
SRF AFpnaval 1 day? Mon 9/20/10 Mon 92.10
30 days lbu 11/18/10 Wed 12129/10
30 days? Tue 8/10/10 Mon 9/20/10
CSO Phase 1 Consovction 501 days P0711118 Fn 6/31/13
CSO Phase 2 881 days Mon 8/5/12 Mon 12121/15
CSO Phase 1 Schedule Update
Port Date Mon 7/25/10
2010-07-08 CSOphl Amend. 00/0 816/S kn nap
I Task
CLIMIU Ii1/1111EAN110111116111111111A1
I
Progess Ml84550/I.
Val Lam 1M aan IV Mar 1 Lal 1U
LEWA ffirn MIA IN111111.1 NM IlddlIUME 30 IIIIKE/1
Sorcery I. Propel Sunni.) 61
p Es:hornet Tasks
External Mlestone Deadline
ts tu Nov IV
*Isola lonummurniwiinammufrAimiamilimuntimmussameramtalwom
PROJECT 06-01
AMENDMENT 7
SCHEDULE D
L 11 71
I
p
p
Update #5 July, 2010
ID I I Task Name Duration I Start
1 g NPS City Concurrence 0 days Fn 2/5/10
2 5 Complete PLAN amend( Submit to Ecology 20 days Mon 2/8/10 Fn 3/5/10
3 NIEcology Review Meeting 1 day Thu 1/14/10 Thu 1/14/10
I
4 Ecology Review Approval 25 days Mon 3/8/10 Fn 4/9/10
5 1E Prepare Design Scope, Budget Schedule
6 NPS Project Review
7 E NPS Tribe City Agreements
8 Draft City BC Agreement
5 days 1 Mon 4/12/10 Fn 4/16/10
10 days
22 days
Mon 4/19/10 Fn 4/30/10
Thu 2/4/10 Fri 3/5/10
5 daysl Mon S/3/10 F n57771CT
9 E Elwha TnbaIProjeclBlD 0 days! Mon 3/15/10 Mon 3/15/10
10 NPS Funding Review 10 days Mon 5/10/10 Fn 5/21/10
2 Amendment 7 Execution 0 days Wed 7/21/10 Wed 7/21/10
12 Project NEPA. SEPA&Shorekne Permit 109 day Mon 7/12110 Thu 12/9/10
13 E NPS and DSC Draft EA Review
14 Address NPS Comments
15 NPS PWRO Draft EA Renew
1
16 Final EA
17
18 2
19
20
Comment Period
11 daysl Mon 7/12/10 Mon 7/26/10
6 days Tue 7/27/10 Tue 8/3/10
16 days Wed 8T4/10 Wed 8/25/16
4daysi Thu 8/26/10 tue 8/31/ff
days I Wed9/1/10 Thu 9/30/1
Prepare FONSI 14 days Thu 9/16/10 Tue 10/5/10
DraftF Review (City BC) 3 days I Wed 10/6/10 Fn 10/8/10
NPS Draft FONSI Review 15 days Mon 10/11/10 Fn 10/29/10
21 2 Prepare SSDP application 5 days Mon 8/2/10 Fri 8/6/10
22 City and BC SSDP review 7 days 8/9/10 Tue 8/17/10
23 I Process SSDP (SEPA+SSDP) 72 days Wed 9/1/10 Thu 12/9/10
I 1
24
25 E OevelOP Project Mapping 20 days I Wed 7/28/10 Tue 8/24/10
26 g Project Geotechnical Evloration 20 days Wed 7/28/10 Tue 8/24/10
27 I
28 Prepare Project Drawings Specifs
30 days Wed 8/25/10 TUe10/5/10
29 1 City Review Approval 20 days Wed 10/6/10 Tue 11/2/10
30 4 1 Fi n al Bid Documents 20 days Wed 11/3/10 Tue 11/30/10
31 'Project Bidding 25 days T Fn 12/10/10 Thu 1/13/11
32 I Award
33
34
Project Construction 50 days Fn 2/4/11 Thu 4/14/11
Project Closeout
Protect 2010-07-23 Storm Separation Task
Date Mon 7/26/10
15 days Fn 1/14/11 Thu 2/3/11
15 days Fn 4/15/11 Thu 5/5/1
Split
Finish 109 2010 ebrusy 2010 I March 2010 April 2010 May 2010 _urre 2010 lAtaust 2010 I September 2010 'October 2010 November 2010 I December 2010 (January 2011 (February 2011 I March 2011 nl 2011
2/2 12/2 11/3 11/10 1/171*Fgf3112/i12/14 2/21 2/2813/7 3/141 4/4 W114/184/2515/2 15/9 15/16 5/2315/3016/6 6/13 6/20 6/2
I
71 11 7 Y r4 2° 17 18/8 5/15 8/2218/2 91219/19 9/26110/310/1 10/1 10/2 10/3 111/711/1 11/2 11/2 112/512/1 >2/1 12/2 11/2 11/9 11/161/2311/3012/6 2/132/2012/2713/6 3/133/200/2714/3 14/104/1714/2415/i 5/8
LI
Fn 2/5/10
3/15
ta-
T
Page 1
Progress Milestone Summary Project Summary Extemal Tasks I
I External Milestone
PROJECT 06-01
AMENDMENT 7
SCHEDULE D2
TASK 16 DETAIL
Deadline