Loading...
HomeMy WebLinkAbout5.658 Original Contract , . ~/ ')f,'icS: SUPPLEMENTAL AGREEMENT # 1 5. l.RS8 :<, .'" Agreement No.,: Agency: Name of Project: City Project No.: New Maximum Amount Payable: LA 5617 & 5618 City of Port Angeles 8th Street Bridge Replacements 02-15 $2,880,055.57 The Ci!y of Port Angeles (City) and Exeltech Consulting, Inc., (Consultant) desire to supplement the standard Consultant Agreement executed on November 4, 2003. All provisions in the Agreement remain in effect except as expressly modified in this Supplemental Agreement as follows: I. Section II, SCOPE OF WORK, shall be amended as follows: The Scope of Work shall be supplemented to include the out of scope work that was approved by the City of Port Angeles, as outlined in Change Controls 13 (Wetland Mitigation Design), 14 (WSDOT Request for Historic Bridge Documentation), 17 (Streetscape Sketches for Public Meeting), 18 (Bridge Soils Required Battered Piles and Bent Redesign), 23 (ESA Critical Areas Analysis), 24 (Right of Way Title Reports and Construction Easement Plans), 25 (Traffic Analysis of Pine Street Connection and Cedar/Front), 27 (TS&L Design Re- analysis), and 28 (Additional Sheets for Detail Foundation Design). Attached Exhibit B-1 a (Scope of Work) supplements ExhiQit B-1 (Scope of Work) executed in the Standard Consultant Agreement. II. Section IV, TIME FOR BEGINNING AND COMPLETION, remains the same. III. Section V, PAYMENT, shall be amended as follows: Maximum amounts payable for tasks have been modified from the original contract, as shown below: I Original Contract Revised Contract Amount Amount (Executed on November 4, 2003\ Phase 1 $306,816.27 $284,138.49 Phase 2 $728,003.56 $705,621.65 Phase 3 $812,433.49 $1,041,457.15 Phase 4* $801,583.25* $798,838.28* Management Reserve $50,000.00 $50,000.00 Contract Total $2,698,836.57 $2,880,055.57 *Phase 4 budget will be reviewed and if necessary, be revised by the Agency and Consultant prior to the scheduled start of Phase 4. . . Approved Change Controls (13,14,17,18,23; 24, 25, 27, and 28) with a total budget of $181,219.00 shall constitute Supplement #1. Payment shall continue to be cost plus fixed fee. Maximum additional payment for Supplement #1 will be $181,219.00, amending the maximum amount payable to $2,880,055.57. Attached Exhibit 8-2a (Task Order Agreement) replaces Exhibit B-2 (Task Order Agreement) executed in the Standard Consultant Agreement, and defines maximum amount payable for each phase of the project. IN WITNESS WHEREOF, the parties hav~xecuted this s plement and agree to the changes as stated above as of this rr d , 0 5. By ~~:v,~~ By Date d., IJf~oS" Agencylt~4 ~~ ()I1ffOf.-d/ Date (0-7-05 Consultant ~c.H &,;,rJSvu",,,~/ IrJ'-. . .' ." Exhibit B-1 a Supplemental Scope of Work for Approved Change Controls Beyond Original Scope of Work Port Angeles 8th Street Bridge Replacements Project City of Port Angeles and Exeltech Consulting, Inc. Supplement Number 1 to Exeltech Project No. 0328 and City of Port Angeles Project No. 02-15 . . Exhibit B-1 a Scope of Services LETTER SUBMITTED TO CITY OF PORT ANGELES MAY 27, 2005 SUBSTANTIATING SUPPLEMENr #1 BASED ON APPROVED CHANGE CONTROLS BEYOND ORIGINAL SCOPE OF WORK May 27, 2005 ..(2./ /~ --........, exeltech Gary Kenworthy P.E. Deputy Director of Engmeenng Services City of Port Angeles 321 East Fifth Street P.O. Boxl 150 Port Angeles, W A 98362-0217 ':')'27,\ PC'~ln{Hll lone SVV' 01/mp'c \Ajj. QH.5d:) 57:l 1 I~: 30G 157 8L89 I,,, 360 3.'.>7 8,';>5 Re: 81b Street Bridges Replacements 02-15 Engmeenng Semces for Final Design Dear Mr. Kenworthy: This letter amends the letter sent to you on May 4, 2005 outlining the Cbange Controls that applied to the Exeltech portIon of the contract amount. This lctter applies the Cbange Controls to the ennre contract budget for Phase 3, Final DesIgn as submitted In the Apnl 30.2005 Budget Detail for the proJect. On April 30, 2005, the contract budgct for Phase 3, Final DesIgn showed a Balance Remaining of $120,157.51. Based on our level of effort over the last several months.lhe anticipated "cost to complete" the Phase 3 100 % PS&E for the months of May, June and IJalfof August w1l1 be approximately$3oo,850, excluding the additional scope and budget needed for Lochner to complete the additional traffic analYSIS. There were a number of prevIOusly approved Change Controls that were beyond the Scope and Budget of the contract. These, along With a proposed Change Control for redesign of the bndge foundatlons due to seismiC design and poor SOIls conditions, have caused the cost of1he project design to exceed the original budget for the proJcct. The followmg IS a hst and descnption of the approved Change Controls and the proposed Change Control that supports the poSlnon described above: 1. Change Control #13 - Wetland Mitigation Design - Task 60S This cost was deferred when the project scope and budget was developed. 2. Change Control #14 - WSDOT Request for Histone Bndge Documentation 3. Change Control # 17 - City Requested Streetscape Sketches t<< public meeting 4. Change Control #18 - Bndge soils required battered piles and bent redesign 5. Change Control #23 - ESA Cntieal Areas Analysis - WSDOT request 6. Change Control #24 - R/W title reports/constrUctJon easemem plans 7. Change Control #25 - Lochner traffic analYSIS ofPme St. Cmm.. and CedarlFront 8. Change Control #27 - (Proposed) TS&L DeSign Re-analysls 9. Change Control #28 - (proposed) AdditIOnal sheets for detail foundahon deSlgn Total Cost of Change Controls $14,208 $1,807 $1,200 56,000 $1,218 $6,933 $39,853 $15,000 $45.000 $181,219 :: ,-=,,1~t:11'!:: ~rll'l,:'l ~ r,I !...- 1'''=lf,....J th.] \/,,'( 6/3/2005 1 Exhibit 8-1a Scope of Services Items # I through 7 were previously chscussed and approved by the City through the Change Control administratIve review procedure established in the contract. Items 8 and 9 bave not been processed and are included as an attachment to this letter. Your approval this Change Control #27 and #28 and request for additional budget to cover aU previously approved change controls defined above would greatly IDItigate the impacts to Exeltech and our management of the project design. Your consideration and approval of this request would be greatly appreciated. Regards, EXELTECH CONSULTING Bernie Chaplin, PLA Project Manager Enclosures Cc Santosh Kuruvilla 6/3/2005 2 Exhibit B-1 a Scope of Services CHANGE CONTROL #13 (ENTRIX #2) ,a'me: Jeff Bohman Change Control Plan Date: CK!ober7, 2004 Change Tracking Number: Entrix #2 "fI:. / ~ Chanae Descriotion Identify change A moderate change in scope far Entrix includes preparation of a (please note If change will be minor, Wetland Mitigation Plan for designing replacement wetlands for moderate, or substantial) unanticipated wetland impacts by the proposed project. The biology report identified potential wetland impacts and recommended mitigation strategies. This scope change reflects the additional work that did not include any budget during the initial scooina and budaet develooment for the oroiect. Analyze effects of change The additional scope to prepare plans and specifications for (please note scope, cost, and quality wetland replacement includes additional biological design, plan effects) preparation, and specification writing for the contract documents. Scope of work will be included in Task 608, Mitigation Design, with . an estimated cost $14,208. Budget will be transferred from the following Exeltech Tasks: . Task 301 $ 1.91 . Task 302 $2,441.11 . Task 306 $ 348.74 . Task 320 $ 43.57 . Task 380 $ 33.40 . Task 390 $2,237.10 . Task 401 $,9.102.17 Total $14.208 Response strategy Completion of the task is necessary to complete the NEPA, SEPA and permitting far the project. Strategy communication and The scope of work and budget have been negotiated between endorsement Entrix and Exeltech. (please note how and who) Work plan revisions This effort was identified in the scope of work but not budgeted until the level of effort is clarified. 6/3/2005 3 Exhibit B-1 a Scope of Services CHANGE CONTROL #14 (ENTRIX #3) -- ( Change Control Plan tJ'5J-? ~ Name: Jeffrev R. Bohman Date: 11/05/04 Change Tracking Number: ;Jt It( Chanae Descriotion Identify change New, out-of-scope changes needed to Cultural Resources (please note if change will be minor, Technical Report, at estimated cost of $1,807. This represents a moderate, or substantial) moderate, but unavoidable change that must be addressed to meet reoortina reauirements. Analyze effects of change WSDOT change of determination in eligibility status of bridges (please note scope, cost, and quality necessitates unanticipated changes to cultural resources technical effects) reports in most report sections: inventory forms for both bridges, map of eligible properties, and Affected Environment, Impacts, Mitigation, Unavoidable Adverse Impacts, and Significance of Impacts sections, induding text, tables and graphics. Response strategy Provide supplemental budget in amount of $1,807, as per attached, to address changes. Strategy communication and Change reviewed and acknowledged in preliminary discussion endorsement between ENTRIX and Exeltech on 11/5/04. (please note how and who) Work plan revisions This does not represent a revision of the overall work plan, but Simply a change in the work required within one element of the work plan (the Cultural Resources Technical Report). Other Comments: This does not include cost of response to comments that mayor may not be requested upon review of our revisions. Because there may not be any requested, we did not want to seek any budget if it turns out to be unnecessary. Acknowledged and signed by: ~4.A.~ /, Change Advocate if I (~ " P 1ect Manager 1/ A-ALJ , Date I .~p+" ate Date 6/3/2005 4 Exhibit B-1a Scope of Services CHANGE CONTROL #17 (ODW #1) Change Control Plan Name: Olympic Design Works (ODW) Date: January 19, 2005 Change Tracking Number: Olvmo\c Desion Works #1 Chanae DescrlDtion Identify change A minor change in work that includes preparation of two colored (please note If change will be minor, perspective renderings of the bridge entrance/exit and viewpoints. moderate, or substantial) The change came as a result of a meeting of ODW, the aty and Exeltech. Analyze effects of change The additional scope to prepare two perspective renderings of the (please note scope, cost, and quality bridges includes additional streetscape detailing of the plans, plan effects) preparation of streetscape elements, and coordination with Exeltech, rendering subconsultant and the City of Port Angeles Public Works Department Scope of work will be included in Task 510, Streetscape Design Report, with an estimated cost of~. See the attached breakdown of costs. Budget will be transferred from the following Exeltech Tasks: . Task 401 $ 17.05 . Task 402 $ 1,182.95 Total $ 1,200.00 Response strategy Completion of the task Is necessary to complete the Streetscape preliminary design that will serve as the basis for public communication, City Council communication and approval, and for final design and construction plans for the streetscape elements of the project. Strategy communication and The scope of work and budget have been negotiated between endorsement ODW and Exeltech. (please note how and who) A Supplemental Agreement between ODW and Exeltech will formalize this chanae of budaet. Work plan revisions This effort was not identified In the project scope of work or budget but determined necessary to communicate the - -- ~ ~-~ * - - - recommenclectstreetscape elements to the-public. ---- Other Comments: This Change Control was prepared after the work was completed due to potential unknowns regarding the review and revision of the renderings. ~I/~t~ 'Date t1 /#~/cJ..J- : M c,;S 6/3/2005 5 Exhibit B-1 a Scope of Services CHANGE CONTROL #18 (EXEL TECH #2) Change Control Plan Name: Exeltech Consulting Date: March 3, 2005 Change Tracking Number: Exeltech Change COntrol #1r i 91 , Chal1Qe Description Identify change The substantial complexity of bridge plans requires additional (please note if change will be minor, budget over originally planned amount. moderate, or substantial) Analyze effects of change No change in scope or overall budget for Exeltech. Bottom line in (please note scope, cost, and quality Phase 3 will not change. $56,000 will be transferred from effects) Exeltech's Task 603 budget (Ovil Plans) to Exeltech's Task 604 budget (Bridge Plans) to cover complexity of bridge plans. Response strategy Budget transfer will allow completion of bridge plans within the revised budget. Strategy communication and This Change Control will formalize this budget transfer. endorsement (please note how and who) Work plan revisions This extent of complexity was not anticipated in the original project budget, but can still be completed within phase and overall Exeltech budget. Other Comments: 7d..d~P/j Date I Oty of Port Angeles Date 6/3/2005 6 Exhibit B-1 a Scope of Services CHANGE CONTROL #23 (ENTRIX #4) Change Control Plan Name: Jeff Bohman Date: March 15, 2005 Change Tracking Number: Entrix #4 Exeltech #23 Chanae Descriotion Identify change A minor change in scope for Entrix includes preparation of an (please note if change will be minor, addendum to the Biological Assessment to address NOAA Rsheries' moderate, or substantial) recent publication of proposed species and critical habitat. Additionally, the remaining budget of $10.61 in Task 305 will be transferred to Task 401 in order to close out Phase 1 of the oroiect. Analyze effects of change The additional scope to prepare an addendum to the Biological (please note scope, cost, and quality Assessment includes an estimated cost of $1,218. Scope of work effects) will be included in Task 401 (Discipline Reports & Biological Assessment). Budget of $1,218 will be transferred from Northwest Economic Associates' remaining budget in Task 401. Entrix budget in Task 401 will then be $112,661.28 and overall budget will be $158,998.85. NEA's budget In Task 401 will be reduced to $15,659.69 and overall budget to $22,781.79. To close out Phase 1 of the project, $10.61 will be transferred from Task 305 to Task 401. Response strategy Completion of the task is necessary to make sure that Endangered Species Act regulations are fulfilled. Strategy communication and The scope of work and budget have been negotiated between endorsement Entrix and Exeltech. (please note how and who) Work plan revisions This effort was not identified in the original scope of work or budget The scope of work will be completed within existing project budget Other Comments: Approvedand signed bZ: / ~"( .? . jf,;<!J 0~---4-t?; Change Adyetate ./);:/ /;.- ,r /y/;41~//;/ / { j.,('7r:'}-'> Date' / Date Project Manager Date Client 6/3/2005 7 . . Exhibit B-1a Scope of Services CHANGE CONTROL #24 (WENGLER #2) Name: Jim Wengler, Wengler Surveying Change Control Plan Date: March 25, 2005 Change Tracking Number: Wengler #2 Exeltech # 24 Chanae ' Descriotion Identify change At the request of the aty, right-of-way plans will be prepared that (please note if change will be minor, will include obtaining title searches, block and lot calculations, moderate, or substantial) construction easement calculations, and preparation of plans. Scope will be added to Wenaler SurvevinCl to accomplish. Analyze effects of change The change will allow the dty and WSDOT to proceed with (please note scope, cost, and quality acquisition of construction easements for the project prior to going effectS) to contract. This is beyond the original scope of Wengler Surveying. Cost is estimated to be $6,933.03 to be added to Task 605. Response strategy Budget to be transferred from Exeltech Task 690, $262.90; and NEA budget $6,670.13. Strategy communication and This Change Control will formalize the budget transfer. endorsement (please note how and who) Work plan revisions The scope of the project will not change. Other Comments: None. rk //.-- ---- //?:-fy.w-#1 ,;Z ,<j , ~~ <." / Date ' ;ll~~ ,;2 Z ,~ Date / City of Port Angeles Date 6/3/2005 8 Exhibit B-1 a Scope of Services CHANGE CONTROL #25 (LOCHNER #4) Change Control Plan #4 Name: H.W. Lochner Date: April 25. 2005 Change Tracking Number: Lochner # 4 Exeltech #25 Chamle Description Identify change Conduct a Traffic Analysis and prepare an addendum (please note if change wUl be minor, memorandum identifying additional mitigation measures to moderate, or substantial) accommodate total closures for each of the two bridges over valley Street and Tumwater Truck Route on 8th Street. Analyze effects of change The results of the analysis will provide the necessary data to (please note scope, cost, and quality determine the level of traffic control mitigation for the traffic effects) detours during the closures of bridges during construction. The analysis, documentatlon and follow-up plans are outlined In the attached scope of work. Estimated cost is $39,628.72. Budget will be added to Lochner Task 605; from Exeltech Tasks 603, 605, 620 and 690. Response strategy The results of the analysis will outline specific strategies on what should be undertaken to mitigate traffic impacts during constructIon. Options could include additional signing, traffic tum Dockets. or temoorarv sianals. Strategy communication The proposed plan has been reviewed and preliminarily approved and endorsement by the City Engineer and Civil Engineer for the City (Gary (please note how and who) Kenworthy and Jim Mahlum). Work plan revisions The planned work is not included in the original scope of work and requires a Supplemental Agreement between Exeltech and Lochner. The Supplement has been approved by Lochner. S-oz.-o~ Date )/;, /(15 DatE( ( City of Port Angeles Date 6/3/2005 9 Exhibit B-1 a Scope of Services CHANGE CONTROL #27 (EXEL TECH) Change Descriotion Identify change Increased level of effort and additional justification of (please note if change will be T.S. & L. Report minor, moderate, or substantial) Major change - WSDOT review of T.S. & L. effort required additional justification to rationalize the bridge type selection. Analyze effects of change Additional justification required to respond to WSDOT's (please note scope, cost, and comments on the T. S. & L. report necessitated the need quality effects) to complete a more detailed life-cycle cost analysis to rationalize bridge type selection. Cost was approximately $15,000 to perform the additional analysis and support for the selected design. Response strategy We recommend following thru with this change since it results in a more context sensitive sustainable solution, Le., slant leg bridge which best addresses local concerns and in-situ conditions. Strategy communication and endorsement (please note how and who) Work plan revisions 6/3/2005 10 . . ~ . . Exhibit B-1a Scope of Services I CHANGE CONTROL #28 (EXEL TECH) Change Descriotion Identify change Redesign and detailing of differing slant leg foundations (please note if change will be at each side of both bridges. minor, moderate, or substantial) Major change - Geotechnical investigations have encountered dissimilar soil conditions at the slant leg foundation locations at each side of both bridges. Analyze effects of change This dissimilarity has resulted in two (2) sets of designs (please note scope, cost, and and detailing at both (east and west) foundation quality effects) locations at both bridges for various options of bridge closure. This foundation anomaly has also necessitated the need for additional geotechnical criteria at both foundation locations and increased coordination with geotechnical subconsultant. The 2 sets of foundation designs have also resulted in additional engineering and detailing effort. Original SOW anticipated approximately 80 structural drawings for both bridges. With this new complexity we are anticipating 110 to 120 structural drawings resulting in 45% to 50% additional detailing and production effort. Cost of this effort was a minimum of $45,000. Response strategy We recommend following thru ,with this change, since bridge foundations have to be designed to fit site constraints. Strategy communication and endorsement (please note how and who) Work plan revisions 6/3/2005 11 .. Exhibit B-2a Scope of Work (Task Order Agreement) Each item of work under this AGREEMENT will be provided by task assignment. Each assignment will be individually negotiated with the CONSULTANT. The amount established for each assignment will be the maximum amount payable for that assignment unless modified in writing by the AGENCY. The AGENCY is not obligated to assign any specific number oftasks to the CONSULTANT, and the AGENCY'S and CONSULTANT'S obligations hereunder are limited to tasks assigned in writing. Task assignments may include but are not limited to, the following types of work: Task assignments made by the AGENCY shall be issued in writing by a Formal Task Assignment Document similar in format to page 2 of this exhibit. An assignment shall become effective when a formal Task Assignment Document is signed by the CONSULTANT and the AGENCY, except that emergency actions requiring a 24-hour or less response can be handled by an oral authorization. Such oral authorization shall be followed up a Formal Task Assignment Document within four working days, and any billing rates agreed to orally (for individuals, subconsultants, or organizations whose rates were not previously established in the AGREEMENT) shall be provisional and subject to final negotiation and acceptance by the AGENCY. Page 1 of 5 Exhibit B-2a Formal Task Assignment Document Task Number Phase 1 The general provisions and clauses of Agreement LA 5617/18 Task Assignment. shall be in full force and effect for this Location of Project: Port Angeles, Washington Project Title: 8th Street Brid2e Replacements Maximum Amount Payable Per Task Assignment: $284.138.49 Completion Date: Description of Work: (Note attachments and give brief description) Phase 1 - Alternatives Analysis and Type, Size & Location Agency Project Manager Signature: A \ -. K <::> - \- Oral Authorization Date: See Letter Dated: ~~~ Consultant Signature: Date: Agency Approving Authority: Date: "'!<i5!,S- 6 /~z.ooS- Date: lo-1-D~ Page 2 of 5 . . Exhibit B-2a Formal Task Assignment Document Task Number Phase 2 The general provisions and clauses of Agreement LA 5617/18 Task Assignment. shall be in full force and effect for this Location of Project: Port Angeles. Washington Project Title: 8tb Street Brid2e Replacements Maximum Amount Payable Per Task Assignment: $705.621.65 Completion Date: Description of Work: (Note attachments and give brief description) Phase 2 - NEP AlSEP A Environmental Studies and Documentation and Preliminary Design Agency Project Manager Signature: ~ 1L... ;< ~ ~ Date: t./Y'J cO' , I Agency Approving Authority: See Letter Dated: Oral Authorization Date: Consultant Signature: Date: b 1y(2<;)QS Date: /.t; - 7 ~ /) 5 (Page 3 of 5 Exhibit B-2a Formal Task Assignment Document Task Number Phase 3 The general provisions and clauses of Agreement LA 5617/18 Assignment. shall be in full force and effect for this Task Location of Project: Port Angeles. Washington Project Title: 8th Street Bridee Replacements Maximum Amount Payable Per Task Assignment: $1.041 A57 .15 Completion Date: Description of Work: (Note atta~hments and give brief description) Phase 3 - Final Design and Plans, Specifications & Estimate Agency Project Manager Signature: ~~\-. V( \ c::s. oat: 4/ 1)/ ~ ( Agency Approving Authority: See Letter Dated: Oral Authorization Date: Consultant Signature: Date: ~ 1'JfZ:,fI '> Date: ~ - 7- ()~ Page 4 of 5 . . . . Exhibit B-2a . . Formal Task Assignment Document Task Number Phase 4 The general provisions and clauses of Agreement Task Assignment. LA 5617/18 shall be in full force and effect for this Location of Project: Port Angeles. Washington Project Title: 8th Street Bride:e Replacements Maximum Amount Payable Per Task Assignment: $798.838.28 Completion Date: Description of Work: (Note attachments and give brief description) Phase 4 - Construction Management Agency Project Manager Signature: ~ l_. Oral Authorization Date: - \ /~ , .......... --'Date: GI/f'/ O~ Consultant Signature: See Letter Dated: ~ ~ Date: "/J/~S- ~a ~ ~ Date: (/J-'7-tJ5 Agency Approving Authority: Page 5 of 5 ~) , , \.,f' ." (p /!5;lc b 5. 058 3, 4. - . '\> AMENDMENT NO.3 TO THE AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE THE CITY OF PORT ANGELES AND EXELTECH PROJECT 02-15 THIS AMENDMENT NO.3 is made and entered into this StA. day of ~~ Jl ~ ~ , 2006, by and between THE CITY OF PORT ANGELES, a non-charter code ci of the State of Washington, (hereinafter called the "CITY") and Exeltech, Inc., a Washington Corporation (hereinafter called the "CONSULTANT"). WHEREAS, the CITY entered in to an AGREEMENT with the CONSULTANT on November 4, 2003, (the AGREEMENT) and WHEREAS, the CITY desires to amend the AGREEMENT to revise 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 the original AGREEMENT and this AMENDMENT, the parties hereto agree as follows: REVISED SCOPE OF WORK The scope of professional services to be performed and the results to be achieved by the CONSULTANT pursuant to the Agreement shall be amended to read as shown in the attached Exhibit B-1. The Scope of Work shall include all services and material necessary to accomplish the work. II TIME OF PERFORMANCE The work for all Tasks shall be completed by December 16, 2006. The schedule for completion for the tasks added by the amendment shall be as detailed in Exhibit B-1. III MAXIMUM COMPENSATION The CONSULTANT'S total compensation and reimbursement are stated in the attached Exeltech Letter Dated May 1,2006 and detailed in Exhibits B-2, C, D-1, G, and G-1. The budget for this amendment may be further adjusted by mutual agreement without an amendment to the Agreement, as long as the lump sum compensation $622,500 for this amendment is not exceeded. Amendment No 3 to Exeltech Agreement Page I of2 /' , . . v " "r IV SIGNATURES Except as modified herein, the original Agreement and its Exhibits shall remain in effect. In WITNESS THEREOF, the parties hereto have executed this Amendment NO.3 to the Agreement as of the day and year first written above. CITY OF PORT ANGELES: ~~1? MAYOR CONSULTANT: TITLE: ~~'~T , ~T~C'" ~t-J~Uc.."t:,~~, 'foJc... APPROVED AS TO FORM: 1I~ CITY ATTORNEY ATTEST: Amendment No 3 to Exeltech Agreement Page 2 of2 ..~ "v - ~ May 1, 2006 eXEfltech 2627/', Parkmont Lc11lC SW OI/mOld, WA 98502-5751 Mr. Gary Kenworthy, PE, Deputy Director of Engineenng/City Engineer Port Angeles Public Works and Utilities Department City Hall, 321 E. Fifth Street, P.O. Box 1150 Port Angeles, Washington 98632 eel 31-0 35/ >i289 fill< }60357 8275 SdfltCS~l@X:t( 01 CO'll Subject: Engineering Estimate for redesigning 8th Street Bridge Replacements from Steel Slant Leg spans to Standard WSDOT Prestressed Girder Spans, Project 02-15 Dear Mr. Kenworthy: As you well know, we are all very disappointed with the outcome of the bid results on the previously designed Steel Slant Leg Bridges. Given all the options you had at your disposal, we are indeed honored and extremely thankful that you have decided to retain Exeltech Consulting, Inc. for redesign services on the 8th Street Bridge Replacements Project. Thank You! As a follow-up to our previous discussions we are including the following items for your review and consideration: 1. Scope of Work, Version - May 1, 2006 2. Detail of Labor Hours and Direct Expenses for Exeltech (High and Low Versions) and all our subconsultants detailing work break down structure (WBS), hours, labor categones, overhead, profit, direct costs composition, etc. In your review of Item 2 above you will see two (2) versions for Engineering Estimate for redesign, the High version for $738,218.42 and the Low version for $622,656.93. Essentially, the difference between the two versions is that the Low version zeroes out the fixed fee or profit, and does not allow any time for project administratIve costs. This;s our good faith effort in minimizing additional engineenng cost incurred by the City which IS not funded by WSDOT. Estimates received from our subconsultants were roughly 20% to 50% higher than currently shown individual subconsultant estimates; subsequent negotiations have resulted in the lower $104,667.24 estimate for subconsultants, and are more in line with lower budget (Low Version) approach for redesign. If you find our proposal acceptable, we would like to suggest that a lump sum Professional Services Agreement be executed for $622,500.00. Should you have any questions regarding this submittal please don't hesitate to call me at (360) 357 8289 (x 117) or (206) 713 1241 (Cell). Respectfully Submitted, Exeltech Consulting, Inc. Santosh J. Kuruvilla, PE, SE, PMP Project Director/President Attachments ,-.,. ,) :-:,(; '.~C,- - - l /\!_ '-',-..j,.,~ -~.f ,\,r; U . , / ~ ) ~ . ~ Exhibit B-1 May 1, 2006 Scope of Work Phase 3A 8th Street Bridges Replacement Project Bridge Redesign 1 .J \ \ Exhibit B-1 TABLE OF CONTENTS Scope of Services City of Port Angeles 8th Street Bridges Replacement Bridge Redesign, Project 02-15 Version Date: May 1, 2006 100. GENERAL 101. References 200. PROJECT MANAGEMENT 201. Project Management GUIde Update 202. Monthly Progress Reports 203. Project Schedule and Earned Value Report 204. Coordination 205. Project Management Deliverables 300. PHASE 1 - ALTERNATIVES ANALYSIS AND TS&L (NOT USED) 400. PHASE 2 - NEPA/SEPA ENVIRONMENTAL STUDIES AND DOCUMENTATION (NOT USED) 500. PHASE 2 - PRELIMINARY DESIGN (NOT USED) 600. PHASE 3A - FINAL DESIGN AND PS&E FOR REDESIGN 601. Revise Biological Assessment, Biology Report Addendum, and Archaeological Report 602. Prepare Revised Documented CE and SEPA DNS 603. Update Environmental Permits 604. Mitigation Design 605. Update Public Information Plan 606. Revised Design Report - 30% Final Design 607. Traffic Circulation Redesign for Double Bridge Closure 608. Revised Final Geotechnical Report 609. Revised Hydraulic Analysis and Report 610. Revised Utilities Design Report 611. Preparation of 100% Civil Plans 612. Final Bridge Design - 100% Plans 613. Final Plans, Specifications and Estimates (PS&E) Deliverables 800. QUALITY ASSURANCE/QUALITY CONTROL 801. Intra-Inter Discipline QC Review 802. Calculations QC Review 803. Drawings QC Review 804. Specifications QC Review 805. Opinion of Probable Construction Cost QC Review 806. DocumenUTechnlcal Reports QC Review 807. Constructabllity Review May 1, 2006 2 ~ \ '\ Exhibit B-1 Scope of Services City of Port Angeles Phase 3A - 8th Street Bridges Replacement Project Bridge Redesign 100. GENERAL This Scope of Work outlines provisions for redesign of the Valley Creek and Tumwater Creek Bridges on 8th Street. These bridges will be designed and constructed as five- span or six-span concrete girder bridges that will carry two 12 foot travel lanes, two 5 foot bicycle lanes, two 6 % foot sidewalks, and two outside 1 % foot concrete rails. Total bridge width will be 50 feet. This redesign replaces the prevIous steel slant leg design that was advertised for construction in Summer 2006 with contractor bids that were opened on February 10, 2006 and exceeded the engineers estimate by approximately $8 million. After analyzing various options and consultation with the Washington State Department of Transportation, the City has decided to pursue a more conventional concrete pre- stressed girder bridge design in order to provide a bridge crossing within the federal cost limitation of $20 Million. The approach to the redesign is to proceed directly into preliminary design of a five-span or six-span concrete pre-stressed girder bridge, hold a public open house/meeting within two months of Notice to Proceed (NTP) to share and obtain public comment on the 30% design. Total design time is estimated to be 7 months. Design reviews will be submitted to the City at the 30% (1 % months after NTP), 90% (5 % months after NTP) and 100% (7 months after NTP) stages of design. It is generally assumed that NTP will be issued at the City Council Meeting of May 16, 2006. Based on our contacts with several contractors during Exeltech's analysis of the previous bids, a common response by contractors was to reduce overall construction risk, and that both bridges should be closed concurrently during construction. Based on thiS response, contingency scope items have been added for traffiC analysis and traffic control for simultaneous bridge closure during construction. Assumptions upon which this scope of work is based include: 1. It is assumed that no additional survey work will be needed. 2. The Social/Economic DiSCipline Report, Geology and SOils Discipline Report, Visual Quality Discipline Report, Hazardous Materials DIscipline Report, and all Technical Memorandums will not require updating. 3. No TS&L for the five-span or six-span concrete prestressed girder bridge will be required. 4. It IS generally assumed that the five-span or six-span conventional WSDOT concrete prestressed girder bridge design will fit existing site surface and sub- surface conditions, and that no specialized exploration or analysis other than the norm for a conventional WSDOT concrete prestressed girder bridge Will be required. 5. Span arrangements, girder details, deck details, substructure details at both locations (Valley Creek and Tumwater Creek) will be identical. 6. Architectural design such as archltecturallumniare and architectural bridge railing from previous slant leg bridge design will be incorporated into this design Without extensive rework. Else, standard WSDOT Bridge Pedestrian (BP) Railing With standard luminaries will be used. 101. References May 1, 2006 3 ,} \ \: Exhibit B-1 This Scope of Work has been developed to coincide with the onglnal Scope of Work in Agreement LA 5617/18, dated October 9, 2003 and supplemental agreements. Overall project phasing, Phase 1 - Alternatives Analysis & T.S. & L., Phase 2 - NEPA/SEPA Environmental Studies and Documentation and Preliminary Design, Phase 3 - Final Design and P.S.&E., and Phase 4 - Construction Management still remain the same. Those sections not used from the original scope, are denoted as "Not Used". This Scope of Work assumes that any necessary redesign work associated with the five-span or six-span concrete prestressed girder bndges will be completed under this Scope of Work, Phase 3A - 8th Street Bridges Replacement Project Bridge Redesign, which includes any updating of enVIronmental documents and permits. 200. PROJECT MANAGEMENT The Consultant shall provide clear and concise documentation of work progress, including coordinating work products by the design team that are critical to the overall design effort. This task shall include the preparation of monthly progress reports and monthly schedule reports. 201. Project Management Guide Update (Primary Responsibility - Exeltech) In order to closely monitor, define, and schedule work products, the Consultant will update the Project Guide prepared at the outset of the project. The Project GUide will include chapters devoted to the following: Project Plan, Directory, Budget Baseline, Schedule Baseline, Scope Baseline, Dellverables Log, Communications Plan, Change Control Plan, CADD Management, Project Closeout, and Cost Management, including electronic schedule using Primavera Suretrak Scheduling software. Assumption: Primanlya one-time setup activity. Deliverable: Project Guide 202. Monthly Progress Reports (Primary Responsibility - Exeltech) Monthly progress reports shall be prepared to document work occurring for each task. Monthly reports shall be forwarded to the project manager for review and shall form the basis for tracking the progress of work throughout the Project life. Assumption: Anticipate seven (7) month project life cycle for redesign effort. Deliverable: Anticipate seven (7) Monthly Progress Reports provided 203. Project Schedule and Earned Value Report (Primary Responsibility - Exeltech) The Consultant shall provide a schedule report that provides a concise status of the work and critical Project milestones. The Consultant shall use a single graphic to show both a summary schedule In bar-chart form and a progress curve that allows comparison earned value of actual work done to the baseline budget and the actual expenditures. The main May 1, 2006 4 ,~ \ \' Exhibit B-1 elements of work completed shall be covered In more detail In the body of the monthly narrative report. These reports shall be forwarded to the project manager by the 10th of each month for the prevIous month's activities. The Consultant shall make these reports available In electronic format using Pnmavera (Suretrak) scheduling software. Deliverable: Update Monthly Progress Schedule and Earned Value 204. Coordination (Primary Responsibility - Exeltech) The Consultant shall provide thorough and continuous coordination to ensure the overall success of the Project. The Consultant shall accomplish this on multiple levels for the various disciplines involved. In addition to the overall agency coordination required for this Project, the Consultant shall provide in-house coordination as follows. The Consultant shall hold monthly meetings or conference calls with the City's project manager to provide an overall briefing of project activities. The Consultant Will hold bi-weekly project team meetings that the City's project manager is invited to attend. Coordination meetings shall be required as part of this Project. For the benefit of interested public entitles, the Consultant IS available to provide project-related presentations to local Individuals or groups as requested. The Consultant shall also prOVide briefings or assist in briefings to the local governmental councils as reqUired. Assumptions: Project period will be seven (7) months, two (2) meetings/month, each meeting one (1) hour in length Deliverable: Wntten summaries of all meetings. Action item log that identifies actions or needs and resolution date and type 205. Project Management Deliverables (Primary Responsibility - Exeltech) The Project Guide will outline all the Project Management deliverables for the project. Assumption: Direct expenses for mileage will be reimbursed at the current Washington State Private Owned Vehicle Rate Deliverable: Monthly Invoices will be per WSDOT LAG Manual requirement for a cost plus fixed fee contract. 300. PHASE 1-ALTERNATIVES ANALYSIS AND TS&L Not Used 400. PHASE 2 - NEPAlSEPA ENVIRONMENTAL STUDIES AND DOCUMENTATION Not Used 500. PHASE 2 - PRELIMINARY DESIGN Not Used 600. PHASE 3A - FINAL DESIGN AND PS&E FOR REDESIGN May I, 2006 5 , ~ .. \ Exhibit B-1 601. Revise Biological Assessment, Biology Report Addendum, and Archaeological Report (Primary Responsibility - Exeltech; Secondary Responsibility - Northwest Archaeological Associates (NWAA)) Revise Biological Assessment, Archaeological Report, and Biology Report Addendum based on bndge redesign, and resubmit to the City and WSDOT Local Programs for forwarding on to FHWA and other agencIes for approval. DiSCipline Report formats will continue to follow EPM outlines. Assumption: The Social/Economic Discipline Report, Geology and Soils Discipline Report, Visual Quality Discipline Report, Hazardous Materials Discipline Report, and all Technical Memorandums will not reqUIre updating. 601.1 Archaeological Report (Primary Responsibility - Northwest Archaeological Associates (NWAA)) The previous cultural resources technical report (Entnx 2004) and available information concerning the project area including soils and cultural data will be revIewed. Tasks will Include the following: 1. Background Research/Coordination - The Lower Elwha Klallam Tnbe will be contacted regarding their participation in the project and schedule of field work. 2. Field Work - Archaeologists will examine the location of each support column uSing pedestnan transects spaced no more than 3 meters apart. After examining each area and In coordination with the geotechnical team, NWAA will dig a shovel probe at the location of each geotech bore hole. The shovel probes are estimated to extend to a depth of less than 100 cm. Geotech excavation below thiS pOint will be monitored by NWAA's archaeologist until non-Holocene deposits are encountered. The location of probes and geotech bore holes will be recorded uSing a GPS unit and observations made while surveYing, digging probes and monitoring geotechnical borings will be recorded on NWAA field forms. Geotechnical bore hole locations and contents Will be documented with photographs and sketches. No artifacts Will be collected. 3. Analysis & Site Form Preparation - A map will be prepared of the study area using the GPS data and design plans. Stratigraphic profiles Will be reproduced graphically and assembled with their matrix descriptions and digital photographs as needed. 4. The results of these investigations will be presented in a technical memo report for submission to the City, the Washington Department of Transportation (WSDOT), and the State HistOriC Preservation Office. Draft and final versions of the technical memo will be prepared presenting results of field investigations, analyses, recommendations, and mitigation strategies, if applicable. May 1, 2006 6 , I.. " \ Exhibit B-1 Assumptions: NWAA's technical memo will Include the tasks accomplished by NWAA and will not duplicate the information presented in the previous cultural resources technical report (ENTRIX 2004). The Lower Elwha Klallam Tribe has been notified of the redesign project and continued archaeological assessment as part of WSDOT's Section 106 responsibility to consult with affected tribes; locations of the geotechnical bore holes will be marked on the ground either Immediately prior to or at the time of NWAA's field investigations. 602. Prepare Revised Documented CE and SEPA DNS (Primary Responsibility - Exeltech) Prepare Revised ECS and SEPA documentation based on bridge redesign. Re-submit ECS to WSDOT Local Programs and FHWA and SEPA documentation to City for review and approval. Assumption: One (1) round of revisions to the Revised ECS and SEPA DNS. Deliverables: Two (2) copies of Revised ECS for City, WSDOT and FHWA for 30-day review; Consultant to incur cost of advertisement In newspaper 603. Update Environmental Permits (Primary Responsibility - Exeltech) Prepare revised applications for permits from the regulatory agencies including Hydraulic Project Approval from Washington Department of Fish and Wildlife; Nationwide permit from United States Army Corps of Engineers; 401 Water Quality Certification from the Washington Department of Ecology. Assumption: Consultant will coordinate with WDFW; WSDOT will coordinate With the Lower Elwha Klallam Tribe; City to submit applications to agencies and pay any permit fees Deliverable: Permit applications (excluding fees) 604. Mitigation Design (Primary Responsibility - Exeltech) Based upon findings of new wetland impacts, as documented in Biology Discipline Report Addendum, a revised mitigation design will be developed. Deliverable: Wetland mitigation plans 605. Update Public Information Plan (Primary Responsibility - Exeltech) A. Prepare Public Information Plan B. Conduct one public open house once bridge redesign concept has been determined. Draft, prepare and post display advertisement. Draft text for mailed notices publiCizing the event. Draft news release publicizing the event. Draft text for one (1) handout for distribution at the open house. Coordinate logistiCS for event, including room set-up and presentation. Set up and break down event. May 1, 2006 7 ). \ \ Exhibit B-1 Assumptions: One (1) four-hour open house at City Hall for one hundred (100) people, Consultant to prepare notices for mailing and newspaper publication; Consultant will incur costs for duplication of up to five hundred (500) notices; Consultant will develop mailing list that will be approved by the City; City is to be billed for ad In one (1) edition of the Peninsula Daily Newspaper; City to mail notices. Deliverables: Wntten Summary of Comments received; Four (4) exhibits; 500 mailing notices. 606. Revised Design Report - 30% Final Design (Primary Responsibility- Exeltech) The Design Report will be updated to record the reevaluations of the various disciplines, which result in design recommendations and, after review and concurrence by the City, will provide the approved deSign. The Design Report is instrumental in preparation of the R/W plans and the PS&E. The Design Report must receive concurrence from the City prior to beginning work on the PS&E. New roadway sections will be analyzed to reduce the roadway widths. Minor roadway section reviSions may be necessary on SR 117. One bridge alternative, either the five-span or six-span concrete prestressed girder bridge will be advanced to Final Bridge Redesign. In thiS Design Report stage, previous DeSign Report will be revised to Include 30% set of drawings showing Final Type, Size and Location of the selected five-span or six-span concrete prestressed girder bndge and a 30% bridge cost estimate will be developed. Assumptions: A five-span or six-span prestressed concrete bridge will be the preferred alternative. The span configuration will be the same for both Valley and Tumwater Creek bndges. The deSign and detailing will Incorporate AASHTO and WSDOT standard practices. Plans will be developed using English Units of measure. Oel1verables: 1. 30% Design Report Document 2. Horizontal and Vertical Alignment Plans 3. Typical Roadway Sections 4. Preliminary Cost Estimates for Redesign 5. Final Approach and Methods Report 6. Identify Utility Conflicts 7. 30% Preliminary Project Recommendations 8. 30% Preliminary Bridge DeSign Drawings 9. 30% Preliminary Bndge Cost Estimate 607. Traffic Circulation Redesign for Double Bridge Closure (Primary Responsibility - Lochner) Conduct additional traffic analysis and prepare an addendum memorandum Identifying additional mitigation measures to accommodate May 1, 2006 8 .I. .. " Exhibit B-1 the concurrent closures of both the Tumwater Creek and the Valley Creek Bndges on the 8th Street Bndge project. Tasks will Include: 1. Additional Circulation Analysis: Perform additional traffic analysIs and recommended mitigation as necessary at the following locations: o Marine Drive and Cedar Street o SR 101 (Laundsen Blvd) and Pine Street! Black Diamond Rd connecter Roadway a. Prepare memorandum summanzmg analysis and Identifying any necessary reVisions to the Traffic Control Plans. b. Prepare for and Participate in one Open House In Port Angeles. c. Coordinate with each of the following stakeholders: Clallam Transit, City's police and fire emergency response, City's traffic department and Port Angeles school distnct. 2. Illumination, Signing and Stnplng - Review and revise illumination, signing and stnpping plans as necessary (sheets CH 01-CH06) 3. Prepare additional and/ or revise temporary Traffic Control plans as necessary. Anticipate revision to Sheet TC 04 and TC 05. Possibly add additional sheet for possible detour routing. 4. Revise specification and cost estimate as necessary. Assumptions: Temporary Signals as originally deSign will be in place during closure of the Bridges at: o Marine Drive and Tumwater Street o SR 101 and Pine Street cut-off , The new signal as originally designed at 8th Street and Pine Street will remain. . There are no anticipated changes to the Traffic Signal Sheets (TS01-TS08) . The illumination as originally designed for both bridges will remain the same. The pole spacing and luminarie placement will remain unchanged. Deliverable: Alternate Traffic Circulation Study Report 608. Revised Final Geotechnical Report (Primary Responsibility- PanGeo) The Consultant shall proVide the necessary geotechnical services for update of environmental and Design Report documents. Perform geotechnical field explorations and engineering studies to develop geotechnical recommendations for redeSign of the project Assumptions: Permits, including biological assessments/opinions and any necessary permits from WSDOT Will be obtained by the City May 1, 2006 9 ~ .. '- Exhibit B-1 and Exeltech, with support from PanG EO in the form of a field exploration plan. Traffic control and lane closure of SR-117 will be needed to access the locations for the bOrings at Tumwater Creek. PanGEO will provide signing, as necessary. Traffic control and flagging Will be subcontracted to PanGEO. All drilling Will be completed under one mobilization uSing a single track mounted drill rig in order to minimize cost. Two days of support by a trackhoe is assumed to aid In minor clearing and grading to provide access across the creek(s). . Drill crew and trackhoe (plus operator) Will be subcontracted to PanGEO. Mobilization and drilling can be accomplished dUring normal daylight work hours, including weekends, if necessary. The project Will be developed using English units of measure and under LRFD design methodology. 608.1 Coordinate Field Explorations . Perform site reconnaissance to mark boring locations in the field for utility locates. . Prepare a field exploration plan to assist others in obtaining permits, etc. 608.2 Supervise Test Borings . Drill a total of eight (8) test borings with total drill footage not to exceed 650 feet at the approximate locations of the interior piers. The eXisting abutment bOrings are assumed adequate for design of the reconfigured layout. These bOrings may not be located exactly at the location of piers where piers are located on the eXisting steep slopes. The drill ng Will be positioned as close as practical to the pier location(s), near the toe of the eXisting slopes. Drill depths are expected to be in the range of 50 to 100 feet, with the deeper borings advanced at the locations of the most interior piers. PanG EO Will not drill deeper than the aforementioned depths Without prior authOrization. The borings will be monitored and logged under the full-time observation of an engineer or engineering geologist from PanGEO. . Standard Penetration Test samples will be obtained at 5-foot intervals as the borings are advanced. The site SOils are assumed to be "clean" (i.e., no hazardous materials or contamination), therefore drill cuttings will be disposed of on site. 608.3 Laboratory Testing . Perform laboratory testing on select samples collected during drilling for Index properties including moisture content and grain site analysis. 608.4 Subsurface Profile May 1, 2006 10 ~ '\ \ Exhibit B-1 . Subsurface profiles will be developed based on interpretations of the bOrings and subsurface sOil and groundwater conditions observed. 608.5 Engineering Analysis . Perform engineering analysIs and evaluate data derived from the subsurface exploration and laboratory testing program. 608.6 Draft Geotechnical Report . Prepare a Draft Geotechnical Report containing the results of PanGEa's geotechnical study to support preparation of the PS&E, including descriptions of surface and subsurface conditions, and a site plan showing bOring locations and other pertinent features. Summary boring logs, charts and graphs indicating laboratory test results will also be included. The results of PanGEa's engineering evaluations and preliminary geotechnical engineering recommendations pertaining to the following Items will be presented: Presence and Impacts to new bridge design and construction of existing sOil conditions observed in PanGEa's explorations. Type and depth of deep foundations applicable for the ground conditions. For feasible foundation types, service, strength and extreme bearing resistances will be recommended, along with minimum bearing evaluations at each pier, and anticipated settlements of foundation elements under service loading conditions. Geotechnical design criteria for the bridge, including seismic design requirements and liquefaction hazard analysIs. Recommendations for abutment support, including global stability evaluations. Preparation of special provisions and/or advisory specifications to supplement the Bridge Special Provisions and General Special Provisions for geotechnical elements. Constructabllity issues and concerns. 608.7 Final Geotechnical Report . Prepare a Final Geotechnical Report incorporating responses to comments from City and Exeltech. 608.8 Review PS&E . Perform a review of the geotechnical elements included In the 90% or 100% PS&E package and prepare a letter summarizing our comments. 609. Revised Hydraulic Analysis and Report (Primary Responsibility - Exeltech) May I, 2006 11 '. \ . Exhibit B-1 The hydraulic analysis and report will be updated to reflect site conditions of the redesigned bridge concept. The current version of the Washmgton State Department of Ecology Stormwater Management Manual for Western Washington (DOE Manual) will be used in the preparation of the Hydraulic AnalysIs and Report, which will follow the WSDOT Local Agency GUidelines. The report will Include calculations necessary to identify and design the storm drainage conveyance system and water quality and quantity facilities for the project. The report will include cost estimates for the storm drainage system and facilities for the preferred alternatives. 610. Revised Utilities Design Report (Primary Responsibility - Exeltech) Potential new conflict areas will be Identified throughout the project area to reflect the bridge redesign. Limited coordination With public and private utility agencies shall be provided during the redesign stage of thiS project to faCIlitate orderly development for any added utility conflicts. Deliverable: Revised Utilities Design Report 611. Preparation of 100% Civil Plans (Primary Responsibility - Exeltech) Civil plans will be updated to include the following: 611.1 Vicinity Map The consultant shall prepare a vicinity map for mcorporation into the PS&E document The vicinity map shall be prepared in accordance With standard WSDOT format. 611.2 Index (Primary Responsibility - Exeltech) The consultant shall prepare an index of plans for incorporation into the PS&E document. The index shall be prepared in accordance With standard WSDOT format. 611.3 Preparation of Site Plans (Alignment/Plan & Profile) (Primary Responsibility - Exeltech) The Consultant shall prepare a complete set of site preparation plans in accordance with the approved design report, preliminary plans, field data, and other City furnished information. The plans shall show all demolition, removal items, alignment, clearing and grubbing, and other features, and restoration of the site. 611.4 Roadway Paving (Primary Responsibility - Exeltech) The Consultant shall prepare a complete set of roadway paving plans, paving details, and roadway sections in accordance with the approved DeSign Report, the approved roadway sections, the approved intersection plans, preliminary design plans, and other City furnished information. Roadway Paving Plans shall include paving limits, barrier location, wall locations, guardrail, intersection configurations, and other associated Items The roadway paving plans may be combined with the channelization plans. The Consultant shall prepare vertical profiles for only those roadways being constructed as part of this Project. May I, 2006 12 .. , .. \ Exhibit B-1 Assumptions: Minor road work will likely be required on Valley Street and SR 117. No major realignment of either Valley Street or SR 117 611.5 Roadway Drainage and Utilities (Primary Responsibility - Exeltech) The Consultant shall prepare a complete set of drainage / utility plans, profiles, details, and structure notes, in accordance with the approved Design Report, and other City furnished information. Appropriate temporary erosion control and sediment control devices shall be designed and coordinated such that the Project area runoff Will be effectively controlled. The Consultant shall prepare an addendum to the Hydraulic Report if significant design changes are made dunng the PS&E phase. The Consultant shall be responsible to locate and include in the plans all existing or proposed utility lines that may be in conflict during construction. Preliminary PS&E drainage features prepared during the Hydraulic Report shall be incorporated Into the final Design PS&E unless deemed inapplicable. Assumptions: Minor roadwork on Valley Street and SR 117. No major realignment of either Valley Street or SR 117. 611.6 Illumination, Signing, and Striping (Primary Responsibility - Lochner) The Consultant shall prepare plans In accordance with approved preliminary design plans, the WSDOT Design Manual, the WSDOT Traffic Manual, and the Manual on Uniform Traffic Control Devices (MUTCD). 611.7 Traffic Control for Double Bridge Closure (Primary Responsibility - Lochner) The Consultant shall prepare detailed traffic control plans for double bridge closure to accommodate each phase of the Project dunng construction. Traffic control plans shall include all signing, stnping, and delineation for each reqUired traffic shift. Traffic control plans shall be closely coordinated With the City's traffic department to ensure conformity With local codes and regulations. All lane closures and roadway closures shall require the concurrence of the City's traffiC department. Temporary signal timing reVISions for approximately 6 signals dunng construction and up to seven (7) temporary signal plans will be Included in the traffiC control plans. (Two at each end of each bridge if the bndges remain open to one lane of two-way traffic and possibly three along the detour routes) 611.8 Reconfirm Right of Way Plans (Primary Responsibility - Exeltech) May 1, 2006 13 i- I., \ Exhibit B-1 The need for additional Right of Way for Increased access under the bndges will be addressed. Right of Way Plans for 8th Street, Valley Street and Tumwater Truck Route (SR117) shall be prepared in accordance with WSDOT Local Agency GUidelines and WAC 332-130. Parcels will be identified that require acquIsItion. Assumption. Actual right-of-way acquisition services will require additional scope and budget. 612. Final Bridge Design -100% Plans (Primary Responsibility- Exeltech) 612.1 Bridge Final Design The final bridge design phase Involves complete design, detailing, checking, and construction document preparation of a five-span or six-span conventional WSDOT type concrete prestressed girder bridge. Consultant will perform work in accordance with the current AASHTO Specifications Including Interim Specifications and WSDOT Bridge Design Manual and Standard SpecifIcations. With the approval of the preliminary bndge design by the City, final bridge design will begin. A. Final Superstructure Analvsis Final deck design, final superstructure and substructure design will be completed utilizing WSDOT Standards. Luminaries and utIlity support design, ornamental handrail/bndge rail design from prevIous slant leg bridge design will be reused for this design. Superstructure details WIll then be finalized. Beanngs and expansion joints (If required) will be designed and detailed as per WSDOT standards. B. Final Substructure & Seismic Analvsis A final and detailed service load and seismic load analysis will be performed of the finally selected substructure elements to determine final foundation and substructure layout. C. Final Detallinq & Final Plans (Five-Span or Six-Span Concrete Prestressed Girder Bridqe Alternate) Consultant will assemble all the Final Bridge Plans with supporting data. Develop Final Special Provisions and Final Engineer's Cost Estimate. Data format will comply with WSDOT and City of Port Angeles Design Standards. May 1, 2006 D. Plan Sheet List (Sheet list representative of final desiqn detallinq effort assumes a Five-Span Concrete Prestressed Girder Bndqe) 1. Index 2. Layout 3. Section/General Notes 4. Construction Sequence 14 .. \ \ Exhibit B-1 5. Footing Layout 6. Pier 1 7. Pier 6 8. Pier 1, 6 15 Ft Wlngwalls 9. Pier 2 Column and Shafts 10. Pier 2 Column and Shaft Details 11. Plan Pier 2 Crossbeam 12. Elevation Pier 2 Cross beam 13. Pier 3 Column and Shafts 14. Pier 3 Column and Shaft Details 15. Plan Pier 3 Crossbeam 16. Elevation PIer 3 Crossbeam 17. Pier 4 Column and Shafts 18. Pier 4 Column and Shaft Details 19. Plan Pier 4 Cross beam 20. Elevation Pier 4 Crossbeam 21. Pier 5 Column and Shafts 22. Pier 5 Column and Shaft Details 23. Plan Pier 5 Crossbeam 24. Elevation Pier 5 Cross beam 25. Bearing Details 26. Typical Section and Framing Plan Span 1 27. Framing Plan Span 2,3 28. Framing Plan Span 4,5 29. WF74G Girder Details 1 of 3 30. WF74G Girder DetaIls 2 of 3 31. WF74G Girder Details 3 of 3 32. Slab Reinforcement Plan 1 of 2 33. Slab Reinforcement Plan 2 of 2 34. Slab Reinforcement Section Piers 2,3,4,5 35. Diaphragms 36. Diaphragm Details 37. Expansion JOint Details 38. Utility Details 39. Barrier Layout 40. Barner Details 1 of 2 41. Barrier Details 2 of 2 42. Bridge Railing Type BP 1 of 2 43. Bridge Railing Type BP 2 of 2 44. Architectural Bridge Railing 45. Architectural Light Standard 46. Bar List De/iverables: 1. Final 90% and 100% Bridge Plans (assume 80 drawings) o Valley Creek Bridge (20 drawings) o Tumwater Creek Bridge (20 draWings) o Common Details (40 draWings) 2. Final Special Provisions 3. Final Engineer's Cost Estimate 5. Final Calculations and Reports May I, 2006 15 f. \ ~ Exhibit B-1 6 Electronic files as required by the City of all submittals D. Final Detailed Plan-in-Hand Constructabilitv Review Consultant will perform a final constructability review in the field to determine site constraints and other constructability Issues uSing the final bndge Plans. 612.2 QAlQC Review (Primary Responsibility - Exeltech) The Consultants Internal QA/QC procedures will be utilized throughout the design effort on this ProJect. Independent check of the structural analysis and design calculations and structural plans will be performed. 612.3 Plan-in-Hand Constructability Review (Primary Responsibility - Exeltech) At the 30% and 90% design submittals, the Consultant will conduct a one day plan-In-hand constructabllity review on site for the Project. Experienced personnel, who are familiar with WSDOT and industry construction practices, and the project design criteria and constraints, will perform this review. The findings of the reviews will be incorporated into the design as determined appropnate. 613. Final Plans, Specifications and Estimates (PS&E) Oeliverables (Primary Responsibility - Exeltech) Plans will be prepared using WSDOT standard practices. As much as possible every effort will be made to reuse Final Design Plans from the Steel Slant Bridge Option. 613.1. Plans A. General Plans - 30%,90%,100% B. Roadway Plans - 90%, and 100% Submittals C. TESC, Drainage and Stormwater Plans - 90%, and 100% Submittals D. Sitework Plans - 90%, and 100% Submittals E. Right of Way Plans - No Revisions Assumed. Incorporation into 90%, and 100% Submittals F. Street Lighting Plans - No Revisions Assumed. Incorporation into 90%, and 100% Submittals G. Utility Plans - 90%,100% Submittals H. Traffic Plans - Incorporation into 90% and 100% Submittals I. Architectural Plans - No Revisions Assumed. Incorporation into 90%, and 100% Submittals J. Bridge Plans - 30%,90%, and 100% Submittals May 1, 2006 AssumptIOn: Plans will be developed using English Units of measure. Plans will be developed uSIng WSDOT Standards and 16 I- " \' Exhibit B-1 Formats. Specialized plan preparation and detailing, wherein plans from the prevIous steel slant bndge cannot be reused or additional plan preparation and detailing required beyond the scope of a five-span or six-span conventional WSDOT concrete prestressed girder bndge will In general be considered beyond the scope of this work. It IS generally assumed that the five-span or six-span conventional WSDOT concrete prestressed girder bridge design will fit existing site surface and sub-surface conditions, and that no specialized exploration or analysis other than the norm for a conventional WSDOT concrete prestressed girder bridge will be required. 613.2. Specifications Specifications will be prepared using the WSDOT standard specifications for road, bridge and municipal construction 2006, as a base. Specifications will be submitted with the 90% and 100% submittals. 613.3. Cost Estimating Cost estimates will be prepared using recent WSDOT construction contracts as a base. Cost estimates will be submitted with the 30%,90% and 100% submittals. 700. PHASE 4 - CONSTRUCTION MANAGEMENT Not Used. Assumed that Phase 4 tasks will remain intact, and be used from Agreement LA 5617/18, and supplemental agreements within. 800. QUALITY ASSURANCE/QUALITY CONTROL The quality assurance/quality control (QA/Qe) program activities for the project shall follow Consultant's QA/QC process outlined in its Quality Assurance/Quality Control Program Manual. 801. Intra-Inter Discipline QC Review (Primary Responsibility - Exeltech) Section QCP-601 of the QA/QC Manual provides guidelines for intra/inter- discipline checking of drawings, calculations and specifications for technical and formal review. This procedure applies to all projects unless otherwise specified by the Project Manager. The intra-discipline review process outlines procedures for the Originator, Checker, Originator Follow-up Procedure (Backchecklng) and Rechecker. The inter-discipline review procedure is to venfy consistency throughout project disciplines. 802. Calculation Quality Control Review (Primary Responsibility - Exeltech) Design calculations should be of professional quality preparation of design calculations shall follow Section QCP-620 of the Exeltech QA/QC Manual, which sets for the procedures for calculation preparation and review. 803. Drawings Preparation, Checking and Reviewing Quality Control Procedures (Primary Responsibility - Exeltech) Section QCP-630 of the Exeltech QA/QC Manual prescnbes the procedure for preparation and checking of drawings for projects. May 1, 2006 17 ,. \. ~' Exhibit B-1 804. Specifications Quality Control Procedures (Primary Responsibility - Exeltech) Section QCP-640 of the Exeltech QNQC Manual outlines the procedure for developing the specification format, preparation of speCIfications, methods for checking and revIsing the speCifications. 805. Construction Cost Estimating Quality Control Procedures (Primary Responsibility - Exeltech) Section QCP-650 of the Exeltech QA/QC Manual outlines the procedures for developing ad maintaining the project construction cost estimates. 806. Preparation of Project Technical Reports Quality Control Procedures (Primary Responsibility - Exeltech) Section QCP-660 of the Exeltech QNQC Manual prescribes speCific procedures and stands for preparing technical and Discipline Reports for the project. 807. Constructability Review (Primary Responsibility - Exeltech) Prior to final 100% design of the project, a review to evaluate the construction elements of the project Will be conducted. After consideration of comments from the constructablllty review, revisions to the project design, specifications or cost Will be compiled and incorporated Into the project prior to contract advertising. May 1, 2006 18 ~. " \- EXHIBIT B-2 SUBCONSULTANT FEE DETERMINATION - SUMMARY SHEET 8th Street Bridges Replacement Project Start Date City of Port Angeles Task Description: Archaeological End Date Subconsultant Fee Determination Subconsultant: NWAA Exeltech Project # 0328 Port Angeles Project # 02-15 Classification Direct Labor Hours Rate Dollars Sr. Archaeologist 75 x $30.20 = $2,265.00 Staff Archaeologist 16 x $21.11 = $337.76 Photographer 0 x $19.00 = $0.00 Researcher/lab tech 6 x $16.30 = $97.80 Production 10 x $23.35 $233.50 Graphics 8 x $17.02 = $136.16 Administrative Assistant 2 x $18.78 = $37.56 Total Hours 117 Total DSC $3,107.78 % Increase % of Work Escalation for '06 0 50 = $0.00 Escalation for '07 0 30 = $0.00 Escalated Total DSC = $3,107.78 Overhead (OH Cost -- including Salary Additives) OH Rate x DSC of 115.70% x $3,595.70 = $3,595.70 Fixed Fee (FF): FF Rate x (DSC) of 28.50% x $3,107.78 = $885.72 Reimbursables Itemized Quantity Units Rate Lodging (seasonal rate) 1 night @ $98.00 = $98.00 Meals 1 day @ $26.00 = $26.00 Film/ process/ pn nts/su pplies 1 roll @ $25.00 $25.00 Mileage 500 miles @ $0.485 = $242.50 Communication 1 month @ $50.00 = $25.00 Copies 200 pages @ $0.15 $30.00 Final Report Volumes 1 volumes @ $50.00 = $50.00 Miscellaneous 2 @ $50.00 = $75.00 Reimbursables Total $571.50 Grand Total $8,160.70 Prepared By: Lorelea Hudson Date: 5/2/2006 .j> ... , Exhibit C Consultant Fee Determination - Summary Sheet (Specific Rates of Pay) Exeltech Fee Schedule 8th Street Bridge Replacements Project Discipline or Job Title Hourly Rate $59.00 $54.00 $45.00 $35.00 $49.00 $25.00 $45.00 $41.00 $49.00 $41.00 $43.00 $42.00 $26.00 $18.00 $26.00 $25.00 $20.00 Overhead @_% 162.35% 162.35% 162.35% 162 35% 162.35% 162.35% 162.35% 162 35% 162.35% 162.35% 162 35% 162.35% 162.35% 162.35% 162.35% 162.35% 162.35% Profit @_% 0.00% 0.00% 0.00% 0.00% 0.00% 0.00% 0.00% 0.00% 0.00% 0.00% 000% 0.00% 0.00% 0.00% 0.00% 0.00% 0.00% Loaded Hourly Rate $154.79 $141.67 $118.06 $91.82 $128.55 $65 59 $11806 $107.56 $128.55 $107.56 $112.81 $110.19 $68.21 $47.22 $68.21 $65.59 $52 47 .} " .. Exhibit C Consultant Fee Determination - Summary Sheet (Specific Rates of Pay) HW Lochner Fee Schedule 8th Street Bndge Replacements Project Loaded Hourly Overhead Profit Hourly Discipline or Job Title Rate @_% @_% Rate Principal $62 85 16771% 28 50% $186 17 Project Manager $52 79 16771% 28 50% $15637 Senior Traffic Engineer $39 63 16771% 28 50% $11739 Traffic Engineer $28 23 16771% 28 50% $83 62 Drainage fUtilities Engineer $35 00 16771% 28 50% $10367 Civil Engineer 1 $29 43 16771% 28 50% $87 17 Civil Engineer 2 $26 39 16771% 28 50% $78 17 CADD Tech $23 26 16771% 28 50% $68 90 Admin Support $2719 16771% 28 50% $80 54 .,~ " ... Exhibit C Consultant Fee Determination - Summary Sheet (Specific Rates of Pay) Pan Geo Schedule 8th Street Bndge Replacements Project Loaded Hourly Overhead Profit Hourly Discipline or Job Title Rate @- % @- % Rate Principal Geotechnical Engineer $57.49 127 85% 10 00% $13674 Geotechnical Project Manager $45.51 127 85% 10 00% $108 25 Senior Geotechnical Engineer $~6.50 127 85% 10 00% $86 82 Senior Engineering Geologist i $32.36 127 85% 10 00% $76 97 Project Geotechnical Engineer $4~.81 127.1:1!;i% 1 0 OQ,o,{o $70 90 Staff Geotechnical Engineer $2!?91 127.8!;i"lo 1 0 QO% $61 63 Administrative Assistant I $21.24 127,Q!;i% 10 00%: $50 52 ... ... .... .. Exhibit C Consultant Fee Determination - Summary Sheet (Specific Rates of Pay) Northwest Economic Assoc. Fee Schedule 8th Street Bndge Replacements Project Loaded Hourly Overhead Profit Hourly Discipline or Job Title Rate @- % @- % Rate Sr. Archaeologist $30 20 115 70% 28 50% $73 75 Staff Archaeologist $21 11 115 70% 28 50% $51 55 Photographer $19 00 115 70% 28 50% $46 40 Researcher/lab tech $1630 115 70% 28 50% $39 80 Production $23 35 115 70% 28 50% $57 02 Graphics $1702 115 70% 28 50% $41 56 Administrative Assistant $18.78 115 70% 28 50% $45 86 .... .... .... Exhibit 0-1 Consultant Fee Determination - Summary Sheet (Lump Sum, Cost Plus Fixed Fee, Cost Per Unit of Work) 8th Street Bridges Replacement Start Date June 1, 2003 City of Port Angeles Task Description: Environmental through Construction End Date April 1, 2006 Fee Determination Consultant: Exeltech Consulting, Inc. Exeltech Project # 0328 Port Angeles Project # 02-15 Code Classification Man Hours LABOR Hours Rate Dollars 05 Project Director 0 x $59.00 0.00 15 Structural Lead 688 x $54.00 37,152.00 20 Structural Engineer 1 1,188 x $45.00 53,460.00 25 Structural Engineer 2 304 x $35.00 10,640.00 30 EnVironmental Lead 192 x $49.00 9,408.00 35 EnVironmental Support 400 x $25.00 10,000.00 40 CIVil Lead 208 x $45.00 9,360.00 45 CIVil Engineer 1 396 x $41.00 16,236.00 55 Construction Management Lead 0 x $49.00 0.00 55 Construction Engineer 1 0 x $41.00 0.00 55 Construction Engineer 2 0 x $43.00 0.00 55 Project Controller 0 x $42.00 0.00 55 Admin Support 1 0 x $26.00 0.00 55 Admin Support 2 0 x $18.00 0.00 55 Document Editor 0 x $26.00 0.00 55 CADD Tech 1 1,008 x $25.00 25,200.00 55 CADD Tech 2 1,104 x $20.00 22,080.00 Total Hours 5,488 Total DSC 193,536.00 % Increase % of Work Escalation for '06 0 40 0.00 Escalation for '07 0 20 0.00 Escalated Total DSC 193,536.00 Overhead (OH Cost -- Including Salary Additives) OH Rate x DSC of 162.35% x $193,536.00 314,205.70 Fixed Fee (FF): FF Rate x DSC of 0.00% x $193,536.00 0.00 Reimbursables Itemized Quantity Units Rate Meals and Lodging 16 each @ $90.00 1,440.00 Plans - Plotting / Repro 1,200 each @ $4.50 5,400.00 Mapping/Photos/Surveys each @ $3.50 0.00 Reproduction and Printing 8,000 copies @ $0.15 1,200 00 Field EqUipment Rental Lump Sum 0.00 Construction Field Office Rental months @ $250.00 0.00 Postage and Supplies 150 Est @ $2.00 300.00 Ferry Fare 16 $8.00 128.00 Travel 4,000 miles @ $0.45 1,780.00 Reimbursables Total 10,248.00 Exeltech TOTAL 517,989.70 Subconsultant Costs (See Exhibit G) 104,667.24 Grand Total 622,656.93 Prepared By: Santosh Kuruvllla, Karl Kirker, Berm Date' April 17, 2006 5/2/2006 fir .~ Exhibit G Subcontracted Work The agency permits subcontracted work for the following portions of the work of this agreement ~ Activity Subconsultant Environmental through Construction H W Lochner Geotechnical Pan Geo Archaeological NWAA Fee $24,32267 $72,18387 $8,160.70 Total Subcontracted Work $104,667.24 5/2/2006 '. ...." Exhibit G-l Subconsultant Fee Determination - Summary Sheet 8th Street Bridges Replacement Start Date August 1, 2003 City' of Port Angeles Task Description: Environmental through Construction End Date March 31, 2006 Subconsultant Fee Determination Subconsultant: H.W. Lochner Exeltech Project # 0328 Port Angeles Project # 02-15 Classification Direct Labor Hours Rate Dollars Pnncipal 0 x $62.85 = 0.00 Project Manager 58 x $52.79 = 3,061.82 Senior Traffic Engineer 62 x $39.63 = 2,457.06 Junior Engineer 60 x $28.23 = 1,693.80 Drainage /Utillties Engineer 0 x $35.00 = 0.00 CIVil Engineer 1 0 x $29.43 0.00 CIVil Engineer 2 0 x $26.39 = 0.00 CADD Tech 32 x $23.26 = 744.32 Admin Support 6 x $27.19 = 163.14 Total Hours 218 Total DSC = 8,120.14 % Increase % of Work Escalation for '06 0 50 = 0.00 Escalation for '07 0 10 = 0.00 Escalated Total 8,120.14 Overhead (OH Cost -- including Salary Additives) OH Rate x DSC of 167.71% x $8,120 = 13,618.29 Fixed Fee (FF): FF Rate x DSC of 28.50% x $8,120 = 2,314.24 Reimbursables Itemized Quantity Units Rate Meals and Lodging 0 day @ $600.00 = 0.00 Mileage/ Ferry 1 mile @ $200.00 = 200.00 Ma ppl ng/Photos/Surveys 0 each @ $100.00 = 0.00 Reproduction and Pnntlng 1 copies @ $20.00 = 20.00 Field Equipment Rental 0 each @ $0.00 = 0.00 Miscellaneous 1 est. @ $50.00 = 50.00 Reimbursables Total 270.00 Grand Total 24,322.67 Prepared By: Date: 5/2/2006 .. "~... . ,~ .~ Exhibit G-l Subconsultant Fee Determination - Summary Sheet 8th Street Bridges Replacement Start Date August I, 2003 City of Port Angeles Task Description: Geotechnical End Date March 31, 2006 Subconsultant Fee Determination Subconsultant: Pan Geo Exeltech Project # 0328 Port Angeles Project # 02-15 Classification Direct Labor Hours Rate Dollars Principal Geotechnical Engineer 4 x $57.49 $229.96 Geotechnical Project Manager 66 x $45.51 = $3,003.66 Senior Geotechnical Engineer 16 x $36.50 = $584.00 Senior Engineering Geologist 166 x $32.36 = $5,371. 76 Project Geotechnical Engineer 12 x $29.81 = $357.72 Staff Geotechnical Engineer 98 x $25.91 = $2,539.18 Administrative Assistant 8 x $21.24 $169.92 Total Hours 370 Total DSC $12,256.20 % Increase % of Work Escalation for '06 0 50 = $0.00 Escalation for '07 0 30 = $0.00 Escalated Total DSC = $12,256.20 Overhead (OH Cost -- including Salary Additives) OH Rate x DSC of 127.85% x $12,256.20 = $15,669.55 Fixed Fee (FF): FF Rate x (DSC) of 10.00% x $12,256.20 = $1,225.62 Reimbursables Itemized Quantity Units Rate Mileage 500 mile @ $0.45 = $222.50 Ferries 2 round trip @ $20.00 = $40.00 SubSistence & Lodging 30 days @ $99.00 = $2,970.00 Drilling Subcontractor 1 L.S. $32,500.00 = $32,500.00 Traffic Control/Flagging 1 L.S. $2,000.00 = $2,000.00 Laboratory Testing 1 L.S. $2,500.00 = $2,500.00 Field Consumables 1 L.S. $200.00 = $200.00 Support Trackhoe 2 day @ $1,300.00 = $2,600.00 Reimbursables Total $43,032.50 Grand Total $72,183.87 Prepared By: Robert E. Kimmerhng Date: March 7, 2006 5/2/2006 / (P-/3'olc o. u5~ 1. Supplemental Agreement Organization and Address Phone: Exeltech Consulting, Inc. Number 4 2590 Willamette Drive NE Lacey, WA 98516 Original Agreement Number LA 5617 & 5618 Phone: (360) 357-8289 Project Number Execution Date Completion Date 02-15 July 31,2007 Project Title New Maximum Amount Payable Port Angeles 8th Street Bridge Replacements Project $ 4,460,257.99 Description of Work The work consists of Environmental Permitting, Design Record, Hydraulic, Utility, and Geotechnical Reports, Prelim. & Final Plans, PS&E, Public Involvement, and Construction Management. The Local Agency of Citv of Port Anqeles desires to supplement the agreement entered into with Exeltech Consultinq, Inc. as executed on November 4. 2003 and identified as Agreement No. LA 5617 & 5618 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section 1, SCOPE OF WORK, is hereby changed to read: N/A - No chanqe in Scope of Work II Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: Proiect completion is extended to Julv 31. 2007 III Section V, PAYMENT, shall be amended as follows: N/A - No chanqe in Pavment Terms If you concur with this supplement and agree to the changes as stated a ove, please sign in the appropriate spaces below and return to this office for final action. t:.xe-I-revh c,..bV1Su.,I+i~, 'Vlt;;. , By sa"~~~re5Ide~ B. M/t.VDfL Approving Authonty Signature ,', .' DOT FormJ40-063 EF Revised 9/2005 .' ' -.. 5. U 58 5. SUPPLEMENTAL AGREEMENT # 1 Agreement No.: Agency: Name of Project: City Project No.: New Maximum Amount Payable: LA 5617 & 5618 City of Port Angeles 8th Street Bridge Replacements 02-15 $2,880,055.57 The City of Port Angeles (City) and Exeltech Consulting, Inc., (Consultant) desire to supplement the standard Consultant Agreement executed on November 4, 2003. All provisions in the Agreement remain in effect except as expressly modified in this Supplemental Agreement as follows: I. Section II, SCOPE OF WORK, shall be amended as follows: The Scope of Work shall be supplemented to include the out of scope work that was approved by the City of Port Angeles, as outlined in Change Controls 13 (Wetland Mitigation Design), 14 (WSDOT Request for Historic Bridge Documentation), 17 (Streetscape Sketches for Public Meeting), 18 (Bridge Soils Required Battered Piles and Bent Redesign), 23 (ESA Critical Areas Analysis), 24 (Right of Way Title Reports and Construction Easement Plans), 25 (Traffic Analysis of Pine Street Connection and Cedar/Front), 27 (TS&L Design Re- analysis), and 28 (Additional Sheets for Detail Foundation Design). Attached Exhibit B-1 a (Scope of Work) supplements Exhibit B-1 (Scope of Work) executed in the Standard Consultant Agreement. II. Section IV, TIME FOR BEGINNING AND COMPLETION, remains the same. III. Section V, PAYMENT, shall be amended as follows: Maximum amounts payable for tasks have been modified from the original contract, as shown below: Original Contract Revised Contract Amount Amount (Executed on November 4, 2003) Phase 1 $306,816.27 $284,138.49 Phase 2 $728,003.56 $705,621.65 Phase 3 $812,433.49 $1,041,457.15 Phase 4* $801,583.25* $798,838.28* Management Reserve $50,000.00 $50,000.00 Contract Total $2,698,836.57 $2,880,055.57 *Phase 4 budget will be reviewed and if necessary, be revised by the Agency and Consultant prior to the scheduled start of Phase 4. -. Approved Change Controls (13,14,17,18,23,24,25,27, and 28) with a total budget of $181,219.00 shall constitute Supplement #1. Payment shall continue to be cost plus fixed fee. Maximum additional payment for Supplement #1 will be $181,219.00, amending the maximum amount payable to $2,880,055.57. Attached Exhibit B-2a (Task Order Agreement) replaces Exhibit B-2 (Task Order Agreement) executed in the Standard Consultant Agreement, and defines maximum amount payable for each phase of the project. lement and agree to the 2005. IN WITNESS WHEREOF, the parties ~xecuted this s changes as stated above as of this By ~ ICUtz V" I L /"A Consultant EA<e.L:r~CH a.....5"UL-T"/,.." Agency (J:.J-; J -2 ~ O"4PO~<l..--' l#>.Ie. ~ '1 Date ~/312-toosr Date (0 -....., - ()~ " , I " Exhibit B-1 a Supplemental Scope of Work for Approved Change Controls Beyond Original Scope of Work Port Angeles 8th Street Bridge Replacements Project City of Port Angeles and Exeltech Consulting, Inc. Supplement Number 1 to Exeltech Project No. 0328 and City of Port Angeles Project No. 02-15 S. UJ 58 Exhibit B-1 a Scope of Services LETTER SUBMITTED TO CITY OF PORT ANGELES MAY 27,2005 SUBSTANTIATING SUPPLEMENT #1 BASED ON APPROVED CHANGE CONTROLS BEYOND ORIGINAL SCOPE OF WORK ~ May 27, 2005 exeltech Gary Kenworthy P.E. Deputy Director of Engmeermg Services City of Port Angeles 321 East Fifth Street P.O. Boxl150 Port Angeles, WA 98362-0217 2627A Porkmanl lone SVV Olympia. WA 98502.5751 leI 360 357.8289 lox 360 3~7.13225 Re: 8th Street Bndges Replacements 02-15 Engmeenng ServIces for Final DesIgn Dear Mr. Kenworthy: ThIs letter amends the letter sent to you on May 4, 2005 outlimng the Change Controls that applied to the Exeltech portIOn of the contract amount. This Ictter applies the Change Controls to the entire contract budget for Phase 3, Fmal Design as submitted 10 the Apn130, 2005 Budget Detad for the project On April 30, 2005, the contract budget for Phase 3, Fmal Design showed a Balance Remammg of $120,157.51. Based on our level of effort over the last several months, the anticipated "cost to complete" the Phase 3100 % PS&E for the months of May, June and halfof August wlll be approximately$300,850, excludmg the addItional scope and budget needed for Lochner to complete the addItional traffic analysIs. There were a number of previously approved Change Controls that were beyond the Scope and Budget of the contract. These, along wIth a proposed Change Control for redeSIgn of the bridge foundations due to seIsmiC design and poor soils condItions, have caused the cost of the project design to exceed the ongmal budget for the project. The following IS a list and description of the approved Change Controls and the proposed Change Control that supports the pOSItion described above: 1. Change Control #13 - Wetland Mitigation Design - Task 608 ThIS cost was deferred when the project scope and budget was developed. 2 Change Control #14 - WSDOT Request for Hlstonc Bridge Documentation 3. Change Control #17 - City Requested Streetscape Sketches for public meetmg 4. Change Control #18 - Bndge so1\s reqUIred battered pIles and bent redeSIgn 5. Change Control #23 - ESA Cn!tcal Areas Analysts - WSDOT request 6. Change Control #24 - RJW !ttle reports/constructton easement plans 7. Change Control #25 - Lochner traffic analYSIS ofPme St. Conn. and Cedar/Front 8. Change Control #27 - (Proposed) TS&L DeSIgn Rc-analysis 9. Change Control #28 - (Proposed) AdditIOnal sheets for detaIl founda!ton deSIgn Total Cost of Change Controls $14,208 $1,807 $1,200 56,000 $1,218 $6,933 $39,853 $15,000 $45.000 $181,219 rn!Jineer,ng SolullOn, f 01 A Chang'''9 World 6/3/2005 1 Exhibit B-1a Scope of Services Items #1 through 7 were previously dISCUSSed and approved by the City through the Change Control administrative review procedure established in the contract. Items 8 and 9 have not been processed and are included as an attachment to thIS letter. Your approval thIS Change Control #27 and #28 and request for additional budget to cover all prevIOusly approved change controls defined above would greatly mitigate the impacts to Exeltech and our management of the project design. Your conSIderation and approval of this request would be greatly apprecIated. Regards, EXELTECH CONSULTING Bernie Chaplin, PLA Project Manager Enclosures Cc Santosh Kuruvllla 6/3/2005 2 Exhibit B-1a Scope of Services CHANGE CONTROL #13 (ENTRIX #2) Change Control Plan fame: Jeff Bohman Date: October 7, 2004 Change Tracking Number: Entrix #2 7:/=. I; Chance Descriotion Identify change A moderate change in scope for Entrix includes preparation of a (please note If change will be minor, Wetland Mitigation Plan for designing replacement wetlands for moderate, or substantial) unanticipated wetland impacts by the proposed project. The biology report identified potential wetland impacts and recommended mitigation strategies. This scope change reflects the additional work that did not indude any budget during the initial scooinc and budaet develooment for the oroiect. Analyze effects of change The additional scope to prepare plans and specifications for (please note scope, cost, and quality wetland replacement includes additional biological design, plan effects) preparation, and specification writing for the contract documents. Scope of work will be included in Task 608, Mitigation Design, with an estimated cost $14,208. Budget will be transferred from the following Exeltech Tasks: . Task 301 $ 1.91 . Task 302 $2,441.11 . Task 306 $ 348.74 . Task 320 $ 43.57 . Task 380 $ 33.40 . Task 390 $2,237.10 . Task 401 $9.102.17 Total $14,208 Response strategy Completion of the task is necessary to complete the NEPA, SEPA and permitting for the project. Strategy communication and The scope of work and budget have been negotiated between endorsement Entrix and Exeltech. (please note how and who) Work plan revisions This effort was identified in the scope of work but not budgeted until the level of effort is clarified. 6/3/2005 3 Exhibit B-1a Scope of Services CHANGE CONTROL #14 (ENTRIX #3) -- ( Change Control Plan ~- Name: Jeffrev R. Bohman Date: 11/05/04 Change Tracking Number: ::ft 1'1 Change Descriotion Identify change New, out-of-scope changes needed to Cultural Resources (please note if change will be minor, Technical Report, at estimated cost of $1,807. This represents a moderate, or substantial) moderate, but unavoidable change that must be addressed to meet reoortinq requirements. Analyze effects of change WSDOT change of determination in eligibility status of bridges (please note scope, cost, and quality necessitates unanticipated changes to cultural resources technical effects) reports in most report sections: inventory forms for both bridges, map of eligible properties, and Affected Environment, Impacts, Mitigation, Unavoidable Adverse Impacts, and Significance of Impacts sections, including text, tables and graphics. Response strategy Provide supplemental budget in amount of $1,807, as per attached, to address changes. Strategy communication and Change reviewed and acknowledged in preliminary discussion endorsement between ENTRIX and Exeltech on 11/5/04. (please note how and who) Work plan revisions This does not represent a revision of the overall work plan, but Simply a change in the work required within one element of the work plan (the Cultural Resources Technical Report). Other Comments: This does not include cost of response to comments that mayor may not be requested upon review of our revisions. Because there may not be any requested, we did not want to seek any budget If it turns out to be unnecessary. AcknOWledged and si~ned by: ~AA.L . Change Advocate /5 ( (~ '" Project Manager /I A)lJ , Date f /f4I/~ ate Date 6/3/2005 4 Exhibit B-1 a Scope of Services CHANGE CONTROL #17 (ODW #1) Change Control Plan Name: Olympic Design Works (ODW) Date: January 19, 2005 Change Tracking Number: Olvmoic Desion Works #1 Chanae Descrlotion Identify change A minor change in work that includes preparation of two colored (please note If change will be minor, perspective renderings of the bridge entrance/exit and viewpoints. moderate, or substantial) The change came as a result of a meeting of ODW, the City and Exeltech. Analyze effects of change The additional scope to prepare two perspective renderings of the (please note scope, cost, and quality bridges includes additional streetscape detailing of the plans, plan effects) preparation of streetscape elements, and coordination with Exeltech, rendering subconsultant and the City of Port Angeles Public Works Department. Scope of work will be included in Task 510, Streetscape Design Report, with an estimated cost of~. See the attached breakdown of costs. Budget will be transferred from the following Exeltech Tasks: . Task 401 $ 17.05 . Task 402 $ 1,182.95 Total $ 1,200.00 Response strategy Completion of the task Is necessary to complete the Streetscape preliminary design that will serve as the basis for public communication, City Council communication and approval, and for final design and construction plans for the streetscape elements of the project. Strategy communication and The scope of work and budget have been negotiated between endorsement ODW and Exeltech. (please note how and who) A Supplemental Agreement between ODW and Exeltech will formalize this chanae of budaet. Work plan revisions This effort was not identified In the project scope of work or budget but determined necessary to communicate the --- --- ~- -- - -- - ---------- Tecommended-streetscape elements to the-public. ----- Other Comments: This Change Control was prepared after the work was completed due to potential unknowns regarding the review and revision of the renderings. t;?11~/~ '0aI:e ' 11##/03- .~ 6/3/2005 5 Exhibit 8-1a Scope of Services CHANGE CONTROL #18 (EXEL TECH #2) Change Control Plan Name: Exeltech Consulting Date: March 3, 2005 Change Tracking Number: Exeltech Change Control #J / 91 Change Descriotlon Identify change The substantial complexity of bridge plans requires additional (please note If change will be minor, budget over originally planned amount. moderate, or substantial) Analyze effects of change No change in scope or overall budget for Exeltech. Bottom line in (please note scope, cost, and quality Phase 3 will not change. $56,000 will be transferred from effects) Exeltech's Task 603 budget (Civil Plans) to Exeltech's Task 604 budget (Bridge Plans) to cover complexity of bridge plans. Response strategy Budget transfer will allow completion of bridge plans within the revised budget. Strategy communication and This Change Control will formalize this budget transfer. endorsement (please note how and who) Work plan revisions This extent of complexity was not anticipated in the original project budget, but can still be completed within phase and overall Exeltech budget. Other Comments: 7d,d~;7//j- Date I City of Port Angeles Date 6/3/2005 6 Exhibit B-1 a Scope of Services CHANGE CONTROL #23 (ENTRIX #4) Change Control Plan Name: Jeff Bohman Date: March 15, 2005 Change Tracking Number: Entrix #4 Exeltech #23 Chanae Description Identify change A minor change in scope for Entrix includes preparation of an (please note if change will be minor, addendum to the Biological Assessment to address NOAA Fisheries' moderate, or substantial) recent publication of proposed species and critical habitat. Additionally, the remaining budget of $10.61 in Task 305 will be transferred to Task 401 in order to close out Phase 1 of the oroiect. Analyze effects of change The additional scope to prepare an addendum to the Biological (please note scope, cost, and quality Assessment includes an estimated cost of $1,218. Scope of work effects) will be included in Task 401 (Discipline Reports & Biological Assessment). Budget of $1,218 will be transferred from Northwest Economic Associates' remaining budget in Task 401. Entrix budget in Task 401 will then be $112,661.28 and overall budget will be $158,998.85. NEA's budget in Task 401 will be reduced to $15,659.69 and overall budget to $22,781.79. To close out Phase 1 of the project, $10.61 will be transferred from Task 305 to Task 401. Response strategy Completion of the task is necessary to make sure that Endangered Species Act regulations are fulfilled. Strategy communication and The scope of work and budget have been negotiated between endorsement Entrix and Exeltech. (please note how and who) Work plan revisions This effort was not identified in the original scope of work or budget The scope of work will be completed within existing project budget Other Comments: Approve~9nd stgned b~: 4' ;tu/~<< (';r:~64 Change Ad~te ~ # ,- r ~,vz~/I; / f . ./c7c? .!;, Date' / Project Manager Date Client Date 6/3/2005 7 Exhibit 8-1a Scope of Services CHANGE CONTROL #24 (WENGLER #2) Change Control Plan Name: Jim Wengler, Wengler Surveying Date: March 25, 2005 Change Tracking Number: Wengler #2 Exeltech # 24 Chanae Description Identify change At the request of the City, right-of-way plans will be prepared that (please note if change will be minor, will include obtaining title searches, block and lot calculations, moderate, or substantial) construction easement calculations, and preparation of plans. ScoDe will be added to Wenaler Survevina to accomDlish. Analyze effects of change The change will allow the city and WSDOT to proceed with (please note scope, cost, and quality acquisition of construction easements for the project prior to going effects) to contract. This is beyond the original scope of Wengler Surveying. Cost is estimated to be $6,933.03 to be added to Task 60S. Response strategy Budget to be transferred from Exeltech Task 690, $262.90; and NEA budget $6,670.13. Strategy communication and This Change Control Will formalize the budget transfer. endorsement (please note how and who) Work plan revisions The scope of the project will not change. Other Comments: None. ~t ~ .--' ~0 ;(,S,~~ / .- Date :?L?~~ ,;2,5; ,~ Date / City of Port Angeles Date 6/3/2005 8 Exhibit 8-1a Scope of Services CHANGE CONTROL #25 (LOCHNER #4) Change Control Plan #4 Name: H.W. Lochner Date: April 25. 2005 Change Tracking Number: Lochner # 4 Exeltech #25 Change DescrlDtion Identify change Conduct a Traffic Analysis and prepare an addendum (please note If change wUl be minor, memorandum identifying additional mitigation measures to moderate, or substantial) accommodate total closures for each of the two bridges over Valley Street and Tumwater Truck Roote on 8111 Street. Analyze effects of change The results of the analysis will provide the necessary data to (please note scope, cost, and quality determine the level of traffic control mitigation for the traffic effects) detours during the closures of bridges during construction. The analysis, documentation and follow-up plans are outlined In the attached scope of work. Estimated cost is $39,628.72. Budget will be added to Lochner Task 605; from Exeltech Tasks 603, 605, 620 and 690. Response strategy The results of the analysis will outline specific strategies on what should be undertaken to mitigate traffic impacts during construction. Options COUld include additional signing, traffic tum pockets. or temporary sionals. Strategy communication The proposed plan has been reviewed and preliminarily approved and endorsement by the City Engineer and Civil Engineer for the City (Gary (please note how and who) Kenworthy and Jim Mahlum). Work plan revisions The planned work is not induded in the original scope of work and requires a Supplemental Agreement between Exeltech and Lochner. The Supplement has been approved by Lochner. 5-0 z. - 0 5""' Date )/;I/~ Dat~ I City of Port Angeles Date 6/3/2005 9 Exhibit 8-1a Scope of Services CHANGE CONTROL #27 (EXEL TECH) Change Description Identify change Increased level of effort and additional justification of (please note if change will be T.S. & L. Report minor, moderate, or substantial) Major change - WSDOT review of T.S. & L. effort required additional justification to rationalize the bridge type selection. Analyze effects of change Additional justification required to respond to WSDOT's (please note scope, cost, and comments on the T. S. & L. report necessitated the need quality effects) to complete a more detailed life-cycle cost analysis to rationalize bridge type selection. Cost was approximately $15,000 to perform the additional analysis and support for the selected design. Response strategy We recommend following thru with this change since it results in a more context sensitive sustainable solution, Le., slant leg bridge which best addresses local concerns and in-situ conditions. Strategy communication and endorsement (please note how and who) Work plan revisions 6/3/2005 10 Exhibit B-1a Scope of Services CHANGE CONTROL #28 (EXEL TECH) Change Descriotion Identify change Redesign and detailing of differing slant leg foundations (please note if change will be at each side of both bridges. minor, moderate, or substantial) Major change - Geotechnical investigations have encountered dissimilar soil conditions at the slant leg foundation locations at each side of both bridges. Analyze effects of change This dissimilarity has resulted in two (2) sets of designs (please note scope, cost, and and detailing at both (east and west) foundation quality effects) locations at both bridges for various options of bridge closure. This foundation anomaly has also necessitated the need for additional geotechnical criteria at both foundation locations and increased coordination with geotechnical subconsultant. The 2 sets of foundation designs have also resulted in additional engineering and detailing effort. Original SOW anticipated approximately 80 structural drawings for both bridges. With this new complexity we are anticipating 110 to 120 structural drawings resulting in 45% to 50% additional detailing and production effort. Cost of this effort was a minimum of $45,000. Response strategy We recommend following thru with this change, since bridge foundations have to be designed to fit site constraints. Strategy communication and endorsement (please note how and who) Work plan revisions 6/3/2005 11 6. U 58 Exhibit B-2a Scope of Work (Task Order Agreement) Each item of work under this AGREEMENT will be provided by task assignment. Each assignment will be individually negotiated with the CONSULT ANT. The amount established for each assignment will be the maximum amount payable for that assignment unless modified in writing by the AGENCY. The AGENCY is not obligated to assign any specific number oftasks to the CONSULTANT, and the AGENCY'S and CONSULT ANT'S obligations hereunder are limited to tasks assigned in writing. Task assignments may include but are not limited to, the following types of work: A. Phase 1 - Alternatives Analvsis and Type, Size & Location B. Phase 2 - NEP A/SEP A Environmental Studies and Documentation and Preliminary Design C. Phase 3 - Final Design and Plans, Specifications & Estimate D. Phase 4 - Construction Management E. F. Task assignments made by the AGENCY shall be issued in writing by a Formal Task Assignment Document similar in format to page 2 of this exhibit. An assignment shall become effective when a formal Task Assignment Document is signed by the CONSULTANT and the AGENCY, except that emergency actions requiring a 24-hour or less response can be handled by an oral authorization. Such oral authorization shall be followed up a Formal Task Assignment Document within four working days, and any billing rates agreed to orally (for individuals, sub consultants, or organizations whose rates were not previously established in the AGREEMENT) shall be provisional and subject to final negotiation and acceptance by the AGENCY. Page 1 of 5 Exhibit B-2a Formal Task Assignment Document Task Number Phase 1 The general provisions and clauses of Agreement LA 5617/18 Task Assignment. shall be in full force and effect for this Location of Project: Port Angeles, Washington Project Title: 8th Street Brid2e Replacements Maximum Amount Payable Per Task Assignment: $284.138.49 Completion Date: Description of Work: (Note attachments and give brief description) Phase 1 - Alternatives Analysis and Type, Size & Location Agency Project Manager Signature: ~ ,\..... ~ r \ Oral Authorization Date: Date: ~ r Da::::: Consultant Signature: Agency Approving Authority: Page 2 of 5 fe/Y/~ c,/g/ZooS , tJ; -( -OS Exhibit B-2a Formal Task Assignment Document Task Number Phase 2 The general provisions and clauses of Agreement LA 5617/18 Task Assignment. shall be in full force and effect for this Location of Project: Port Angeles, Washington Project Title: 8th Street Brid2e Replacements Maximum Amount Payable Per Task Assignment: $705,621.65 Completion Date: Description of Work: (Note attachments and give brief description) Phase 2 - NEP A/SEP A Environmental Studies and Documentation and Preliminary Design Agency Project Manager Signature: ~...... }~ -=- - \ I ~ Oral Authorization Date: See Letter Dated: Consultant Signature: ~ ~ Date: Agency Approving Authority: ~ ~~) Date: Date: ~/ffj c6 ~ /z.f'&Jo.s:- t.D-7-05 Page 3 of 5 Exhibit B-2a Formal Task Assignment Document Task Number Phase 3 The general provisions and clauses of Agreement LA 5617/18 Assignment. shall be in full force and effect for this Task Location of Project: Port Angeles, Washington Project Title: 8th Street Brid2e Replacements Maximum Amount Payable Per Task Assignment: $1 ,041 A57 .15 Completion Date: Description of Work: (Note attachments and give brief description) Phase 3 - Final Design and Plans, Specifications & Estimate Agency Project Manager Signature: h k.... ) ~ r ~ IJate: ~/~I o~ I C Oral Authorization Date: See Letter Dated: Consultant Signature: ~ ~ --n------A-- Date: 6/~3bo.> Agency Approving AUthOrity:C:x..ttliJi- - ~~ ~ Date: tf} - 'J -05 Page 4 of 5 Exhibit B-2a Formal Task Assignment Document Task Number Phase 4 The general provisions and clauses of Agreement Task Assignment. LA 5617/18 shall be in full force and effect for this Location of Project: Port Angeles, Washington Project Title: 8th Street Brid2e Replacements Maximum Amount Payable Per Task Assignment: $798,838.28 Completion Date: Description of Work: (Note attachments and give brief description) Phase 4 - Construction Management Agency Project Manager Signature: ~ Oral Authorization Date: -c:...... - Date: ~I 0/ tf[) Date: ~/~or Date: (Q -'1-()~ Page 5 of 5 DATE: To: FROM: SUBJECT: o?-- 15. () ~ to. ~RT.ANGELES WAS H I N G TON, U. S. A. CITY COUNCIL MEMO June 7, 2004 CITY COUNCIL Glenn A. Cutler, Director of Public Works and Utilities sth Street Bridge Replacements Construction Approach and Amendment No. I to the Exeltech Consultant Agreement. Summary: The City Council selected and WSDOT approved the Steel Slant Leg for the stn Street bridge replacements. Materials price increases and unforseen conditions have required reevaluation of the construction methods. In addition changes in scope and unforseen conditions have required an amendment to the consultant agreement. This evening a workshop will be conducted to present the proposed constuction approach. Following the workshop Council aprroval of the amendment to the constultant agreement will be requested. Recommendation: Participate in the workshop and review the materials presented. Following the workshop: 1.) Authorize Exeltech to proceed with the revised construction approach in traffic is not maintained on the bridges during construction. 2.) Approve and authorize the Mayor to sign amendment no. 1 to the engineering agreement with Exeltech in the amount of $181,219.00 and further authorize allocation of added matching funds in the amount of $36,243.80 from e:eneral funds. Background/Analysis: City Council has selected the Steel Slant Leg alternative as the bridge type to be constructed over Tumwater Creek and Valley Creek. This selection was supported by WSDOT's approval ofthe Type, Size, and Location (TS&L) report. The consultant has completed the final plans to the 90% level. At the time of the selections there were concerns about the rising costs of steel as well as concrete and steel reinforcing materials. The rising steel costs and unforseen foundation conditions have required us to reevaluate the construction methods. One significant savings would be to not require that the bridges remain open during construction. These items will be discussed in a workshop format with Council this evening. " In view of the proposed changes our consultant, Exeltech, was requested to interview the businesses and agencies affected. Following the business and agency interviews an open house was held on May 25, 2005 to discuss the donstruction and associated impacts with the public. The interview and open house comments will also be presented at the workshop. Following the workshop Coucil action to support the revised construction approach will be requested. N \CCOUNCIL\ORIGINAL\8th St Br Wrkshp & Amend doc In addition CO}lncil will also be requested to approve a amendment no. 1 to the Consultant ~ Agreem,ent. The amendment is required to cover the cost of items that were not included or were deferred in the original agreement scope as well as added engineering requied due to unforseen geological conditions. The negotiated added costs included in amendment no. 1 are summarized in the following table. ITEM DESCRIPTION COST I Wetland Mitigation Design $ 14,208 2 WSDOT request for Historic Bridge Documentation $ 1,807 3 Streetscape Sketches for Public Meeting $ 1,200 4 Soils conditions required battered piles and bent redesign $ 56,000 5 ESA Critical Areas Analysis $ 1 ,218 6 R/W title reports/construction easements plans $ 6,933 7 Added detour traffic analysis PinelUS 101 and Cedar/Front $ 39,853 8 TS&L Design Re-analysis $ 15,000 9 Added structural detail foundation design $ 45,000 Total $181,219 By shifting of funds between tasks in the original agreement we have been able to avoid multiple amendments. This proposed amendment reflects a 9.8% increase over the original approved agreement amount for the pre construction phases 1, 2, and 3 of $1,847,253.32. Funding for this phase of the project requires a 20% match or It is recommended that Council approve and authorize the Mayor to sign amendment no. 1 to the engineering agreement with Exeltech in the amount of$181,219.00 and further authorize allocation of added matching funds in the amount of$36,243.80 from general funds. . DATE: To: FROM: SUBJECT: DZ -f:).. oJi 5. 1.058 7 FORTANGBLES WAS H I N G TON, U. S. A. CITY COUNCIL MEMO February 7,2006 CITY COUNCIL Glenn A. Cutler, Director of Public W orIes and Utilities ~wv , 8th Street Bridge Replacements, Amendment No.2 to the Exeltech Consultant Agreement. Summary: The City Council selected, and WSDOT approved, the Steel Slant Leg for the 8tD Street bridge replacements. Material price increases and WSDOT review comments have required reevaluation of the construction methods to keep the project within the grant funding limits. Additional permitting work beyond the current scope ofthe project was needed to complete the design for fmal approval and advertisement for bids. In addition, the negotiations for the scope and fees for the construction management phase of the project have been completed. These are included in the amendment. . Recommendation: Approve and authorize the Mayor to sign Amendment No.2 to the Consultant Agreement with Exeltech in the amount of $977,702.42 and further authorize allocation of added matching funds for design in the amount of $19,865.55 from general governmental funds for capital projects. Funding for the construction management will be limited to not exceed $50,000 until the construction pro.led is awarded by Council. // , \ Background/Analysis: City Council has selected the Steel Slant Leg alternative as the bridge type to be constructed over Tumwater Creek and Valley Creek. This selection was supported by WSDOT's approval of the Type, Size, and Location (TS&L) report. Following this selection, the continuing rising of material costs and final design review co~ents by WSDOT have resulted in added design efforts to evaluate and implement cost reduction measures. In addition, a change in the determination by WSDOT on the historic status of the bridges required added documentation along with the need to offer them for sale. This change added to the final permitting costs. The total planning, permitting, preliminary and final engineering fees with the proposed amendment are 12% of the estimated construction costs and are in line for a project of this size and complexity. These design related costs will be grant funded at 80% with a 20% match from the City. Negotiations with Exeltech related to the scope and fees for the construction management of this phase of the project have been completed. The original agreement included a limited scope and fee placeholder with the understanding that it would be renegotiated once the design was completed. The final negotiated scope and fees for the construction management tasks are 10% of the estimated construction costs and are in line for a project of this size and complexity. These construction tasks will be grant funded at 100% provided that the 10tal construction related costs do not exceed N:\CCOUNCIL\FINAL\Exeltech Agreemt Amndnl No 2-8th St Bridges.doc . February 7, 2006 City Council Re: Exeltech Agreenmt Amndmnt No 2_Sth St Bridges Page 2 $20,000,000. In that the contract has not been awarded, the consultant's fees will be limited to $50,000 for pre-award bidding support and analysis activities. Only upon award of the project by . Council will Exeltech be authorized to proceed with the full construction management tasks. The negotiated added costs included in Amendment No.2 are summarized in the fonowing table. ITEM DESCRIPTION COST DESIGN I Added DesiJnl Costs $ 84,327.73 2 Historic Brid~e Documentation $ 15,000.00 3 DesiJnl Increase Subtotal ($79,462.18 Grant Funded, $19,865.55 City) $ 99,327.73 CONSTRUCTION 4 Original Construction Management Costs Placeholder $798,838.28 5 Added Construction Management Costs $878,374.69 6 Revised Construction Management Costs Total $1,677,212.97 Change Order No.2 Total (Items 3 & 5) $977,702.42 This proposed amendment will bring the total agreement amount to $3,837,757.99 and remain within an acceptable range for the project. Staff is pleased with Exeltech's performance on the project. It is recommended that Council approve and authorize the Mayor to sign Amendment No.2 to the Consultant Agreement with Exeltech in the amount of $977,702.41 and further authorize allocation of added matching funds for design in the amount of$19,865.55 fromgenera1 governmental funds for capital projects. Funding for the construction management will be limited to not exceed $50,000 until the construction project is awarded by Council. . Attach: Consultant Fee Determination . 2 . . .r EXHIBIT B Exhibit D-1 Consultant Fee Determination - Summary Sheet (Lump Sum, Cost Plus Fixed Fee, Cost Per Unit of Work) 8th Street Bridges Replacement Start Date June 1, 2003 City of Port Angeles Task Description: Environmental through Construction End Date April 1, 2006 Fee Determination Consultant: Exeltech Consulting, Inc. Exeltech Project # 0328 Classification Port Angeles Project # 02-15 Code Man Hours LABOR Hours Rate Dollars 05 Project Director 180 x $50.60 = 9,108.00 15 Structural Lead 0 x $44.50 0.00 20 Structural Engineer 1 760 x $40.00 = 30,400.00 25 Structural Engineer 2 40 x $25.50 = 1,020.00 30 Environmental Lead 0 x $39.50 = 0.00 35 Environmental Support 140 x $29.00 = 4,060.00 40 Civil Lead 0 x $39.50 = 0.00 45 Civil Engineer 1 208 x $28.00 = 5,824.00 55 Construction Management Lead 1,084 x $50.00 = 54,200.00 55 Construction Engineer 1 3,960 x $43.00 = 170,280.00 55 Inspector 1,600 x $39.00 = 62,400.00 55 Public Involvement Specialist 300 x $29.00 = 8,700.00 , 55 Admin Support 1 568 x $21.00 = 11,928.00 55 Admin Support 2 0 x $15.00 = 0.00 55 Document Editor 0 x $26.00 = 0.00 55 CADD Tech 1 0 x $23.00 = 0.00 55 CADD Tech 2 328 x $18.50 = 6,068.00 Total Hours 9,16B Total DSC = 363,988.00 % Increase % of Work Escalation for '06 0 0 0.00 Escalation for '07 5 50 = 9,099.70 Escalated Total DSC 373,087.70 OVerhead (OH Cost - including Salary Additives) OH Rate x DSC of , 165.00% x $363,988.00 = 600,580.20 Fixed Fee (FF): FF Rate x DSC of 28.50% x $363,988.00 103,736.58 Reimbursables Itemized Quantity Units Rate Meals and Lodging 718 each @ $90.00 64,584.00 Plans - Plotting / Repro 1,925 each @ $4.50 8,662.50 Mapping/Photos/Surveys each @ $3.50 0.00 Reproduction and Printing 24,440 copies @ $0.25 6,110.00 Field Equipment Rental Lump Sum 25,000.00 Construction Field Office Rental 24 months @ $1,500.00 36,000.00 Construction Field Office Supplies @ Lump Sum 5,000.00 Postage and Supplies 250 Est @ $12.00 3,000.00 Ferry Fare 250 $8.00 2,000.00 Travel 74,880 miles @ $0.485 36,316.80 Reimbursables Total 186,673.30 Subconsultant Costs (See Exhibit G) 413,135.19 Grand Total 1,677,212.97 Prepared By: santosh Kuruvilla & Rod Finkle Date: December 9, 2005 1/6/2006 . ,'" . v Exhibit B-2 . . .Formal Task Assignment Document " " Task Number Phase 4 The general provisions and clauses of Agreement LA 5617/18 Task Assignment. shall be in full force and effect for thi~ Location of Project: Port Angeles. Washington Project Title: 8th Street Bride:e Replacements . V " Maximum ArnoUD! Payable Per Task Assignment: S8eI,583.25- I , (., 71l "Z-I"L. GJ7 *'" ~ Completion Date: JyI, 31, :2000- oS ,,'-, "'I, '2-<.= e rY" Iv' 'P Description of Work: (Note attachments and give brief description) Phase 4 - Construction Management Phase 4 includes Construction Management for the project as o~~lined in the tasks 700-717** of the project scope of work, Exhibit B-I. Work also includes project management tasks 200-205 and quality control provisions in tasks 800-809 to the project scope of work. **Estimate of Cost for Task 717 is not included and will be developed at the initiation of Phase 4. The estimated cost will be reviewed and if necessary, be revised by the Agency and Consultant prior to initiation of Phase 4 Task Assignment. Agency Project ManagerBignature: ~ t--. ~ , \ Oral Authorization Date: Consullant Signature: , ~ Agency Approving Authority: . Date: 2,/7/0~ f t 2/170 {;;, 2/7(<<1" ,_ Date: See Letter Dated: Date: Page 5 of 5 ,I ,_ " ~ ~ I ~ - F'1 ( r t F \ -l-c-' ~ORT ANGELES ~ WAS H I N G TON, U. S. A. .-tii> PUBLIC WORKS & UTILITIES DEPARTMENT January 20, 2006 Mr. Santosh'J. Kuruvilla, P.E. Exeltech Consulting, Inc. 2627 A Parlanont Lane SW Olympia, Washington 98502-5751 RE: 8th Street Bridge Replacements, Project No. 02-15 Dear Mr. Chaplin: We are transferring the remaining management reserve funds in the amount of $20,000 to Phase III to offset added design costs. In addition we administratively extended the Phase I, II, and III Phase completion dates to 12/31/05,3/1/06, and 3/1/06 respectively to be in line with closure of these phases. You are authorized to proceed with limited Phase N support during bidding. The Phase N funding and added funds for out of scope design and . permitting work will be addressed in amendment no. 2 scheduled for Council action February 7,2006. Sincerely, ~'-~ Gary W. Kenworthy P .E. Deputy Director of Public Works/City Engineer Attachment: Council Memo, Amendment No.2 N:\PROJECTS\02-J5 8th St Bndges\Consultant SeJectlOn\Agreement\Supplemental Agreement #] Transmlttal.doc 321 EAST FIFTH STREET · POBOX 1150 · PORT ANGELES, WA 98362-0217 PHONE 360-417-4805" FAX 360-417-4542. TTY, 360-417-4645 E-MAIL pub1lcworks@cltyofpa US .. 5. lJ5g <J. Supplemental Agreement Organization and Address Phone: Exeltech Consulting, lnc Number 2 2590 Willamette Drive NE Lacey, WA 98516 Original Agreement Number LA 5617 & 5618 Phone. (360) 357-8289 Project Number Execution Date Completion Date 02-15 A- $l' . Din July 31,2007 Project Title New Maximum Amount Payable Port Angeles 8th Street Bridge Replacements Project $ 3,837,757.99 Description of Work Supplement includes out of scope Final Design work and the addition of HABS/HAER documentation for the bridges. In addition, the Supplement accommodates for added Construction Management costs. The Local Agency of Citv of Port Anqeles desires to supplement the agreement entered into with Exeltech Consultinq. Inc. as executed on November 4. 2003 and identified as Agreement No. LA 5617 & 5618 All provisions in the basIc agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section 1, SCOPE OF WORK, IS hereby changed to read: Attached Exhibit B-1. Scope of Work. replaces Scope of Work for Phase 4 included In the Standard Consultant Aoreement. This additional Scope of Work was documented in Chanqe Controls #38 and #39, as attached. II Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: N/A III Section V, PAYMENT, shall be amended as follows: Pavment shall continue to be cost plus fixed fee. Maximum additional pavment for Supplemental Aqreement #2 shall be $977,702.42 ($957,702.42 additional budqet plus $20,000.00 from Manaqement Reserve), amendlnq the maximum payable amount to $3,837,757.99. Costs shall be allocated per the tasks Identified and as indicated in the followinq. Exhibit B-2 (Phase 4) replaces Exhibit B-2 (Phase 4) executed In the Standard Consultant Aoreement Exhibit D-1 Consultant Fee Determination - Summarv Sheet supplements previous Exhibits D-1 Exhibits G-1 Subconsultant Fee Determination - Summarv Sheet supplements previous Exhibits G-1 for applicable Subconsultants If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to thiS office for final action. By I, I, " , \ ( , " tJ; 1 ~u - 0/1; Date DOT Form 140-063 EF p,evised 9/2005 1 " . Exhibit B-1 Scope of Work Scope of Services for Phase 4 - Construction Management City of Port Angeles 8th Street Bridge Replacements, Project 02-15 Version Date: December 9, 2005 12/12/05 1 Exhibit B-1 TABLE OF CONTENTS 700. 701. 702. 703. 704. 705. 706. 707. 708. 709. 710. 711. 712. 713. 714. 715. 716. 717. 718. 12/12/05 Scope of Services for Phase 4 - Construction Management City of Port Angeles 8th Street Bridges Replacement, Project 02-15 Version Date: December 9, 2005 PHASE 4 - CONSTRUCTION MANAGEMENT Project Management for Construction Project Engineering Office Engineering Construction Staking Inspection (Civil/Structural/Utilities) Field Office Construction Estimating Claims/Change Order Administration Scheduling for Construction Contracts Construction Safety Adm inistrative/Clerical Additional Construction Management Services Quality Control Services Other Construction Management Services Third Party Coordination Develop and Carry out Construction-Phase Public Information Plan Mitigation Inspection Project Closeout 2 Exhibit B-1 Scope of Services City of Port Angeles 8th Street Bridges Replacement Project 700. PHASE 4 CONSTRUCTION MANAGEMENT The Consultant shall provide engineering support to the City throughout the construction duration of the Project. The consultant shall work under the City's Project Engineer / Project Manager in charge of construction. The City will provide to the Consultant the materials necessary to accomplish the services included within this Scope of Work. The Construction Contract period will be from the effective date of Notice to Proceed for the construction contractor to final project acceptance by the City. This Scope of Work of the RFP consists of providing construction management services for the 8th Street Bridge Replacements project, which are noted as follows: General Assumptions on Which This Scope of Work Is Based A. The Construction Contract period is assumed to consist of a total of 420 days. This Construction Contract period is assumed to be supplemented by 90 days to include pre-bid activities to the date of NTP and project completion activities after final acceptance by the City. Schedule delays outside of Consultant control may increase project cost. B. The Contractor's work schedule is assumed to consist of an 8 hour work day, 5 days per week. No overtime work is assumed. C. The Construction phasing is assumed to consist of that portrayed in the attached schedule. D. The Consultant is assumed to attend monthly City Council meetings to provide project status updates for a period of 18 months. E. Hazardous Materials will not be found. 701. Project Management for Construction (Primary Responsibility - Exeltech) A. Provide pre-construction activities including: . Attend Pre-Bid Meetings (assumed to be one meeting) . Assist in Bid Evaluations and Contract Award, as assigned (Bid Evaluation assumed to include two meetings in Port Angeles) . Evaluate Contractors for responsibility . Attend Pre-construction Conference (Assumes one meeting, preparation for meeting, attendance at meeting, and distribution of meeting minutes) . Attend City Council meeting to recommend contractor selection (Assumes one meeting and preparation for meeting) B. Prepare project plan including organization, schedule, and budget. C. Administer the Construction Management Contract including providing monthly status reports, invoices, and managing sub-consultants. 12/12/05 3 .. Exhibit B-1 D. Attend all contract related meetings and provide minutes to City staff. E. Prepare cost proposals and negotiate timely amendments to this Construction Contract. F. Supervise, coordinate, and direct the Construction Management staff. G. Perform the day-to-day Construction Contract administration, including assisting City's Project Manager in conducting the pre- construction conferences, reviewing the Contractor's initial construction schedule of values, as well as other pre-construction submittals. Answering Contractor's questions regarding Contract Administration and coordinate/communicate with City staff regarding these services. 702 Project Resident Engineering (Primary Responsibility - Exeltech) A. Manages all day-to-day construction and Contract activities. Serves as the primary representative to the construction Contractors as Resident Engineer (RE). B. Manages and oversees the work of Construction Management staff. Assure that all staff understand and meet contract requirements. C. Acts as the focal point for all correspondence received from the Contractor and sent to the Contractor. Responds to all Contract correspondence with assistance from City and Consultant engineering staff as necessary. D. Conducts all weekly construction progress meetings, and all other contract related meetings. Take and distribute minutes for same. E. Tracks and resolves day-to-day construction disputes, and assist in claims analysis, mitigation, and resolution. F. Assigns inspectors to cover construction contract work schedule. Assures performance and documentation of inspections. G. Coordinates construction site access, staging logistics, and construction interfaces between Contractors and local authorities. Promotes the spirit of cooperation and coordination among all project team members. H. Ensures that Contractor complies with its own safety programs and that Construction Management staff complies with the safety policies of the City. Ensures that the Contractor is providing all documentation and briefings regarding Job Hazard Analyses in accordance with the City's and WSDOT's Construction Safety Manual. I. Tracks progress for timely execution of all potential change orders. Tracks issues and prepares change orders. J. Coordinates emergency change work as directed by the City. Secures approval for cost reimbursable work beyond the Scope of Services. Track costs for payment. K. Reviews the daily inspection reports of Construction Management staff and the Contractor, documenting inspection, testing, and jobsite activities. Elevates issues to Consultant Management and/or City as appropriate for resolution. 4 12/12/05 Exhibit B-1 L. Approves, modifies or rejects Progress Payment invoices for completed work after quantity checks have been made for WSDOT LAG Manual and prepare correspondence explaining payment decisions. M. Prepares all documentation for WSDOT audit for contract compliance. Instigate procedural changes as necessary for compliance. N. Reviews Contractor's initial and final detailed construction schedules, and schedule of values, and all monthly updates. O. Assists with Contract start-up, testing, and closeout. P. Determines substantial completion and oversee production of Contract punch lists and sign-off in work as it is completed in accordance with the Contract Documents. Oversees the completion of all safety certification testing and reporting as required by the City. a. Recommends acceptance of the work to the City R. Provides daily, weekly and monthly construction progress reports to the City. S. Reviews contract documents for mitigation issues to ensure that all issues are addressed to satisfactory completion. T. Monitors Contractor for Monthly Updates of As-built Drawings. U. Reviews and distributes Contractor Submittals, Catalog Cuts, and Shop Drawings for compliance with the Contract documents. Seeks approvals and distributes in a timely manner. V. Reviews Contractor proposed construction methods and procedures for the various components of the structures, including formworklfalsework submittals. W. Provides clarification and interpretation of Contract drawings. X. Seeks technical expertise when required for clarification/resolution. Y. Attends City Council meetings to provide project status updates. Z. Consultant shall review Contractor's As-Built drawings and develop a conform set of CADD drawings. AA.Review Contractor's shop drawings and color/texture choices. Deliverable: 1. A conform set of CADD revised drawings. 703 Office Engineering (Primary Responsibility - Exeltech) (Secondary Responsibility - Lochner) A. Assists Resident Engineer (RE) as required. Prepares correspondence with RE oversight. B. Assists the RE to mange the receipt, distribution, review and compilation of comments and tracking and return of all submittals and requests for information (RFI's) from the Contractor. 12/12/05 5 Exhibit B-1 C. Maintains and distributes current contract drawings and specifications, and job-site record drawings. Confirm on a monthly basis that Contractor is maintaining record drawings. D. Provides technical and engineering support to Construction Management staff. E. Identifies potential Contract changes and maintain weekly logs for submittals, RFl's, potential changes, and change orders. F. Prepares summary weekly reports for RE. G. Tracks materials deliveries and quantities of work performed. Prepares filing system by items for payment to track all administrative components of the project. H. Provides contract information to the City. I. Coordinates and oversees surveying and materials testing consultants. Confirms periodic survey checks are performed. J. Prepare Contract document file system in preparation for Federal audit in accordance with the LAG Manual. 704. Survey Quality Assurance (Primary Responsibility - Wengler) A. Provide random checks of Contractor's surveying for (1) Roadway; and (2) Structures. B. Complies with control requirements to check Contractor survey geometrics for roadway and structures. C. Ensure that all survey work will conform to all applicable Washington State laws and regulations. Oeliverables: Provide documentation to validate the Contractor's surveys. 705. Inspection and Testing (Civil, Structural, Utilities) (Primary Responsibility - Exeltech and Mayes Testing) (Secondary Responsibility - Lochner) A. Ensures compliance with plan specifications, Contract documents, submittals and applicable codes and design standards. B. Pro-actively inspects all on-site and off-site construction activities for conformance with Contract Documents. C. Coordinates design and specification clarifications from appropriate Consultant and City engineering design staff. D. Complete Inspector's Daily Reports as required by the Inspection Instructions . Inspection reports to include all labor, equipment and materials used, Contractor contacts made, visitors to the site, quality of work, shortages, design issues, safety, traffic management, accidents, environmental permit compliance, interfaces with other agencies and government officials, identification of differing site 12/12/05 6 Exhibit B-1 706. 707. 12/12/05 conditions and contaminated materials and the influence of external events such as weather and strikes. . Track all scheduled construction bid items by bid item number. E. Identifies any and all work that is nonconforming to the Contract Documents. Establishes and maintains documentation of non- conforming work. Assists the RE in tracking all corrective measures to resolve any and all nonconforming issues/items. Elevates disputes to the proper level. F. Attends and participates in all weekly safety tool box meetings conducted by the Contractor. Documents all issues discussed at these meetings. G. Assists the RE and Office Engineer in reviewing the monthly progress payments. H. Performs all quality control testing services. I. Tracks and inspects all material deliveries, storage and protection. J. Reports all unsafe working conditions. Oversees and schedules on site and off site materials and quality control testing with materials testing subconsultant. K. Monitors and tracks all delays and extra work. L. Takes and logs all construction photos (digital, video, and regular) N. Prepares a punch list at every milestone. Tracks open items until completed. O. Performs other project related inspection services as required. P. Coordinates project related utility construction impacts. a. Maintains as-builts, and checks Contractor's as-builts monthly Field Office (Primary Responsibility - Exeltech) A. Consultant will provide adequate field office for Construction Management team. The field offices will be completely furnished and maintained by the consultant. Line phones, cell phones, office equipment, computers, fax machine, printers, scanners and DSL Internet computer service will be included. Claims/Change Order Administration (Primary Responsibility - Exeltech) A. Reviews Contract correspondence and basis of proposed Contract changes. B. Provides advice and issues resolution alternatives to the City. Responds to inquires and prepares draft correspondence. C. Ensures that all contract issues raised by Contractors are addressed and resolved in a timely manner. D. Manages change order documentation and the change order tracking system. E. Identifies potential disputes and issues and monitor related activities, 7 Exhibit B-1 F. Logs potential claims, documents actions and provides periodic reports to the City. G. Advises and assists the City in dispute avoidance/mitigation approaches. H. Provides timely analysis of claims and recommends appropriate negotiating strategies. I. Manages construction contract closeout. J. Prepares independent cost estimates of proposed changes for comparison with Contractor's cost proposals and establishes a negotiating position. K. Supports RE in change order price negotiation. L. Prepares claims analyses and estimates. M. Performs cost-benefit analyses of proposed accelerations, schedules workarounds, and claim mitigation. N. Prepares independent cost estimates for evaluating and substantiating change orders. O. Works with Contractor on Cost Reduction Incentive Proposals (CRIPs) 708. 709. 710. 12/12/05 Scheduling for Construction Contracts (Primary Responsibility - Exeltech) A. Reviews Contractor's Preliminary and bi-weekly Construction Schedule at weekly meetings. B. Coordinates the review process with the City Project Manager to recommend approving or rejecting the Contractor's schedule. C. Communicates schedule issues to the City with suggested resolutions. Construction Safety (Primary Responsibility - Exeltech) A. Coordinates Construction safety plans with local and state officials and the City safety representatives. B. Trains and maintains all Construction Management staff in construction safety including, but not limited, to first aid, locklout- tag/out procedures, confined space entry, traffic safety, CPR, crane safety, trench and excavation safety, and personal protective equipment. C. Monitors job site for safety. D. Assists in resolving job site and public safety issues with the RE, Contractors, and City staff. Maintains records of all staff safety training. E. Audits Contractor's safety records. Discusses and documents non- safe conditions with the Contractor. Administrative/Clerical (Primary Responsibility - Exeltech) 8 Exhibit B-1 A. Provides skilled administrative/clerical personnel to support RE. B. Creates, logs, copies, distributes, and files all contract correspondence and paperwork in accordance with approved file guide system. C. Takes and distributes meeting minutes D. Performs office administrative tasks as directed by the RE. 711. 712. 713. 12/12/05 Quality Control Services (Primary Responsibility - Exeltech) A. Manages all Construction Management quality control activities. B. Maintains quality control records in field office for access by City Project Manager as requested. C. Subcontracts specialized quality control services as required. D. Provides additional quality control services as directed by the City's Project Manager. E. Ensures that proper inspection and quality control standards are observed. Ensures that all work complies with the Contract documents and standards of applicable jurisdictions. F. Directs the activities of the Construction Management surveying and materials testing laboratory subconsultants. G. Follows the intent of WSDOT Construction Manual, WSDOT Standard Specifications as amended by the LAG Manual, and Materials Manual to ensure quality guidelines are followed. Third Party Coordination (Primary Responsibility - Exeltech) A. Coordinates with affected local utilities, emergency service providers, transit, governments and agencies, as specified in the contract documents, as to design, utilities, protection, hold points, schedule coordination, permits, and other third-party issues as required. B. Assists the City Utility Coordinator for project related activities, as required. Develop and Carry Out Construction Phase Public Information Plan (Primary Responsibility - Exeltech) (Secondary Responsibility for Web Cameras - CPI Fiber) A. Draft and disseminate written materials: News releases, fact sheets, web postings, Transit rider alerts, etc. B. Work with local businesses to minimize project impacts. If applicable, coordinate with businesses to develop newspaper ads, websites, etc. to publicize continued operation during construction. Costs of actual ads, website development, etc are not included. C. Present project updates at monthly City Council meetings, assumed for a period of 18 months D. Prepare and hold Open House with exhibit boards. E. Prepare and distribute project update newsletters to the public as necessary. 9 . " . Exhibit B-1 F. Coordinate web cam set up for construction monitoring and project documentation, and work with City to update website on a monthly basis. G. Work with the City to prepare project update notices to be circulated in monthly utility bills. Assumptions: 1. City Project Manager will be primary contact with news media. 2. Project update newsletters are assumed to be distributed quarterly, for a total of six (6) newsletters. 3. Open House is assumed to include preparation of six (6) 24" x 36" boards. Oeliverables: 1. Monthly updates of web page 2. Open House, including preparation 3. Draft up to six (6) project update newsletters for public distribution 4. Time lapse digital documentation of bridge construction - set four poles at strategic locations, install four cameras for continual monitoring, provide power/communications cable, and link to City website. 714. Mitigation Inspection (Primary Responsibility - Exeltech) Monitor and track wetland mitigation plan for all mitigation commitments as part of the project record. Prepare project documentation. 715. Project Closeout (Primary Responsibility - Exeltech) Once the project construction is completed, the project will be officially closed out following criteria in WSDOT Local Agency Guidelines, City of Port Angeles protocol and Exeltech Quality Assurance Manual. Assumption: Budget for this task included in the Project Management Task 701. 12/12/05 10 Name: Exeltech Consulting, Inc. Change Control Plan Date: February 1, 2006 Change Tracking Number: Change Control #39 (Exeltech #10) ChanQe Identify change (please note if change will be minor, moderate, or substantial) Analyze effects of change (please note scope, cost, and quality effects) Response strategy Strategy communication and endorsement (please note how and who) Work plan revisions Other Comments: Description The change supplements the project budget to accommodate out of scope work in Final Design associated with re-design of the bridge foundation and bearings, as well as complete the HABS/HAER documentation. In addition, the change supplements the project construction budget (Phase 4). The table below outlines the increase in budget: Design 1. Added Design Costs - $84,327.73 2. Historic Bridge Documentation - $15,000 Subtotal = $99,327.73 *The Gty agreed to move the remaining $20,000.00 in the Management Reserve to compensate for a portion of this budget, amending the supplemented amount to $79,327.73. This is reflected in Change Control #38. Construction 1. Added Construction Management Costs - $878,374.69 Subtotal = $878,374.69 TOTAL = $977,702.42 * New total agreement amount will be $3,837,757.99. Please see the attached Change Control Project Budget Tracking Spreadsheet which shows where budaet modifications were made. This change supplements budget to accommodate for Final Design budget .overruns and anticipated construction costs. Additional budget will allow for project completion through Construction (Phase 4). We have been working with the City to update and review budgets for approval. The City Council will provide final approval. Revised Construction scope of work is included in the Supplemental Agreement. Date ~/1 /p(p Dat'e Change Control Plan Name: Exeltech Consulting, Inc. Date: January 15, 2006 Change Tracking Number: Change Control #38 (Exeltech #9) ChanQe Descriotion Identify change The change transfers $20,000 budget from the Management Reserve to Phase 3 (please note if change will be minor, (Final Design) in order to compensate for out of scope design work completed in moderate, or substantial) Final Design. Any budget remaining for Subconsultants post Final Design will be transferred to Exeltech's budget to further compensate for this out of scope Final Design work associated with the re-design of the bearings and foundation. Please see the attached Change Control Project Budget Tracking Spreadsheet which shows where budget modifications were made. Analyze effects of change This change transfers budget to the tasks where actual work has over-run the (please note scope, cost, and quality original budget. Budget remaining in the Management Reserve will be $0.00. effects) Response strategy Budget transfer offsets a portion of the labor charges incurred in Final Design. Additional budget will be required to fully compensate for this out of scope work. - Strategy communication and Verbal communication to transfer budget from Management Reserve to Phase 3 endorsement has occurred between Santosh Kuruvilla and Gary Kenworthy. This Change (please note how and who) Control will formalize the budget transfer request. Work plan revisions The scope of the project will not change. Other Comments: ~/3j6 I Date i 6J lJ}c, ate! . .~ . v Exhibit B-2 " .Formal Task Assignment Document '. '. Task Number Phase 4 The general provisions and clauses of Agreement LA 5617/18 Task Assignment. shall be in full force and effect for ~ Location of Project: Port Amzeles. Washinsrton Project Title: 8th Street Bridee Reolacements " Comp~etion Date: btl y 31. 1666'" ...::r Uc...., . V " I J (",1... 'Z-,"2.... ":J7]V- ~ V "I), ~~ ~ ~ Maximum Amount Payable Per Task Assignment: $891.583.25- Description of Work: (Note attachments and give brief description) Phase 4 - Construction Management Phase 4 includes Construction Management for the project as o~tnned in the tasks 700-717.. of the project scope of work, Exhibit B-1. Work also includes project management tasks 200-205 and quality control provisions in tasks 800-809 to the project scope of work. . ' . ..Estimate of Cost for Task 717 is not included and will be developed at the initiation of Phase 4. The estimated cost will be reviewed and if necessary, be revised by the Agency and Consultant prior to initiatioll of Phase 4 Task Assignment. Agency Project Manager Signature: ~ t-.-. , \ Oral Authorization Date: CODSUItant Signature: \ ~ Agency Approving Authority: ~ Date: -zlyoG, I 2/170 fP 2/7{D" ,_ Date: See Letter Dated: Date: Page 5 of 5 Exhibit 0-1 Consultant Fee Determination - Summary Sheet (Lump Sum, Cost Plus Fixed Fee, Cost Per Unit of Work) 8th Street Bridges Replacement Start Date City of Port Angeles Task Description: Environmental through Construction End Date Fee Determination Consultant: Exeltech Consulting, Inc. Code Classification Man Hours LABOR Hours Rate 05 Project Director 180 x $50.60 15 Structural Lead 0 x $44.50 20 Structural Engineer 1 760 x $40.00 25 Structural Engineer 2 40 x $25.50 30 EnVironmental Lead 0 x $39.50 35 EnVironmental Support 140 x $29.00 40 CiVil Lead 0 x $39.50 45 CiVil Engineer 1 208 x $28.00 55 Construction Management Lead 1,084 x $50.00 55 Construction Engineer 1 3,960 x $43.00 55 Inspector 1,600 x $39.00 55 Public Involvement SpeCialist 300 x $29.00 55 Admin Support 1 568 x $21.00 55 Admin Support 2 0 x $15.00 55 Document Editor 0 x $26.00 55 CADD Tech 1 0 x $23.00 55 CADD Tech 2 328 x $18.50 Total Hours 9,168 Total DSC % Increase % of Work Escalation for '06 0 0 Escalation for '07 5 50 Escalated Total DSC Overhead (OH Cost -- Including Salary Additives) OH Rate x DSC of 165.00% x $363,988.00 Fixed Fee (FF): FF Rate x DSC of 28.50% x $363,988.00 Reimbursables Itemized Quantity Units Rate Meals and Lodging 718 each @ $90.00 Plans - Plotting / Repro 1,925 each @ $4.50 Mapping/Photos/Surveys each @ $3.50 Reproduction and Pnntlng 24,440 copies @ $0.25 Field EqUipment Rental Lump Sum Construction Field Office Rental 24 months @ $1,500.00 Construction Field Office Supplies @ Lump Sum Postage and Supplies 250 Est @ $12.00 Ferry Fare 250 $8.00 Travel 74,880 miles @ $0.485 Reimbursables Total Subconsultant Costs (See Exhibit G) Grand Total Prepared By: Santosh Kuruvllla & Rod Finkle Date: 6/15/2006 June 1, 2003 April 1, 2006 Exeltech Project # 0328 Port Angeles Project # 02-15 Dollars =: 9,108.00 0.00 30,400.00 1,020.00 0.00 4,060.00 0.00 5,824.00 54,200.00 170,280.00 62,400.00 8,700.00 11,928.00 0.00 0.00 0.00 6,068.00 363,988.00 =: =: 0.00 9,099.70 373,087.70 600,580.20 103,736.58 64,584.00 8,662.50 0.00 6,110.00 25,000.00 36,000.00 5,000.00 3,000.00 2,000.00 36,316.80 186,673.30 413,135.19 1,677,212.97 December 9, 2005 Exhibit G-l Subconsultant Fee Determination - Summary Sheet 8th Street Bridges Replacement City of Port Angeles Task Description: Environmental through Construction Subconsultant Fee Determination Subconsultant: H.W. Lochner Classification Pnnclpal Project Manager Senior Traffic Engineer Traffic Engineer Drainage /Utllities Engineer CiVil Engineer 1 CIvil Engineer 2 CADD Tech Admin Support Total Hours Total DSC Escalation for '06 Escalation for '07 Escalated Total Overhead (OH Cost -- Including Salary Additives) OH Rate x DSC of 165.14% Fixed Fee (FF): FF Rate x DSC of Reimbursables Itemized Meals and Lodging Mlleage/ Ferry Mapping/Photos/Surveys Reproduction and Pnnting Field EqUipment Rental Postage and Supplies Reimbursables Total Hours 0 x 0 x 0 x 0 x 0 x 2,862 x 0 x 0 x 0 x 2,862 % Increase 3 3 x 28.50% x Start Date August 1, 2003 End Date March 31, 2006 Exeltech Project # 0328 Port Angeles Project # 02-15 Direct Labor Rate Dollars $62.85 $48.27 $45.00 $36.70 $35.00 $29.43 $26.39 $20.61 $24.38 0.00 0.00 0.00 0.00 0.00 84,228.66 0.00 0.00 0.00 84,228.66 % of Work 50 78 1,263.43 3,930.48 89,422.57 $84,229 139,095.21 $84,229 24,005.17 Quantity Units Rate 1 day @ $600.00 300.00 1 mile @ $1,200.00 712.52 1 each @ $100.00 50.00 1 copies @ $500.00 250.00 0 each @ $0.00 0.00 1 est. @ $200.00 100.00 1,412.52 253,935.47 Grand Total Prepared By: Denny Ingham 12/12/2005 Date: June 17, 2003 Exhibit G-l Subconsultant Fee Determination - Summary Sheet 8th Street Bridges Replacement City of Port Angeles Task Description: Geotechnical Subconsultant Fee Determination Subconsultant: Pan Geo Classification Principal Geotechnical Engineer Geotechnical ProJect Manager Senior Geotechnical Engineer Senior Engineering Geologist ProJect Geotechnical Engineer Staff Geotechnical Engineer Administrative Assistant Total Hours Total DSC Escalation for '06 Escalation for '07 Escalated Total DSC Hours o x 8 x 16.945 x o x o x 160 x 20 x 204.9 % Increase o o Overhead (OH Cost -- including Salary Additives) OH Rate x OSC of 171.69% Fixed Fee (FF): FF Rate x (OSC) of Reimbursables Itemized Mileage Ferries SubSistence & Lodging Drilling Subcontractor Traffic Control/Flagging Laboratory Testing Field Consumables Field EqUip Rental (H20 Level indicator) Reimbursables Total Grand Total Prepared By: Robert E. Klmmerllng 12/12/2005 x 28.50% x 8*38.22 Quantity Units 294 mile @ 2 round trip @ 2 days @ o L.S. o L.S. o L.S. o L.S. o day @ Start Date August 1, 2003 End Date March 31, 2006 Exeltech Project # 0328 Port Angeles Project # 02-15 Direct Labor Rate Dollars $51.11 $38.22 $31.04 $28.77 $27.26 $22.60 $17.85 $0.00 $305.76 $525.97 $0.00 $0.00 $3,616.00 $357.00 $4,804.73 % of Work 50 30 $0.00 $0.00 $4,804.73 $4,804.73 $8,249.25 $4,804.73 $1,369.35 Rate $0.36 $19.00 $107.00 $26,400.00 $2,300.00 $2,400.00 $200.00 $15.00 $105.72 $38.00 $214.00 $0.00 $0.00 $0.00 $0.00 $0.00 $357.72 $14,781.05 Oate: June 17, 2003 Exhibit G-l Subconsultant Fee Determination - Summary Sheet 8th Street Bridges Replacement Start Date August 1, 2003 City of Port Angeles Task Description: SurveYing End Date March 31, 2006 Subconsultant Fee Determination Subconsultant: Wengler Exeltech Project # 0328 Port Angeles Project # 02-15 Classification Man Hours Rate Dollars Party Chief 32 x $66.00 $2,112.00 Chainman 40 x $66.00 $2,640.00 PrinCipal \ProJect Manager 64 x $81.00 $5,184.00 Cadd Operator 80 x $68.00 $5,440.00 Clencal 8 x $54.00 $432.00 Total Hours 224 Total DSC $15,808.00 % Increase % of Work Escalation for '06 3 0 $0.00 Escalation for '07 3 0 $0.00 Escalated Total DSC $15,808.00 Overhead (OH Cost -- Including Salary Additives) OH Rate x D5C of 0.00% x $15,808 $0.00 Fixed Fee (FF): FF Rate x DSC of 0.00% x $15,808 $0.00 Reimbursables Itemized Quantity Units Rate Meals and Lodging $0.00 Plans - Plotting / Repro 10 each @ $2.00 $20.00 Mapping/Photos/Surveys 12 each @ $2.00 $24.31 Reproduction and Pnntlng 0 copies @ $2.00 $0.00 Field Equipment Rental 0 $0.00 $0.00 Computers 0 $0.00 $0.00 Postage and Supplies 0 Est @ $0.00 $0.00 Outside Computer 0 $0.00 $0.00 Outside Consultants 0 $0.00 $0.00 Reimbursables Total $44.31 Grand Total $15,852.31 Prepared By: James Wengler Date: June 17, 2003 12/12/2005 Exhibit G-l Subconsultant Fee Determination - Summary Sheet 8th Street Bridges Replacement Start Date August 1, 2003 City of Port Angeles Task Description: Architectural Services End Date March 31, 2006 Subconsultant Fee Determination Subconsultant: Olympic Design Works (ODW) Exeltech Project # 0328 Port Angeles Project # 02-15 Classification Negotiated Hours Rate Dollars Principal Architect 100 x $95.00 $9,500.00 Architect 20 x $75.00 $1,500.00 Total Hours 120 Total DSC $11,000.00 % Increase % of Work Escalation for '06 3 55 $181.50 Escalation for '07 3 45 $297.00 Escalated Total $11,478.50 Overhead (OH Cost -- including Salary Additives) OH Rate x DSC of 0.00% x $11,479 $0.00 Fixed Fee (FF): FF Rate x DSC of 0.00% x $11,479 $0.00 Reimbursables Itemized Quantity Units Rate Meals and Lodging 4 day @ $75.00 $300.00 Mileage (10 trips to Olympia) 2,247 mile @ $0.49 $1,089.59 Mapping/Photos/Surveys 0 each @ $400.00 $0.00 Reproduction and Printing 2,000 copies @ $0.08 $150.00 Field Equipment Rental 0 each @ $150.00 $0.00 Postage and Supplies 0 est. @ $1,000.00 $0.00 Reimbursables Total $1,539.59 Grand Total $13,018.09 Prepared By: Stuart Bonney, AlA Date: June 17, 2003 12/12/2005 Exhibit G-l Subconsultant Fee Determination - Summary Sheet 8th Street Bridges Replacement Start Date August 1, 2003 City of Port Angeles Task Description: Testmg Services End Date March 31, 2006 Subconsultant Fee Determination Subconsultant: Mike Mayes Testing Exeltech Project # 0328 Port Angeles Project # 02-15 Classification Hours Rate Dollars Weldmg Engineer 60 x $38.41 $2,304.30 Project Engineer 40 x $34.75 $1,389.88 Inspector 1 240 x $22.68 $5,442.72 Inspector 2 140 x $26.33 $3,686.76 Inspector 3 420 x $27.43 $11,521.86 Inspector 4 50 x $29.26 $1,463.00 Total Hours 950 Total DSC $25,808.52 % Increase % of Work Escalation for '06 0 59 $0.00 Escalation for '07 0 90 $0.00 Escalated Total DSC $25,808.52 Overhead (OH Cost -- Including Salary Additives) OH Rate x DSC of 144.9% x $25,809 $37,396.55 Fixed Fee (FF): FF Rate x DSC of 28.50% x $25,809 $7,355.43 Reimbursables Itemized Quantity Units Rate 5011 MOisture Density Relationship Test 6 each @ $190.00 $1,140.00 Selve AnalYSIS Test 6 each @ $175.00 $1,050.00 Asphalt Rice Density Test 2 each @ $90.00 $180.00 Asphalt Ignition/Gradation Test 2 each @ $180.00 $360.00 Concrete Compressive Strength Cylinder Test 220 each @ $18.50 $4,070.00 Asphalt Rice Density Test each @ $90.00 $0.00 Asphalt IgnitIon/Gradation Test each @ $180.00 $0.00 Mileage 8,248 miles @ $0.49 $4,000.28 Reimbursables Total $10,800.28 Grand Total $81,360.77 Prepared By: Michael J. Mayes, P.E. Date: June 17, 2003 12/12/2005 Exhibit G-1 Subconsultant Fee Determination - Summary Sheet 8th Street Bridges Replacement City of Port Angeles Task Description: Camera Sub Subconsultant Fee Determination Subconsultant: Camera Sub Start Date August 1, 2003 End Date March 31, 2006 Exeltech Project # 0328 Port Angeles Project # 02-15 Hours Dollars Classification x x x x Total Hour Total DSC o o o 500 500 Escalation for '06 Escalation for '07 Escalated Total % Increase o o Overhead (OH Cost -- Including Salary Additives) OH Rate x DSC of 145.00% Fixed Fee (FF): FF Rate x DSC of 28.50% Reimbursables Itemized Travel Mileage Mapping/Photos/Surveys Reproductlon,Pnntl ng,Comm. Field Equipment Rental Postage and Supplies Reimbursables Total x x Direct Labor Rate x x x x $32.00 $41. 00 $26.00 $25.00 $0.00 $0.00 $0.00 $12,500.00 $12,500.00 $0.00 $0.00 $12,500.00 $18,125.00 $3,562.50 Quantity Units Rate day @ $0.00 0 ml @ $0.00 $0.00 0 each @ $0.00 0 copies @ $0.00 0 each @ $0.00 Est @ $0.00 $0.00 $34,187.50 Grand Total Prepared By: 6/15/2006 % of Work 100 o $12,500 $12,500 Date: CITY COUNCIL MEETING .November 4, 2003 LATE ITEMS TO BE PLACED ON THIS OR FUTURE AGENDAS: (Cont'd) FINANCE: 8th Street Bndge Replacement Consultant Agreement 5. lJ; 5g '9. that know more than he does and carefully decldmg who can be trusted. Mr. Glenn indIcated hIS support offluondatIOn because nearly 100% of the doctors and dentists m the commumty support water fluoridation. He has worked With these indIVIduals for 12 years in an enVIronment of lIfe and death, and he trusts them entlIely WIth admmlstratIve Issues, as well as hIS lIfe and the lIfe of hIs famIly Further, Mr. Glenn spoke in support of fluondatIOn, as seven out often Amencans currently benefit from fluonde, and Port Angeles is m the mmority on that issue Mr. Glenn mdlcated the Centers for DIsease Control call fluondatIon one of the ten greatest advancements m publIc health in the last 100 years The Office of the Surgeon General supports fluondatIOn, and a staff member prevIOusly wrote a letter to Dr Kennedy, ChIef MedIcal Officer at OlympIc Medical Center, m support ofthlscommumty's effort to fluondate the water. He felt the Issue to be one of trust, and he reIterated hIS trust m the phYSIcians and dentists, the declSlons made by 70% ofthe populatIOn, the deCISIOns of the Centers for DIsease Control, and the Surgeon General. Peter Ripley, 114 E. 6th Street, #102, suggested that, mstead of gIvmg the donatIOn to the CIty of Port Angeles, the money be provided to a trust fund for the use of those needing assistance in the form of fluonde pills, dental hygIene, education, and the lIke. Dr. Todd Irwm, 253 StraIt VIew Dnve, PresIdent of the OlympIC Penmsula Dental SOCIety, indIcated that the cost of the fluonde project was ongmally prOjected to be $260,000, and the tax would equate to approxImately $25,000. It was mtended that the money raised would be used to pay the tax It IS not a bnbe He added that the HospItal donates funds to the Community ActIOn program for free dental servIces, he and many other doctors and dentists m the commumty donate a great deal of time m caring for the community. They are doing everythmg possible to help, and they appreCIate the CouncIl's efforts as well. Dr. MIke Maxwell, 3215 South Laurel, is a family physician who wanted to make a balancmg statement to the Council. Dr. Maxwell mdicated that he sees a WIde spectrum of patients, and he has made It a pomt over the last few months to query the patients to get a sense of theIr feelmgs on fluoride. Many have been surpnsed that the water hasn't been fluondated already and were pleased With the CouncIl's deCISIOn. Others feel that fluondatIOn is long overdue. When he asked his patIents why there weren't more letters to the editor m support of fluonde, some drew a parallel that, If someone were to say the world IS flat, there wouldn't likely be a lot ofresponses that the world IS round. Dr. Maxwell felt that a majority of the community supports the effort to fluoridate, and he congratulated the CouncIl on its leadershIp. Barney Munger, 1504 McDonald Street, ongmally felt that fluonde IS safe and should be used. However, after conductmg thorough research over the last few months, he has come to questIOn the use of fluonde and now belIeves fluonde should not be used He asked the Councilmembers to take another look at the matter by conductmg thelI own personal research, as he was certain they would deCIde fluonde is not what they wanted. Jesse WIlson returned to the podium, takmg exception to prevIOUS commentanes offered by Dr. Maxwell. Mr. WIlson reIterated many of hIS preVIOUS comments m oppositIOn to fluoride. Dr. Steve Chapman returned to the podium to offer clanficatIOn on remarks made by Peter Ripley, m thatthe medIcal commumtycurrently donates time and supplIes to the community. Dr. Scott Kennedy also returned to the podIUm, informmg the CounCIl that he had written personal notes to all phYSICIans and dentists asking them to donate funds to the United Way. 1 8th Street Bridge Replacement, Project 02-15, Consultant Agreement Director Cutler, WIth the use of PowerPoint slides, provided the CouncIl WIth a hlstoncal perspective of the 8th Street bndges, datmg back to trmber trestle bridges, ClIca 1900. WIth the degradatIOn of the bridges over time, load restrIctIOns were - 4 - FINANCE: (Cont'd) 8th Street Bndge Replacement Consultant Agreement (Cont' d) PUBLIC HEARINGS - QUASI-JUDICIAL: Madrona Woods Pmal SubdIvIsIOn CITY COUNCIL MEETING November 4, 2003 placed on the bndges m 200 I and, in 2002, staff was dIrected to proceed wIth replacement of the bndges Director Cutler revIewed the ongmal cost projections for bridge replacement, and the CIty'S match has been reduced sIgnificantly due to Improved grant fundmg aVallable from the State. The match IS now projected at approximately $400,000. Director Cutler dIscussed the cntena and process used m consultant selectIOn, the development of the consultant agreement, the four phases of the agreement, and the associated fee structure for each of the dIfferent phases Mr. Santosh KuruvIlla, Project DIrector and PresIdent of Exeltech, also usmg PowerPomt slIdes, advIsed the Council of the operating philosophy to build a landmark structure to stimulate community pride and long-term development. He Identified what Exeltech VIews as the project needs, such as fundmg, environmental studIes, processes and perrmttmg; bndge desIgn; safety for vehicle, pedestrian, and bIcycle traffic, aesthetics; traffic management; and construction management Mr. KuruvIlla revIewed the people who will be involved m the project on behalf of Exeltech, to mclude local companies. He mtroduced Mr. BernIe Chaplm, who wIll serve as the Project Manager . for Phases 1 and 2. Mr. Chap 1m summanzed the dIfferent phases ofthe project, along with the projected time line for each of the phases, With project closeout set for 2006. He informed the Council of theIr plans to conduct publIc outreach tluoughout the process so that the public is fully aware of the project's unplementatIOn and process. Every effort wIll be made to commumcate throughout and to aVOId any confusIOn and mconvemence. Mr. Chaplm Itermzed m detaIl the elements of the publIc outreach program, after WhICh Mr. KuruvIlla presented the prelIrmnary alternative concepts bemg consIdered for bndge desIgn. Mr. Kuruvllla assured the CouncIl of ExeItech' s commitment to total clIent satisfaction tluoughout the project, stressmg qualIty, cost effectiveness, schedule senSitiVIty, relIable solutions, and change control. He stated hiS excitement about the project, and he thanked DIrector Cutler, Deputy DIrector Kenworthy, and the Council for the opportunity. Discussion followed concerning the alternative bndge designs as they dIrectly relate to the seIsrmc gUIdelmes, the OppOrtunIty to have the bndges serve as a landmark, the CIty'S contribution of $400,000 as a match to the grant fundmg, and the fact that anythmg extra beyond the minImum reqUIrements would be a cost to the CIty Councilman Headrick then moved to approve and authorize the Mayor to sign the agreement with Exeltech of Olympia, Washington, to provide engineering and related services for the 8th Street Bridge Replacements Project 02-15 in the total amount not to exceed $2,698,836.57, with initial authorization limited to Phase 1 and Phase 2 services which provide for alternatives analysis, environmental reporting, permitting, and preliminary engineering in the amount not to exceed $1,084,819.83 and the remaining Phase 3, final design, and Phase 4, construction management, to be brought back to Council for fee authorization and approval to proceed when these phases are required. The motion was seconded by Councilman Braun and carried unanimously. Madrona Woods Fznal SubdiVISIOn CouncIlman Williams recused himself from the consideration due to appearance of fairness, and he departed the Council Chambers at 7:20 p.m. Director CollIns then reviewed detaIls pertment to the Madrona Woods fmal subdivision, noting that the Plannmg CommIssIon had recommended approval. The proj ect has been funded WIth grant funds and, because those grant funds will not be available to construct the requIred mfrastructure until the final plat is approved, the Housing Authonty has submItted an Interlocal Agreementto mstall the mfrastructure Improvements followmg fmal plat approval. These types of Improvements are typIcally done pnor to final plat approval; however, the Interlocal Agreement IS allowed by State statute. DIrector Collms reported that, before any occupancy can occur, all roadway and utilIty unprovements for Phase I must be complete. Improvement requIrements for Phase 2 have a deadlme of October, 2005. Because the CIty IS devlatmg from standard - 5 - . /... "'~ ;", Supplemental Agreement Organization and Address Phone: Exeltech Consulting, Inc. Number 5 2590 Willamette Drive NE Lacey, WA 98516 Original Agreement Number LA 5617 & 5618 Phone: (360) 357-8289 Project Number Execution Date Completion Date 02-15 December 31,2008 Project Title New Maximum Amount Payable Port Angeles 8th Street Bridge Replacements Project $ 4,725,454.36 Description of Work The work consists of Environmental Permitting, Design Record, Hydraulic, Utility, and Geotechnical Reports, Prelim. & Final Plans, PS&E, Public Involvement, and Construction Management. The Local Agency of City of Port Anqeles desires to supplement the agreement entered into with Exeltech Consultinq. Inc. as executed on November 4. 2003 and identified as Agreement No. LA 5617 & 5618 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section 1, SCOPE OF WORK, is hereby changed to read: Attached Exhibit B-1. Scope of Work. replaces Scope of Work for Phase 4 included in the Standard Consultant Aqreement and Supplemental Aqreement #2. II Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: Proiect completion is extended to December 31.2008 III Section V, PAYMENT, shall be amended as follows: Payment shall continue to be cost plus fixed fee. Maximum additional payment for Supplemental Aqreement #5 shall be $265.196.37. amendinq the Phase 4 budqet to $1.942.409.34 ($50.000.00 previous Phase 4 and $1.892.409.34 new Phase 4) and the maximum payable amount to $4.725.454.36. Costs shall be allocated per the tasks identified and as indicated in the followinq: Exhibit B-2 (Phase 4) replaces previous Exhibit B-2 (Phase 4) Exhibit 0-1 Consultant Fee Determination - Summary Sheet replaces previous Exhibit 0-1 for Phase 4 Exhibits G-1 Subconsultant Fee Determination - Summary Sheet replaces previous Exhibits G-1 for Phase 4 for applicable Subconsultants If you concur with this supplement and agree to the changes as stated spaces below and return to this office for final action. By: ,AlC. ~A-Nro51+ KJ..J IZ. U V , L.'-A 4-4 - D'7 Date DOT Form 140-063 EF Revised 9/2005 5. ~5g ~ "DR- .' " Exhibit B-1 Scope of Work Scope of Services for Phase 4 - Construction Management City of Port Angeles 8th Street Bridge Replacements, Project 02-15 Version Date: March 28, 2007 3/30/07 1 .' Exhibit B-1 TABLE OF CONTENTS 700. 701. 702. 703. 704. 705. 706. 707. 708. 709. 710. 711. 712. 713. 714. 715. 3/30/07 Scope of Services for Phase 4 - Construction Management City of Port Angeles 8th Street Bridge Replacements, Project 02-15 Version Date: March 28, 2007 PHASE 4 - CONSTRUCTION MANAGEMENT Project Management for Construction Project Resident Engineering and Office Engineering Bridge Structural Engineering Survey Quality Assurance Inspection and Testing (Civil/Structural/Utilities) Field Office Claims/Change Order Administration Scheduling for Construction Contracts Construction Safety Administrative/Clerical Quality Control Services Third Party Coordination Develop and Carry out Construction-Phase Public Information Plan Mitigation Inspection Project Closeout 2 Exhibit B-1 Scope of Services City of Port Angeles 8th Street Bridge Replacements Project 700. PHASE 4 CONSTRUCTION MANAGEMENT The Consultant shall provide engineering support to the City throughout the construction duration of the Project. The consultant shall work under the City's Project Engineer / Project Manager in charge of construction. The City will provide to the Consultant the materials necessary to accomplish the services included within this Scope of Work. The Construction Contract period will be from the effective date of Notice to Proceed for the construction contractor to final project acceptance by the City. This Scope of Work consists of providing construction management services for the 8th Street Bridge Replacements project, which are noted as follows: General Assumptions on Which This Scope of Work Is Based A. The Construction Contract period is assumed to consist of a total of 16 months for construction activities. This Construction Contract period is assumed to be supplemented by 90 calendar days to include pre-bid activities to the date of NTP and 90 calendar days to include project completion activities after final acceptance by the City. Schedule delays outside of Consultant control may increase project cost. B. The Contractor's work schedule is assumed to consist of an 8 hour work day, 5 days per week. No overtime work is assumed. C. The Construction phasing is assumed to consist of that portrayed in the attached schedule. D. The Consultant is assumed to attend monthly City Council meetings to provide project status updates for a period of 16 months. E. Hazardous Materials and Archaeological materials and artifacts will not be encountered on the project site. 701. Project Management for Construction (Primary Responsibility - Exeltech) A. Provide pre-construction activities including: · Assist with final bid PS&E document preparation and contract advertisement through Builders Exchange. · Respond to Agency review comments. · Respond to Contractor bidding questions. · Prepare Addendums #1, #2, and #3 during the advertisement period. · Prepare final design calculation books incorporating all Addendums. · Assist with Engineer's estimate/Contractor bid evaluation. · Prepare the Record of Material (ROM) for use during construction. 3/30/07 3 Exhibit B-1 . Prepare 15 complete sets of the Project Manual for use during construction, incorporating Addendums #1, #2, and #3. · Attend Pre-construction Conference (Assumes one meeting, preparation for meeting, attendance at meeting, and distribution of meeting minutes) . Attend City Council meeting to recommend contractor selection (Assumes one meeting and preparation for meeting) B. Prepare project plan including organization, schedule, and budget. C. Administer the Construction Management Contract including providing monthly status reports, invoices, and managing sub-consultants. D. Attend all contract related meetings and provide minutes to City staff. E. Prepare cost proposals and negotiate timely amendments to this Construction Contract. F. Supervise, coordinate, and direct the Construction Management staff. G. Perform the day-to-day Construction Contract administration, including assisting City's Project Manager in conducting the pre- construction conferences, reviewing the Contractor's initial construction schedule of values, as well as other pre-construction submittals. Answering Contractor's questions regarding Contract Administration and coordinate/communicate with City staff regarding these services. 702 Project Resident Engineering and Office Engineering (Primary Responsibility - Exeltech) A. Manages all day-to-day construction and Contract activities. Serves as the primary representative to the construction Contractor as Resident Engineer (RE). B. Manages and oversees the work of Construction Management staff. Assure that all staff understand and meet contract requirements. C. Acts as the focal point for all correspondence received from the Contractor and sent to the Contractor. Responds to all Contract correspondence with assistance from City and Consultant engineering staff as necessary. D. Conducts all weekly construction progress meetings, and all other contract related meetings. Take and distribute minutes for same. E. Tracks and resolves day-to-day construction disputes, and assist in claims analysis, mitigation, and resolution. F. Assigns inspectors to cover construction contract work schedule. Assures performance and documentation of inspections. G. Coordinates construction site access, staging logistics, and construction interfaces between Contractors and local authorities. Promotes the spirit of cooperation and coordination among all project team members. H. Ensures that Contractor complies with its own safety programs and that Construction Management staff complies with the safety 3/30/07 4 ." Exhibit B-1 policies of the City. Ensures that the Contractor is providing all documentation and briefings regarding Job Hazard Analyses in accordance with the City's and WSDOT's Construction Safety Manual. I. Tracks progress for timely execution of all potential change orders. Tracks issues and prepares change orders. J. Coordinates emergency change work as directed by the City. Secures approval for cost reimbursable work beyond the Scope of Services. Track costs for payment. K. Reviews the daily inspection reports of Construction Management staff and the Contractor, documenting inspection, testing, and jobsite activities. Elevates issues to Consultant Management and/or City as appropriate for resolution. L. Approves, modifies or rejects Progress Payment invoices for completed work after quantity checks have been made for WSDOT LAG Manual and prepare correspondence explaining payment decisions. M. Prepares all documentation for WSDOT audit for contract compliance. Instigate procedural changes as necessary for compliance. N. Reviews Contractor's initial and final detailed construction schedules, and schedule of values, and all monthly updates. O. Assists with Contract start-up, testing, and closeout. P. Determines substantial completion and oversee production of Contract punch lists and sign-off in work as it is completed in accordance with the Contract Documents. Oversees the completion of all safety certification testing and reporting as required by the City. Q. Recommends acceptance of the work to the City R. Provides daily, weekly and monthly construction progress reports to the City. S. Reviews contract documents for mitigation issues to ensure that all issues are addressed to satisfactory completion. T. Monitors Contractor for Monthly Updates of As-built Drawings. U. Reviews and distributes Contractor Submittals, Catalog Cuts, and Shop Drawings for compliance with the Contract documents. Seeks approvals and distributes in a timely manner. V. Reviews Contractor proposed construction methods and procedures for the various components of the structures, including formwork/falsework submittals. W. Provides clarification and interpretation of Contract drawings. X. Seeks technical expertise when required for clarification/resolution. Y. Attends City Council meetings to provide project status updates. 3/30/07 5 Exhibit B-1 z. Consultant shall review Contractor's As-Built drawings and develop a conform set of CADD drawings. Review Contractor's shop drawings and color/texture choices. Manages the receipt, distribution, review and compilation of comments and tracking and return of all submittals and requests for information (RFI's) from the Contractor. Maintains and distributes current contract drawings and specifications, and job-site record drawings. Confirms on a monthly basis that Contractor is maintaining record drawings. Identifies potential Contract changes and maintains weekly logs for submittals, RFl's, potential changes, and change orders. Tracks materials deliveries and quantities of work performed. Prepares filing system by items for payment to track all administrative components of the project. Provides contract information to the City. Coordinates and oversees surveying and materials testing consultants. Confirms periodic survey checks are performed. Prepare Contract document file system in preparation for Federal audit in accordance with the LAG Manual. II. Respond to RFI's for traffic signal and illumination systems, signal phasing/timing, and detour operation. Deliverable: AA. BB. CC. DD. EE. FF. GG. HH. 1 . A conform set of CADD revised drawings. 703. Bridge Structural Engineering (Primary Responsibility - Exeltech) A. Manages the contract submittals, Requests for Information (RFI's), shop drawings, falsework and formwork, cost reduction incentives, Contractor proposals, and all technical issues related to the bridges and walls. B. Attends project meetings and visits the bridge sites when requested. C. Provides structural recommendations to the Project Engineer in a timely manner. 704. Survey Quality Assurance (Primary Responsibility - Wengler) A. Supports Contractor with horizontal and vertical control requirements and survey geometrics for roadway and structures. 705. Inspection and Testing (Civil, Structural, Utilities) (Primary Responsibility - Exeltech and Mayes Testing) (Secondary Responsibility - PanGEO) A. Ensures compliance with plan specifications, Contract documents, submittals and applicable codes and design standards. B. Pro-actively inspects all on-site and off-site construction activities for conformance with Contract Documents. 3/30/07 6 Exhibit B..1 C. Coordinates design and specification clarifications from appropriate Consultant and City engineering design staff. D. Complete Inspector's Daily Reports as required by the Inspection Instructions · Inspection reports to include all labor, equipment and materials used, Contractor contacts made, visitors to the site, quality of work, shortages, design issues, safety, traffic management, accidents, environmental permit compliance, interfaces with other agencies and government officials, identification of differing site conditions and contaminated materials and the influence of external events such as weather and strikes. · Track all scheduled construction bid items by bid item number. E. Identifies any and all work that is nonconforming to the Contract Documents. Establishes and maintains documentation of non- conforming work. Assists the RE in tracking all corrective measures to resolve any and all nonconforming issues/items. Elevates disputes to the proper level. F. Attends and participates in all weekly safety tool box meetings conducted by the Contractor. Documents all issues discussed at these meetings. G. Assists the RE and Office Engineer in reviewing the monthly progress payments. H. Performs all quality control testing services. I. Tracks and inspects all material deliveries, storage and protection. J. Reports all unsafe working conditions. Oversees and schedules on site and off site materials and quality control testing with materials testing subconsultant. K. Monitors and tracks all delays and extra work. L. Takes and logs all construction photos (digital, video, and regular) N. Prepares a punch list at every milestone. Tracks open items until completed. o. Performs other project related inspection services as required. P. Coordinates project related utility construction impacts. Q. Maintains as-builts, and checks Contractor's as-builts monthly R. Geotechnical construction support services are generally defined as follows: 1. Review and provide comments on contractor's submittals, including but not limited to drilled shafts and walls. 2. Make site visits when requested by the Resident Engineer to observe aspects of the construction of geotechnical elements. 3. Respond to requests to review differing site conditions. 4. Review and provide comment on CSL test results for shafts. 3/30/07 7 Exhibit B-1 706. Field Office (Primary Responsibility - Exeltech) A. Consultant will provide adequate field office for Construction Management team. The field offices will be completely furnished and maintained by the consultant. Line phones, cell phones, office equipment, computers, fax machine, printers, scanners and DSL Internet computer service will be included. 707. 708. 3/30/07 Claims/Change Order Administration (Primary Responsibility - Exeltech) A. Reviews Contract correspondence and basis of proposed Contract changes. B. Provides advice and issues resolution alternatives to the City. Responds to inquires and prepares draft correspondence. C. Ensures that all contract issues raised by Contractors are addressed and resolved in a timely manner. D. Manages change order documentation and the change order tracking system. E. Identifies potential disputes and issues and monitor related activities, F. Logs potential claims, documents actions and provides periodic reports to the City. G. Advises and assists the City in dispute avoidance/mitigation approaches. H. Provides timely analysis of claims and recommends appropriate negotiating strategies. I. Manages construction contract closeout. J. Prepares independent cost estimates of proposed changes for comparison with Contractor's cost proposals and establishes a negotiating position. K. Supports RE in change order price negotiation. L. Prepares claims analyses and estimates. M. Performs cost-benefit analyses of proposed accelerations, schedules workarounds, and claim mitigation. N. Prepares independent cost estimates for evaluating and substantiating change orders. O. Works with Contractor on Cost Reduction Incentive Proposals (CRIPs) Scheduling for Construction Contracts (Primary Responsibility- Exeltech) A. Reviews Contractor's Preliminary and bi-weekly Construction Schedule at weekly meetings. B. Coordinates the review process with the City Project Manager to recommend approving or rejecting the Contractor's schedule. C. Communicates schedule issues to the City with suggested resolutions. 8 Exhibit B-1 709. 710. 711. 712. 3/30/07 Construction Safety (Primary Responsibility - Exeltech) A. Coordinates Construction safety plans with local and state officials and the City safety representatives. B. Trains and maintains all Construction Management staff in construction safety including, but not limited, to first aid, lock/out- tag/out procedures, confined space entry, traffic safety, CPR, crane safety, trench and excavation safety, and personal protective equipment. C. Monitors job site for safety. D. Assists in resolving job site and public safety issues with the RE, Contractors, and City staff. Maintains records of all staff safety training. E. Audits Contractor's safety records. Discusses and documents non- safe conditions with the Contractor. AdministrativelClerical (Primary Responsibility - Exeltech) A. Provides skilled administrative/clerical personnel to support RE. B. Creates, logs, copies, distributes, and files all contract correspondence and paperwork in accordance with approved file guide system. C. Takes and distributes meeting minutes D. Performs office administrative tasks as directed by the RE. Quality Control Services (Primary Responsibility - Exeltech) A. Manages all Construction Management quality control activities. B. Maintains quality control records in field office for access by City Project Manager as requested. C. Subcontracts specialized quality control services as required. D. Provides additional quality control services as directed by the City's Project Manager. E. Ensures that proper inspection and quality control standards are observed. Ensures that all work complies with the Contract documents and standards of applicable jurisdictions. F. Directs the activities of the Construction Management surveying and materials testing laboratory subconsultants. G. Follows the intent of WSDOT Construction Manual, WSDOT Standard Specifications as amended by the LAG Manual, and Materials Manual to ensure quality guidelines are followed. Third Party Coordination (Primary Responsibility - Exeltech) A. Coordinates with affected local utilities, emergency service providers, transit, governments and agencies, as specified in the contract documents, as to design, utilities, protection, hold points, schedule coordination, permits, and other third-party issues as required. 9 Exhibit B-1 B. Assists the City Utility Coordinator for project related activities, as required. 713. Develop and Carry Out Construction Phase Public Information Plan (Primary Responsibility - Exeltech) (Secondary Responsibility for Web Cameras - CPI Fiber) A. Draft and disseminate written materials: News releases, fact sheets, web postings, Transit rider alerts, etc. B. Work with local businesses to minimize project impacts. If applicable, coordinate with businesses to develop newspaper ads, websites, etc. to publicize continued operation during construction. Costs of actual ads, website development, etc are not included. C. Present project updates at monthly City Council meetings, assumed for a period of 16 months D. Prepare and hold Open House with exhibit boards. E. Prepare and distribute project update newsletters to the public as necessary. F. Coordinate web cam set up for construction monitoring and project documentation, and work with City to update website on a monthly basis. G. Work with the City to prepare project update notices to be circulated in monthly utility bills. H. Alex Young will render an 11 x17 drawing depicting the three barrier, rail and luminarie alternatives for use at a City Council Meeting. Assumptions: 1. City Project Manager will be primary contact with news media. 2. Project update newsletters are assumed to be distributed quarterly, for a total of six (6) newsletters. 3. Open House is assumed to include preparation of six (6) 24" x 36" boards. Oeliverables: 1. Monthly updates of web page 2. Open House, including preparation 3. Draft up to six (6) project update newsletters for public distribution 4. Time lapse digital documentation of bridge construction - set four poles at strategic locations, install four cameras for continual monitoring, provide power/communications cable, and link to City website. Mitigation Inspection (Primary Responsibility - Exeltech) Monitor and track wetland mitigation plan for all mitigation commitments as part of the project record. Prepare project documentation. 714. 715. 3/30/07 Project Closeout (Primary Responsibility - Exeltech) 10 Exhibit B-1 Once the project construction is completed, the project will be officially closed out following criteria in WSDOT Local Agency Guidelines, City of Port Angeles protocol and Exeltech Quality Assurance Manual. 3/30/07 11 Exhibit B-2 Scope of Work (Task Order Agreement) Each item of work under this AGREEMENT will be provided by task assignment. Each assignment will be individually negotiated with the CONSULTANT. The amount established for each assignment will be the maximum amount payable for that assignment unless modified in writing by the AGENCY. The AGENCY is not obligated to assign any specific number of tasks to the CONSULTANT, and the AGENCY'S and CONSULTANT'S obligations hereunder are limited to tasks assigned in writing. Task assignments may include but are not limited to, the following types of work: A. Phase I - Alternatives Analysis and Type. Size & Location B. Phase 2 - NEP AlSEP A Environmental Studies and Documentation and Preliminary Desitm C. Phase 3 - Final Design and Plans, Specifications & Estimate D. Phase 4 - Construction Management E. F. Task assignments made by the AGENCY shall be issued in writing by a Formal Task Assignment Document similar in format to page 2 of this exhibit. An assignment shall become effective when a formal Task Assignment Document is signed by the CONSULTANT and the AGENCY, except that emergency actions requiring a 24-hour or less response can be handled by an oral authorization. Such oral authorization shall be followed up a Formal Task Assignment Document within four working days, and any billing rates agreed to orally (for individuals, subconsultants, or organizations whose rates were not previously established in the AGREEMENT) shall be provisional and subject to final negotiation and acceptance by the AGENCY. Page 1 of 2 Exhibit B-2 Formal Task Assignment Document Task Number Phase 4 The general provisions and clauses of Agreement Task Assignment. LA 5617/18 shall be in full force and effect for this Location of Project: Port Angeles, Washington Project Title: 8th Street Brid2e Replacements Maximum Amount Payable Per Task Assignment: $1,942,409.34 Completion Date: December 31, 2008 Description of Work: (Note attachments and give brief description) Phase 4 - Construction Management Phase 4 includes Construction Management for the project as outlined in the tasks 700-715 of the project scope of work, Exhibit B-1. Phase budget also includes $50,000.00 previously released and invoiced for pre-award services of the steel slant leg bridges. Agency Project Manager Signatu~ l. 'l~ Date: f ~/o 1- Oral Authorization Date: See Letter Dated: Agency Approving Authority r Consultant Signature: Date: 4/ 1/'U30 7 Date: </ - </ - (J 7 Page 2 of 2 Exhibit D-l Consultant Fee Determination - Summary Sheet (Lump Sum, Cost Plus Fixed Fee, Cost Per Unit of Work) 3/28/2007 Prepared By: 3/28/2007 Exhibit G-l Subconsultant Fee Determination - Summary Sheet Robert E. Kimmerling Date: March, 2007 Exhibit G-l Subconsultant Fee Determination - Summary Sheet 8th Street Bridges Replacement Start Date May 1, 2007 City of Port Angeles Task Description: Surveying End Date December 31, 2008 Subconsultant Fee Determination Subconsultant: Wengler Exeltech Project # 0328 Port Angeles Project # 02-15 Classification Man Hours Rate Dollars Party Chief 32 x $66.00 $2,112.00 Chainman 40 x $66.00 $2,640.00 Principal \Project Manager 64 x $81.00 = $5,184.00 Cadd Operator 80 x $68.00 $5,440.00 Clerical 8 x $54.00 $432.00 Total Hours 224 Total DSC = $15,808.00 % Increase % of Work Escalation for '07 3 0 = $0.00 Escalation for '08 3 0 = $0.00 Escalated Total DSC = $15,808.00 Overhead (OH Cost -- including Salary Additives) OH Rate x DSC of 0.00% x $15,808 = $0.00 Fixed Fee (FF): FF Rate x DSC of 0.00% x $15,808 = $0.00 Reimbursables Itemized Quantity Units Rate Meals and Lodging $0.00 Plans - Plotting / Repro 10 each @ $2.00 = $20.00 Mapping/Photos/Surveys 12 each @ $2.00 = $24.31 Reproduction and Printing 0 copies @ $2.00 $0.00 Field Equipment Rental 0 $0.00 = $0.00 Computers 0 $0.00 $0.00 Postage and Supplies 0 Est @ $0.00 $0.00 Outside Computer 0 $0.00 = $0.00 Outside Consultants 0 $0.00 $0.00 Reimbursables Total $44.31 Grand Total $15,852.31 Prepared By: James Wengler Date: March, 2007 3/28/2007 3/28/2007 Exhibit G-l Subconsultant Fee Determination - Summary Sheet 8th Street Bridges Replacement City of Port Angeles Task Description: Subconsultant Fee Determination Subconsultant: H.W. Lochner Classification Senior Traffic Engineer Traffic Engineer CADD Tech Admin o o Total Hours Total DSC Escalation for '06 Escalation for '07 Escalated Total Start Date May 1, 2007 End Date December 31, 2008 Hours Exeltech Project # 0328 Port Angeles Project # 02-15 Direct Labor Rate Dollars 12 32 o 4 o o 48 $52.79 $42.80 $20.61 $28.28 $35.00 $29.43 633.48 1,369.60 0.00 113.12 0.00 0.00 x x x x x x 2,116.20 % Increase o o % of Work 50 0.00 0.00 2,116.20 Overhead (OH Cost -- including Salary Additives) OH Rate x DSC of 170.48% Fixed Fee (FF): FF Rate x DSC of Rei mbursables Itemized Meals and Lodging Mileage/ Ferry Mapping/Photos/Surveys Reproduction and Printing Field Equipment Rental Postage and Supplies Reimbursables Total Grand Total Prepared By: Gerry Wilhelm x $2,116 3,607.70 28.50% $2,116 603.12 x Quantity Units Rate 1 day @ $100.00 50.00 150 mile @ $0.485 72.75 each @ $5.00 0.00 100 copies @ $0.15 15.00 each @ $0.00 0.00 5 est. @ $10.00 50.00 187.75 6,514.76 Date: March, 2007 Exhibit G-l Subconsultant Fee Determination - Summary Sheet 8th Street Bridges Replacement City of Port Angeles Task Description: Testing Services Subconsultant Fee Determination Subconsultant: Mike Mayes Testing Classification Inspector I Inspector II NDE Technician Staff Engineer Project Manager OT Provision Total Hours Total DSC Escalation for '07 Escalation for '08 Escalated Total DSC Start Date May 1, 2007 End Date December 31, 2008 Exeltech Project # 0328 Port Angeles Project # 02-15 Dollars Hours Rate 536 x $23.25 144 x $26.25 52 x $28.00 5 x $30.00 40 x $27.00 45 x $40.00 822 % Increase % of Work 0 59 5 50 Overhead (OH Cost -- including Salary Additives) OH Rate x DSC of 134.3% Fixed Fee (FF): FF Rate x DSC of Reimbursables Itemized Asphalt Ignition/Gradation Test Asphalt Rice Density Test Ferry Charge Asphalt Superpave Set Test Masonry Motor Compressive Strength Test Masonry Prism Test Mileage Seive Analysis Test Shotcrete Panel Test Soil Moisture Density Relationship Test Subsistence Lab Mobilization Fee Lab Demobilization Fee Monthly Lab Charge ReimbursabJes Total Grand Total Prepared By: Michael J. Mayes, P.E. 3/28/2007 x 28.50% x Quantity 6 6 68 6 Units each @ each @ each @ each @ each @ each @ 11,560 miles @ 6 each @ each @ 6 each @ miles @ 1 Lump Sum @ 1 Lump Sum @ 26 Months @ $20,728 $20,728 Rate $180.00 $90.00 $36.00 $500.00 $18.50 $100.00 $0.49 $175.00 $175.00 $190.00 $100.00 $1,250.00 $1,250.00 $250.00 Date: $12,462.00 $3,780.00 $1,456.00 $150.00 $1,080.00 $1,800.00 $20,728.00 $0.00 $518.20 $21,246.20 $27,837.70 $5,907.48 $1,080.00 $540.00 $2,448.00 $3,000.00 $0.00 $0.00 $5,606.60 $1,050.00 $0.00 $1,140.00 $0.00 $1,250.00 $1,250.00 $6,500.00 $23,864.60 $78,855.98 March, 2007 . , .' Exhibit G-1 Subconsultant Fee Determination - Summary Sheet 8th Street Bridges Replacement City of Port Angeles Task Description: Cameras Subconsultant Fee Determination Subconsultant: CPI Start Date May 1, 2007 End Date December 31, 2008 Exeltech Project # 0328 Port Angeles Project # 02-15 Classification Direct Labor Hours Rate 0 x $32.00 x $41.00 x $26.00 x $25.00 0 % Increase % of Work 0 100 0 0 Dollars Camera Installer = $0.00 $0.00 $0.00 $0.00 $0.00 = Total Hour Total DSC = Escalation for '06 Escalation for '07 Escalated Total = $0.00 $0.00 $0.00 Overhead (OH Cost -- including Salary Additives) OH Rate x DSC of 145.00% $0 $0.00 x Fixed Fee (FF): FF Rate x DSC of 28.50% x $0 $0.00 Reimbursables Itemized Initial Set Up Camera Activation Fee (4 cameras) Monthly Fee Tax Field Equipment Rental Postage and Supplies Reimbursables Total Prepared By: Craig Johnson Quantity Units Rate 1 Lump Sum @ $13,200.00 $12,200.00 1 Lump Sum @ $6,600.00 = $6,600.00 17 months @ $441.10 $7,498.70 1 Lump Sum @ = $2,320.25 0 each @ $0.00 Est @ = $0.00 $28,618.95 $28,618.95 Date: March, 2007 Grand Total 3/28/2007 , " Exhibit G-l Subconsultant Fee Determination - Summary Sheet 8th Street Bridges Replacement Start Date May 1, 2007 City of Port Angeles Task Description: Architecture End Date December 31, 2008 Subconsultant Fee Determination Subconsultant: Alex Young Exeltech Project # 0328 Port Angeles Project # 02-15 Classification Direct Labor Hours Rate Dollars Alex Young 8 x $105.00 = $840.00 Total Hours 8 Total DSC = $840.00 % Increase % of Work Escalation for '06 0 50 = $0.00 Escalation for '07 0 30 $0.00 Escalated Total DSC = $840.00 Overhead (OH Cost -- including Salary Additives) OH Rate x DSC of 0.00% x $840.00 $0.00 Fixed Fee (FF): FF Rate x (DSC) of 0.00% x $840.00 = $0.00 Reimbursables Itemized Quantity Units Rate Mileage mile @ $0.45 $0.00 Ferries round trip @ $20.00 = $0.00 Copies and Reproduction days @ $0.45 = $0.00 Reimbursables Total $0.00 Grand Total $840.00 Prepared By: Alex Young Date: March, 2007 3/28/2007 5. /P 58 Supplemental Agreement Organization and Address Phone: Exeltech Consulting, Inc. Number 6 2590 Willamette Drive NE Lacey, WA 98516 Original Agreement Number LA 5617 & 5618 Phone: (360) 357-8289 Project Number Execution Date Completion Date 02-15 December 31,2008 Project Title New Maximum Amount Payable Port Angeles 8th Street Bridge Replacements Project $ 4,795,454.36 Description of Work The work consists of Environmental Permitting, Design Record, Hydraulic, Utility, and Geotechnical Reports, Prelim. & Final Plans, PS&E, Public Involvement, and Construction Management. The Local Agency of City of Port Anqeles desires to supplement the agreement entered into with Exeltech Consultinq, Inc. as executed on November 4, 2003 and identified as Agreement No. LA 5617 & 5618 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section 1, SCOPE OF WORK, is hereby changed to read: The Scope of Work is supplemented to include additional work as approved by the Port Anqeles City Council on June 3. 2008. This additional work is shown in Exhibit B-1. II Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: No Chanqe III Section V, PAYMENT, shall be amended as follows: Payment shall continue to be cost plus fixed fee. Maximum additional payment for Supplemental Aqreement #6 shall be $70.000.00, amendinq the Phase 4 budqet to $2.012,409.34 and the maximum payable amount to $4,795.454.36. Costs shall be allocated per the tasks identified and as indicated in the followinq: Exhibit B-2 (Budqet Detail) shows allocation of additional budqet and revised budqet amounts for each task. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. By: SOvn.tv.5 h T \LvGv LA V i \ I CG ~ffi By: ~ ~~~~~~/ j/~~ . v ~ ;. .'< Approving Authority Signature ,-- .~ ~- Je; -()~ Date ...,.~.- DOT Form 140-063 EF Revised 9/2005 Exhibit B-1 Scope of Work Scope of Services for Supplement #6 City of Port Angeles 8th Street Bridge Replacements, Project 02-15 Version Date: June 3, 2008 1 Exhibit B-1 Supplemental Scope of Services City of Port Angeles . 8th Street Bridges Replacement Project 700. PHASE 4 CONSTRUCTION MANAGEMENT Since the award of the contract there have been several unanticipated design, inspection, and project documentation requirements on the project. This additional work, as approved by the Port Angeles City Council on June 3, 2008 includes: 1. Support documentation for the unforeseen hazardous material (petroleum contaminated soil) found on the site. 2. The development and monitoring of the Storm Water Pollution Prevention Plan (SWPPP), due to the new Stormwater NPDES requirements. 3. Design, inspection and documentation of the Tumwater Pier 1 modified footing, due to the unsuitable soil. 4. Design, inspection and documentation of re-routing the 8" water line on the west end of Tumwater. 5. Design, inspection and documentation of the SR 117 Drainage Revision. 2 Exhibit B-2 Budget Detail Port Angeles 8th Street Bridge Replacements Project Exeltech Phase 1 - Alternative Analvsis and TS&L 301 Prepare ObjectiveslPurpose & Need 302 Develop Funding Strategies 303 PrepareJlmplement Public Outreach Plan 304 Develop Prelim Set Reasonable Alts 305 Evaluate Alts & Select Preferred Alt 306 Prepare Alt Analysis/Bridge Site Data, etc. 320 Project Management 380 QNQC 390 Direct Costs Ori9inal Budget Changes 3,968.77 8,000.00 76,492.76 35,481.56 26,622.19 52,968.09 21,725.22 14,384.87 5,669.18 Escalation Total Phase 1 245,312.64 Phase 2 - NEPA/SEPA Environmental Studies & Documentation 401 Discipline Repts & Biol09ical Assessments 26,629.73 402 Qualitative Evaluation 13,432.11 403 Revise Disc Repts & Bio Assessments 7,579.15 404 Prelim NEPA Documented CE & SEPA DNS 7,974.41 405 Public Open House/ Hearin9 10,177.57 406 Response to Comments 2,4 78.00 407 Revised Documented CE & SEPA DNS 6,032.18 408 Environmental Permits 12,155.63 420 Project Management 20,161.66 480 QNQC 10,152.23 490 Direct Costs 5,674.40 Escaiation Total Phase 2 NEPA / SEPA Phase 2 - Preliminary Desion 501 Desi9n Report 502 HorizontalNertical Ali9nment Plans 503 Traffic Circulation Study 504 Roadway Sections 505 Preliminary Bridge Design 506 Surveyin9 507 Geotechnical Report 508 Hydraulic Analysis & Report 509 Utilities Design Report 510 Preliminary Streetscape Report 520 Project Management 580 QNQC 590 Direct Costs Revised Budget Remaining 3,968.77 8,000.00 76,492.76 35,481.56 26,622.19 52,968.09 21,725.22 14,384.87 5,669.18 245,312.64 26,629.73 13,432.11 7,579.15 7,974.41 10,177.57 2,478.00 6,032.18 12,155.63 20,161.66 10,152.23 5,674.40 Escalation Total Phase 2 Preliminary Design Phase 3 - Final Desion and PS&E 602 Develop/Imp!. Final Design Public Info Plan 603 Civil Plans 604 Bridge Pians 605 Final Design and PS&E Deliverables 606 Specifications 607 Cost Estimating 609 Historic Bridge Documentation 620 Project Management 680 QA/QC 690 Direct Costs 122,447.07 9,320.87 9,787.46 822.50 14,727.62 113,291.21 1,812.60 244.32 2,232.50 1,713.64 5,925.10 15,552.51 10,180.25 1,437.49 122,447.07 9,320.87 9,787.46 822.50 14,727.62 113,291.21 1,812.60 244.32 2,232.50 1,713.64 5,925.10 15,552.51 10,180.25 1,437.49 Escalation 187,048.07 10,310.92 136,469.15 505,408.91 136,344.49 26,709.94 10,353.00 47.91 20,009.99 84,405.33 5,188.79 187,048.07 10,310.92 136,469.15 505,408.91 136,344.49 26,709.94 10,353.00 47.91 20,009.99 84,405.33 5,188.79 935,248.43 Total Phase 3 Phase 3A - Bridoe Redesion 200 Project Management 601 Revise Biological assessment, etc. 602 Prepare revised CE & SEPA DNS 603 Update Environmental Permits 604 Mitigation Design 605 Update Public Information Plan 606 Revised Design Rept - 30% Final Design 607 Traffic Circulation Redesign 608 Revised Final Geotech Rept 609 Revised Hydraulic Analusis & Rept 610 Revised Utilities Design Rept 611 Preparation of 100% Civil Plans 612 Final Bridge Design - 100% Plans 613 Final PS&E Deliverables 800 Quality Assurance I Quality Control 900 Direct Costs Escalation 935,248.43 18,133.63 5,469.64 4,680.32 5,708.74 15,111.36 18,879.19 83,647.67 (29.79) (1,429.56) 8,647.06 8,174.83 65,764.20 174,479.31 54,341.36 33,853.64 6,419.08 18,133.63 5,469.64 4,680.32 5,708.74 15,111.36 18,879.19 83,647.67 (29.79) (1,429.56) 8,647.06 8,174.83 65,764.20 174,479.31 54,341.36 33,853.64 6,419.08 501,850.68 Total Bridge Redesign 501,850.68 Exhibit B-2 Budget Detail Port Angeles 8th Street Bridge Replacements Project Original Revised Budget Budget Changes Remaining Phase 4 - Construction Manaaement 701 Project Management for Construction 145,511.88 18,000.00 163,511.88 702 Project ResidenUOffice Engineering 452,021.74 30,000.00 482,021.74 703 Bridge Structural Engineering 215,127.07 10,000.00 225,127.07 704 Survey Quality Assurance 2,021.63 2,021.63 705 Inspection and Testing 300,871.25 300,871.25 706 Field Office 13,880.20 13,880.20 707 Claims I Change Order Administration 77,573.81 77,573.81 708 Scheduling for Construction Contracts 14,484.23 14,484.23 709 Construction Safety 3,143.39 3,143.39 710 Administrative I Clerical 150,700.66 150,700.66 711 Quality Control Services 38,216.78 5,000.00 43,216.78 712 Third Party Coordination 40,531.18 40,531.18 713 Construction Phase Public Information 34,589.56 34,589.56 714 Mitigation Inspection 88,862.26 88,862.26 715 Project Closeout 33,369.19 33,369.19 790 Direct Costs 155,011,05 155,011.05 Escalation 13,392.02 13,392.02 Total Phase 4 1,779,307.90 63,000.00 1,842,307.90 Total Exeltech Contract Amount 3,771,214.79 63,000.00 3,834,214.79 David Evans & Associates Phase 3 - Bridae Redesian 601 Revise Biological assessment, etc. 1,862.92 1,862.92 Total Bridge Redesign 1,862.92 1,862.92 Total DEA Contract Amount 1,862.92 1,862.92 Alex Youna Northwest Phase 2 - Preliminarv Desian 510 Preliminary Streetscape Report 4,368.00 4,368.00 4,368.00 4,368.00 3,610.00 3,610.00 3,610.00 3,610.00 840.00 840.00 840 .00 840.00 8,818.00 8,818.00 Total Phase 2 Preliminary Design Phase 3A - Bridae Redesian 605 Update Public Information Plan Total Phase 3! - Bridge Redesign Phase 4 - Construction Manaaement 713 Public Information Plan Total Phase 4 Total Alex Young Contract Amount Exhibit B-2 Budget Detail Port Angeles 8th Street Bridge Replacements Project H.W. Lochner Phase 1 - Alternative Analvsis and TS&L 302 Develop Funding Strategies 303 Prepare/Implement Public Outreach Plan 305 Evaluate Alts & Select Preferred Alt 390 Direct Costs Escalation Original Budget Changes Revised Budget Remaining 10.035.38 8.133.36 1,057.10 164.67 19,390.51 10.035.38 8,133.36 1,057.10 164.67 Total Phase 1 19,390.51 Phase 2 - NEPA/SEPA Environmental Studies & Documentation 402 Qualitative Evaluation 403 Revise Disc Repts & Bio Assessments 405 Public Open House / Hearing 406 Response to Comments 490 Direct Costs Escalation Total Phase 2 NEPA I SEPA Phase 2 - Preliminary Desian 501 Design Report 502 HorizontalNertical Alignment Plans 503 Traffic Circulation Study 504 Roadway Sections 505 Preliminary Bridge Design 508 Hydraulic Analysis & Report 509 Utilities Design Report 590 Direct Costs 822.19 2,202.71 2,260.50 3,646.61 215.48 822.19 2,202.71 2,260.50 3,646.61 215.48 Escalation Total Phase 2 Preliminary Design Phase 3 - Final Desian and PS&E 603 Civil Plans 604 Bridge Plans 605 Final Design and PS&E Deliverables 606 Specifications 607 Cost Estimating 690 Direct Costs 9,147.49 3,502.30 3,533.02 29.095.48 1.519.41 2.852.59 28,345.97 12,876.58 102.27 9,147.49 3,502.30 3,533.02 29,095.48 1,519.41 2,852.59 28,345.97 12,876.58 102.27 Escalation 81,827.62 79,593.11 6,610.13 52,591.46 7,243.15 4,371.45 317.72 81,827.62 79,593.11 6,610.13 52,591.46 7,243.15 4,371.45 317.72 150,727.02 Total Phase 3 Phase 3 - Bridae Redesian 607 Traffic Circulation Redesign 611 Preparation of 100% Civil Plans 613 Final PS&E Deiiverables 900 Direct Costs Escalation 150,727.02 11.482.47 10,650.29 1,989.94 199.97 11,482.47 10,650.29 1,989.94 199.97 24,322.67 Total Bridge Redesign Phase 4 - Construction Manaaement 702 Project Resident & Office Engineering 790 Direct Costs Escalation 24,322.67 17,443.35 389.15 17,443.35 389.15 303,247.81 Total Phase 4 17,832.50 17,832.50 Total Lochner Contract Amount 303,247.81 Entrix Phase 1 - Altemative Analvsis and TS&L 303 Prepare/Implement Public Outreach Plan 305 Evaluate Alts & Select Preferred Alt 320 Project Management 390 Direct Costs Escalation 11,788.09 2,411.36 207.08 755.94 11,788.09 2,411.36 207.08 755.94 15,162.47 Total Phase 1 15,162.47 Phase 2 - NEPA/SEPA Environmental Studies & Documentation 401 Discipline ReptsiBiological Assessment 112,446.57 403 Revise Disc Repts & Bio Assessments 2,128.93 406 Response to Comments 7,739.53 408 Environmental Permits 84.50 420 Project Management 3,439.27 490 Direct Costs 3,556.48 Escalation Total Phase 2 NEPA / SEPA Phase 3 - Final Desion and PS&E 608 Mitigation Design Total Phase 3 112,446.57 2,128.93 7,739.53 84.50 3,439.27 3,556.48 129,395.28 14,179.08 14,179.08 129,395.28 14,179.08 14,179.08 Total Entrix Contract Amount 158,736.83 158,736.83 Exhibit B-2 Budget Detail Port Angeles 8th Street Bridge Replacements Project PanGEO Phase 1 - Altemative Analvsis and TS&L 305 Evaluate Alts & Select Preferred Alt 390 Direct Costs Ori9inal Budget 1 ,232.87 Escalation Total Phase 1 1,232.87 Phase 2 - NEPAlSEPA Environmental Studies & Documentation 401 Discipline Repts IBiological Assessment 5,575.12 403 Revise Disc Repts & Bio Assessments 490 Direct Costs 78.88 Escalation Total Phase 2 NEPA I SEPA Phase 2 - Preliminarv DesiQn 507 Geotechnical Report 590 Direct Costs Revised Budget Remaining Changes 1,232.87 1,232.87 5,575.12 78.88 5,654.00 38,708.35 50,602.97 89,311.32 18,643.71 80.91 18,724.62 1,699.47 34,323.08 46,100.27 82,122.82 7,000.00 27,066.30 921.00 114.40 7,000.00 28,101.70 7,000.00 225,147.33 Escalation Total Phase 2 Preliminary Design Phase 3 - Final DesiQn and PS&E 604 Bridge Plans 690 Direct Costs 5,654.00 38,708.35 50,602.97 Escalation 89,311.32 18,643.71 80.91 Total Phase 3 Phase 3 - BridQe RedesiQn 200 Project Management 608 Revised Final Geotech Rept 900 Direct Costs Escalation 18,724.62 1,699.47 34,323.08 46,100.27 Total Bridge Redesign Phase 4 - Construction ManaQement 705 Inspection and Testing 790 Direct Costs 700-007 Tumwater Pier 1 Escalation Total Phase 4 Total PanGEO Contract Amount 82,122.82 20,066.30 921.00 114.40 21,101.70 218,147.33 Michael Minor Phase 2 - NEPAlSEPA Environmental Studies & Documentation 402 Qualitative Evaluation 6,160.00 403 Revise Disc Repts & Bio Assessments 406 Response to Comments 420 Project Management 490 Direct Costs Total Phase 2 NEPA I SEPA 6,160.00 No Escalation for Michael Minor Total Michael Minor Contract Amount 6,160.00 6,160.00 6,160.00 6,160.00 WenQler Phase 2 - Preliminarv DesiQn 506 Surveying 520 Project Management 590 Direct Costs Total Phase 2 Preliminary Design Phase 3 - Final DesiQn and PS&E 603 Civil Plans 605 Final Design and PS&E Deliverables 620 Project Management 690 Direct Costs Total Phase 3 Phase 4 - Construction ManaQement 701 Project Management for Construction 704 Survey Quality Assurance 790 Direct Costs Total Phase 4 No escalation for Wengler Total Wengler Contract Amount 38,296.50 2,160.00 12.00 40,528.50 5,578.00 10,551.47 8.00 16,137.47 432.00 15,376.00 44.31 15,852.31 38,296.50 2,160.00 12.00 40,528.50 5,578.00 10,551.47 8.00 16,137.47 432.00 15,376.00 44.31 15,852.31 72,518,28 72,518.28 Exhibit B-2 Budget Detail Port Angeles 8th Street Bridge Replacements Project Olvmcic Desion Works Phase 1 - Alternative Analvsis and TS&L 303 Prepare/Implement Public Outreach Plan 304 Develop Prelim Set Reasonable Alts 390 Direct Costs Original Budget Revised Budget Remaining Changes 2,280,00 760,00 2,280,00 760,00 Escalation Total Phase 1 3,040,00 Phase 2 - NEPAlSEPA Environmental Studies & Documentation 401 Discipline Repts & Biological Assessments 3,040,00 403 Revise Disc Repts & Bio Assessments 190,00 405 Public Open House I Hearing 570,00 490 Direct Costs Phase 2 - NEPAlSEPA Environmental Studies & Documentation 401 Discipline Repts & Biological Assessment 12,868,60 403 Revise Disc Repts & Bio Assessments 3,056,68 406 Response to Comments 420 Project Management 490 Direct Costs 186,38 Escalation Total Phase 2 NEPA I SEPA Escalation Total Phase 2 NEPA / SEPA Phase 2 - Preliminary Desian 510 Preliminary Streetscape Report 590 Direct Costs Escalation Total Phase 2 Preliminary Design Phase 3 - Final Desian and PS&E 603 Civil Plans 690 Direct Costs Escalation Total Phase 3 Total ODW Contract Amount Maves Phase 4 - Construction Manaaement 705 Inspection & Testing 790 Direct Costs Escalation Total Phase 4 Total Mayes Contract Amount Northwest Economic Associates Total NEA Contract Amount CPI Phase 4 - Construction Manaaement 690 Direct Costs Total Phase 4 Total CPI Contract Amount Northwest Archaeoloov Phase 3 - Final Desian and PS&E 609 Historic Bridge Documentation 690 Direct Costs Total Phase 3 Phase 3 - Bridae Redesian 601 Revise Biological assessment, etc, 900 Direct Costs Escalation Total Bridge Redesign Total NW Arch Contract Amount 3,040.00 3,040,00 190,00 570,00 3,800.00 3,800.00 8,500.00 8,500,00 8,500.00 8,500.00 22,906.75 22,906.75 22,906.75 22,906.75 38,246.75 38,246.75 54,473.18 23,864.60 518,20 78,855.98 54,473.18 23,864.60 518.20 78,855.98 78,855.98 78,855,98 12,868.60 3.056.68 186.38 16,111.66 16,111.66 16,111,66 16,111.66 28,618,95 28,618.95 28,618,95 28,618.95 28.618,95 28,618.95 13,634,19 13,634,19 549,96 549.96 14,184.15 14,184.15 7,560.46 7,560.46 1,170.45 1,170,45 8,730.91 8,730.91 22,915.06 22,915.06 Exhibit B-2 Budget Detail Port Angeles 8th Street Bridge Replacements Project Original Revised Budget Budoet Chanoes Remaininq Proiect Totals Phase 1 - Altemative Analvsis and TS&L 301 Prepare Objectives/Purpose & Need 3,968.77 3,968.77 302 Develop Funding Strategies 18,035.38 18,035.38 303 Prepare/Implement Public Outreach Plan 98,694.21 98,694.21 304 Develop Prelim Set Reasonable Alts 36,241.56 36,241.56 305 Evaluate Alts & Select Preferred Alt 31,323.52 31,323.52 306 Prepare Alt Analysis/Bridge Site Data, etc. 52,968.09 52,968.09 320 Project Management 21,932.30 21,932.30 380 QAlQC 14,384.87 14,38487 390 Direct Costs 6,589.79 6,589.79 Escalation Total Phase 1 284,138.49 284,138.49 Phase 2 - NEPAlSEPA Environmental Studies & Documentation 401 Discipline Repts & Biological Assessments 160,560.02 160,560.02 402 Qualitative Evaluation 20,414.30 20,414.30 403 Revise Disc Repts & Bio Assessments 15,157.47 15,157.47 404 Prelim NEPA Documented CE & SEPA DNS 7,974.41 7,974.41 405 Public Open House / Hearing 13,008.07 13,008.07 406 Response to Comments 13,864.14 13,864.14 407 Revised Documented CE & SEPA DNS 6,032.18 6,032.18 408 Environmental Permits 12,240.13 12,240.13 420 Project Management 23,600.93 23,600.93 480 QAlQC 10,152.23 10,152.23 490 Direct Costs 9,711.62 9,711.62 Escalation - Total Phase 2 NEPA / SEPA 292,715.50 292,715.50 Phase 2 - Preliminary Desion 501 Design Report 12,823.17 12,823.17 502 HorizontalNertical Alignment Plans 13,320.48 13,320.48 503 Traffic Circulation Study 29,917.98 29,917.98 504 Roadway Sections 16,247.03 16,247.03 505 Preliminary Bridge Design 116,143.80 116,143.80 506 Surveying 40,109.10 40,109.10 507 Geotechnical Report 38,952.67 38,952.67 508 Hydraulic Analysis & Report 30,578.47 - 30,578.47 509 Utilities Desi9n Report 14,590.22 - 14,590.22 510 Preliminary Streetscape Report 18,793.10 - 18,793.10 520 Project Management 17,712.51 17,712.51 580 QAlQC 10,180.25 10,180.25 590 Direct Costs 52,214.73 52,214.73 Escalation - Total Phase 2 Preliminary Design 411,583.51 411,583.51 Phase 3 - Final Desion and PS&E 602 Developllmpl. Final Design Public Info Plan 10,310.92 10,310.92 603 Civil Plans 244,547.01 244,547.01 604 Bridge Plans 530,662.75 530,662.75 605 Final Design and PS&E Deliverables 199,487.42 199,487.42 606 Specifications 33,953.09 33,953.09 607 Cost Estimating 14,724.45 - 14,724.45 608 Mitigation Design 14,179.08 - 14,179.08 609 Historic Bridge Documentation 13,682.10 - 13,682.10 620 Project Management 20,009.99 20,009.99 680 QA/QC 84,405.33 84,405.33 690 Direct Costs 6,145.38 6,145.38 Escalation - Total Phase 3 1,172,107.52 1,172,107.52 Phase 3 - Bridoe Redesion 200 Project Management 19,833.10 19,833.10 601 Revise Biological assessment, etc. 14,893.02 14,893.02 602 Prepare revised CE & SEPA DNS 4,680.32 - 4,680.32 603 Update Environmental Permits 5,708.74 - 5,708.74 604 Mitigation Design 15,111.36 - 15,111.36 605 Update Public Information Plan 22,489.19 22,489.19 606 Revised Design Rept - 30% Final Design 83,647.67 83,647.67 607 Traffic Circulation Redesign 11,452.68 11,452.68 608 Revised Final Geotech Rept 32,893.52 32,893.52 609 Revised Hydraulic Analusis & Rept 8,647.06 - 8,647.06 610 Revised Utilities Design Rept 8,174.83 - 8,174.83 611 Preparation of 100% Civil Plans 76,414.49 76,414.49 612 Final Bridge Design -100% Plans 174,479.31 174,479.31 613 Final PS&E Deliverables 56,331.30 56,331.30 800 Quality Assurance / Quality Control 33,853.64 33,853.64 900 Direct Costs 53,889.77 - 53,889.77 Escalation Total Bridqe Redesiqn 622,500.00 622,500.00 Exhibit B-2 Budget Detail Port Angeles 8th Street Bridge Replacements Project Phase 4 - Construction ManaQement 701 Project Management for Construction 702 Project Engineering 703 Office Engineering 704 Survey Quality Assurance 705 Inspection & Testing 706 Field Office 707 Claims I Change Order Administration 708 Scheduling for Construction Contracts 709 Construction Safety 710 Adminisrative I Clerical 711 Quality Control Services 712 Third Party Coordination 713 Public Information Plan 714 Mitigation Inspection 715 Project Closeout 790 Direct Costs 700-001 SWPP 700-002 Qwest Added Conduit Request 700-003 Additional Environmental Permitting 700-004 Archeology 700-005 Hazardous Material Substance Disposal 700-006 69 KV Power Line 700-007 Tumwater Pier 1 Unstable 700-008 Waterline 8" By Pass 700-009 SR 117 Drainage Revisions Total Phase 4 Total Contract Amount Original Revised Budget Budnet Channes Remaininn 145,943.88 18,000.00 163,943.88 469,465.09 30,000.00 499,465.09 215,127.07 10,000.00 225,127.07 17,397.63 17,397.63 375,410.73 7,000.00 382,410.73 13,880.20 13,880.20 77,573.81 77,573.81 14,484.23 14,484.23 3,143.39 3,143.39 150,700.66 150,700.66 38,216.78 5,000.00 43,216.78 40,531.18 40,531.18 35,429.56 35,429.56 88,862.26 88,862.26 33,369.19 33,369.19 208,849.06 208,849.06 Escalation 14,024.62 1,942,409.34 14,024.62 70,000.00 2,012,409.34 4,725,454.36 70,000.00 4,795,454.36 ~ 5. ~5'? Supplemental Agreement Organization and Address Phone: Exeltech Consulting, Inc. Number 7 2590 Willamette Drive NE Lacey, WA 98516 Original Agreement Number LA 5617 & 5618 Phone: (360) 357-8289 Project Number Execution Date Completion Date 02-15 December 31,2008 Project Title New Maximum Amount Payable Port Angeles 8th Street Bridge Replacements Project $ 4,943,854.36 Description of Work The work consists of Environmental Permitting, Design Record, Hydraulic, Utility, and Geotechnical Reports, Prelim. & Final Plans, PS&E, Public Involvement, and Construction Management. The Local Agency of City of Port Anaeles desires to supplement the agreement entered into with Exeltech Consultino. Inc. as executed on November 4.2003 and identified as Agreement No. LA 5617 & 5618 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section 1, SCOPE OF WORK, is hereby changed to read: The Scope of Work is supplemented to include additional work as approved by the Port Anqeles City Council on March 17. 2009. This additional work is shown in Exhibit B-1. II Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: No Chanqe III Section V, PAYMENT, shall be amended as follows: Payment shall continue to be cost plus fixed fee. Maximum additional payment for Supplemental Aqreement #7 shall be $148.400.00. amendinq the Phase 4 budaet to $2.160.809.34 and the maximum payable amount to $4.943,854.36. Costs shall be allocated per the tasks identified and as indicated in the followinQ: Exhibit B-2 (Budaet Detail) shows allocation of additional budaet and revised budqet amounts for each task. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. By: By: (J,-ARV 6RAIllJ ~A~' <.j - ,!)~ - 04 Date / . DOT Form 140-063 E F Revi.sed 9/2005 Exhibit B-1 Scope of Work Scope of Services for Supplement #7 City of Port Angeles 8th Street Bridge Replacements, Project 02-15 Version Date: March 17,2009 1 Exhibit B-1 Supplemental Scope of Services City of Port Angeles 8th Street Bridges Replacement Project 700. PHASE 4 CONSTRUCTION MANAGEMENT Since the award of the contract there have been several unanticipated design, inspection, and project documentation requirements on the project. This additional work, as approved by the Port Angeles City Council on March 17, 2009 includes: 1. Support documentation for the unforeseen hazardous material (petroleum contaminated soil) found on the site. 2. The continued monitoring of the Storm Water Pollution Prevention Plan (SWPPP), due to the new Stormwater NPDES requirements. 3. Design, inspection, and documentation of the Tumwater Pier 1 modified footing, due to the unsuitable soil. 4. Design, inspection, and documentation of re-routing the 8" water line on the west end of Tumwater. 5. Design, inspection, and documentation of the SR 117 Drainage Revision. 6. Due to weather delays, and several other events and unforeseen conditions, the length of this project will be approximately 2 ~ months longer than was budgeted for. This caused the materials testing and project management to be done over a longer period of time, which directly impacts the budget for both. 7. During the design phase, various design methods incorporate safety factors to account for uncertainties and random deviations in material strength, fabrication, construction, durability, and loadings. Bridge Load Ratings are required by the Federal Highways Administration (FHWA) for all new bridges when they become part of the Washington State inventory of bridges. This load rating is used to determine the usable live load capacity of a bridge. 2 EXHIBIT B-2 Supplemental Agreement #7 Exeltech Phase 1 - Alternative Analvsis and TS&L 301 Prepare Objectives/Purpose & Need 302 Develop Funding Strategies 303 Prepare/Implement Public Outreach Plan 304 Develop Prelim Set Reasonable Alts 305 Evaluate Alts & Select Preferred Alt 306 Prepare Alt Analysis/Bridge Site Data, etc. 320 Project Management 380 QAlQC 390. Direct Costs Escaiation Original Budget 3,968.77 8,000.00 76,fl92.76 35,481.56 26,622.19 52,968.09 21,725.22 14,384.87 5,669.18 Supplement #7 Revised Budget 3,968.77 8,000.00 76,492.76 35,481.56 26,622.19 52,968.09 21,725.22 14,384.87 5,669.18 245,312.64 \ Total Phase 1 245,312.64 Phase 2 - NEPAlSEPA Environmental Studies & Documentation 401 Discipline Repts & Biological Assessments 26,629.73 402 Qualitative Evaluation 13,432.11 403 Revise Disc Repts & Bio Assessments 7,579.15 404 Prelim NEPA Documented CE & SEPA DNS 7,974.41 405 Public Open House / Hearin9 10,177.57 406 Response to Comments 2,478.00 407 Revised Documented CE & SEPA DNS 6,032.18 408 Environmental Permits 12,155.63 420 Project Management 20,161.66 480 QAlQC 10,152.23 490 Direct Costs 5,674.40 Escalation Total Phase 2 NEPA / SEPA Phase 2 - Preliminarv Desian 501 Design Report 502 HorizontalNertical Alignment Plans 503 Traffic Circulation Study 504 Roadway Sections 505 Preliminary Bridge Design 506 Surveying 507 Geotechnical Report 508 Hydraulic Analysis & Report 509 Utiiities Design Report 510 Preliminary Streetscape Report 520 Project Management 580 QAlQC 590 Direct Costs 26,629.73 13,432.11 7,579.15 7,974.41 10,177.57 2,478.00 6,032.18 12,155.63 20,161.66 10,152.23 5,674.40 Escalation Total Phase 2 Preliminary Design Phase 3 - Final Desian and PS&E 602 Develop/Imp!. Final Design Public Info Plan 603 Civil Plans 604 Bridge Plans 605 Final Design and PS&E Deliverables 606 Specifications 607 Cost Estimating 609 Historic Bridge Documentation 620 Project Management 680 QA/QC 690 Direct Costs 122,447.07 9,320.87 9,787.46 822.50 14,727.62 113,291.21 1,812.60 244.32 2,232.50 1,713.64 5,925.10 15,552.51 10,180.25 1,437.49 122,447.07 9,320.87 9,787.46 822.50 14,727.62 113,291.21 1,812.60 244.32 2,232.50 1,713.64 5,925.10 15,552.51 10,180.25 1,437.49 Escalation 187,048.07 10,310.92 136,469.15 505,408.91 136,344.49 26,709.94 10,353.00 47.91 20,009.99 84,405.33 5,188.79 187,048.07 10,310.92 136,469.15 505,408.91 136,344.49 26,709.94 10,353.00 47.91 20,009.99 84,405.33 5,188.79 935,248.43 Total Phase 3 Phase 3A - Bridae Redesian 200 Project Management 601 Revise Biological assessment, etc. 602 Prepare revised CE & SEPA DNS 603 Update Environmental Permits 604 Mitigation Design 605 Update Public Information Plan 606 Revised Design Rept - 30% Final Design 607 Traffic Circulation Redesign 608 Revised Final Geotech Rept 609 Revised Hydraulic Analusis & Rept 610 Revised Utilities Design Rept 611 Preparation of 100% Civil Plans 612 Final Bridge Design - 100% Plans 613 Final PS&E DeliverabJes 800 Quality Assurance / Quality Control 900 Direct Costs Escalation 935,248.43 18,133.63 5,469.64 4,680.32 5,708.74 15,111.36 18,879.19 83,647.67 (29.79) (1,429.56) 8,647.06 8,174.83 65,764.20 174,479.31 54,341.36 33,853.64 6,419.08 18,133.63 5,469.64 4,680.32 5,708.74 15,111.36 18,879.19 83,647.67 (29.79) (1,429.56) 8,647.06 8,174.83 65,764.20 174,479.31 54,341.36 33,853.64 6,419.08 501,850.68 Total Bridge Redesign 501,850.68 EXHIBIT B-2 Supplemental Agreement #7 Phase 4 - Construction Manaaement 701 Project Management for Construction 702 Project Resident/Office Engineering 703 Bridge Structural Engineering 704 Survey Quality Assurance 705 Inspection and Testing 706 Field Office 707 Claims I Change Order Administration 708 Scheduling for Construction Contracts 709 Construction Safety 710 Administrative I Clerical 711 Quality Control Services 712 Third Party Coordination 713 Construction Phase Public Information 714 Mitigation Inspection 715 Project Closeout 790 Direct Costs Total Phase 4 Total Exeltech Contract Amount David Evans & Associates Phase 3 - Bridae Redesian 601 Revise Biological assessment, etc. Total Bridge Redesign Total DEA Contract Amount Alex Youna Northwest Phase 2 - Preliminarv Desian 510 Preliminary Streetscape Report Total Phase 2 Preliminary Design Phase 3A - Bridae Redesian 605 Update Public Information Plan Total Phase 31 - Bridge Redesign Phase 4 - Construction Manaaement 713 Public Information Plan Total Phase 4 Total Alex Young Contract Amount Original Budget Supplement #7 Escalation 163,511.88 482,021.74 225,127.07 2,021.63 300,871.25 13,880.20 77,573.81 14,484.23 3,143.39 150,700.66 33,925.90 40,531.18 34,589.56 88,862.26 33,369.19 155,011.05 13,392.02 1,833,017 .02 94,400.00 3,919,323.91 5,000.00 50,000.00 12,400.00 20,500.00 6,500.00 3,824,923.91 94,400.00 1,862.92 Revised Budget 168,511.88 532,021.74 237,527.07 2,021.63 321,371.25 13,880.20 84,073.81 14,484.23 3,143.39 150,700.66 33,925.90 40,531.18 34,589.56 88,862.26 33,369.19 155,011.05 13,392.02 1,927,417 .02 1,862.92 1,862.92 1,862.92 1,862.92 1,862.92 4,368.00 4,368.00 4,368.00 4,368.00 3,610.00 3,610.00 3,610.00 3,610.00 840.00 840.00 840.00 840.00 8,818.00 8,818.00 EXHIBIT B-2 Supplemental Agreement #7 H.W. Lochner Phase 1 - Alternative Analvsis and TS&L 302 Develop Funding Strategies 303 Prepare/Implement Public Outreach Plan 305 Evaluate Alts & Select Preferred Alt 390 Direct Costs Escalation Original Budget 10,035.38 8,133.36 1,057.10 164.67 Supplement #7 Revised Budget 10,035.38 8,133.36 1,057.10 164.67 19,390.51 Total Phase 1 19,390.51 Phase 2 - NEPA/SEPA Environmental Studies & Documentation 402 Qualitative Evaluation 403 Revise Disc Repts & Bio Assessments 405 Public Open House / Hearing 406 Response to Comments 490 Direct Costs Escalation Total Phase 2 NEPA / SEPA Phase 2 - Preliminarv Desian 501 Design Report 502 HorizontalNertical Alignment Plans 503 Traffic Circulation Study 504 Roadway Sections 505 Preliminary Bridge Design 508 Hydraulic Analysis & Report 509 Utilities Design Report 590 Direct Costs 822.19 2,202.71 2,260.50 3,646.61 215.48 822.19 2,202.71 2,260.50 3,646.61 215.48 Esca lation Total Phase 2 Preliminary Design Phase 3 - Final Desian and PS&E 603 Civil Plans 604 Bridge Plans 605 Final Design and PS&E Deliverables 606 Specifications 607 Cost Estimating 690 Direct Costs 9,147.49 3,502.30 3,533.02 29,095.48 1,519.41 2,852.59 28,345.97 12,876.58 102.27 9,147.49 I 3,502.30 3,533.02 29,095.48 1,519.41 2,852.59 28,345.97 12,876.58 102.27 Escalation 81,827.62 79,593.11 6,610.13 52,591.46 7,243.15 4,371.45 317.72 81,827.62 79,593.11 6,610.13 52,591.46 7,243.15 4,371.45 317.72 150,727.02 Total Phase 3 Phase 3 - Bridae Redesian 607 Traffic Circulation Redesign 611 Preparation of 100% Civil Plans 613 Final PS&E Deliverables 900 Direct Costs Escalation 150,727.02 11,482.47 10,650.29 1,989.94 199.97 11,482.47 10,650.29 1,989.94 199.97 24,322.67 Total Bridge Redesign Phase 4 - Construction Manaaement 702 Project Resident & Office Engineering 790 Direct Costs Escalation 24,322.67 20,663.36 389.15 20,663.36 389.15 306,467.82 Total Phase 4 21,052.51 21,052.51 Total Lochner Contract Amount 306,467.82 Entrix Phase 1 - Alternative Analvsis and TS&L 303 Prepare/Implement Public Outreach Plan 305 Evaluate Alts & Select Preferred Alt 320 Project Management 390 Direct Costs 11,788.09 2,411.36 207.08 755.94 Escalation Total Phase 1 15,162.47 Phase 2 - NEPAlSEPA Environmental Studies & Documentation 401 Discipline ReptslBiological Assessment 112,446.57 403 Revise Disc Repts & Bio Assessments 2,128.93 406 Response to Comments 7,739.53 408 Environmental Permits 84.50 420 Project Management 3,439.27 490 Direct Costs 3,556.48 11,788.09 2,411.36 207.08 755.94 Escalation Total Phase 2 NEPA / SEPA Phase 3 - Final Desian and PS&E 608 Mitigation Design Total Phase 3 15,162.47 112,446.57 2,128.93 7,739.53 84.50 3,439.27 3,556.48 129,395.28 14,179.08 14,179.08 129,395.28 14,179.08 14,179.08 Total Entrix Contract Amount 158,736.83 158,736.83 EXHIBIT B-2 Supplemental Agreement #7 Escalation Total Phase 1 1,232.87 Phase 2 - NEPAlSEPA Environmental Studies & Documentation 401 Discipline Repts IBiological Assessment 5,575.12 403 Revise Disc Repts & Bio Assessments 490 Direct Costs 78.88 Escalation Total Phase 2 NEPA I SEPA Phase 2 - Preliminarv Desian 507 Geotechnical Report 590 Direct Costs Phase 2 - NEPA/SEPA Environmental Studies & Documentation 402 Qualitative Evaluation 6,160.00 403 Revise Disc Repts & Bio Assessments 406 Response to Comments 420 Project Management 490 Direct Costs Total Phase 2 NEPAl SEPA 6,160.00 No Escalation for Michael Minor Total Michael Minor Contract Amount 6,160.00 PanGEO Phase 1 - Alternative Analvsis and TS&L 305 Evaluate Alts & Select Preferred Alt 390 Direct Costs Escalation Total Phase 2 Preliminary Design Phase 3 - Final Desian and PS&E 604 Bridge Plans 690 Direct Costs Escalation Total Phase 3 Phase 3 - Bridae Redesian 200 Project Management 608 Revised Final Geotech Rept 900 Direct Costs Escalation Total Bridge Redesign Phase 4 - Construction Manaaement 705 Inspection and Testing 790 Direct Costs 700-007 Tumwater Pier 1 Escalation Total Phase 4 Total PanGEO Contract Amount Michael Minor Wenaler Phase 2 - Preliminarv Desian 506 Surveying 520 Project Management 590 Direct Costs Total Phase 2 Preliminary Design Phase 3 - Final Desian and PS&E 603 Civil Plans 605 Final Design and PS&E Deliverables 620 Project Management 690 Direct Costs Total Phase 3 Phase 4 - Construction Manaaement 701 Project Management for Construction 704 Survey Quality Assurance 790 Direct Costs Total Phase 4 No escalation for Wengler Total Wengler Contract Amount Original Budget Supplement #7 Revised Budget 1,232.87 1,232.87 1,232.87 5,575.12 78.88 5,654.00 5,654.00 38,708.35 50,602.97 38,708.35 50,602.97 89,311.32 89,311.32 18,643.71 80.91 18,643.71 80.91 18,724.62 18,724.62 1,699.47 34,323.08 46,100.27 1,699.47 34,323.08 46,100.27 82,122.82 82,122.82 27,066.30 921.00 27,066.30 921.00 114.40 28,101.70 114.40 28,101.70 225,147.33 225,147.33 6,160.00 6,160.00 6,160.00 38,296.50 2,160.00 72.00 40,528.50 38,296.50 2,160.00 72.00 40,528.50 5,578.00 10,551.47 5,578.00 10,551.47 8.00 16,137.47 8.00 16,137.47 432.00 12,155.99 44.31 12,632.30 432.00 12,155.99 44.31 12,632.30 69,298.27 69,298.27 EXHIBIT B-2 Supplemental Agreement #7 Original Budllet Supplement #7 Revised Budget OlvmDic DesiQn Works Phase 1 - Alternative Analvsis and TS&L 303 Prepare/Implement Public Outreach Plan 304 Develop Prelim Set Reasonable Alts 390 Direct Costs 2,280.00 760.00 2,280.00 760.00 Escalation Total Phase 1 3,040.00 Phase 2 - NEPA/SEPA Environmental Studies & Documentation 401 Discipline Repts & Biological Assessments 3,040.00 403 Revise Disc Repts & Bio Assessments 190.00 405 Public Open House I Hearing 570.00 490 Direct Costs 3,040.00 3,040.00 190.00 570.00 Escalation Total Phase 2 NEPA / SEPA Phase 2 - Preliminarv Desion 510 Preliminary Streetscape Report 590 Direct Costs 3,800.00 3,800.00 8,500.00 8,500.00 Escalation Total Phase 2 Preliminary Design Phase 3 - Final Desion and PS&E 603 Civil Plans 690 Direct Costs 8,500.00 8,500.00 22,906.75 22,906.75 Escalation Total Phase 3 22,906.75 22,906.75 Total ODW Contract Amount 38,246.75 38,246.75 Maves Phase 4 - Construction Manaoement 705 Inspection & Testing 790 Direct Costs Total Phase 4 63,764.06 54,000.00 117,764.06 23,864.60 23,864.60 Escalation 518.20 518.20 88,146.86 54,000.00 142,146.86 88,146.86 54,000.00 142,146.86 Total Mayes Contract Amount Northwest Economic Associates Phase 2 - NEPA/SEPA Environmental Studies & Documentation 401 Discipline Repts & Biological Assessment 12,868.60 12,868.60 403 Revise Disc Repts & Bio Assessments 3,056.68 3,056.68 406 Response to Comments 420 Project Management 490 Direct Costs 186.38 186.38 Escalation Total Phase 2 NEPA I SEPA 16,111.66 16,111.66 Total NEA Contract Amount 16,111.66 16,111.66 CPI Phase 4 - Construction Manaoement 690 Direct Costs 28,618.95 28,618.95 Total Phase 4 28,618.95 28,618.95 Total CPI Contract Amount 28,618.95 28,618.95 Northwest ArchaeoloQV Phase 3 - Final Desion and PS&E 609 Historic Bridge Documentation 13,634.19 13,634.19 690 Direct Costs 549.96 549.96 Total Phase 3 14,184.15 14,184.15 Phase 3 - Bridoe Redesion 601 Revise Biological assessment, etc. 7,560.46 7,560.46 900 Direct Costs 1,170.45 1,170.45 Escalation Total Bridge Redesign 8,730.91 8,730.91 Total NW Arch Contract Amount 22,915.06 22,915.06 EXHIBIT B-2 Supplemental Agreement #7 Original Supplement Revised Budnet #7 Budllet Proiect Totals Phase 1 - Alternative Analvsis and TS&L 301 Prepare Objectives/Purpose & Need 3,968.77 3,968.77 302 Develop Funding Strategies 18,035.38 - 18,035.38 303 Prepare/lmplement Public Outreach Plan 98,694.21 - 98,694.21 304 Develop Prelim Set Reasonable Alts 36,241.56 - 36,241.56 305 Evaluate Alts & Select Preferred Alt 31,323.52 - 31,323.52 306 Prepare Alt Analysis/Bridge Site Data, etc. 52,968.09 - 52,968.09 320 Project Management 21,932.30 21,932.30 380 QAlQC 14,384.87 - 14,384.87 390 Direct Costs 6,589.79 - 6,589.79 Escalation - - Total Phase 1 284,138.49 . 284,138.49 Phase 2 - NEPAlSEPA Environmental Studies & Documentation 401 Discipline Repts & Biological Assessments 160,560.02 - 160,560.02 402 Qualitative Evaluation 20,414.30 - 20,414.30 403 Revise Disc Repts & Bio Assessments 15,157.47 15,157.47 404 Prelim NEPA Documented CE & SEPA DNS 7,974.41 - 7,974.41 405 Public Open House / Hearing 13,008.07 - 13,008.07 406 Response to Comments 13,864.14 - 13,864.14 407 Revised Documented CE & SEPA DNS 6,032.18 - 6,032.18 408 Environmental Permits 12,240.13 - 12,240.13 420 Project Management 23,600.93 - 23,600.93 480 QAlQC 10,152.23 - 10,152.23 490 Direct Costs 9,711.62 - 9,711.62 Escalation - - Total Phase 2 NEPA / SEPA 292,715.50 - 292,715.50 Phase 2 - Preliminarv DesiQn 501 Design Report 12,823.17 - 12,823.17 502 HorizontalNertical Alignment Plans 13,320.48 - 13,320.48 503 Traffic Circulation Study 29,917.98 - 29,917.98 504 Roadway Sections 16,247.03 - 16,247.03 505 Preliminary Bridge Design 116,143.80 - 116,143.80 506 Surveying 40,109.10 - 40,109.10 507 Geotechnical Report 38,952.67 - 38,952.67 508 Hydraulic Analysis & Report 30,578.47 - 30,578.47 509 Utilities Design Report 14,590.22 - 14,590.22 510 Preliminary Streetscape Report 18,793.10 - 18,793.10 520 Project Management 17,712.51 - 17,712.51 580 QAlQC 10,180.25 - 10,180.25 590 Direct Costs 52,214.73 - 52,214.73 Escalation - Total Phase 2 Preliminary Design 411,583.51 - 411,583.51 Phase 3 - Final DesiQn and PS&E 602 Developllmpl. Final Design Public Info Plan 10,310.92 - 10,310.92 603 Civil Plans 244,547.01 - 244,547.01 604 Bridge Plans 530,662.75 - 530,662.75 605 Final Design and PS&E Deliverables 199,487.42 199,487.42 606 Specifications 33,953.09 - 33,953.09 607 Cost Estimating 14,724.45 - 14,724.45 608 Mitigation Design 14,179.08 - 14,179.08 609 Historic Bridge Documentation 13,682.10 - 13,682.10 620 Project Management 20,009.99 - 20,009.99 680 QA/QC 84,405.33 - 84,405.33 690 Direct Costs 6,145.38 - 6,145.38 Escalation - - Total Phase 3 1,172,107.52 . 1,172,107.52 Phase 3 - BridQe RedesiQn 200 Project Management 19,833.10 - 19,833.10 601 Revise Biological assessment, etc. 14,893.02 - 14,893.02 602 Prepare revised CE & SEPA DNS 4,680.32 - 4,680.32 603 Update Environmental Permits 5,708.74 . 5,708.74 604 Mitigation Design 15,111.36 - 15,111.36 605 Update Public Information Plan 22,48919 - 22,489.19 606 Revised Design Rept - 30% Final Design 83,647.67 . 83,647.67 607 Traffic Circulation Redesign 11,452.68 - 11,452.68 608 Revised Final Geotech Rept 32,893.52 . 32,893.52 609 Revised Hydraulic Analusis & Rept 8,647.06 - 8,647.06 610 Revised Utilities Design Rept 8,174.83 - 8,174.83 611 Preparation of 100% Civil Plans 76,414.49 - 76,414.49 612 Final Bridge Design -100% Plans 174,479.31 - 174,479.31 613 Final PS&E Deliverables 56,331.30 - 56,331.30 800 Quality Assurance / Quality Control 33,853.64 - 33,853.64 900 Direct Costs 53,889.77 . 53,889.77 Escalation - - Total Bridlle Redesilln 622,500.00 . 622,500.00 EXHIBIT B-2 Supplemental Agreement #7 Original Budoet Supplement #7 Revised Budoet Phase 4 - Construction Manaoement 701 Project Management for Construction 702 Project Engineering 703 Office Engineering 704 Survey Quality Assurance 705 Inspection & Testing 706 Field Office 707 Claims I Change Order Administration 708 Scheduling for Construction Contracts 709 Construction Safety 710 Adminisrative I Clerical 711 Quality Control Services 712 Third Party Coordination 713 Public Information Plan 714 Mitigation Inspection 715 Project Closeout 790 Direct Costs 700-001 SWPP 700-002 Qwest Added Conduit Request 700-003 Additional Environmental Permitting 700-004 Archeology 700-005 Hazardous Material Substance Disposal 700-006 69 KV Power Line 700-007 Tumwater Pier 1 Unstable 700-008 Waterline 8" By Pass 700-009 SR 117 Drainage Revisions Total Phase 4 Total Contract Amount 163,943.88 502,685.10 225,127.07 14,177.62 391,701.61 13,880.20 77,573.81 14,484.23 3,143.39 150,700.66 33,925.90 40,531.18 35,429.56 88,862.26 33,369.19 208,849.06 Escalation 14,024.62 2,012,409.34 5,000.00 50,000.00 12,400.00 74,500.00 6,500.00 168,943.88 552,685.10 237,527.07 14,177.62 466,201.61 13,880.20 84,073.81 14,484.23 3,143.39 150,700.66 33,925.90 40,531.18 35,429.56 88,862.26 33,369.19 208,849.06 14,024.62 148,400.00 2,160,809.34 4,795,454.36 148,400.00 4,943,854.36 5. 1.058 ~ Supplemental Agreement Organization and Address Phone: Exeltech Consulting, Inc. Number 7 2590 Willamette Drive NE Lacey, WA 98516 Original Agreement Number LA 5617 & 5618 Phone: (360) 357-8289 Project Number Execution Date Completion Date 02-15 March 15, 2009 Project Title New Maximum Amount Payable Port Angeles 8th Street Bridge Replacements Project $ 4,943,854.36 Description of Work The work consists of Environmental Permitting, Design Record, Hydraulic, Utility, and Geotechnical Reports, Prelim. & Final Plans, PS&E, Public Involvement, and Construction Management. The Local Agency of City of Port Anqeles desires to supplement the agreement entered into with Exeltech Consultinq. Inc. as executed on November 4. 2003 and identified as Agreement No. LA 5617 & 5618 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section 1, SCOPE OF WORK, is hereby changed to read: The Scope of Work is supplemented to include additional work as approved by the Port Anqeles City Council on March 17. 2009. This additional work is shown in Exhibit B-1. II Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to: III March 31. 2009 Section V, PAYMENT, shall be amended as follows: Payment shall continue to be cost plus fixed fee. Maximum additional payment for Supplemental Aqreement #7 shall be $148.400.00. amendinq the Phase 4 budqet to $2.160.809.34 and the maximum payable amount to $4.943.854.36. Costs shall be allocated per the tasks identified and as indicated in the followinq: Exhibit B-2 (Budqet Detail) shows allocation of additional budqet and revised budqet amountsJor each task. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. By: 5 t7'--Y)+vs Y, By: g.AE{V & A.J) N I MJr. y 0 F{~ . J:L~ 0~~~ Ap~onty Signature . . , 5-1- DC} Date DOT Form 140-063 EF Revised. 9/2005 Supplemental Agreement Number 8 Original Agreement Number Exeltech Consulting, Inc. 8729 Commerce Place Drive NE, Suite A Lacey, WA 98516 Project Number 02 -15 Organization and Address Phone LA 5617 & 5618 Phone: (360) 357 -8289 Execution Date Completion Date December 31, 2009 Project Title New Maximum Amount Payable Port Angeles 8th Street Bridge Replacements Project $ 4,946,354.36 Description of Work The work consists of Environmental Permitting, Design Record, Hydraulic, Utility, and Geotechnical Reports, Prelim. & Final Plans, PS &E, Public Involvement, and Construction Management. The Local Agency of Citv of Port Angeles desires to supplement the agreement entered into with Exeltech Consulting. Inc. as executed on November 4. 2003 and identified as Agreement No LA 5617 & 5618 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows' Section 1, SCOPE OF WORK, is hereby changed to read The Scope of Work is supplemented to include additional audit support work. This additional work is shown in Exhibit B -1. 11 Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to: 111 By 0.--.1/6 , 1 _ Art& JIrn, 1�F I� '' DOT Form 140 -063 EF Revised 9/2005 December 31. 2009 Section V, PAYMENT, shall be amended as follows. Payment shall continue to be cost plus fixed fee. Maximum additional oavment for Supplemental Agreement #8 shall be $2.500.00, amending the Phase 4 budaet to $2.163,309.34 and the maximum savable amount to $4.946.354.36. Costs shall be allocated per the tasks identified and as indicated in the following. Exhibit B -2 (Budget Detail) shows allocation of additional budaet and revised budaet amounts for each task. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. B _Mai Approvi Authority Signature ----' Date Exhibit B -1 Scope of Work Scope of Services for Supplement #8 City of Port Angeles 8th Street Bridge Replacements, Project 02 -15 Version Date: November 23, 2009 Exhibit B -1 Supplemental Scope of Services City of Port Angeles 8 Street Bridges Replacement Project 700. PHASE 4 CONSTRUCTION MANAGEMENT Task 703 Office Engineering The Consultant will provide support to the City of Port Angeles during the WSDOT Project Audit on December 3, 2009. This support will include up to two days of preparation for the audit in coordination with the City of Port Angeles, and participation in the one day WSDOT project audit. 2 Exeltech Phase 1 - Alternative Analysis and TS &L 301 Prepare Objectives/Purpose & Need 302 Develop Funding Strategies 303 Prepare/Implement Public Outreach Plan 304 Develop Prelim Set Reasonable AIts 305 Evaluate Alts & Select Preferred Alt 306 Prepare Att Analysis/Bridge Site Data, etc. 320 Project Management 380 QA/QC 390 Direct Costs EXHIBIT B -2 Supplemental Agreement #8 Escalation Original Supplement Revised Budget tt8 Budget 3,968.77 8,000.00 76,492.76 35,481.56 26,622.19 52,968.09 21, 725.22 14,384.87 5,669.18 3,968 77 8,000 00 76,492.76 35,481.56 26,622.19 52,968 09 21,725.22 14,384.87 5,66918 Total Phase 1 245,312.64 245,312.64 Phase 2 - NEPA!SEPA Environmental Studies & Documentation 401 Discipline Repts & Biological Assessments 26,629.73 26,629.73 402 Qualitative Evaluation 13,432.11 13,432.11 403 Revise Disc Repts & Bio Assessments 7,579.15 7,579.15 404 Prelim NEPA Documented CE & SEPA DNS 7,974.41 7,974.41 405 Public Open House 1 Hearing 10,177.57 10,177,57 406 Response to Comments 2,478.00 2,478.00 407 Revised Documented CE & SEPA DNS 6,032.18 6,032.18 408 Environmental Pen - nits 12,155.63 12,155.63 420 Project Management 20,161 66 20,161.66 480 QAIQC 10,15223 10,152.23 490 Direct Costs 5,674 40 5,674.40 Escalation - Total Phase 2 NEPA I SEPA 122,447.07 122,447.07 Phase 2 - Preliminary Design 501 Design Report 9,320.87 9,320 87 502 HorizontatNertical Alignment Plans 9,787 46 9,787 46 503 Traffic Circulation Study 822.50 822 50 504 Roadway Sections 14,727.62 14,727 62 505 Preliminary Bridge Design 113,291.21 113,291 21 506 Surveying 1,812.60 1,812.60 507 Geotechnical Report 244.32 244.32 508 Hydraulic Analysis & Report 2,232.50 2,232.50 509 Utilities Design Report 1,713.64 1,71364 510 Preliminary Streetscape Report 5,925.10 5,925 10 520 Project Management 15,552.51 15,552 51 580 0A1QC 10,180.25 10,78025 590 Direct Costs 1,437 49 1,437 49 Escalation Total Phase 2 Preliminary Design 187,048.07 187,048.07 Phase 3 - Final Desian and PS &E 602 Developllmpl. Final Design Public Info Plan 10,310.92 10,310.92 603 Civil Plans 136,469.15 136,469 15 604 Bridge Plans 505,408.97 505,408.91 605 Final Design and PS &E Deliverables 136,344.49 136,344.49 606 Specifications 26,709.94 26,709.94 607 Cost Estimating 10,353.00 10,353.00 609 Historic Bridge Documentation 47.91 47.91 620 Project Management 20,009.99 20,009.99 680 QA 1 RC 84,405.33 84,405.33 690 Direct Costs 5,188.79 5,188.79 Escalation - - Total Phase 3 935,248.43 935,248.43 Phase 3A - Bridge Redesign 200 Project Management 18,133.63 18,133.63 601 Revise Biological assessment, etc. 5,469.64 5,469.64 602 Prepare revised CE & SEPA DNS 4,680.32 4,680.32 603 Update Environmental Permits 5,708.74 5,70$ 74 604 Mitigation Design 15,111.36 75,771.36 605 Update Public Information Plan 18,879.19 18,879 19 606 Revised Design Rept - 30% Final Design 83,647 67 83,647 67 607 Traffic Circulation Redesign (29.79) (29 79) 608 Revised Final Geotech Rept (1,429.56) (1,429.56) 609 Revised Hydraulic Analusis & Rept 8,647 06 8,647 06 610 Revised Utilities Design Rept 8,174.83 8,174.83 611 Preparation of 100% Civil Plans 65,764.20 65,764.20 612 Final Bridge Design - 100% Plans 174,479.31 174,479.31 613 Final PS &E Deliverables 54,341 36 54,341 36 800 Quality Assurance I Quality Control 33,853.64 33,653 64 900 Direct Costs 6,419.08 6,419.08 Escalation - Total Bridge Redesign 501,850.68 501,850.68 EXHIBIT B -2 Supplemental Agreement #8 Original Supplement Revised Budget #8 Budget Phase 4 - Construction Management 701 Project Management for Construction 168,511.88 168,511.88 702 Project Resident/Office Engineering 532,021 74 2,500.00 534,521.74 703 Bridge Structural Engineering 237,527.07 237,527.07 704 Survey Quality Assurance 2,021.63 2,021.63 705 Inspection and Testing 321,371.25 321,371.25 706 Field Office 13,880.20 13,880.20 707 Claims / Change Order Administration 84 ,073.81 84,073.81 708 Scheduling for Construction Contracts 14,484.23 14,484.23 709 Construction Safety 3,143.39 3,143.39 710 Administrative / Clerical 150,700.66 150,700.66 711 Quality Control Services 33,925.90 33,925.90 712 Third Party Coordination 40,531 18 40,531 18 713 Construction Phase Public Information 34,589.56 34,589.56 714 Mitigation Inspection 88,862.26 88,862.26 715 Project Closeout 33.369.19 33,369.19 790 Direct Costs 155,011.05 155,011.05 Escalation 13,392.02 13.392.02 Total Phase 4 1,927.417.02 2,500.00 1,929,917.02 Total Exeltech Contract Amount 3,919.323.91 2,500.00 3,921,823.91 David Evans 8, Associates Phase 3 - Bridae Redesian 601 Revise Biological assessment, etc. 1,862.92 1,862.92 Total Bridge Redesign 1,862.92 1,862.92 Total DEA Contract Amount 1,862.92 1,862.92 Alex Young Northwest Phase 2 - Preliminary Design 510 Preliminary Streetscape Report 4,368.00 4,368.00 Total Phase 2 Preliminary Design 4,368.00 4,368.00 Phase 3A - Bridae Redesign 605 Update Public Information Plan 3,610.00 3,610.00 Total Phase 3! - Bridge Redesign 3,610.00 3,610.00 Phase 4 - Constriction Manaaement 713 Public Information Plan 840.00 840.00 Total Phase 4 840.00 840.00 Total Alex Young Contract Amount 8,818.00 8,818.00 H.W. Lochner Entrix Total Lochner Contract Amount Phase 1 - Alternative Analysis and TS &L 303 Preparelrnplement Public Outreach Plan 305 Evaluate Alts & Select Preferred Alt 320 Project Management 390 Direct Costs EXHIBIT B -2 Supplemental Agreement #8 Escalation Total Phase 1 15,162.47 Phase 2 - NEPAFSEFA Environmental Studies & Do umentaQ 401 Discipline Repts/Biological Assessment 112,448.57 403 Revise Disc Repts & 8ia Assessments 2,128.93 406 Response to Comments 7,739.53 408 Environmental Permits 84.50 420 Project Management 3,439.27 490 Direct Costs 3,556.48 Escalation Total Phase 2 NEPA/ SEPA 129,395.28 Phase 3 - Final Design and PS &E 608 Mitigation Design 14179.08 Total Phase 3 14,179.08 Original Supplement Revised Budget N8 Budget Phase 1 - Alternative Analysis and TS &L 302 Develop Funding Strategies 10,035.38 10,035.38 303 Prepare/Implement Public Outreach Plan 8,133.36 8,133.36 305 Evaluate Alts & Select Preferred Alt 1,057 10 1,057 10 390 Direct Costs 164.67 164.67 Escalation - Total Phase 1 19,390.51 19,390.51 Phase 2 - NEPAISEPA Environmental Studies & Documentation 402 Qualitative Evaluation 822 19 822.19 403 Revise Disc Repts & Bio Assessments 2,202 71 2,202.71 405 Public Open House) Hearing 2,260 50 2,260.50 406 Response to Comments 3,646 61 3,646.61 490 Direct Casts 215.48 215.48 Escalation Total Phase 2 NEPA / SEPA 9,147 49 9,147 49 Phase 2 - Preliminary Design 501 Design Report 3,502.30 3,502.30 502 Hon= ntaWertical Alignment Plans 3,533.02 3,533.02 503 Traffic Circulation Study 29,095.48 29,095.48 504 Roadway Sections 1,519.41 1,519.41 505 Preliminary Bridge Design 2,852.59 2,852.59 508 Hydraulic Analysis & Report 28,345.97 28,345.97 509 Utilities Design Report 12,876.58 12,876.58 590 Direct Costs 102.27 102.27 Escalation Total Phase 2 Preliminary Design 81,827.62 81,827.62 Phase 3 - Final Design and PS&E 603 Civil Plans 79,593.11 79,593.11 604 Bridge Plans 6,610 13 6,610.13 605 Final Design and PS &E Deliverables 52,591 46 52,591 46 608 Specifications 7,243.15 7,243.15 607 Cost Estimating 4,371 45 4,371 45 690 Direct Costs 317.72 317 72 Escalation - - Total Phase 3 150,727.02 150,727.02 Phase 3 - Bridge Redesion 607 Traffic Circulation Redesign 11,482.47 11,482.47 611 Preparation of 100% Civil Plans 10,650.29 10,650.29 613 Final PS &E Deliverables 1,989.94 1,989.94 900 Direct Costs 199.97 199.97 Escalation - Total Bridge Redesign 24,322.67 24,322.67 Phase 4 - Construction Management 702 Project Resident & Office Engineering 20,663 36 20,663.36 790 Direct Costs 389 15 389.15 Escalation Total Phase 4 21,052.51 21,052.51 306,467.82 306,467.82 11,788.09 2,411.36 207,08 755.94 11,788.09 2,411.36 207.08 755.94 15,162.47 112,446.57 2,128.93 7,739.53 84.50 3,439.27 3,556 48 129,395.28 14,179.08 14,179.08 Total Entrix Contract Amount 158,736.83 - 158,736.83 PanGEO Wangler Phase 1 - Altemative Analysis and TS &L 305 Evaluate Alts & Select Preferred Alt 390 Direct Casts Total Phase 1 1,232.87 Phase 2 - NEPAISEPA Environmental Studies & Documentation 401 Discipline Repts Biological Assessment 5,575.12 403 Revise Disc Repts & Bio Assessments - 490 Direct Costs 78.88 Escalation - Total Phase 2 NEPA 1 5EPA 5,654.00 Phase 2 - Preliminary Desinn 507 Geotechnical Report 38,708.35 590 Direct Costs 50,602.97 Escalation Total Phase 2 Preliminary Design 89,311.32 Phase 3 - Final Desinn and PS &E 604 Bridge Plans 690 Direct Costs Total Phase 3 Phase 3 - Bridge Redesign 200 Project Management 608 Revised Final Geotech Rept 900 Direct Costs Total Bridge Redesign Phase 4 - Construction Management 705 Inspection and Testing 790 Direct Costs 700 -007 Turnwater Pler 1 EXHIBIT B-2 Supplemental Agreement #8 Escalation - Escalation Escalation Original Supplement Revised Budget #8 Budget 1,232.87 /8,643.71 80.91 18,724.62 1,699.47 1,699.47 34,323.08 34,323.08 46,100.27 46,100.27 82,122.82 82,122.82 27,068.30 921 00 1,232.87 1,232.87 5,575 12 78.88 5,654.00 38,708.35 50,602.97 89,311.32 18,643 71 80.91 18,724.62 27,066.30 921.00 Escalation 11440 114.40 Total Phase 4 28,101.70 28,101.70 Total PanGEO Contract Amount 225,147.33 225,147.33 Michael Minor Phase 2 - NEPAISEPA Environmental Studies 8. Documentation 402 Qualitative Evaluation 6,160 00 6,160.00 403 Revise Disc Repts & Bio Assessments - - 406 Response to Comments - 420 Project Management - 490 Direct Costs - - Total Phase 2 NEPA f SEPA 6160.00 6,160.00 No Escalation for Michael Minor Total Michael Minor Contract Amount 6,160.00 6,160.00 Phase 2 - Preliminary Desinn 506 Surveying 38,296 50 38,296.50 520 Project Management 2,160 00 2,160.00 590 Direct Costs 72 00 72.00 Total Phase 2 Preliminary Design 40,528.50 40,528.50 Phase 3 - Final Desion and PS &E 603 Civil Plans 5,578.00 5,578.00 605 Final Design and PS&E Deliverables 10,551 47 10,551 47 620 Project Management - 690 Direct Costs 8.00 8.00 Total Phase 3 16,137.47 16,137 47 Phase 4 - Construction Manaaement 701 Project Management for Construction 432.00 432.00 704 Survey Quality Assurance 12,155.99 12,155.99 790 Direct Costs 44.31 44.31 Total Phase 4 12,632.30 12,632.30 No escalation for Wangler Total Wangler Contract Amount 69,298.27 - 69,298.27 Otymnic Design Works Mayes CPI Phase 1 - Alternative Analysis and TS &L 303 Prepareflmplement Public Outreach Plan 2,280 00 2,280.00 304 Develop Prelim Set Reasonable Ails 760 00 760 -00 390 Direct Costs - - Escalation Total Phase 1 3,040.00 3,040.00 Phase 2 - NEPA/SEPA Environmental Studies & Documentatron 401 Discipline Repts & Biological Assessments 3,040 00 3,040.00 403 Revise Disc Repts & Bio Assessments 190 00 190.00 405 Public Open House! Heanng 570.00 570.00 490 Direct Costs - Escalation - Total Phase 2 NEPA 1 SEPA 3,800.00 3,800.00 Phase 2 - Preliminary Desion 510 Preliminary Streetscape Report 8,500.00 8.500.00 590 Direct Costs - - Escalation - - Total Phase 2 Preliminary Design 8,500.00 8,500.00 Phase 3 - Final Desion and PS &E 603 Civil Plans 22,906.75 22,906.75 690 Direct Costs - - Escalation - - Total Phase 3 22,906.75 22,906.75 Total ODW Contract Amou 38,246.75 38,246.75 Phase 4 - Construction Management 705 Inspection & Testing 117,764.06 117,764.06 790 Direct Costs 23,864 60 23,864.60 Escalation 518 20 518.20 Total Phase 4 142,146.86 142.146.86 Total Mayes Contract Amount 142.146.86 142.146.86 Northwest Economic Associates Phase 2 - NEPA/SEPA Environmental Studies & Documentation 401 Discipline Repts & Biological Assessment 12,868.60 403 Revise Disc Repts & Bio Assessments 3,056.68 406 Response to Comments - 420 Project Management 490 Direct Costs 186.38 Northwest Archaealaart Total Phase 2 NEPA 1 SEPA 16,111.66 Total NEA Contract Amount Phase 4 - Construction Management 690 Direct Costs 28,618.95 28,618.95 Total Phase 4 28,618.95 28,618.95 Total CPI Contract Amount Phase 3 - Final Design and AS &E 609 Historic Bridge Documentation 690 Direct Costs Total Phase 3 Phase 3 - Bridan Redesion 601 Revise Biological assessment, etc. 900 Direct Costs Total Bridge Redesign Total NW Arch Contract Amount EXHIBIT B -2 Supplemental Agreement #8 Escalation Escalation Original Supplement Revised Budget 118 Budget 12,868.60 3,056.68 186.38 16,111.66 16,111.66 16,111.66 28,618.95 28,618.95 13,634 19 13,634.19 549 96 549.96 14,184.15 14,184.15 7,560 46 7,560 46 1,17045 1,17045 8,730.91 8,730.91 2Z915.06 22, 915.06 Proiect Totals EXHIBIT B -2 Supplemental Agreement #8 Original Supplement Revised Budaet #8 Budaet Phase 1 - Alternative Analysis and TS &L 301 Prepare Objectives/Purpose & Need 3.968.77 3,968.77 302 Develop Funding Strategies 18,035.38 18,035 38 303 Prepare/Implement Public Outreach Plan 98,694.21 98,694 21 304 Develop Prelim Set Reasonable Alts 36,241 56 - 36,241 56 305 Evaluate Alts & Select Preferred Alt 31,323.52 31,323.52 306 Prepare Alt Analysis/Bridge Site Data, etc. 52,968.09 - 52,968.09 320 Project Management 21,932.30 - 21,932.30 380 QA/QC 14,384.87 14,384.87 390 Direct Costs 6,589 79 6,589.79 Escalation - - Total Phase 1 284,138.49 284,138.49 Phase 2 - NEPA/SEPA Environmental Studies & Documentation 461 Discipline Repts & Biological Assessments 402 Qualitative Evaluation 403 Revise Disc Repts & Bio Assessments 404 Prelim NEPA Documented CE & SEPA DNS 405 Public Open House 1 Hearing 406 Response to Comments 407 Revised Documented CE & SEPA DNS 408 Environmental Permits 420 Project Management 480 QA/QC 490 Direct Casts Total Phase 2 NEPA 1 SEPA Phase 2 - Preliminary Desian 501 Design Report 502 Honzonta Wertical Alignment Plans 503 Traffic Circulation Study 504 Roadway Sections 505 Preliminary Bridge Design 506 Surveying 507 Geatechnical Report 508 Hydraulic Analysis & Report 509 Utilities Design Report 510 Preliminary Streetsrape Report 520 Project Management 580 QA/QC 590 Direct Costs Total Phase 3 Phase 3 - Brdoe Redesign 200 Project Management 601 Revise Biological assessment, etc 602 Prepare revised CE & SEPA DNS 603 Update Environmental Permits 604 Mitigation Design 605 Update Public Information Plan 606 Revised Design Rept - 3014 Final Design 607 Traffic Circulation Redesign 608 Revised Final Geotech Rept 609 Revised Hydraulic Analusis & Rept 610 Revised Utilities Design Rept 611 Preparation of 100% Civil Plans 612 Final Bridge Design - 10045 Plans 613 Final PS&E Deliverables 800 Quality Assurance 1 Quality Control 900 Direct Costs Escalation Escalation Total Phase 2 Preliminary Design Phase 3 - Final Desian and PS &E 602 Developllmpl. Final Design Public Info Plan 603 Civil Plans 604 Bridge Plans 605 Final Design and PS&E Deliverables 608 Specifications 607 Cost Estimating 608 Mitigation Design 609 Historic Bridge Documentation 620 Project Management 680 QA /QC 690 Direct Costs Escalation Escalation 160,560.02 160,560.02 20,414.30 20,414.30 15,157 47 15,157 47 7,974.41 - 7,974 41 13,008.07 - 13,008.07 13,864.14 - 13,864.14 6,032.18 - 6,032.18 12,240.13 - 12,240.13 23,600.93 - 23,600.93 10,152.23 10,152.23 9,711 62 9,71 1.62 292,715.50 292,715.50 12,823 17 12,823.17 13,320 48 - 13,320.48 29,917 98 - 29,917.98 16,247 03 - 16,247.03 116,143,80 - 116,143.80 40,109.10 - 40,109.10 38,952.67 - 38,952.67 30,578.47 30,578.47 14,590.22 14,590.22 18,793.10 18,793.10 17,712.51 17,712.51 10,180.25 - 10,180.25 52,214.73 - 52,214 73 411,583.51 411,583.51 10,310.92 10,310 92 244,547.01 244,547 01 530,662.75 530,662.75 199,487 42 199,487 42 33,953.09 33,953.09 14,724.45 1 4,724.45 14,179.08 14,179.08 13.682.10 - 13,682.10 20,009.99 20,009.99 84,405.33 84,405.33 6,145.38 - 6,145.38 1,172,107.52 1,172,107.52 19,833.10 19,833.10 14,893.02 14,893.02 4,680.32 4,680.32 5,708.74 5,708,74 15,111.36 15,111,36 22,489.19 - 22,489.19 83,647.67 83,647.67 11,452.68 - 11,452.68 32,893.52 32,893.52 8,647.06 8,647.06 8,174.83 8,174.83 76,414.49 - 76,414.49 174,479.31 - 174,479.31 56,331.30 56,331.30 33,853.64 33,853.64 53,889.77 - 53,889.77 Total Bridge Redesign 622,500.00 622,500.00 Phase 4 - Construction Management 701 Project Management for Construction 702 Project Engineering 703 Office Engineering 704 Survey Quality Assurance 705 Inspection & Testing 706 Field Office 707 Claims! Change Order Administration 708 Scheduling for Construction Contracts 709 Construction Safety 710 Adminisrative / Clerical 711 Quality Control Services 712 Third Party Coordination 713 Public Information Plan 714 Mitigation Inspection 715 Project Closeout 790 Direct Costs 700 -001 SWPP 700 -002 Qwest Added Conduit Request 700 -003 Additional Environmental Permitting 700 -004 Archeology 700 -005 Hazardous Material Substance Disposal 700 -006 69 KV Power Line 700 -007 Tumwater Pier 1 Unstable 700 -008 Waterline 8° By Pass 700 -009 SR 117 Drainage Revisions Total Phase 4 Total Contract Amount EXHIBIT B -2 Supplemental Agreement #8 Original Supplement Revised Budoet #8 Budget 168,943.88 552,685.10 237,527 07 14,177 62 466,201.61 13,880.20 84,073.81 14,484.23 3,143.39 150,700.66 33,925.90 40,531 18 35,429.56 68,862.26 33,369.19 208,849.06 2,500.00 168,943.88 555,185.10 237,527.07 14,177,62 466,201,61 13,880.20 84,073.81 14,484 23 3,143.39 150, 700.66 33,925.90 40,531 18 35,429.56 88,862 26 33,369 19 208,849.06 Escalation 14,024.62 14,024.62 2,160,809.34 2,500.00 2,163,309.34 4,943,854.36 2,500.00 4,946,354.36 Washington State Department of Transportation Paula J. Hammond, P.E. Secretary of Transportation Mr. Glen Cutler Public Works Director City of Port Angeles PO Box 1150 Port Angeles, Washington 98362 -0217 Dear Mr. er: cc: ST:jg:ac Enclosure PHASE Construction February 4, 2010 City of Port Angeles 8th and Tumwater Bridge BRM- 7544(006) FUND AUTHORIZATION TOTAL $9,981,600 Transportation Building 310 Maple Park Avenue S.E. P O Box 47300 Olympia, WA 98504 -7300 360 705 -7000 TTY. 1- 800 833 -6388 www wsdot.wa.gov You may proceed with the administration of this project in accordance with your WSDOT approved Certification Acceptance agreement. Sincer-ly, Stephanie Tax Manager, Program Management Highways Local Programs Division Neal Campbell, Olympic Region Local Programs Engineer, MS 47440 S 2010 FEB A GEI.ES ,.,tv OF ?OR ..,CuKS Enclosed for your information and file is a copy of Supplement Number 5 to Local Agency Agreement LA -6517 for the subject project between the state and your agency. This supplement modifies the funding for this project to the amounts shown below: FEDERAL SHARE $9,981,600 All costs exceeding those shown on this agreement are the sole responsibility of your agency. Washington State Department of Transportation Agency Port Angeles Federal Aid Project Number BRM 7544(006) Termini Description of Work No Change Reason for Supplement Over obligated Project PE Federal Aid Participation Ratio for PE Right of Way f. Aoencv Federal Aid Participation Ratio for RW Federal Aid Participation Ratio for CN DOT Form 140 -041 EF Revised 1/2007 Type of Work a. Aoencv b. Other c. Other d. State e. Total PE Cost Estimate (a +b +c +d) n .rlthpr h. Other i. State AGENCY Agreement Number LA 6517 The Local Agency desires to supplement the agreement entered into and executed on All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Project Description Name 8th Tumwater Bridges Does this change require additional Right of Way or Easements? (1) Previous Aareement/Suopl. 43,000.001 963,000.001 1 17,000.001 1.023,000.001 Local Agency Agreement Supplement Yes No Estimate of Funding (3) (4) Estimated Total Estimated Agency Project Funds Funds 43,000.001 963,000.00 1 17,000.001 1,023,000.001 (2) Supplement i. Total R/W Cost Estimate (f +a +h +i) I I Construction k. Contract 9,000,000.001 9,000,000.001 I Other 880,000.001 880,000.001 m Other 1 1 n. Other 1 1 o. Aaencv 70,000.001 70,000.001 70,000.00 p. State 50,000.00 18,400.00 31,600.001 31,600.00 a Total CN Cost Estimate (k+l+m+n+o+p) 10.000.000.00 18.400.00 9.981.600.00 I 9.981.600.00 r. Total Project Cost Estimate (e+i+o) 11.023.000,0J 18,400.00 11.004.600.00 I 204,600.00 10,800.000.00 The Local Agency further stipulates that pursuant to said Title 23, regulations and policies and procedures, and as a condition to payme the Federal funds obligated, it accepts and will comply with the applicable provisions. Agen O icial Washington State D pa' ent of Tra sportation Title Y C v Date Executed Director of Highways and Local Programs Supplement Number 5 CFDA No. 20.205 (Catalog of Federal Domestic Assistance) Length .14 8,600.00 I 192,600.00 I 1 3,400.001 204,600.00 I (5) Estimated Federal Funds 34,400.00 770,400.00 JAN 282010 13,600.00 818,400.00 9,000,000.00 880,000.00 4 iâ– â–  Washington State 1 Department of Transportation Paula J. Hammond, P.E. Secretary of Transportation Mr. Glen Cutler Public Works Director City of Port Angeles PO Box 1150 Port Angeles, Washington 98362 -0217 Dear Mr. Cutler: July 13, 2010 Sincerely, Transportation Building 310 Maple Park Avenue S E P.O. Box 47300 Olympia, WA 98504 -7300 City of Port Angeles 8` and Valley Bridge Replacement BRM- 7544(007) LA -5618, TA -2622 Administrative Review 360 705 -7000 TTY 1- 800 833 -6388 J W 4 VECEIVED JUL 162010 CITY OF PORT ANGELES PUBLIC WORKS The Highways Local Programs Division has conducted an administrative review (see enclosure) of the reimbursement of federal funds to your agency for the subject project with the following results: Net Balance Due Agency 21,729.11 Total Federal Expenditures 10,800,000.00 An electronic fund transfer for this amount was processed on June 16, 2010, in the final settlement of the project. This final accounting constitutes settlement and closure of this agreement. Representatives of the State Auditor's Office, WSDOT and the federal government may perform a financial and/or procedural audit of the cost records pertaining to this agreement within a three -year period. If these activities occur and discrepancies are noted, this final settlement may require adjustment. In accordance with Federal and State regulations, the agency shall retain such records and accounts on this project until at least July 13, 2013. 6- 658 The Highways Local Programs Division is pleased to have assisted you in this project by facilitating the transfer of federal funds to your agency. Kathleen B. Davis Director Highways Local Programs Division KBD:el:ac Enclosure cc: Neal Campbell, Olympic Region Local Programs Engineer, MS 47440 Project Support Services, MS 47420 Olympic Region Accountant, MS 47440 Agency Accounting TA -2622 Agency PE Consultant PE State PE Contract Consultant Agency State CE Total Project Total State Costs Total State Costs Less Federal Share Subtotal Indirect Costs Amount Due from Agency Amount Received from Agency Due from Agency Issue a Warrant in the Amount of Federal Project Number: Agency: Agreement: Authorized: Work Orders: Local Agency Costs Total Federal Funds Due to Agency Federal Funds Paid to Agency Federal Funds Due to Agency Total Cost 46,060 69 1,069,054 96 7,856 28 9,394,569.69 1,073,372 92 95,030.45 15,585 85 11,701,530 84 11,701,530 84 City of Port Angeles LA -5618 $10,800,000 TA -2622 Non Participating Cost 0 00 0 00 0 00 0 00 0 00 0 00 0 77 0 77 0 77 10,778,129 88 10,756,400 00 21,729 88 23,442 13 21,870 12 1,572 01 0 00 1,572 01 1,571 24 0 77 $21,729 11 BRM- 7544(007) Description: Fed Appropriation: Effective Date: Pro Rata: Costs in Excess of Agreement 1,060 66 106,054 99 0 00 394,569 69 193,372 92 3,300 57 0 00 698,358 83 698,358 83 Federal Share -PE Federal Share -RW Federal Share -CN TOTAL Federal $s Authorized (Inc) /Dec. in Obligation Participating Cost 45,000 03 962,999 97 7,856 28 9,000,000 00 880,000 00 91,729 88 15,585 08 11,003,171 24 11,003,171 24 8th Valley Bridge Replacement 1 140/H 120/L1 CO PE 09/10/03 CN 11/21/05 PE CN Federal Share 80 00% 100.00% 36,000.02 770,399.98 6,285 04 9,000,000.00 880,000.00 91,729 88 15,585 08 10,800,000 00 10,800,000 00 812,685 04 0 00 9,987,314 96 10,800,000 00 10,800,000 00 0 00 5.uSg I, ~:.-, ~-':,,... Consu ItanU Address/T elephone Local Agency EXELTECH CONSULTING, INC. Standard Consultant 2627 A Parkmont Lane SW Agreement OlympIa, W A 98502 Agreem.ent Number (360) 357-8289 LA 5617 & 5618 Federal Aid Number Project Title And Work Descnption BRM-7544(006) & (007) 8th Street Bridge Replacements Agreement Type (Choose one) The work consIsts of Environmental PermIttmg, DesIgn Record, Hydraulic, UtIhty, and GeotechnIcal D Lump Sum Reports, Prehm. & Fmal Plans, PS&E, Pubhc Lump Sum Amount $ Involvement, and Construction Management. ~ Cost Plus Fixed Fee Overhead Progress Payment Rate 162.35 % DBE Participation Overhead Cost Method DYes ~No % ~ Actual Cost WBE Participation D Actual Cost Not To Exceed % DYes ~No % ~ Fixed Rate 28.5 Federal 10 Number or Social Secunty Number % 91-1491880 Fixed Fee $ Do you require a 1099 for IRS? Completion Date DYes ~ No July 31, 2006 D Specific Rates Of Pay D Negotiated Hourly Rate Total Amount Authorized $ 2,648,836.57 D Provisional Hourly Rate Management Reserve Fund $ 50,000.00 D Cost Per Unit of Work Maximum Amount Payable $ 2,698,836.57 THIS AGREEMENT, made and entered Into this 4 day of November 2003 between the Local Agency of CITY OF PORT ANGELES , Washington, hereinafter called the "AGENCY" , and the above organization hereinafter called the "CONSULTANT'. WITNESSETH THAT: WHEREAS, the AGENCY desires to accomplish the above referenced proJect, and WHEREAS, the AGENCY does not have sufficient staff to meet the required commitment and therefore deems It advisable and desirable to engage the assistance of a CONSULTANT to provide the necessary services for the PROJECT; and WHEREAS, the CONSULTANT represents that he/she is in compliance with the Washington State Statutes relating to profeSSional registration, If applicable, and has signified a Willingness to furnish Consulting services to the AGENCY, NOW THEREFORE, In consideration of the terms, conditions, covenants and performance contained herein, or attached and incorporated and made a part hereof, the parties hereto agree as follows: DOT Form 140-089 EF Revised 12/99 Page 1 of 8 " I GENERAL DESCRIPTION OF WORK The work under this AGREEMENT shall consist of the above described work and services as herein defined and necessary to accomplish the completed work for this PROJECT. The CONSULTANT shall furnish all services, labor and related equipment necessary to conduct and complete the work as designated elsewhere in this AGREEMENT. II SCOPE OF WORK The Scope of Work and project level of effort for this project is detailed in Exhibit "B" attached hereto, and by this reference made a part of this AGREEMENT. III GENERAL REQUIREMENTS All aspects of coordination of the work of this AGREEMENT, with outside agencies, groups or individuals shall receive advance approval by the AGENCY. Necessary contacts and meetings with agencies, groups or individuals shall be coordinated through the AGENCY. The CONSULTANT shall attend coordination, progress and presentation meetings with the AGENCY or such Federal, Community, State, City or County officials, groups or individuals as may be requested by the AGENCY. The AGENCY Will provide the CONSULTANT sufficient notice prior to meetings requiring CONSULTANT participation. The minimum number of hours or days notice - required shall be agreed to between the AGENCY and the CONSULTANT and shown in Exhibit "B" attached hereto and made part of this AGREEMENT. The CONSULTANT shall prepare a monthly progress report, in a form approved by the AGENCY, that will outline in written and graphical form the various phases and the order of performance of the work in suffiCient detail so that the progress of the work can easily be evaluated Goals for Disadvan- taged Business Enterprises (DBE) and Women Owned Business Enterprises (WBE) if required shall be shown in the heading of this AGREEMENT. All reports, PS&E materials, and other data, furnished to the CONSULTANT by the AGENCY shall be returned. All designs, drawings, specifications, documents, and other work products prepared by the CONSULTANT prior to completion or termination of this AGREEMENT are Instruments of service for this PROJECT and are property of the AGENCY. Reuse by the AGENqY or by others acting through or on behalf of the AGENCY of any such instruments of service, not occurring as a part of this PROJECT, shall be without liability or legal exposure to the CONSULTANT. IV TIME FOR BEGINNING AND COMPLETION The CONSULTANT shall not begin any work under the terms of thiS AGREEMENT until authorized in writing by the AGENCY. All work under this AGREEMENT shall be completed by the date shown in the heading of this AGREEMENT under completion date. The established completion time shall not be extended because of any delays attributable to the CONSUL T- ANT, but may be extended by the AGENCY, in the event of a delay attributable to the AGENCY, or because of unavoidable delays caused by an act of GOD or governmental actions or other conditions beyond the control of the CONSULTANT. A prior supplemental agreement issued by the AGENCY is required to extend the established completion time. V PAYMENT The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this AGREEMENT as proVided in Exhibit "C" attached hereto, and by thiS reference made part of this AGREEMENT. Such payment shall be full compen- sation for work performed or services rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the work specified In Section II, "Scope of Work". The CONSULTANT shall conform with all applicable portions of 48 CFR 31. Page 2 of 8 '- VI SUBCONTRACTING The AGENCY permits subcontracts for those items of work as shown in Exhibit G to this Agreement. Compensation for this subconsultant work shall be based on the cost factors shown on Exhibit G, at- tached hereto and by this reference made a part of thIs AGREEMENT. The work of the subconsultant shall not exceed its maximum amount payable unless a prior written approval has been issued by the AGENCY. All reimbursable direct labor, overhead, direct non- salary costs and fixed fee costs for the subconsultant shall be substantiated in the same manner as outlined in Section V. All subcontracts exceeding $10,000 in cost shall contain all applicable provisions of this AGREEMENT. The CONSULTANT shall not subcontract for the performance of any work under thiS AGREEMENT without prior written permission of the AGENCY. No permission for subcontracting shall create, between the AGENCY and subcontractor, any contract or any other relationship. VII EMPLOYMENT The CONSULTANT warrants that he/she has not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT, to solicit or secure this contract, and that it has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the CONSULTANT, any fee, commission, percentage, brokerage fee, gift, or any other consider- ation, contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the AGENCY shall have the right to annul this AGREEMENT Without liabIlity, or in ItS discre- tion, to deduct from the AGREEMENT price or consideration or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. Any and all employees of the CONSULTANT or other persons while engaged In the performance of any work or services required of the CONSULTANT under this AGREEMENT, shall be considered employees of the CONSULTANT only and not of the AGENCY, and any and all claims that mayor might arise under any Workmen's compensation Act on behalf of said employees or other persons while so engaged, and any and all claims made by a third party as a consequence of any act or omission on the part of the CONSULTANT's employees or other persons while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT. The CONSULTANT shall not engage, on a full or part time basis, or other basis, during the period of the contract, any professional or technical personnel who are, or have been, at any time during the period of the contract, In the employ of the United States Depart- ment of Transportation, the STATE, or the AGENCY, except regularly retired employees, without written consent of the pUblic employer of such person. VIII NONDISCRIMINATION The CONSULTANT agrees not to diSCriminate against any client, employee or applicant for employ- ment or for services because of race, creed, color, national Origin, marital status, sex, age or handicap except for a bona fide occupational qualification with regard to, but not limited to the follOWing: employ- ment upgrading, demotion or transfer, recruitment or any recruitment advertising, a layoff or terminations, rates of payor other forms of compensation, selection for training, rendition of services. The CONSUL T- ANT understands and agrees that if it violates this proviSion, this AGREEMENT may be terminated by the AGENCY and further that the CONSULTANT shall be barred from performing any services for the AGENCY now or in the future unless a showing is made satisfactory to the AGENCY that discrimina- tory practices have terminated and that recurrence of such action is unlikely. During the performance of this AGREEMENT, the CONSULTANT, for itself, ItS assignees and successors In Interest agrees as follows: A. COMPLIANCE WITH REGULATIONS: The CONSULTANT shall comply with the Regula- tions relative to nondiSCrimination in the same manner as In Federal-assisted programs of the Page 3 of 8 D~partment of Transportation, TItle 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorpo- rated by reference and made a part of this AGREEMENT. The consultant shall comply with the American Disabilities Act of 1992, as amended. B. NONDISCRIMINATION: The CONSULTANT, with regard to the work performed by it during the AGREEMENT, shall not discriminate on the grounds of race, creed, color, sex, age, marital status, national origin or handicap except for a bona fide occupational qualification in the selec- tion and retention of subconsultants, including procurements of materials and leases of equip- ment. The CONSULTANT shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix II of the Regulations. C. SOLICITATIONS FOR SUBCONSUL TANTS, INCLUDING PROCUREMENTS OF MATERI- ALS AND EQUIPMENT: In all solicitations either by competitive bidding or negotiation made by the CONSULTANT for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subconsultant or supplier shall be notified by the CONSULTANT of the CONSULTANT's obligations under this AGREEMENT and the Regulations relative to nondiscrimination on the grounds of race, creed, color, sex, age, marital status, national origin and handicap. D. INFORMATION AND REPORTS: The CONSULTANT shall provide all information and reports required by the Regulations, or directives issued pursuant thereto, and shall permit access to Its books, records, accounts, other sources of information, and its facilities as may be determined by the AGENCY to be pertinent to ascertain compliance with such Regulations or directives. Where any Information required of the CONSULTANT is in the exclu- sive possession of another who fails or refuses to furnish this information the CONSULTANT shall so certify to the AGENCY, or the United States Department of Transportation as appropriate, and shall set forth what efforts it has made to obtain the Information. E. SANCTIONS FOR NONCOMPLIANCE: In the event of the CONSULTANT's noncompliance with the nondiscrimination provisions of this AGREEMENT, the AGENCY shall impose such sanctions as it or the Federal Highway Administration may determine to be appropriate, including, but not limited to: 1. Withholding of payments to the CONSUL T- ANT under the AGREEMENT until the CONSULTANT complies, and/or 2. Cancellation, termination or suspension of the AGREEMENT, in whole or in part. F. INCORPORATION OF PROVISIONS: The CONSULTANT shall Include the provisions of paragraphs (A) through (G) in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The CON- SUL T ANT shall take such action with respect to any subconsultant or procurement as the AGENCY or the Federal Highway Administra- tion may direct as a means of enforCing such provisions including sanctions for noncompli- ance, provided, however, that, In the event a CONSULTANT becomes involved in, or is threatened with, litigation with a subconsultant or supplier as a result of such direction, the CON- UL TANT may request the AGENCY to enter Into such litigation to protect the interests of the AGENCY, and In addition, the CONSULTANT may request the United States to enter Into such litigation to protect the interests of the United States. G. UNFAIR EMPLOYMENT PRACTICES: The CONSULTANT shall comply with RCW 49.60.180. Page 4 of 8 IX TERMINATION OF AGREEMENT The right is reserved by the AGENCY to terminate this AGREEMENT at any time upon ten days wntten notice to the CONSULTANT. In the event this AGREEMENT IS terminated by the AGENCY other than for default on the part of the CONSULTANT, a final payment shall be made to the CONSULTANT as shown in Exhibit F for the type of AGREEMENT used. No payment shall be made for any work completed after ten days following receipt by the CONSUL T- ANT of the Notice to terminate. If the accumulated payment made to the CONSULTANT prior to Notice of Termination exceeds the total amount that would be due computed as set forth herein above, then no final payment shall be due and the CONSULTANT shall immediately reimburse the AGENCY for any excess paid. If the services of the CONSULTANT are terminated by the AGENCY for default on the part of the CON- SUL TANT, the above formula for payment shall not apply. In such an event, the amount to be paid shall be determined by the AGENCY with consideration given to the actual costs incurred by the CONSUL T- ANT in performing the work to the date of termination, the amount of work originally required which was satisfactorily completed to date of termina- tion, whether that work is in a form or a type which is usable to the AGENCY at the time of termination; the cost to the AGENCY of emploYing another firm to complete the work required and the time which maybe required to do so, and other factors which affect the value to the AGENCY of the work per- formed at the time of termination. Under no circumstances shall payment made under this subsec- tion exceed the amount which would have been made using the formula set forth in the previous paragraph. If it is determined for any reason that the CONSUL T- ANT was not in default or that the CONSULTANT's failure to perform is without it or It'S employee's fault or negligence, the termination shall be deemed to be a termination for the convenience of the AGENCY in accordance with the provision of this AGREEMENT. In the event of the death of any member, partner or officer of the CONSULTANT or any of its supervi- sory personnel assigned to the project, or, dissolution of the partnership, termination of the corporation, or disaffiliation of the principally involved employee, the surviving members of the CONSULTANT hereby agree to complete the work under the terms of this AGREEMENT, if requested to do so by the AGENCY. The subsection shall not be a bar to renegotiation of the AGREEMENT between the surviving members of the CONSULTANT and the AGENCY, if the AGENCY so chooses. In the event of the death of any of the parties listed in the previous paragraph, should the surviving members of the CONSULTANT, with the AGENCY's concur- rence, desire to terminate this AGREEMENT, payment shall be made as set forth in the second paragraph of thiS section. Payment for any part of the work by the AGENCY shall not constitute a waiver by the AGENCY of any remedies of any type it may have against the CON- SUL T ANT for any breach of this AGREEMENT by the CONSULTANT, orforfailure of the CONSULT- ANT to perform work reqUired of it by the AGENCY. Forbearance of any nghts under the AGREEMENT Will not constitute waiver of entitle- ment to exercise those nghts with respect to any future act or omission by the CONSULTANT. X CHANGES OF WORK The CONSULTANT shall make such changes and revIsions in the complete work of this AGREEMENT as necessary to correct errors appearing therein, when required to do so by the AGENCY, without additional compensation thereof. Should the AGENCY find It desirable for its own purposes to have previously satisfactonly completed work or parts thereof changed or revised, the CONSULTANT shall make such revisions as directed by the AGENCY. This work shall be considered as Extra Work and will be paid for as herein provided under Section XIV. Page 5 of 8 XI DISPUTES Any dispute concerning questions of fact in connec- tion with the 'work not disposed of by AGREEMENT between the CONSULTANT and the AGENCY shall be referred for determination to the Director of Public Works or AGENCY Engineer, whose decision in the matter shall be final and binding on the parties of this AGREEMENT, provided however, that if an action is brought challenging the Director of Public Works or AGENCY Engineer's decision, that decision shall be subject to de novo judicial review. XII VENUE, APPLICABLE LAW AND PERSONAL JURISDICTION In the event that either party deems It necessary to institute legal action or proceedings to enforce any right or obligation under this AGREEMENT, the parties hereto agree that any such action shall be Initiated in the Superior court of the State of Washing- ton, situated In the county the AGENCY is located in. The parties hereto agree that all questions shall be resolved by application of Washington law and that the parties to such action shall have the right of appeal from such decisions of the Superior court in accor- dance with the laws of the State of Washington. The CONSULTANT hereby consents to the personal jurisdiction of the Superior court of the State of Washington, situated In the county in which the AGENCY is located In. XIII LEGAL RELATIONS AND INSURANCE The CONSULTANT shall comply with all Federal, State, and local laws and ordinances applicable to the work to be done under this AGREEMENT. This AGREEMENT shall be interpreted and construed in accord with the laws of Washington. The CONSULTANT shall indemnify and hold the AGENCY and the STATE, and their officers and employees harmless from and shall process and defend at its own expense all claims, demands, or SUitS at law or equity arising In whole or In part from the CONSULTANT's negligence or breach of any of ItS obligations under this AGREEMENT; provided that nothing herein shall require a CONSULTANT to indemnify the AGENCY and the STATE against and hold harmless the AGENCY and the STATE from claims, demands or suits based solely upon the conduct of the AGENCY and the STATE, their agents, officers and employees and provided further that if the claims or suits are caused by or result from the concurrent negligence of (a) the CONSULTANT's agents or employees and (b) the AGENCY and the STATE, their agents, officers and employees, this indemnity provision with respect to (1) claims or suits based upon such negligence, (2) the costs to the AGENCY and the STATE of defending such claims and suits, etc. shall be valid and enforce- able only to the extent of the CONSULTANT's negligence or the negligence of the CONSULTANT's agents or employees. The CONSULTANT's relation to the AGENCY shall be at all times as an independent contractor. The CONSULTANT specifically assumes potential liability for actions brought by the CONSULTANT's own employees against the AGENCY and, solely for the purpose of this indemnification and defense, the CONSULTANT specifically waives any immunity under the state industrial insurance law, Title 51 RCW. The CONSULTANT recognizes that this waiver was specifically entered into pursuant to the provisions of RCW 4.24.115 and was the subject of mutual negotiation. Unless otherwise specified in the AGREEMENT, the AGENCY shall be responsible for administration of construction contracts, if any, on the project. Subject to the processing of an acceptable, supplemental agreement, the CONSULTANT shall provide on-call assistance to the AGENCY during contract adminiS- tration. By providing such assistance, the CONSULTANT shall assume no responsibility for: proper construction techniques, Job site safety, or any construction contractor's failure to perform its work in accordance with the contract documents. The CONSULTANT shall obtain and keep In force during the terms of the AGREEMENT, or as other- wise required, the following insurance With companies or through sources approved by the State Insurance Commissioner pursuant to RCW 48. Page 6 of 8 Insurance Coverage A. Worker's compensation and employer's liability insurance as required by the STATE. B. General commercial liability insurance in an amount not less than a single limit of one million and 00/100 Dollars ($1,000,000.00) for bodily injury, including death and property damage per occurrence. Excepting the Worker's Compensation insurance and any professional liability Insurance secured by the CONSULTANT, the AGENCY Will be named on all certificates of Insurance as an additional insured. The CONSULTANT shall furnish the AGENCY With verification of insurance and endorsements required by this AGREEMENT. The AGENCY reserves the right to require complete, certified copies of all required insurance policies at any time. All insurance shall be obtained from an insurance company authorized to do business In the State of Washington. The CONSULTANT shall submit a verification of insurance as outlined above within 14 days of the execution of this AGREEMENT to the AGENCY. No cancellation of the foregoing policies shall be effective without thirty (30) days prior notice to the AGENCY. The CONSULTANT's professional liability to the AGENCY shall be limited to the amount payable under this AGREEMENT or one million dollars, whichever is the greater unless modified by Exhibit H. In no case shall the CONSULTANT's professional liabIlity to third parties be limited in any way. The AGENCY Will pay no progress payments under Section V untIl the CONSULTANT has fully complied with this section. This remedy IS not exclu- sive; and the AGENCY and the STATE may take such other action as is available to them under other provisions of thiS AGREEMENT, or otherwise In law. XIV EXTRA WORK A. The AGENCY may at any time, by written order, make changes Within the general scope of the AGREEMENT in the services to be performed. B. If any such change causes an Increase or decrease in the estimated cost of, or the time required for, performance of any part of the work under this AGREEMENT, whether or not changed by the order, or otherwise affects any other terms and conditions of the AGREEMENT, the AGENCY shall make an equitable adjustment in the (1) maximum amount payable; (2) delivery or completion schedule, or both; and (3) other affected terms and shall modify the AGREE- MENT accordingly. C. The CONSULTANT must submit its "request for equitable adjustment" (hereafter referred to as claim) under this clause within 30 days from the date of receipt of the written order. However, if the AGENCY decides that the facts justify it, the AGENCY may receive and act upon a claim submitted before final payment of the AGREEMENT. D. Failure to agree to any adjustment shall be a dispute under the Disputes clause. However nothing in this clause shall excuse the CON- SU L T ANT from proceeding With the AGREEMENT as changed. E. Notwithstanding the terms and condition of paragraphs (a) and (b) above, the maximum amount payable for this AGREEMENT, shall not be increased or considered to be increased except by specific written supplement to thiS AGREEMENT. XV ENDORSEMENT OF PLANS The CONSULTANT shall place hiS endorsement on I all plans, estImates or any other engineering data furnished by him. Page 7 of 8 XVI FEDERAL AND STATE REVIEW XVIII COMPLETE AGREEMENT XVII CERTIFICATION OF THE CONSULTANT AND THE AGENCY This document and referenced attachments contains all covenants, stipulations and provisions agreed upon by the parties. No agent, or representative of either party has authority to make, and the parties shall not be bound by or be liable for, any statement, represen- tation, promise or agreement not set forth herein. No changes, amendments, or modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as an amendment to this AGREEMENT. The Federal Highway Administration and the Washington State Department of Transportation shall have the right to participate in the review or examination of the work in progress. Attached hereto as Exhibit "A-1", are the Certifications of the Consultant and the Agency, ExhIbit "A-2" Certification regarding debarment, suspension and other responsibility matters - primary covered transactions, Exhibit "A-3" Certification regarding the restrictions of the use of Federal funds for lobbying, and Exhibit "A-4" Certificate of Current Cost or Pricing Data. Exhibits "A-3" and "A-4" are only required in Agreements over $100,000. XIX EXECUTION AND ACCEPTANCE ( ." This AGREEMENT may be simultaneously executed in several counterparts, each of which shall be deemed to be an original having identical legal effect. The CONSULTANT does hereby ratify and adopt all statements, representations, warranties, covenants, and agreements contained in the proposal, and the supporting materials submitted by the CONSUL T- ANT, and does hereby accept the AGREEMENT and agrees to all of the terms and conditions thereof. :- In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year first above written. By ... ~,rlWl --- Consultant Agency l1~ i1>>.t ~ Page 8 of 8 Exhibit A-1 Certification Of Consultant Project No. Local Agency I hereby certify that I am Santosh 1. Kuruvilla, President representative ofthe firm of EXEL TECH CONSULTING, INC 2627 A Parkmont Lane SW, Olympia, W A 98502 firm I here represent has: and duly authorized whose address is and that neither I nor the above (a) Employed or retained for a commission, percentage, brokerage, contingent fee or other consideration, any firm or person (other than a bona fide employee working solely for me or the above CONSULTANT) to solicit or secure this contract. (b) Agreed, as an express or imphed condition for obtaming this contract, to employ or to retain the sefVIces of any firm or person in connection with carrying out the contract. (c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for me or the above CONSULTANT) any fee, contribution donation or consideration of any kind for, or in connection with procunng or carrying out the contract; except as here expressly stated (if any): I further certify that the firm I hereby represent IS authorized to do busmess in the State of Washington and that the firm is in full compliance Wlth the requirements of the board of Professional Registration. I acknowledge that this certIficate is to be available to the State Department of Transportation and the Federal Highway Administration, U.S. Department of Transportation, in connection with this contract involving participation of Federal aid funds and is subject to applicable State and Federal laws, both criminal and civil. 10/9/2003 Date Certification of Agency Official I hereby certify that I am the AGENCY Official of the Local Agency of City of Port Angeles Washington and that the above consulting firm or their representative has not been required, directly or mdlrectly as an express or Imphed condition in connection with obtaining or carrying out this contract to: (a) Employ or retain, or agree to employ or retam, any firm or person, or (b) Payor agree to pay to any firm, person or orgamzation, any fee, contribution, donatIon or consIderation of any kmd, except as here expressly stated (if any). I acknowledged that thIS certificate is to be avallable to the Federal Highway Administration, U.S. Department of Transportation, in connectlOn with this contract involving particlpatlOn of Federal aId highway funds and it subject to applicable State and Federal laws, both criminal and civil. 11- 4- 0-5 Date ~~:,.- ~ Signature Exhibit A-2 Certification Regarding Debarment, Suspension, and Other Responsibility Matters-Primary Covered Trans'actions 1. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; , (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered agamst them for commission or fraud or a criminal offense in connection with obtaining, attemptmg to obtain, or performing a public (federal, state, or local) transaction or contract under a publIc transaction; violation of federal or state antitrust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph l.b. of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (federal, state, or local) terminated for cause or default. 2. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Consultant (FIrm): EXELTECH CONSULTING, INC 10 I~ t.~o3 ate) Exhibit A-3 Certification Regarding The Restrictions of The use of Federal Funds for Lobbying The prospective partIcipant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: 1. No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any federal agency, a membc::r of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modIfication of any federal contract, grant, loan, or cooperative agreement. 2. If any funds other than federal appropnated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency, a member of Congress, . an officer or employee of Congress, or an employee of a member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certificatIOn is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is 'a prerequisite for making or entering into this transaction Imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.' . ' . . , ,I . I . The prospective partICIpant also agrees by submitting his or her bId or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts which exceed $100,000 and that all such subrecIpients shall certify and disclose accordingly. Consultant (Firm): EXEL TECH CONSULTING, INC , 0 ( , L 24Q ~ (Da ) la of Consultant Exhibit A-4 Certificate of Current Cost or Pricing Data This is to verify that, to the best of my lmowledge and belief, the cost or pricing data (as defined in section 15.401 of the Federal Acquisition Regulation (FAR) and required under FAR subsection 15.403-4) submitted, either actually or by specific identification in writing, to the contracting officer or to ,the contracting officer's representative in support of * are accurate, complete, and current as of **. This certification includes the cost or pncing data supporting any advance agreements and forward pricing rate agreements between the offeror and the Government that are part of the proposal. Firm EXEL TECH CONSULTING, INC Name Santosh J. Kuruvilla Title President I' /~(2..00 :> Date of Execution*** * Identify the proposal, quotation, request for price adjustment, or other submission involved, giving the appropriate identifying number (e.g., RFP No.). .** Insert the day, month, and year when price negotiations were concluded and price agreement was reached. *** Insert the day, month, and year of signing, which should be as close as practicable to the date when the price negotiations were concluded and the contract pnce was agreed to. , Exhibit B-1 Scope of Work 8th Street Bridges Replacement Project 02-15 10/31/03 1 Exhibit B-1 TABLE OF CONTENTS 100. 200. 201. 202. 203. 204. 205. 300. 301. 302. 303. 304. 305. 306. 400. 401. 402. 403. 404. 405. 406. 407. 408. 500. 501. 502. 503. 504. 505. 506. 507. 508. 509. 510. 511. 512. 10/31/03 Scope of Services City of Port Angeles 8th Street Bridges Replacement, Project 02-15 Version Date: October 9, 2003 GENERAL PROJECT MANAGEMENT Project Management Manual Monthly Progress Reports Project Schedule Report Coordination Project Management Deliverables PHASE 1 - ALTERNATIVES ANALYSIS AND TS&L Prepare Objectives/Purpose and Need Develop Funding Strategies Prepare/Implement Public Outreach Plan Develop Preliminary Set of Reasonable Alternatives Evaluate Alternatives and Select Preferred Alternative Prepare Alternatives Analysis/TS&L Report PHASE 2 - NEPAlSEPA ENVIRONMENTAL STUDIES AND DOCUMENTATION Prepare Discipline Reports and Biological Assessment Qualitative Evaluation of Non-Critical Environmental Elements Revise Biological Assessment and Discipline Reports Prepare Preliminary NEPA Environmental Classification Summary (Documented Categorical Exclusion) and SEPA Mitigated DNS Advertise and Conduct Public Open House/Hearing Prepare Response to Comments Prepare Revised Documented CE and SEPA DNS Environmental Permits PHASE 2 - PRELIMINARY DESIGN Design Report Develop Horizontal and Vertical Alignment Plans Traffic Circulation Study Roadway Sections Preliminary Bridge Design - Final Type, Size, & Location Plans (T.S. &L.) Surveying Geotechnical Report Hydraulic Analysis and Report Utilities Design Report Preliminary Streetscape Report Conceptual Mitigation Design Value Engineering Study 2 I 600. 601. 602. 603. 604. 605. 606. 607. 608. 700. 701. 702. 703. 704. 705. 706. 707. 708. 709. 710. 711. 712. 713. 714. 715. 716. 717. 718. 800. 801. 802. 803. 804. 805. 806. 807. 808. 809. 10/31/03 Exhibit B-1 PHASE 3 - FINAL DESIGN AND PS&E Description of Work Developllmplement Final Design Public Information Plan Preparation of Civil Plans Preparation of Bridge Plans Final Design and PS&E Deliverables Specifications Cost Estimating Final Mitigation Design PHASE 4 - CONSTRUCTION MANAGEMENT Project Management for Construction Project Engineering Office Engineering Construction Staking Inspection (Civil/Structural/Utilities) Field Office Construction Estimating Claims/Change Order Administration Scheduling for Construction Contracts Construction Safety Administrative/Clerical Additional Construction Management Services Quality Control Services Other Construction Management Services Third Party Coordination Develop and Carry out Construction-Phase Public Information Plan Mitigation Inspection Project Closeout QUALITY ASSURANCE/QUALITY CONTROL Intra-Inter Discipline QC Review Calculations QC Review Drawings QC Review . Specifications QC Review Opinion of Probable Construction Cost QC Review Document/Technlcal Reports QC Review Construction Administration QC Review Value Engineering Constructability Review 3 Exhibit B-1 Scope of Services City of Port Angeles 8th Street Bridges Replacement, Project 02-15 100. GENERAL A. Prepare Scope and Budget The project work will be planned and performed in four distinct phases: Phase One, alternatives analysis, funding strategies and type, size and location; Phase Two, preliminary engineering and environmental analysis; Phase Three, final design; and Phase Four, construction management. This agreement consists of preparing a NEPA Documented Categorical Exclusion, SEPA Environmental Checklist and Determination of Non Significance, Design Report, Traffic Analysis, Surveying, Hydraulic Report and Drainage Analysis, Utility Report, Geotechnical Report, Right-of-Way Plans, Preliminary Roadway and Bridge Plans, Final Roadway and Bridge PS&E Plans, Outreachllnformation Plans, and Bridge Load Rating Reports. The services provided under this agreement will also include Project Management, Construction Management, Material Testing and Construction Support. It is the City's intent that the entire development from the alternatives development, preferred alternative selection and environmental studies, preliminary and final engineering and construction management through the final project closeout be included within this scope of services as detailed herein. This project will replace the two existing structurally deficient timber trestle bridges over Valley Creek and Tumwater Creek with bridges that meet seismic standards for 75 years and traffic design standards for a design period of 20 years. The existing bridges are approximately 750 feet long with a 24 foot roadway width and 5 foot sidewalks on each side. The replacement bridges approved by the Bridge Replacement Advisory Committee (BRAC) will accommodate two (2) 12 foot traffic lanes, two (2) 6 foot shoulders (36 feet curb to curb) and two (2) 6 1/2 foot sidewalks. The Type, Size and Location Study will evaluate and recommend the need for a wider (40 feet curb to curb) structure. It is generally assumed that an estimate of probable construction costs for these bridges and approach roadway is around $13 million, design and construction management of $3.5 million for a total cost of about $16.5 million. A major goal for this project is timely completion of work, pending funding and coordination with other projects in the City of Port Angeles. B. Project Logistics The City will provide overall direction for the Project. The Consultant shall accomplish studies as may be pertinent and necessary as approved and requested by the City to provide as documented within this scope of work. When alternatives are being considered, the City will have the right of selection. To facilitate an orderly and efficient preparation of contract documents, the Consultant will coordinate work with the City's project office in the City of Port Angeles. The Consultant shall provide labor and services necessary to complete the work of this agreement as described in this scope of services, including supplies, equipment, inCidentals and materials, except as designated elsewhere in thiS agreement. 10/31/03 4 Exhibit B-1 C. Collection of Available Data Upon receipt of notice-to-proceed, the Consultant shall initiate the Project related activities as follows: A. Review pertinent information and technical data generated and provided to date by the City and other agencies. This is to gain detailed familiarity with the Project for the purposes of public outreach. B. Assemble Project data available and identify that which is needed. C. Conduct a kick off meeting close to the site. D. Confirm design criteria to be utilized in the development of the design. E. Confirm procedures to be followed in connection with preparing and/or carrying out the public outreach. F. Other agency public information data assembly and procedures. Establishing the Project design criteria will be one of the key elements in the early- on work efforts. Design criteria and standards will be developed in accordance with AASHTO Guidelines, City of Port Angeles guidelines, and WSDOT manuals and practices. These standards will include channelization requirements, design speed, side and back slopes, structural design requirements, clearance windows, and traffic control requirements. Data collection items to be provided by the City will include (as available): A. As-Built or As-Designated Roadway Plans B. City Street Standards C. Any available traffic Data D. City Redevelopment Design Plans and Criteria Standards E. Maintenance Data F. Right-Of-Way Mapping G. Existing Survey Control Data H. Existing Environmental Documents I. Any available Environmental Data J. City-owned Utility Routing K. In addition to any technical documents/data that will assist in gaining familiarity with the Project itself, the following information will be necessary to proceed with the public outreach aspects of the Project: 1. Any news releases, articles, presentations or other information presented to the public to date regarding the Project. 2. A list of contacts and phone numbers for approval of news releases and other collateral used in informing and educating the public about the Project. 3. Information and procedural direction regarding submittal of information for posting on the City's website and, potentially, establishment of a Project-centered webpage on the City's website. L. Other pertinent project data as may be available 10/31/03 5 Exhibit B-1 Data collection items (as available), which will be requested by the Consultant from other agencies, include: A. Power, Telephone, fiber optics, water, sewer, storm and TV Utility Routings (From Respective Utility Owner) B. School Bus Routes C. Emergency Vehicle Routes D. Local and Regional Transit Agencies E. Environmental Data (GIS, critical areas, regulations and mapping) F. Other Pertinent Project Data (as may be available) Consultant will: 1. Identify multi-jurisdictional collaborative procedures for sharing information with the public. This may include Clallam Transit, Port Angeles Schools, the Chamber of Commerce, local businesses, etc. Assumes a meeting w/public information representatives from these agencies. 2. Develop multi-jurisdictional contact list for Public Information Officers. 3. Determine methods for submitting materials to non-City websites and other information outlets. G. Develop scope of work, anticipated budget and work assumptions to carry out the tasks of the project. 200. PROJECT MANAGEMENT (PHASE ONE THRU PHASE FOUR) The project management activities described herein will be conducted in all four (4) phases of the project. The activity budget for these four (4) phases will be apportioned as such and documented in summary form. The Consultant shall provide clear and concise documentation of work progress, including coordinating work products by the design team that are critical to the overall design effort. This task shall include the preparation of monthly progress reports and monthly schedule reports. 201. Project Management Manual (Primary Responsibility - Exeltech) In order to closely monitor, define, and schedule work products, the Consultant will prepare a manual that summarizes significant Project activities. The manual will be developed with chapters devoted to the following: Project Plan, Directory, Budget Baseline, Schedule Baseline, Scope Baseline, Deliverables Log, Communications Plan, Change Control Plan, CADD Management, Project Closeout, and Cost Management, including electronic schedule using Primavera Suretrak Scheduling software. Assumption: Primarily a one-time setup activity in Phase one for Phase One thru Phase Three. Subsequently revised and updated prior to start of Phase Four. 202. Monthly Progress Reports (Primary Responsibility - Exeltech) Monthly progress reports shall be prepared to document work occurring by each discipline member. Monthly reports shall be forwarded to the project manager for 10/31/03 6 Exhibit B-1 review and shall form the basis for tracking the progress of work throughout the Project life. Assumption: Anticipate twenty-eight (28) month project life cycle for Phase One thru Phase Four. Deliverable: Anticipate twenty-eight (28) Monthly Progress Reports provided 203. Project Schedule Report (Primary Responsibility - Exeltech) The Consultant shall provide a schedule report that provides a concise statement of the status of the work and critical Project milestones. The Consultant shall use a single graphic to show both a summary schedule in bar-chart form and a progress curve that allows comparison earned value of actual work done to the baseline budget and the actual expenditures. The main elements of work completed shall be covered in more detail in the body of the monthly narrative report. These reports shall be forwarded to the project manager by the 10th of each month for the previous month's activities. The Consultant shall make these reports available in electronic format using Primavera (Suretrak) scheduling software. 204. Coordination (Primary Responsibility - Exeltech) The Consultant shall provide thorough and continuous coordination to ensure the overall success of the Project. The Consultant shall accomplish this on multiple levels for the various disciplines involved. In addition to the overall agency coordination required for this Project, the Consultant shall provide in-house coordination as follows. The Consultant shall hold monthly meetings or conference calls with the City's project manager to provide an overall briefing of project activities. Secondly, the Consultant shall hold the weekly project team conference calls that the City's project manager is invited to attend. Coordination meetings shall be required as part of this Project. For the benefit of interested public entities, the Consultant is available to provide project-related presentations to local individuals or groups as requested. The Consultant shall also provide briefings or assist In briefings to the local governmental counCils as required. Assumptions: Project period for Phase One thru Phase Three will be Eighteen (18) months, two (2) meetings/month, each meeting one (1) hour in length Five (5) presentations per year, 1.5 years, five (5) hours required to prepare each. Doesn't include coordination activities for Phase Four Deliverable: Written summaries of all contracts/meetings and coordination efforts Action item log that identifies actions or needs and resolution date and type 205. Project Management Deliverables (Primary Responsibility - Exeltech) The Project Management Manual will outline all the Project Management deliverables for the project. It will provide the details that will be included for each of the following items. 10/31/03 7 ".' Exhibit B-1 A. Project Plan B. Project Team Directory C. Budget Baseline D. Schedule Baseline E. Scope Baseline F. Deliverables Log G. Communications Plan H. Change Control Plan I. CADD Management Plan J. Project Closeout Plan K. Other Deliverables . Schedule - Monthly Updates . Budget Tracking (task and deliverables log) · Meeting Minutes Documentation . Documentation Management Log · Action Item Log . Project Archival Records · Subconsultant Monthly Progress Reports and Invoices · Monthly Progress Reports . Monthly Invoices Assumption: Direct expenses for mileage will be reimbursed at the current Washington State Private Owned Vehicle Rate Deliverable: Monthly Invoices will be per WSDOT LAG Manual requirement for a cost plus fixed contract. 300. PHASE 1 - ALTERNATIVES ANALYSIS AND TS&L 301. Prepare ObjectiveslPurpose and Need (Primary Responsibility - Exeltech) In cooperation with the City, develop objectives of the project that will serve as the basis for development of conceptual alternatives and design elements. Submit to the City approval. Assumption: Presumes project qualifies as a NEPA Documented Categorical Exclusion. Deliverable: Draft project Description, Objectives and Final Environmental Classification Summary 10/31/03 8 Exhibit B-1 302. Develop Funding Strategies {Primary Responsibility - Lochner} A variety of funding strategies will be developed and pursued to help the City obtain the necessary funding resources to complete the project within the timeline identified in its Capitol Improvement Program. The planning strategy includes: 302.1 Assess Fund Sources A. Review Secured Funds B. Match with likely new sources C. Preliminary discussions with funding agencies 302.2 Develop Funding Strategy A. Assess City's Match Capability B. Develop Strategy to Maximize External Sources C. Report contacts and summary of communications 302.3 Build Agency Funding Consensus A. Set Up Joint Meeting with Targeted agencies B. Invite Agencies, Set Agenda, Take Notes C. Tour Project Site for Bridge Replacement Understanding D. Generate Excitement; Get Assistance Pledges 302.4 Secure Funds A. Grant Writing B. Continuous Grant Agency Coordination C. Secure Toll Credit Match D. Support Congressional Funding Allocations E. Attend Funding Agency Meetings for Presentations/Updates 302.5 Ensure Funding Compliance A. Clearly Monitor Commitments B. Respond to Agency Questions C. Provide Progress Reports to Grant Agencies 303. Prepare and Carry out Public Outreach Plan {Shared Responsibility - City and Exeltech} The Public Outreach Plan (POP) will identify stakeholders, and pinpoint the methods and milestones for involving stakeholders and other members of the public during the design, environmental and construction phases of the project. It will also include publicity plans for encouraging pUblic participation. Contents of the POP will include those provisions outlined in Section 24.34 of the Local Agency Guidelines. The POP will be submitted to the City for review and approval. Assumptions: One (1) round of revisions of the POP Oeliverables: Public Outreach Plan Public Mailing List, E-mail Notification 303.1 Interview Businesses and Service Agencies {Primary Responsibility - Exeltech} At the outset of the Public Outreach process, all businesses abutting and potentially affected by the project, schools, transit, and energy services 10/31/03 9 Exhibit B-1 will be interviewed to identify issues and coordinate development of mitigation strategies. , A. Draft interview questions with assistance of team and edit summary report. (Assume two (2) sets of interview questions to draft). B. Conduct interviews C. Compile results and prepare responses to those who were interviewed D. Draft and edit two Summary Reports. Assumptions: Two (2) Interviews with each business, schools, and transit during the Preliminary Design Phase. Twenty (20) businesses, each interviewed twice Deliverables: Summary of Interview questions, responses and issues to address. Responses to businesses and service agencies 303.2 Conduct Stakeholders Workshop (Shared Responsibility - City and Exeltech) Once a preliminary set of design options are developed, conduct a Workshop with the key stakeholders to review project objectives, further identify issues, review conceptual design alternatives and develop new design concepts for consideration. Two additional workshops will be conducted, one prior to selection of the preferred alternative and another after receipt of comments from the public. Assumptions: Three (3) four-hour workshops Preliminary list of stakeholders to be determined by the City of Port Angeles. Up to four (4) exhibits. Deliverable: Written Summary of Workshops 303.3 Meet with Resource Agencies (Primary Responsibility - Exeltech) (Secondary Responsibility - Entrix) Once a preliminary set of design options are developed, meet with resource agencies to identify key permit or regulatory issues that need to be taken into consideration. Assumption: Two (2) hour meeting each with six (6) resource agencies (Washington Department of Fish and Wildlife, NOAA Fisheries, USFWS, Washington Department of Ecology, U.S. Army Corps of Engineers, Lower Elwha Klallam Tribe) Deliverable: Written Summary of resource agency meetings 10/31/03 10 10/31/03 Exhibit B-1 303.4 Advertise and Conduct Public Open House in Project Area (Shared Responsibility - City and Exeltech) Once a preliminary set of design options are developed, and after the initial stakeholders workshop is completed, conduct a public open house to display project objectives, key issues, and conceptual design concepts considered, project construction phasing and seek input. A. Draft, prepare and post display advertisement. Draft text for mailed notices publicizing the event. B. Draft news release publicizing the event. C. Draft text for one (1) handout for distribution at the open house. D. Coordinate logistics for event, including site reconnaissance, room set-up, etc. E. Present Design Options and answer questions F. Set up and break down event. Assumptions: Four-hour open house within project vicinity for one hundred (100) people Consultant to prepare notices for mailing and newspaper publication. Consultant will incur costs for mailing and duplication of up to five hundred (500) notices Consultant will develop mailing list that will be approved by the City. City ;s to be billed for ad in one (1) edition of the newspaper. Up to ten (10) exhibits as needed Deliverables: Written Summary of Comments received Four additional exhibits for display Fifty (50) copies of one handout, comment sheets and signup sheet. 303.5 Presentation to City Council (Primary Responsibility- Exeltech) Prior to a preferred alternative (design option) being selected, make two (2) presentations to the City Council that includes the following: A. First Meeting - Present history of Project; Objectives of the Project; Project Issues; Conceptual Alternatives considered; Input from the Public, Stakeholders, and Resource Agencies B. Prior to second meeting, notify public and media of recommended preferred alternative. C. Second meeting - recommend Preferred Alternative (design option) for council action. Assumption: Project Manager and Environmental Manager and/or Phase Manager to attend meeting Deliverable: Prepared presentation to the City Council 11 Exhibit B-1 303.6 Neighborhood Meetings (Shared Responsibility - City and Exeltech) Plan and participate in neighborhood meetings throughout Phases 1, 2 and 3 to discuss issues and design concepts under consideration. Assumption: Up to six (6) meetings will be conducted to discuss project issues and receive comments on the project. Deliverable: Summary of each meeting held. 303.7 Project Website Management (Primary Responsibility- Exeltech) In cooperation with City staff, prepare and update a project website on the City's Webpage. The Website will include relevant project information regarding the design and construction events that are current on the project. 303.8 Coordination (Shared Responsibility - City and Exeltech) As issues arise with business owners, the press and residents, coordination with them through individual meetings, telephone conversations and interviews with the news media will be conducted to clearly communicate current project events and resolve issues of interest. Assumptions: Ten (10) interviews with the media. twenty (20) meetings with business or residents Deliverables: Summaries of all meetings. 304. Develop Preliminary Set of Reasonable Alternatives (Primary Responsibility - Exeltech) A preliminary set of five (5) design concepts that meet the project objectives will be developed. In a workshop setting with the City and stakeholders, this five (5) alternatives will be refined and a sixth potential alternative will be developed and up to six (6) conceptual alternatives will be carried forward to a public open house for comment and further evaluation. Assumption: Up to six (6) design options/conceptual alternatives will be carried forward for public review. Deliverable: Conceptual plan of each alternative that Will include list of advantages, disadvantages and preliminary cost of each. 305. Evaluate Alternatives and Select Preferred Alternative (Primary Responsibility - Exeltech) In cooperation with the City, develop evaluation criteria based on existing available literature and collected field data. Criteria will include, but not be limited to: traffic; water quality; disruptions and relocation; aesthetics; cost; land use and other criteria discovered during the reconnaissance and public process. A preferred alternative will be selected based on application of the evaluation criteria to each of the alternatives under consideration. 10/31/03 12 . I Exhibit B-1 Assumptions: Up to six alternatives will be evaluated and screened. Traffic analyses and hazardous materials research will be conducted. Evaluation analysis will be conducted based on existing documentation, reports and inventories. One preferred alternative will be selected Deliverable: Technical Memorandum summarizing the screening process. 306. Prepare Alternatives Analysis/Preliminary TS&L Report (Primary Responsibility - Exeltech) Two (2) new bridges over Valley Creek and Tumwater Creek are anticipated for this project. The design and alternates of the new bridge will proceed following assuming six (6) basic alternates. These alternates are: 1) WSDOT Type Precast Concrete Girder Bridge, 2) Cast in Place Concrete Arch Bridge, 3) Concrete Box Girder Bridge, 4) Steel Delta Frame with Concrete Deck B'ridge, 5) Steel Slant Leg Frame with Concrete Deck Bridge; and potentially one mo're to be identified during the public process. These structural alternates will be reviewed and confirmed based on the following criteria: : . Cost . Functionality . Length of the crossing · Impacts to Tumwater Creek and Valley Creek · Foundation material, liquefaction potential and sub-surface characteristics · Seismicity - Performance Category C I . Aesthetic Issues · Environmental Issues during construction (fisheries,' traffic-impact, driveway access, noise and long term maintenance issues) . Construction Staging and Site Constraints Field Visit & Data Collection (3 Field Trips) , This task will include up to three (3) field visits to review existing conditions, reviewing the foundation investigation report, coordination with Geotechnical sub consultant, reviewing utilities to be supported by the bridgel, reviewing existing documentation regarding the bridge site issues and geometric considerations. I I Bridqe Geometrics This task will include bridge site geometrics and determination of the crossing length and structural configuration. i I I Alternatives Analysis & Substructure Layout ! This task will include developing six (6) alternatives and substructure layouts. ! , WSDOT Type Precast Concrete Girder Bridqe Alternate - ctoncept Desiqn I This task includes feasibility analysis and layout of a WSD0T Type Precast Concrete Girder Bridge. Span Lengths considered will range from 90ft to 140ft. Cast in Place Concrete Arch Bridqe Alternate - Concept Desiqn This task includes feasibility analysis and layout of a Cast ih Place Concrete Arch I Bridge. Arch Span Lengths considered will range from 400ft to 700ft. I 10/31/03 13 Exhibit B-1 Concrete Box Girder Bridqe Alternate - Concept Desiqn This task includes feasibility analysis and layout of a Concrete Box Girder Bridge. Span Lengths considered will range from 140ft to 250ft. I I Steel Delta Frame with Concrete Deck Bridqe Alternate - Concept Desiqn This task includes feasibility analysis and layout of a Steel :Delta Frame with Concrete Deck Bridge. Span Lengths considered will rang:e from 90ft to 300ft. I I Steel Slant Leq Frame with Concrete Deck Bridqe - Concebt Desiqn This task includes feasibility analysis and layout of a Steel ,Slant Leg Frame with Concrete Deck Bridge. Span Lengths considered will range from 150ft to 450ft. Bridqe Renderinqs for Public Meetinqs . This task includes development of bridge renderings and g~aphics and displays for public meetings. Displays and graphics should adequatel~ convey general size and shape of bridge architectural components. : I . Bridqe Site Data. Feasibilitv Report and Preliminary 1. S. & L. Report This task includes preparation of Bridge Site Data, Feasibility Report and Preliminary Type, Size and Location (1.S. & L.) for six (6) ~Iternates. This report should include general bridge site conditions and issues, review of six (6) alternates including conceptual layout sketches, various cqnsiderations for alternate selection, recommendation for a selected alternate and preliminary cost estimates to support alternate selection. i Deliverables: i . Bridge Site Data & Feasibility Report I . Preliminary Cost Estimate · Preliminary 1. S. & L. (2 schematic drawings per alternate) . Preliminary TS&L Report I 400. PHASE 2 - NEPAlSEPA ENVIRONMENTAL STUDIES tND DOCUMENTATION I I 401. Prepare Discipline Reports and Biological As~essment Prepare Discipline Reports based on preliminary design o~ the preliminary preferred alternative that includes horizontal and vertical al,ignment, proposed improvements footprint, and preliminary right-of-way limits.! Discipline Reports I shall follow the outline for the specific Discipline Report anp Biological Assessment checklists included in the WSDOT Environmental Procedures Manual (M 31-11) for the following elements: i Assumptions: Analysis for discipline reports based on approximately 30% preliminary design. Elements requiring discipline reports coulq change once more detailed information of the Project is discoyered Hazardous Waste analysis and Discipline Report is based on an Initial Site Assessment. ' No analysis of farmlands, secondary and cumulative impacts, wild and scenic rivers, coastal areas, energy, and air quality will be necessary . 10/31/03 14 Exhibit B-1 The City of Port Angeles will provide copies of geotechnical information of previous projects completed along the corridor. Other site history information collected by ,others will be provided to us for review. 401.1 Water Quality (Primary Responsibility - Entrix) The Water Quality analysis will be a qualitative analysis that follows Section 431 ofWSDOT's Environmental Procedures Manual. Studies will be performed to investigate, assess, describe, an~ mitigate the potential water quality impacts that could occur from the project. The analysis will be integrated into the Biology Report as described in Section 401.3. The water quality study will: , A. Characterize existing surface water, wetlands, and shallow groundwater resources and associated water :quality in the project area, including water quality of roadway runoff; B. Identify and describe probable adverse impac~s of the screened project alternatives on water quality; I C. Identify and recommend mitigation measures 'that could be implemented for unavoidable adverse impacts, and to ensure that requirements of the Clean Water Act (CWA) are met. Assumptions: No new permanent wetland mitigation design will be required. No separate Water Quality Discipline Report will be prepared. ! Deliverable: A Water Quality Qualitati~e Analysis will be prepared and included in the Biology Discipline Report (Section 401.3) presenting a discussibn of existing :water quality, characterization of probable impacts from the screened alternatives, and recommended mitigationi measures. 401.2 Hazardous Materials (Primary R~sponsibility - Entrix) The scope of work for the hazardous materials cdmponent of the project will address two (2) parallel and overlapping processes in support of the NEPAlSEPA processes and for hazardous materials investigations to characterize contaminated media prior to construction. This scope of work includes a qualitative analysis of the project following guidance in Section 447 of the WSDOT Environmental Procedures Manual. In addition, the scope of work addresses the Implementing Agreement between Ecology and WSDOT concerning hazardous waste management and reduction, site remediation, and regulatory compliance that is designed to allow the state agencies to meet statutory obligation and state transportation requirements and to protect public health and safety and the natural environment. I Assumptions: No hazardous materials testing will be required. Deliverables: Hazardous Materials Technical Memorandum , 401.3 Biology Report (Primary Responsibility - Entrix) The Biology Report will be prepared following WSDOT's provisions in Sections 436 and 4370f the Environmental Procedures Manual (include 10/31/03 15 10/31/03 Exhibit B-1 water quality analysis from Section 401.1). This task will involve a preliminary assessment of the project's preliminary design of the preferred alternative compliance with NEPA and Section 7 of the ESA. Additionally, this task will assess the project's compliance with Section 9 of the ESA, SEPA as supplemented in 1983, RCW 43.12C, SEPA rules, WAC 197-11, and local ordinances (WSDOT M31;-11). Compliance with wetland regulations will also be assessed and determinations will be made to estimate "no net loss." I Deliverable: analysis) I Biology Discipline Report ,(including water quality I I , I 401.4 Biological Assessment (Primary Responsibility - Entrix) Most likely a BA will be required. Upon completion of Task 401.3, a determination will be made whether or not a biological assessment will be required. If any aspect of the project has a federal nexus, could impact a listed or proposed species or its critical habitat, and is not covered by an existing PBA, then a BA must be prepared. If the:project biologist determines during preliminary evaluations that the project will not have any effect on a federally listed species, then no-effect letters will be submitted to NMFS andlor USFWS (WSDOT M31-11). The majority of the data collection will be conducted as part of the 401.3 task. Some additional research regarding threatened or endaragered species potentially impacted may be necessary. From the information collected, assess the biological impacts and prepare the BA with the applicable information in the Biological Assessment Checklist (Version 8) (WSDOT Exhibit 436-4). Deliverable: Biological Assessment 401.5 Bicycles and Pedestrians (Primary Responsibility- Lochne~ I , Analysis of Bicycles and Pedestrians will follow gl;Jidance of Section 460 (Transportation) of WSDOT's Environmental Procedures Manual. The results of this analysis will be included as part of Task 503, Traffic I Circulation Study. Deliverable: See section 503, Traffic qirculation Report 401.6 Historical, Cultural and Archaeological Resources (Primary Responsibility -Entrix; :Secondary Responsibility - Exeltech) i I The historical, cultural and archaeological analysis shall comply with Section 456 of WSDOT's Environmental Procedures Manual which in turn will meet the requirements of NEPA, SEPA, Section 106 of the National Historic Preservation Act, and Section 4(f) of the Department of Transportation Act. Section 106 of the National Historic Preservation Act requires that any federal or federally-assisted project or any project requiring federal licensing or permitting consider the effect of the action on historic properties listed in or eligible for the NCiltional Register of Historic Places. Under this law, bridge replacem~nt projects, which will : 16 10/31/03 I Exhibit B-1 I include federal funding, require a cultural resources assessment to determine if historic resources would be affected by the proposed I projects. Section 4(f) specifies that the FHW A will not approve any program or project which requires the use of any publicly owned public park, recreation area, or wildlife or waterfowl refuge, or any land from an historic site of national, state, or local significance unless: 1) There is no feasible and prudent alternative to the use, and 2) All possible planning to minimize harm resulting from such use is included. I Section 106 Consultation with the State Office of f.rchaeology and Historic Preservation and Lower Elwha Klallam Tribe will be conducted and coordinated through WSDOT Local Program~ office Historic American Engineering Record (HAER) dJcumentation for the two (2) existing bridges will be conducted following N~tional Park Services HAER guidelines. I Deliverables: Historical, Cultural, and Archaeological Resources Discipline Report . HAER Documentation 401.7 Visual Quality (Primary Responsibility - Olympic Design Works) I The visual quality discipline report will be prepared based on the checklist I in the WSDOT Environmental Procedures Manual Section 459 (Exhibit 459-1). The report will cover impacts to visual re~ources including temporary and permanent impacts, relationship of the impacts to potential viewers of and from the project, and measures to lavoid or reduce I impacts. The basic approach to preparing the DR will be to: 1) Scope the extent of the investigation with projebt participants; 2) Identify visual resources in the project area; I 3) Gather data including conducting visual simulations; 4) Analyze data for project; 5) Prepare draft report; 6) Review comments on draft report and revise report; and 7) Prepare final report. I Deliverable: Visual Quality Discipline report 401.8 SociallEconomic (Disruptions, D1isPlacements) (Primary Responsibility - NEA) The Social Economic analysis will follow guidelines outlined in Section 457 of WSDOT's Environmental Procedures ManLal with emphasis being placed on business and residential disruptions, di~placements, and relocation requirements. 17 I Exhibit B-1 I Deliverable: Social Economic DiScipline Report documenting the data sources, assumptio~s, analytical methods, and the results of the analysis, impacts of the project on businesses and residents in the project ar~a. 401.9 Geology and Soils (Primary Res~onsibility - PanGeo) The Geology and Soils analysis will be in accordahce with Section 507 of I this Scope of Work and Section 420 of WSDOT's iEnvironmental Procedures Manual. Elements of the report will include: I A. Collect and review available soils information including boring logs, laboratory test results, and reports from previdus geotechnical studies for projects completed along the corridor. ReView published geologic information and site history. I B. Develop description of affected environment irycluding geology, geologic hazards, and general topographic setting. C. Evaluate potential impacts for the preliminary breferred alternative and develop recommendations for mitigation of these impacts. Deliverable': Geotechnical Report as OLtlined in Section 507. 402. Qualitative Evaluation of Non-Critical Environmental Elements (Primary Responsibility - Exeltech) I An evaluation of non-critical environmental elements likely to have minor impacts will be conducted. 402.1 NoiseNibration (Primary Responsibility - Michael Minor & Associates) I The noise and vibration study approach will meet the requirements of the Federal Highway Administration (FHWA) and folloW the Washington State Department of Transportation (WSDOT) Noise MaAual. The noise study I approach will be approved by the City of Port Angeles prior to commencing work. 10/31/03 Deliverable: Noise Technical Memorandum 402.2 land Use (Primary Responsibilit~ - Exeltech) Following gUidance outlined in Section 450 of WSDOT's Environmental Procedures, a qualitative analysis of land use in UTIli e project area will be conducted. A. Land Use issues related to the construction ofl new 8th Street bridges will be evaluated. This will involve a survey o~ existing uses in the project area, an analysis of the affected land l!ses relative to the City of Port Angeles's Zoning Maps and Compreh~nsive Plans, and a review of the plans, codes and policies that pertain to the re- construction of the bridges. I B. This review of City, and other, plans and policies may result in recommended mitigation measures for the City and other entities to consider. Because the construction of these bridges is consistent with the City's overall Public Works plan, it is not e*pected that any 18 I I I i I particular land use conflicts will arise, except quring the actual construction period. : Deliverable: Land Use Technical Membrandum that includes a qualitative analysis of the land use characteristics and impacts of the project. : 402.3 Public Services and Utilities (pri~ary Responsibility - Lochne~ I The public services and utilities analysis with proc,edures will follow guidance provided in WSDOT's Environmental MCjlnual, Section 470. Impacts during construction and operation will be ~valuated. I Exhibit B-1 Deliverable: Public Services and Utilities Technical Memorandum I I 403. Revise Biological Assessment and Discipline Reports (Primary Responsibility - E~eltech) i Submit Discipline Reports and Biological Assessment to City and WSDOT Local Programs for review. Revise Biological Assessment and resubmit to the City and WSDOT Local Programs for forwarding on to FHWA and NOM Fisheries Service for approval. Revise Discipline Reports per comments reckived from City and WSDOT. I 404. Prepare Preliminary NEPA Environmental Classification Summary I (Documented Categorical Exclusion) and SEPA Mitigated DNS (Primary Responsibility - Exeltech) i Prepare Preliminary Environmental Classification Summary and SEPA Environmental Checklist for approval by the City. If desired the City may forward the ECS to WSDOT Local Programs for review and commbnt. I Assumptions: Thirty (30) day agency re~iew period by the City. I Deliverable: Five (5) copies of prelimi,ary documents. 405. Advertise and Conduct Public Open House/He'aring (Primary Responsibility - Exeltech) I A. Draft mailed notices publicizing the event fifteen (15) pays in advance. Draft news release publicizing the event Draft up to two (2) handouts for distribution at the open house. Coordinate logistics for event, including site reconnaissance, room set-up, etc I B. Set up and break down event. , C. Advertise in the newspaper of general circulation fifte~n (15) days in advance of Open House, date; and availability of design and environmental documents for 3D-day public review period. I D. Distribute up to twenty-five (25) copies of documents Ito public libraries, agencies and other designated locations. E. Conduct combined open house / public hearing a min:imum of fifteen (15) days after availability of SEPA checklist and Mitigated DNS as advertised to the public. I 10/31/03 19 Exhibit B-1 407. Assumption: Four (4) hour combined o~en house I public hearing I Ten (10) exhibits to be prepared for open house I City to pay court reporter directly ! Deliverables: I Prepare a legal notice for the newspaper. I Reproduce up to twenty-five (25) copies environmental and design documents I I Prepare up to five hundred (500) mailing notices I Prepare up to ten (10) exhibits for Open House Prepare up to two (2) handouts for Open ~ouse I I Prepare Response to Comments (Responsibility - Exeltech and All Subconsultants) I Upon conclusion of the 3D-day public review period, evalu~te public and agency comments received and prepare responses to comments. I Assumption: Preparation of responseslfor up to fifty (50) comments on different issues will be prepared. I Deliverable: Summary of significant cJmments and recommended action or response I Prepare Revised Documented CE and SEPA DINS (Primary Responsibility - Exeltech) Prepare Revised Environmental Reports and other documents, that will include revised ECS text, hearing transcript, responses to comme~ts, and Discipline Reports and Technical Memorandums. Submit approved Biological Assessment and final ECS to WSDOT Local Programs and FHWA for ~pproval. Assumption: One (1) round of revision1 to the Revised ECS and Biological Assessment. I Deliverables: Two (2) copies of Revise~ ECS for City, WSDOT aod FHW A for 3D-day review Project Commitment File 406. Consultant to incur cost of advertisement in newspaper SEPA adoption notice 408. Environmental Permits (Primary Responsibility - Exeltech) I (Secondary Responsibility - Entrix) Prepare applications for permits from the regulatory agencies , I Assumptions: Permit applications Will in:c1ude the JARPA form for the Shoreline Substantial Development from City of Port Angeles; Hydraulic Project Approval from Washington Department of Fish and Wildlife; Nationwide permit frqm United States Army I I 10/31/03 . 20 I i I Corps of Engineers; 401 Water Quality Certification from the Washington Department of Ecology. i Consultant will coordinate with agencies and the Lower Elwha Klallam Tribe. I City to submit applications to agencies anq pay any permit fees I Exhibit B-1 Deliverable: Permit applications (exclu,ding fees) 500. PHASE 2 - PRELIMINARY DESIGN 502. 501. Design Report (Primary Responsibility - Exelt~ch) The Design Report is a formal documentation of design considerations and may be prepared concurrent with the environmental studies and documentation and the Right-of-Way Plans (R/W). The Design Report records the evaluations of the various disciplines, which result in design recommendation1s and, after review and concurrence by the City, will provide the approved design. : The Design Report is instrumental in preparation of the R/W plans and the PS&E. The Design Report must receive concurrence from the City prior to beginning work on the PS&E. I Deliverables: I A. A Draft Working Paper on Forecasting Results for Existing, Future Baseline and Future Alternati~es 60%, 95%, and 100% Design Report Document I Horizontal and Vertical Alignment Plans Typical Roadway Sections [I Preliminary Cost Estimates for Each Alternative Final Approach and Methods Report! I I Develop Horizontal and Vertical Alignment Plains (Primary Responsibility - Exeltech) I The horizontal and vertical alignments are to be developed to such refinement that horizontal and vertical clearances can be reasonably chec~ed, drainage concepts resolved, utility conflicts identified and R/W requirements accurately estimated. I These plans shall be developed in a manner consistent with design criteria established for this Project. i I Preliminary Horizontal and Vertical Plans I B. C. D. E. F. Deliverable: 503. Traffic Circulation Study (Primary Responsibility - Lochner) The traffic circulation study including bicycle and pedestnan circulation will combine temporary detour route analysis and final alignmdnt traffic analysis. The study shall also meet the requirements of Section 401.5. The temporary detour route analysis will address the following: I A. Capacity analysis of the temporary circulation route I B. Signal timing analysis (assume six (6) intersections to include signal revisions during construction) I C. Signal needs study for possibly three (3) temporary sighal along detour route D. Interconnect and signal optimization i E. Fire preemption 10/31/03 21 I F. Transit signal priority as needed (temporary for this project only) G. Conceptual layout and schematics of the roadways and intersections Several coordination meetings with stakeholders will be eslential to support the detour route analysis. I Assumption: Meetings will be held with each of the following stakeholders: . Two (2) meetings with Clallam Transit · One (1) meeting with City's Police/Fire Emergency response . Two (2) meetings with City's traffic dep1artment · One (1) meeting with non-referenced glroups · Two (2) meetings with Port Angeles Sdhool District I Deliverable: Traffic Circulation Study Report 504. Roadway Sections (Primary Responsibility - ElelteCh) The Consultant shall prepare roadway sections for the bridges and approaches, to be used on the Project. The typical sections shall be the basis for preparing I preliminary cost estimates for the Project. The typical sections shall show lane widths, shoulder widths, and other pertinent features. I Assumptions: Minor roadwork on Valley jStreet and SR 117. No major realignment of either Valley Street or SR 117. Exhibit B-1 Deliverable: Preliminary Roadway and Bridge Sections 505. Preliminary Bridge Design - Final Type, Size & Location Plans (T.S. &L.) (Primary Responsibility - Exeltech) I Based on the findings and conclusions of the Bridge Site Data, Feasibility Report and Preliminary T. S. & L. the approved alternate will be adyanced to Preliminary Bridge Design. In this phase a 30% set of drawings showin@ Final Type, Size and Location of the bridge crossing will be developed. Final Type, Size and Location plans will take the approved Foundation Investigation Repo~, Final recommendations of the Environmental Assessment, trafficlstaging, constructability issues and location of existing utilities into consideration. As part of this task, Consultant will also finalize the preliminary cost estimate arlalysis of the bridge. Assumption: It is generally assumed th~t Steel Slant Leg Frame with Concrete Deck Bridge will be a1dvanced to preliminary design. Plans will be developed using English Units of measure. Preliminary Superstructure Analvsis I This task will consist of determining the number and spacing of frames and/or girders, type of concrete deck and applied loads to provide design stresses, deflections, cambers, and factored moments. Preliminary Substructure & Seismic Analvsis A preliminary service load and seismic load analysis will alse be performed of the substructure elements. This task will include the selection of a final foundation and/or pile type based on information provided by the Geot~chnical sub-consultant. 10/31/03 22 Exhibit B-1 Tvpe. Size & Location Drawinqs (Steel Slant Leo Frame with Concrete Deck Bridoe Alternate) Consultant will assemble all the Preliminary Bridge Design Plans with supporting data for a Final Type, Size and Location Review. Data format will comply with WSDOT and City of Port Angeles Design Standards. Consultant will develop drawings of the boring logs and investigate foundation alternatives and their capacities from information supplied by the Geotechnical sub-consultant. Electronic submittals can be made at this time to ensure system compatibility with City of Port Angeles of CAD files. ' Preliminary Plan-in-Hand Constructabilltv Review , Consultant will perform a constructability review in the field :to determine site constraints and other constructability issues using the T.S. & L. Plans. ! Deliverables: . Final Bridge Selection Narrative · Preliminary Engineer's Cost Estimate · Bridge Type, Size & Location Plans (Assumed five (5) drawings) , · Final TS&L Report ready for WSDOT review and approval I 506. Surveying (Primary Responsibility - Wengler) I All Surveying shall be the responsibility of the Consultant. The Consultant shall review as-built data and produce additional field surveys a~ requested by the City Project Engineer and shall include but not be limited to the following: I A. Horizontal and vertical control for topographic and ae~ial mapping: Using existing City of Port Angeles control points the Consultant will establish all necessary horizontal and vertical control in the vicinity of the project. The horizontal datum will be referenced to the Washingto~ coordinate system grid, north zone, North American datum of 1983, and ,1991 adjustment (NAD83/91). The vertical datum will be referenced tol the North American Datum of 1988 (NA VD88). ! B. Topographic Surveying: Topographic surveying will donsist of but not limited to the following: I I 1.) Centerline, edge of pavement, and limits of sidewalk on the existing bridges. ! 2.) Centerline, edge of pavement, sidewalks, structures, utilities, houses and any other features within 100 feet north and south of the , centerline of Eighth Street for a distance of 200 feet easterly and westerly of each bridge. Utility survey (surface and subsurface) will include rim elevations for manholes, valve boxes and inverts for storm and sanitary sewers. It will include location Of, all overhead lines and where they connect. , 3.) Topography under the existing structures for 150 feet north and south of the centerline of the bridges including but npt limited to the following: I a) Existing timber structure foundations,. b) Utilities (surface and subsurface), including rim elevations for manholes, valve boxes and inverts f~r storm and sanitary ! 10/31/03 23 " , I Exhibit B-1 I sewers. The location of all overhead lines and where they connect. I c) Drainage including direction of flow and elevations at any drainage ditch crossings. I d) Clear zone inventory (non-utility related fixed objects). e) Ordinary high water mark of both Valley and Tumwater creeks and 100 year flood plain if applicable. f) Wetland delineations marked. g) Trees over 8" Diameter at Breast Height (DBH) h) Houses and driveways. ! i) Location of Geotechnical borings I j) The physical location of both Tumwater Truck Route (State Route 117) and Valley Street. ' I C. Final Map Production: The final map will include but not be limited to the following; 1.) Contours at a 1-foot interval. : 2.) Elevations on hard surfaces to 0.01 feet whenjshown. 3.) Elevations on ground surfaces to 0.10 feet wh~:m shown. 4.) Elevations of all high and low points of paved surfaces. 5.) Location of existing right-of-way for Eighth Street, Valley Street and I Tumwater Truck Route (State Route 117). 6.) Location of all documentation to be protected during the course of the project. i 7.) Reference to the horizontal and vertical datum used to produce the map. 8.) All dimensions will be in U.S. survey feet. 9.) Right of Way map for eXisting 8th Street, Valley Street and Tumwater Truck Road (SR117). (See Section 603.11) I Oeliverables: I 1.) Hard copy of topographic Survey on stpndard 24" x36" D size transbond paper : 2.) Digital AutoCad release 2000 format fille in 3D. 3.) Any other electronic support files including any ortho digital files. I Digital information will be provided on a CD-ROM. I I 10/31/03 507. Geotechnical Report (Primary Responsibility -i PanGeo) The Consultant shall provide the necessary geotechnical services for preparation of environmental and Design Report documents. Maximum use shall be made of existing soils information. Available geologic studies by ot~ers and previous City studies shall be reviewed. The Project site and site historyl shall be reviewed in the field to determine geotechnical site conditions. I Perform geotechnical field explorations and engineering studies to develop geotechnical recommendations for preliminary design of thb project. 507.1 Field Explorations I A. Make site visit to locate borings and evaluate traffic control needs. I I 24 Exhibit B-1 B. Perform utility check by calling the public utility locating service (one- call center). Private utility locates in the field are not included in the Scope of Work. Coordinate with the City of Port Angeles for boring locations, site access, Street-Use permits, and utilities. C. Drill four (4) borings per bridge at proposed abutment locations to depths of 120 feet in three of the four (4) abutment locations on the plateaus to confirm the transition into the underlying sedimentary rock unit. At the fourth abutment location, a 60 foot hole will be dnlled. Two (2) holes will be drilled to a 60 foot depth in the valley bottoms. Total estimated drill footage: 540 feet. Drilling method will be based on conditions encountered. D. Geotechnical Soil samples will be obtained generally at 2.5-foot intervals in the upper 25 feet of each borehole and at 5-foot intervals thereafter using the Standard Penetration Test (SPT). An experienced engineer/geologist will record the drilling and sampling information and prepare a field log of the boring. '- E. Four (4) observation wells will be installed in borings performed to observe groundwater levels and obtain groundwater samples. (One on each valley bottom and one at a selected plateau for each bridge). F. Following completion of the borings, the holes will be backfilled according to State and Federal regulations and a concrete patch placed at the ground surface. A paint mark wil,1 be placed at the borehole location for surveying by others, if ne'cessary. I 507.2 Groundwater Monitoring Develop monitoring wells to provide connection to:groundwater table and suitable clarity for environmental sampling. Obtain groundwater level measurements in each well approximately once every two (2) months for duration of twelve (12) months. 507.3 Laboratory Testing Perform geotechnical index testing on soil samples obtained from the borings. Water content determinations will be performed on all non- gravel samples. Grain size analyses and Atterberg Limits determinations will be conducted on selected samples. 507.4 Boring Logs and Subsurface Profile The field record of the boring will be entered into a geotechnical database and a drafted boring log including laboratory test results will be generated for each boring. A generalized subsurface profile will be prepared along the proposed bridges based on the existing and new subsurface information. Geologic units and groundwater data will be identified and noted on the boring logs and profile 10/31/03 507.5 Geotechnical Engineering Studies Based on the geometric and conceptual design information for the preferred alternative and the subsurface soil and groundwater conditions 25 10/31/03 Exhibit B-1 encountered, geotechnical recommendations will be developed for preliminary design. A. Foundations Alternative Analvsis - Foundation alternatives will be evaluated considering the ground conditions encountered at each bridge site. If spread footings are not feasible, deep foundations will be recommended. Deep foundations could include driven piles or shafts. B. Seismic Site Characterization - This will include developing recommendations for design peak ground accelerations for that have a 10% probability of exceedence in 50 years in accordance with AASHTO and the WSDOT Bridge Design Manual. The acceleration will be recommended based on existing seismic hazard mapping. Site-specific ground response analysis will not be performed. The appropriate AASHTO soil profile type will be identified. C. Spread Footinq Recommendations - If feasible from a bearing capacity, settlement and scour protection perspective, design recommendations will be presented for: · Bearing capacity, as a function of footing width and permissible settlement · Minimum embedment requirements · Lateral resistance from base friction and passive pressure · Lateral stiffness in terms of shear modulus as a function of strain D. Deep Foundation Recommendations - Design recommendations will be presented for both driven piles and shafts if both options are considered constructible. Recommendations will be provided for: · Axial compression and tensile capacity as a function of tip elevation · Downdrag loads, if applicable · Lateral foundation response, including p-y curve parameters for use with LPILE or COM624 · Recommended factors of safety (ASD) or resistance factors (LRFD) E. Approach Embankment Desiqn and Construction - The static stability of bridge approaches will be analyzed. Recommendations will be developed for stable slope configurations. Dynamic (seismic) stability of slopes will only be performed if the slope has an effect on a substructure element. 26 Exhibit B-1 F. Retaininq Wall Desiqn and Construction -If retaining structures are included in the project provide recommendations for the geotechnical design of the walls, including lateral earth pressures, bearing capacities, global stability analyses, settlement estimates and sliding resistance. It is assumed that recommendations for non-standard, non-proprietary walls (e.g., soil nail walls, soldier pile or tieback walls) will not be required, with the exception of temporary shoring that may be needed for strut-leg or arch foundations in steep slope areas. G. Construction Considerations and Advisory Specifications - Construction considerations will be identified and discussed for the feasible foundation types and the approach fills. Where appropriate, advisory specifications consistent with the current WSDOT Standard Specifications, General Special Provisions or Bridge Special Provisions will be developed for inclusion in the contract special provisions regarding geotechnical issues and ground conditions expected to be encountered. Assumptions: · Drill crew subcontracted to PanG EO. · Access for borings will be by truck or track mounted drill equipment · Mobilization and drilling can be accomplished during normal daylight work hours · Right-of-entry and permits to be provided by the City of Port Angeles, with assistance from PanGEO in the form of a drilling plan · Traffic control will be necessary at the drill hole locations along 8th Street and will be provided by the City of Port Angeles. · Survey locations of test hole locations by Exeltech or their designee. · The project will be developed using English units of measure. · Foundation recommendations will be developed using either allowable stress design or load and resistance factor design (LRFD) methodologies, but not both. · The Project Team will provide preliminary design information (including maps, alignments, proposed project features, structural information, etc.). · The City of Port Angeles and Project Team will assist with obtaining rights-of-entry required to complete the field 10/31/03 27 Exhibit B-1 explorations. City permit fees will be paid by the City as part of the project. · The locations of the borings will be measured from existing site features using a cloth tape and will therefore be approximate. · We assume that we would be required to attend no more than two meetings (in Olympia or Port Angeles) with the Project Team during this phase of the project. · Studies related to potential environmental issues such as soil or groundwater contamination are not included. Deliverable: A draft geotechnical report presenting the results of the field explorations and laboratory testing, generalized subsurface profile, engineering studies and geotechnical recommendations for the preferred alternative. The report will be submitted as draft for review and will be finalized during the PS&E phase (see Task 503.4). The report will include the following: A. Summary of Work Performed B. Site and Project Description C. Results of Current and Previous Field Explorations D. Results of Current and Previous Laboratory Testing E. Subsurface Description and Recommended Design Soil Parameters F. Geotechnical Design Recommendations G. Construction Considerations 508. Hydraulic Analysis and Report (Primary Responsibility - Lochner) The current version of the Washington State Department of Ecology Stormwater Management Manual for Western Washington (DOE Manual) will be used in the preparation of the Hydraulic Analysis and Report. The DOE Manual considers existing roadway area that is completely replaced as new impervious, regardless of its current use as existing roadway. Removal and replacement of the two (2) bridges falls into this category and will necessarily be classified as new impervious. T his triggers a DOE Manual threshold requiring that detention and water quality treatment be provided for all of the new and existing impervious areas. Proposed stormwater facilities will be designed and sized to accommodate runoff from the total project length, approximately 2000 total feet from beginning to end of the new bridges. Surface water runoff will be collected and conveyed in a system of new catch basins and storm pipe to proposed stormwater quality and quantity facilities. An underground detention vault is the most likely option for quantity control, as open area for a pond does not appear readily available. Quality control will be provided in bioswales or a media-filter vault. The Consultant will prepare the Hydraulic report and drainage analysis per the WSDOT Local Agency Guidelines. The report will include calculations necessary to identify and design the storm drainage conveyance system and water quality and quantity facilities for the project. The report will include preliminary cost 10/31/03 28 Exhibit B-1 I estimates for the storm drainage system and facilities for the preferred alternatives. 509. Utilities Design Report (Primary Responsibility - Lochner) A comprehensive research and analysis of existing utilities and potential conflict areas will be performed throughout the project area. Extensive coordination with public and private utility agencies shall be provided during the early stages of the project to facilitate orderly development. Mapping of underground utilities will be conducted following Subsurface Utility Engineering (SUE) principles. The proposed bridge reconstruction alignment is anticipated to impact all existing utilities throughout the project corridor. Utilities such as power, fiber optics, communications, water, sewer and storm will be relocated as necessary. Coordinate with City and Utilities to determine and design a facility to accommodate utilities on the bridge. It is assumed that the following public and private utilities are impacted on this project: · Power- Approximately 2000 ft of power including vaults, boxes, streetlights and street connections. · Communications- Approximately 2000 ft including vaults, boxes and street connections. Water- Approximately 2000ft of waterline including services, fire hydrants, valves, manholes and street connections will be relocated as necessary. · Sewer- Approximately 2000 ft of sewer including manholes and street connections. · Storm- Approximately 2000 ft of storm including catch basins, manholes, and street connections. Deliverable: Utilities Design Report 510. Preliminary Streetscape Design Report (Primary Responsibility - Olympic Design Works) The preliminary streetscape design report will reflect the results of the stakeholders and public involvement efforts. 511. Conceptual Mitigation Design When the impacts and mitigation concepts have been determined, scope and budget will be developed to undertake the Conceptual Mitigation Design task. Assumption: Budget for this task will be established when mitigation concepts are identified. 512 Value Engineering Study Near the conclusion of preliminary design and prior to initiation of final design of the project, the City in cooperation with WSDOT will make a decision whether a value engineering study will be warranted for this project. Assumption: Budget for this task will be established when a deciSion is made to conduct a value engineering study. 10/31/03 29 Exhibit B-1 600. PHASE 3 FINAL DESIGN AND PS&E 601. Description of Work This work consists of preparing one complete PS&E package for the Project. The work shall be in accordance with the approved Design Report and other pertinent preliminary design documents. 602. Develop/Implement Final Design Information Plan (Primary Responsibility - Exeltech) A. Identify key milestones in the final design process where the public will need to be kept apprised of progress. B. Prepare purpose statement, key audiences, tools, tactics, budget, timeline and key messages. C. Provide updating information/education regarding the project to the public per the public information plan. Assumption: One (1) cycle of plan revisions. Three (3) to five (5) written pieces (news releases/website information) Deliverable: . Design-Phase Public information plan Written summaries of media or public outreach meetings - 603. Preparation of Civil Plans (Primary Responsibility - Exeltech) The work described in this section shall be included in the deliverables described in Section 605. 603.1 Vicinity Map The consultant shall prepare a vicinity map for incorporation into the PS&E document. The vicinity map shall be prepared in accordance with standard WSDOT format. 603.2 Index (Primary Responsibility - Exeltech) The consultant shall prepare an index of plans for incorporation into the PS&E document. The index shall be prepared in accordance with standard WSDOT format. 603.3 Preparation of Demolition Plan (Primary Responsibility - Exeltech) The Consultant shall prepare a complete set of plans for demolition of the existing bridges and additional structures that may be demolished as part of the bridge replacement project. 603.4 Preparation of Site Plans (Alignment/Plan & Profile) (Primary Responsibility - Exeltech) The Consultant shall prepare a complete set of site preparation plans in accordance with the approved design report, preliminary plans, field data, and other City furnished information. The plans shall show all demolition, removal items, alignment, clearing and grubbing, and other features, and restoration of the site. 10/31/03 30 Exhibit B-1 603.5 Roadway Paving (Primary Responsibility - Exeltech) The Consultant shall prepare a complete set of roadway paving plans, paving details, and roadway sections in accordance with the approved Design Report, the approved roadway sections, the approved intersection plans, preliminary design plans, and other City furnished information. Roadway Paving Plans shall include paving limits, barrier location, wall locations, guardrail, intersection configurations, and other associated items. The roadway paving plans may be combined with the channelization plans. The Consultant shall prepare vertical profiles for only those roadways being constructed as part of this Project. Assumptions: Minor road work will likely be required on Valley Street and SR 117. No major realignment of either Valley Street or SR 117 603.6 Roadway Drainage and Utilities (Primary Responsibility - Lochner) The Consultant shall prepare a complete set of drainage / utility plans, profiles, details, and structure notes, in accordance with the approved Design Report, and other City furnished information. Appropriate temporary erosion control and sediment control devices shall be designed and coordinated such that the Project area runoff will be effectively controlled. The Consultant shall prepare an addendum to the Hydraulic Report if significant design changes are made during the PS&E phase. The Consultant shall be responsible to locate and include in the plans all existing or proposed utility lines that may be in conflict during construction. Preliminary PS&E drainage features prepared during the Hydraulic Report shall be incorporated into the final Design PS&E unless deemed inapplicable. Assumptions: Minor roadwork on Valley Street and SR 117. No major realignment of either Valley Street or SR 117 603.7 Walls (Primary Responsibility - Exeltech) The Consultant shall prepare PS&E for the retaining walls necessary for the Project. Retaining wall design shall be in accordance with the approved Design Report, Design Manual, approved Geotechnical Report, structural design criteria and other pertinent data. WSDOT pre-approved proprietary wall designs shall be considered as well as other wall designs for this Project. 603.8 Illumination, Signing, and Striping (Primary Responsibility - Lochner) The Consultant shall prepare plans in accordance with approved preliminary design plans, the WSDOT Design Manual, the WSDOT Traffic Manual, and the Manual on Uniform Traffic Control Devices (MUTCD). 10/31/03 31 10/31/03 Exhibit B-1 603.9 Traffic Control (Primary Responsibility - Lochner) The Consultant shall prepare detailed traffic control plans to accommodate each phase of the Project during construction. Traffic control plans shall include all signing, striping, and delineation for each required traffic shift. Traffic control plans shall be closely coordinated with the City's traffic department to ensure conformity with local codes and regulations. All lane closures and roadway closures shall require the concurrence of the City's traffic department. Temporary signal timing revisions for approximately 6 signals during construction and up to seven (7) temporary signal plans will be included in the traffic control plans. (Two at each end of each bridge if the bridges remain open to one lane of two-way traffic and possibly three along the detour routes) 603.10 Streetscape (Primary Responsibility - Olympic Design Works) The Consultant shall prepare landscape mitigation and enhancement plans for environmental mitigation and pedestrian amenities. Landscaping features shall incorporate features and themes and mitigation strategies determined during the Environmental Phase. The Consultant shall receive prior concurrence from the City Park Department for inclusion of landscaping enhancements into the Project PS&E package. Assumptions: Minor roadwork on Valley Street and SR 117. No major realignment of either Valley Street or SR 117. 603.11 Right of Way Plans (Primary Responsibility - Wengler) Right of Way Plans for 8th Street, Valley Street and Tumwater Truck Route (SR117) shall be prepared in accordance with WSDOT Local Agency Guidelines and WAC 332-130. Parcels will be identified that require acquisition. Assumption: Actual right-of-way acquisition services will require additional scope and budget. 603.12 Items for Complete PS&E (Primary Responsibility - Exeltech) The Consultant shall furnish the following items, which make up the complete PS&E for the construction contract: A. One (1) set of all sheets comprising the set of plans for the construction contract on the City's title and block format. No tape or stickons are allowed. Black line prints on paper or vellum shall be acceptable for 60% and 95% submittals. The 100% submittal shall be on half size reproducible and full size mylars. Quantity tabulations, structure notes, sign specifications, and other spreadsheet files shall be printed on sheets conforming to City of Port Angeles standard title and border blocks format. All sheets shall be signed and stamped for inclusion into the PS&E document. 32 Exhibit B-1 B. One (1) set of Contract Special Provisions for the construction contract. A listing of the General Special Provisions with fill-ins completed and amendments to the Standard Specifications required for this Project shall be provided. c. A draft Summary of Quantities, with unit and lump sum prices, from which an Engineer's Estimate will be developed. Sufficient backup information to substantiate lump sum, estimated, or nonstandard items shall be provided. D. Prepare letter of Financial Responsibility to file per chapter 44 of the LAG Manual 604. Preparation of Bridge Plans (Primary Responsibility - Exeltech) 604.1 Structures Final Design The final bridge design phase involves complete design, detailing, checking, and construction document preparation. Consultant will perform work in accordance with the current AASHTO Specifications including Interim Specifications and WSDOT Bridge Manuals and Specifications. With the approval of the Type, Size and Location plans by the City, final design will begin for a single selected final alternate. Analysis and design of superstructure and substructure will be fully documented with design notes, detailing notes, checkers comments and computer output. An in-progress set of plans, or 60% submittal, will be submitted to the City for preliminary review and discussion. This intermediate submittal will streamline the design review and concurrence process by the City and minimize project budgeUschedule overruns and other project risk items. The results of this initial review will be incorporated into the final design and detailing of the structure. A. Final Superstructure Analysis Final deck design, final superstructure and substructure design, luminaries and utility support design, ornamental handrail/bridge rail design will be developed utilizing WSDOT Standards. Superstructure details will then be finalized. Bearings and expansion joints (if required) will be designed and detailed as per WSDOT standards. B. Final Substructure & Seismic Analysis A final and detailed service load and seismic load analysis will be performed of the finally selected substructure elements to determine final foundation and substructure layout. C. Final Detailinq & Final Plans (Steel Slant Leq Frame with Concrete Deck Bridqe Alternate) Consultant will assemble all the Final Bridge Plans with supporting data. Develop Final Special Provisions and Final Engineer's Cost Estimate. Data format will comply with WSDOT and City of Port Angeles Design Standards. 10/31/03 33 10/31/03 Exhibit B-1 Bridge Design Deliverables: 1. In-Progress (60%) Plans (Assume 50 drawings) 2. Final 95% and 100% Bridge Plans (assume 80 drawings) o Valley Creek Bridge (20 drawings) o Tumwater Creek Bridge (20 drawings) o Common Details (40 drawings) 3. Final Special Provisions 4. Final Engineer's Cost Estimate 5. Final Calculations and Reports 6. Electronic files as required by the City of all submittals D. Final Detailed Plan-in-Hand Constructabilitv Review Consultant will perform a final constructability review in the field to determine site constraints and other constructability issues using the final bridge Plans. 604.2 QAlQC Review (Primary Responsibility - Exeltech) The Consultants internal QAlQC procedures will be utilized throughout the design effort on this Project. Independent check of the structural analysis and design calculations and structural plans will be performed. Checks will also be made of computer program input as well as the accurate use of the results. Drawings and details will be reviewed for constructability and conformance to the design and the approved drawing standards. 604.3 Plan-in-Hand or Constructability Review (Primary Responsibility - Exeltech) Prior to the 60% design submittal, the Consultant intends to conduct a plan-in-hand or constructability review on site for the various elements on the Project. Experienced senior engineers who are familiar with construction practices will perform this review. A 60% set of plans will be used for the review wherein they will be checked for coordination with existing facilities, site constraints, utilities, construction staging, construction access, and various other constructability issues that are site specific. 604.4 Geotechnical Services (Primary Responsibility- PanGeo) The Consultant shall analyze and provide foundation documentation to substantiate the types of retaining walls, and tunnel foundations proposed in this Project. The tasks required to complete the geotechnical work will be as outlined below. Once the project features have been finalized, the draft geotechnical report prepared during the preliminary engineering phase will be updated and finalized (see Task 507). Technical memoranda with geotechnical recommendations will be submitted, as needed, throughout the final design process. These memoranda will be incorporated into the final geotechnical report. Review of the geotechnical portions of the 60%, 95% and 100% plans and specifications will be performed. 34 Exhibit B-1 Assumptions: The Project Team will provide final design information (including maps, alignments, project features, structural information, etc.) to PanGEO. Plans and specifications will be prepared by others. Deliverables: Technical Memoranda (Maximum of three) Final Geotechnical Report 605. Final Design and PS&E Deliverables (Primary Responsibility - Exeltech) A. General Plans - 60%, 95%, 100% B. Demolition Plans - 60%, 95%, and 100% Submittals C. Roadway Plans - 60%, 95%, and 100% Submittals D. Cross Section Notebook E. TESC, Drainage and Stormwater Plans - 60%, 95%, and 100% Submittals F. Sitework Plans - 60%,95%, and 100% Submittals G. Right of Way Needs (takes, permanent and construction easements) Document H. Right of Way Plans - Incorporation into 60%, 95%, and 100% Submittals I. Street Lighting Plans - 60%, 95%, and 100% Submittals J. Utility Plans - 60%, 95%, 100% Submittals K. Traffic Plans - Incorporation into 60%,95% and 100% Submittals L. Architectural Plans - Incorporation into 60%, 95%, and 100% Submittals M. Bridge Plans - Incorporation into 60%, 95%, and 100% Submittals (See Section 604 for Detail) Assumption: Plans will be developed using English Units of measure. Plans will be developed using WSDOT Standards and Formats. 606. Specifications Specifications will be prepared using WSDOT's standard specifications as a baseline. Specifications will be submitted with the 60%, 95% and 100% submittals. 607. Cost Estimating Cost estimates will be submitted with the 60%, 95%and 100% submittals in a format agreed upon with the City. 608. Mitigation Design When preliminary mitigation design has been agreed upon and approved by the City and WSDOT, the Final Mitigation Design will be prepared for inclusion In the permitting documents, and contract plans and specifications. 10/31/03 35 Exhibit B-1 Assumption: Budget for this task will be established at beginning of final design. 700. PHASE 4 CONSTRUCTION MANAGEMENT The Consultant shall provide engineering support to the City throughout the construction duration of the Project. The consultant shall work under the City's Project Engineer / Project Manager in charge of construction. The City will provide to the Consultant the materials necessary to accomplish the following services, and the consultant shall keep the City informed of the progress of these services: A. Attend Pre-Bid Meetings B. Assist the City in Contract Award C. Attend the Preconstruction Conference (Assumes meeting and preparation for meeting.) D. Attend Weekly Coordination Meetings E. Prepare Final As-Built Drawings for the Project F. Monitor Contractor for Monthly Updates of As-built Drawings G. Review Contractor Submittals, Catalog Cuts, and Shop Drawings for Compliance with The Contract Documents H. Review Contractor Proposed Construction Methods and Procedures for the Various Gomponents of the Structures, including Formwork Submittals I. Provide the Clarification and Interpretation of Contract Drawings The Construction Contract period will be for one (1) year, from the effective date of Notice to Proceed to the construction contractor to Substantial completion of the construction. However, the City reserves the right to extend this Contract for additional years, not to exceed a total of three (3) years. Assumption: The scope of work discussed under Phase Four (4) Construction Management is a planning level estimate. Full definition of services and costs under this phase will be developed by consultant and City and the contract amendment executed prior to the 100% design submittal in Phase Three (3). 701. Project Management for Construction (Primary Responsibility - Exeltech) A. Prepare project plan including organization, schedule, and budget. B. Administer the Construction Management Contract including providing monthly status reports, invoices, and managing sub-consultants. C. Attend and provide minutes of meetings related to this Contract with City Staff. D. Prepare cost proposals and negotiate timely amendments to this Construction Contract. E. Supervise, coordinate, and direct the Construction Management staff. 10/31/03 36 Exhibit B-1 F. Provide pre-construction activities including: . Assist in Bid Evaluations as assigned . Prepare bid analyses . Evaluate Contractors for responsibility . Attend bid evaluation meetings G. Perform the day-to-day Construction Contract administration, including assisting City's Project Manager in conducting the pre- construction conferences, reviewing the Contractor's initial construction schedule of values, as well as other pre-construction submittals, and answering all of the Contractor's questions regarding Contract Administration and keep the City informed of the progress of these services. H. Assist in the public information program. Coordinate with City's program development staff. 702 Project Resident Engineering (Primary Responsibility - Exeltech) A. Manage all day-to-day construction and Contract activities and be the primary representative to the construction Contractors as Resident Engineer (RE). B. Manage and oversee the work of Construction Management staff. Assure that all staff understand and meet contract requirements. C. Act as the focal point for all correspondence received from the Contractor and sent to the Contractor. Respond to all Contract correspondence with assistance from City and Consultant engineering staff as necessary. D. Conduct all weekly construction progress meetings, and all other contract related meetings. Take and distribute minutes for same. E. Resolve day-to-day construction disputes, and assist in claims analysis, mitigation, and resolution. F. Assign inspectors to cover every shift when construction contractors are working. Assure performance and documentation of inspections. G. Coordinate construction site access, staging logistics, and construction interfaces between Contractors and local authorities. Promote cooperation and coordination among all project team members. H. Ensure that Contractor complies with its own safety programs and that Construction Management staff complies with the safety policies of the City. Ensure that the Contractor is providing all documentation and briefings regarding Job Hazard Analyses in accordance with the City's and WSDOT's Construction Safety Manual. I. Develop potential change orders, change orders, negotiate same, and track execution of all potential change orders and change orders. J. Coordinate emergency change work as directed by the City. Track cost reimbursable work. 10/31/03 37 Exhibit B-1 K. Review the daily inspection reports of Construction Management staff and the Contractor, documenting inspection, testing, and jobsite activities. L. Approve, modify or reject Progress Payment invoices for completed work after quantity checks have been made for WSDOT LAG Manual and prepare correspondence explaining payment decisions. M. Review and approve Contractor's initial and final detailed construction schedules, and schedule of values, and all monthly updates. Negotiate the same as required N. Assist with Contract start-up, testing, and closeout. O. Determine substantial completion and oversee production of Contract punch lists and sign-off in work as it is completed in accordance with the Contract Documents. Oversee the completion of all safety certification testing and reporting as required by the City. P. Recommend acceptance of the work to the City Q. Provide daily, weekly and monthly construction progress reports to the City. 703 Office Engineering (Primary Responsibility - Exeltech) (Secondary Responsibility - Lochner) A. Assist Resident Engineer (RE) as required including letter writing. S. Assist the RE to mange the receipt, distribution, review and compilation of comments and tracking and return of all submittals and requests for information from the Contractor. C. Maintain and distribute current contract drawings and specifications, and job-site record drawings. Confirm on a monthly basis that Contractor is maintaining record drawings. D. Provide technical and engineering support to Construction Management staff. E. Identify potential Contract changes and maintain weekly logs for submittals, RFl's, potential changes, and change orders. F. Prepare summary weekly reports for RE. G. Track materials deliveries and quantities of work performed. H. Provide contract information to the City. I. Coordinate with surveying and materials testing consultants. Confirm periodic survey checks are performed. 704. Construction Staking (Primary Responsibility - Wengler) 10/31/03 B. Establish monuments and controls for the construction of the project. C. Detailed survey records will be maintained, including a descnption of the work performed, methods utilized, and the control points used. D. All survey work will conform to all applicable Washington State laws and regulations. 38 Exhibit B-1 Assumption: Contractor will provide the daily construction staking for the project, once the monuments and controls are established. If construction staking is needed by the Consultant, additional budget for construction survey staking of the project will be established at beginning of the construction phase. Deliverables: Monuments and controls for construction of the project; Electronic files of all survey data 705. Inspection (Civil, Structural, Utilities) (Primary Responsibility - Exeltech) (Secondary Responsibility - Lochner) A. Know and apply all plans specifications, Contract documents, submittals and applicable codes and design standards. B. Pro-actively inspect all on-site and off-site construction activities for conformance with Contract' Documents. C. Coordinate design and specification clarifications from appropriate Consultant and City engineering design staff. D. Complete Inspector's Daily Reports as required by the Inspection Instructions · Inspection reports to include all labor, equipment and materials used, Contractor contacts made, visitors to the site, quality of work, shortages, design issues, safety, traffic management, accidents, environmental permit compliance, interfaces with other agencies and government officials, identification of differing site conditions and contaminated materials and the influence of external events such as weather and strikes. · Track all scheduled construction activities by activity number. E. Identify any and all work that is nonconforming to the Contract Documents. Establish and maintain documentation of non- conforming work. Assist the RE in tracking all corrective measures to resolve any and all nonconforming issues/items. F. Attend and participate in all weekly safety tool box meetings conducted by the Contractor. Document all issues discussed at these meetings. G. Assist the RE and Office Engineer in reviewing the monthly progress payments. H. Witness and observe all quality control testing activities conducted by the Contractor. Assist the RE in coordinating and conducting all quality assurance testing. I. Track and inspect all material deliveries, storage and protection, J. Report all unsafe working conditions. K. Monitor and track all delays and extra work. L. Take and log all construction photos (digital, video, and regular) 39 10/31/03 Exhibit B-1 M. Provide special inspection services as required by the municipal, county, and state jurisdictions. N. Prepare a punch list at every milestone. Track open items until completed. O. Perform other inspection services as required. P. Coordinate shutdown, work-a-rounds and re-energization of affected utilities and traffic lanes as appropriate. O. Maintain as-builts, and check Contractor's as-builts monthly 706. Field Office (Primary Responsibility - Exeltech) A. Consultant will provide adequate field office for Construction Management team. The field offices will be completely furnished and maintained by the consultant. Line phones, cell phones, office equipment, computers, fax machine, printers, scanners and DSL Internet computer service will be included. 707. Construction Estimating (Primary Responsibility - Exeltech) A. Prepare independent cost estimates of proposed changes for comparison with Contractor's cost proposals and establish a negotiating position. B. Support RE in change order price negotiation. C. Prepare claims analyses and estimates. D. Perform cost-benefit analyses of proposed accelerations, schedule workarounds, and claim mitigation. 708. Claims/Change Order Administration (Primary Responsibility - Exeltech) A. Review Contract correspondence and basis of proposed Contract changes. B. Provide advice to the City, respond to inquires and prepare draft correspondence. C. Ensure that all contract issues raised by Contractors are addressed and resolved. D. Manage change order documentation and the change order tracking system. E. Identify potential disputes and issues and monitor related activities, F. Log potential claims, document actions and provide periodic reports to the City. G. Advise and assist the City in dispute avoidance/mitigation approaches. H. Provide timely analysis of claims and recommend appropriate negotiating strategies. I. Manage construction contract closeout. 10/31/03 40 709. 710. 711. 712. 713. 714. 10/31/03 Exhibit B-1 Scheduling for Construction Contracts (Primary Responsibility - Exeltech) A. Review Contractor's Preliminary and monthly Construction Schedule. B. Coordinate the review process with the City Project Manager to recommend approving or rejecting the Contractor's schedule. Construction Safety (Primary Responsibility - Exeltech) A. Coordinate Construction safety plans with local and state officials and the City safety representatives. B. Train and maintain all Construction Management staff in construction safety including, but not limited, to first aid, lock/out-tag/out procedures, confined space entry, traffic safety, CPR, crane safety, trench and excavation safety, and personal protective equipment. C. Monitor job site for safety. D. Assist in resolving job site and public safety issues with the RE, Contractors, and City staff. Maintain records of all staff safety training. E. Audit Contractor's safety records. Administrative/Clerical (Primary Responsibility - Exeltech) · Provide skilled administrative/clerical personnel to support RE. · Create, log, copy, distribute, and file all contract correspondence and paperwork. · Take and distribute meeting minutes · Perform office administrative tasks as directed by the RE. Additional Construction Management Services (Primary Responsibility - Exeltech) Perform other construction management services as directed by the City Project Manager. Quality Control Services (Primary Responsibility - Exeltech) A. Manage all Construction Management quality control actiVities. B. Provide monthly quality control reports to the City Project Manager. C. Subcontract specialized quality control services as required. D. Provide additional quality control services as directed by the RE. E. Ensure that proper inspection and quality control standards are observed. Ensure that all work complies with The Contract documents and standards of applicable jurisdictions. F. Direct the activities of the Construction Management surveying, sub- consultants and materials testing laboratory. Other Construction Management Services (Primary Responsibility - Exeltech) 41 Exhibit B-1 A. Provide other construction management services and products as directed by the City Project Manager. 715. Third Party Coordination (Primary Responsibility - Exeltech) A. Coordinate with local utilities. Governments and agencies as to design, utilities, protection, hold points, schedule coordination, permits, and other third-party issues as required. B. Assist the City Utility Coordinator as required. C. Coordinate with City Police, fire, transit and school department and/or district. 716. Develop and Carry Out Construction Phase Public Information Plan (Shared Responsibility - City and Exeltech) A. Draft and disseminate written materials: News releases, fact sheets, web postings, Transit rider alerts, etc. B. Coordinate web cam set up for construction monitoring. Assumptions: City to coordinate all formal communication with news media. Oeliverables: Monthly updates of web page Draft five (5) news news releases for city approval and distribution. 717 Mitigation Inspection As an integral part of the construction effort, mitigation strategies will be incorporated and inspected. Assumption: Budget for this task will be established at beginning of the construction phase. 718 Project Closeout Once the project construction is completed, the project will be officially closed out following criteria in WSDOT Local Agency Guidelines, City of Port Angeles protocol and Exeltech Quality Assurance Manual. Assumption: Budget for this task included in the Project Management Task 701. 800. QUALITY ASSURANCE/QUALITY CONTROL (PHASE ONE THRU PHASE FOUR) The quality assurance/quality control (QAlQC) program activities for the project shall follow Consultant's QAlQC process outlined in its Quality Assurance/Quality Control Program Manual. Each member of the consultant team will be expected to subscribe to Section QAP-600 - Quality Control Reviews and QAP-700 - Quality Assurance Measurement. The quality assurance/quality control activities described herein will be conducted in all four (4) phases of the project. The activity budget for these four (4) phases will be a pportioned ass uch and documented ins ummary form. The specific elements of the program activities include: 10/31/03 42 Exhibit B-1 801. Intra-Inter Discipline QC Review (Primary Responsibility - Exeltech) Section QCP-601 of the QAlQC Manual provides guidelines for intra/inter- discipline checking of drawings, calculations and specifications for technical and formal review. This procedure applies to all projects unless otherwise specified by the Project Manager. The intra-discipline review process outlines procedures for the Originator, Checker, Originator Follow-up Procedure (Backchecking) and Rechecker. The inter-discipline review procedure is to verify consistency throughout project disciplines. Project standards will be provided to all disciplines that will provide the desired quality product. The process for inter-discipline reviews include: inter discipline coordination review meeting preparation; inter disciplinary coordination review meeting; client submission; and review and revision after receipt of comments. Assumption: (3) only Phase One (1). Phase Two (2), and Phase Three 802. Calculation Quality Control Review (Primary Responsibility - Exeltech) Design calculations should be of professional quality preparation of design calculations shall follow Section QCP-620 of the QAlQC Manual, which sets for the procedures for calculation preparation and review. Design calculations shall conform to all applicable code regulations established or adopted by the City of Port Angeles and shall form a complete record of the design process, including tried and rejected solutions. Assumption: (3) only Phase One (1), Phase Two (2), and Phase Three 803. Drawings Preparation, Checking and Reviewing Quality Control Procedures (Primary Responsibility - Exeltech) Section QCP-630 of the Consultant QAlQC Manual prescribes the procedure for preparation and checking of drawings for projects. Assumption: (3) only Phase One (1), Phase Two (2), and Phase Three 804. Specifications Quality Control Procedures (Primary Responsibility - Exeltech) Section QCP-640 of the Consultant QA.QC Manual outlines the procedure for developing the specification format, preparation of specifications, methods for checking and revising the specifications. Assumption: Phase Three (3) only 805. Construction Cost Estimating Quality Control Procedures (Primary Responsibility - Exeltech) Section QCP-650 of the Consultant QAlQC Manual outlines the procedures for developing ad maintaining the project construction cost estimates. The procedure includes consultation with the City of Port Angeles and project cost estimator to define the contractual cost estimating criteria. In the absence of City standards, Exeltech Consulting, Inc.'s standards will apply. 10/31/03 43 Exhibit B-1 Assumption: (3) only Phase One (1), Phase Two (2), and Phase Three 806. Preparation of Project Technical Reports Quality Control Procedures (Primary Responsibility - Exeltech) Section QCP-660 of the Consultant QAlQC Manual prescribes specific procedures and stands for preparing technical and Discipline Reports for the project. All technical reports will follow the same general format unless otherwise modified by the Project Manager. The procedure outlines content and format, document format standards, technical report review, and technical report approval. Assumption: Phase One (1) and Phase Two (2) only 807. Construction Administration Quality Control Procedure (Primary Responsibility - Exeltech) Section QCP-670 of the Consultant QAlQC Manual prescribes guidelines for the documentation of all correspondence, clarifications, site observations, and submittal reviews for the project construction. All interactions with the contractor, owner, or other design team members shall be documented and filed with the City. Assumption: Phase Four (4) only 808. Value Engineering (Primary Responsibility - Exeltech) Value Engineering will be integrated into the project as a philosophy rather than a one-time effort. Project team meetings and discussions will consider ideas and proposals that will improve the project and final product. Value Engineering effort will occur near the end of Phase 2 Preliminary Design to verify and/or modify assumptions used in the design of the project. Consultant shall participate in a Value Engineering study prior to submittal of final T.S. & L. (Type, Size and Location) plans. Assumption: Phase Two (2) only 809. Constructability Review (Primary Responsibility - Exeltech) Prior to final design of the project, an independent review by a party not involved in the design of the project will conduct a review to evaluate the construction elements of the project. After consideration of comments from the independent constructability review, revisions to the project design, specifications or cost will be compiled and incorporated into the project prior to contract advertising. Assumption: Phase Three (3) only 10/31/03 44 Exhibit B-2 Scope of Work (Task Order Agreement) Each item of work under this AGREEMENT will be provided by task assignment. Each assignment will be individually negotiated with the CONSULTANT. The amount established for each assignment will be the maximum amount payable for that assignment unless modified in writing by the AGENCY. The AGENCY is not obligated to assign any specific number oftasks to the CONSULTANT, and the AGENCY'S and CONSULTANT'S obligations hereunder are limited to tasks assigned in writing. Task assignments may include but are not limited to, the following types of work: A. Phase 1 - Alternatives Analysis and Tvpe, Size & Location B. Phase 2 - NEP A/SEP A Environmental Studies and Documentation and Preliminary Design C. Phase 3 - Final Design and Plans, Specifications & Estimate D. Phase 4 - Construction Management E. F. Task assignments made by the AGENCY shall be issued in writing by a Formal Task Assignment Document similar in format to page 2 of this exhibit. An assignment shall become effective when a formal Task Assignment Document is signed by the CONSULTANT and the AGENCY, except that emergency actions requiring a 24-hour or less response can be handled by an oral authorization. Such oral authorization shall be followed up by a Formal Task Assignment Document within four working days, and any billing rates agreed to orally (for individuals, subconsultants, or organizations whose rates were not previously established in the AGREEMENT) shall be provisional and subject to final negotiation and written acceptance by the AGENCY. Page 1 of 5 Exhibit B-2 Formal Task Assignment Document Task Number Phase 1 The general provisions and clauses of Agreement LA 5617/18 Task Assignment. shall be in full force and effect for this Location of Project: Port Angeles, Washington Project Title: 8th Street Brid2e Replacements Maximum Amount Payable Per Task Assignment: $306,816.27 Completion Date: July 3 L 2004 Description of Work: (Note attachments and give brief description) Phase 1 - Alternatives Analysis and Type, Size & Location Phase 1 includes the alternatives analysis and preparing the preliminary type, size and location study, as outlined in the tasks 300 to 306 ofthe project scope of work, Exhibit B-1. Work also includes project management tasks 200-205 and quality control provisions in tasks 800-809 to the project scope of work. Agency Project Manager Signature: Date: Oral Authorization Date: See Letter Dated: Consultant Signature: Date: Agency Approving Authority: Date: Page 2 of 5 Exhibit B-2 Formal Task Assignment Document Task Number Phase 2 The general provisions and clauses of Agreement LA 5617/18 Task Assignment. shall be in full force and effect for this Location of Project: Port Angeles, Washington Project Title: 8th Street Bride:e Replacements Maximum Amount Payable Per Task Assignment: $728,003.56 Completion Date: December 31, 2004 Description of Work: (Note attachments and give brief description) Phase 2 - NEP A/SEP A Environmental Studies and Documentation and Preliminary Design Phase 2 includes NEP A/SEP A Environmental Studies and Documentation as outlined in the tasks 400-408** and Preliminary Design as outlined in the tasks 500-511 ofthe project scope of work, Exhibit B-1. Work also includes project management tasks 200-205 and quality control provisions in tasks 800-809 to the project scope of work. **Estimate of Cost for Task 511 is not included and will be developed when mitigation concepts are identified. Agency Project Manager Signature: Date: Oral Authorization Date: See Letter Dated: Consultant Signature: Date: Agency Approving Authority: Date: Page 3 of 5 Exhibit B-2 Formal Task Assignment Document Task Number Phase 3 The general provisions and clauses of Agreement LA 5617/18 Assignment. shall be in full force and effect for this Task Location of Project: Port Angeles, Washington Project Title: 8th Street Brid2e Replacements Maximum Amount Payable Per Task Assignment: $812,433.49 Completion Date: July 31, 2005 Description of Work: (Note attachments and give brief description) Phase 3 - Final Design and Plans, Specifications & Estimate Phase 3 includes Final Design and Plans, Specifications & Estimate as outlined in the tasks 600-608** of the project scope of work, Exhibit B-l. Work also includes project management tasks 200-205 and quality control provisions in tasks 800-809 to the project scope of work. **Estimate of Cost for Task 608 is not included and will be developed at the initiation of Phase 3. Agency Project Manager Signature: Date: Oral Authorization Date: See Letter Dated: Consultant Signature: Date: Agency Approving Authority: Date: Page 4 of 5 Exhibit B-2 Formal Task Assignment Document Task Number Phase 4 The general provisions and clauses of Agreement Task Assignment. LA 5617/18 shall be in full force and effect for this Location of Project: Port Angeles, Washington Project Title: 8th Street Brid2:e Replacements Maximum Amount Payable Per Task Assignment: $801,583.25 Completion Date: July 31, 2006 Description of Work: (Note attachments and give brief description) Phase 4 - Construction Management Phase 4 includes Construction Management for the project as outlined in the tasks 700-717** of the project scope of work, Exhibit B-l. Work also includes project management tasks 200-205 and quality control provisions in tasks 800-809 to the project scope of work. **Estimate of Cost for Task 717 is not included and will be developed at the initiation of Phase 4. The estimated cost will be reviewed and if necessary, be revised by the Agency and Consultant prior to initiation of Phase 4 Task Assignment. Agency Project Manager Signature: Date: Oral Authorization Date: See Letter Dated: Consultant Signature: Date: Agency Approving Authority: Date: Page 5 of 5 Exhibit C-2 Payment (Cost Plus Fixed Fee) The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this AGREEMENT as provided hereinafter. Such payment shall be full compensation for all work performed or services rendered and for all labor, materials, eqmpmept, and incidentals necessary to complete the work specified in Section II, "Scope of Work." The CONSULTANT shall conform with the applicable portion of 48 CFR 31. A. Actual Costs Payment for all consulting services for this project shall be on the basis ofthe CONSULTANT's actual cost plus a fixed fee. The actual cost shall include direct salary cost, overhead, and direct nonsalary cost. 1. Direct Salary Costs The dIrect salary cost is the direct salary paid to principals, professional, technical, and clerical personnel for the time they are productively engaged m work necessary to fulfill the terms of this AGREEMENT. 2. Overhead Costs Overhead costs are those costs other than direct costs which are included as such on the books of the CONSULTANT in the normal everyday keeping of its books. Progress payments shall be made at the rate shown in the heading of this AGREEMENT, under "Overhead Progress Payment Rate." Total overhead payment shall be,based on the method shown in the,heading of the AGREEMENT. The three, options are explamed as follows: a. Actual Cost Not To Exceed Maximum Percent: Ifthis method is indicated in the heading ofthis AGREEMENT, the AGENCY agrees to reimburse the CONSULTANT at the actual overhead rate verified by audit up to the maximum percentage shown m the space provided. Final overhead payment when accumulated with all other actual costs shall not exceed the total maximum amount payable shown in the heading of this AGREEMENT. b. Fixed Rate: If this method is indicated in the heading of the AGREEMENT, the AGENCY agrees to reimburse the CONSULTANT for overhead at the percentage rate shown. This rate shall not change during the life of the AGREEMENT. A summary of the CONSULTANT's cost estimate and the overhead computation are attached hereto as Exhibit D-l and by this reference made part of this AGREEMENT. When an Actual Cost method, or the Actual Cost Not To Exceed method is used, the CONSULTANT (prime and all sub consultants) will submIt to the AGENCY within three months after the end of each firm's fiscal year, an overhead schedule in the format reqmred by the AGENCY (cost category, dollar expenditures, etc.) for the purpose of adjustmg the overhead rate for billing purposes. It shall be used for the computation of progress payments during the following year and for retroactively adjusting the previous year's overhead cost to reflect the actual rate. Failure to supply this information by either the prime consultant or any of the sub consultants shall cause the agency to withhold payment of the billed overhead costs until such time as the required information is received and an overhead rate for billing purposes is approved. -. The STATE and/or the Federal Government may perform an audit of the CONSULTANT's books and records at any time during regular business hours to determine the actual overhead rate, if they so desire. 3. Direct N onsalary Costs Direct nonsalary costs will be reimbursed at the actual cost to the CONSULTANT. These charges may include, but are not limited to the following items: travel, printing, long distance telephone, supplies, computer charges, and fees of subconsultants. Air or train travel will only be reimbursed to economy class levels unless otherwise approved by the AGENCY. Automobile mileage ror travel will be reimbursed at the current rate approved for AGENCY employees and shall be supported by the date and time of each trip with origin and destination of such trips. Subsistence and lodging expenses will be reimbursed at the same rate as for AGENCY employees. The billing for nonsalary cost, directly identifiable with the Project, shall be an itemized listing of the charges supported by copies of original bills, invoices, expense accounts, and miscellaneous supporting data retained by the CONSULTANT. Copies of the original supporting documents shall be provided to the AGENCY upon request. All of the above charges must be necessary for the services to be provided under this AGREEMENT. 4. Fixed Fee The fixed fee, which represents the CONSULTANT's profit, is shown in the heading of this AGREEMENT under Fixed Fee. This amount does not include any additIOnal fixed fee which could be authorized from the Management Reserve Fund. This fee IS based on the scope of work defined in this AGREEMENT and the estImated man-months required to perform the stated scope of work In the event a suppiemental agreement is entered Into for additional work by the CONSULTANT, the supplemental agreement may include provisions for the added costs and an appropriate additional fee. The fixed fee will be prorated and paid monthly in proportion to the percentage of work completed by the CONSULTANT and reported in the monthly progress reports accompanyIng the invoices. Any portIOn of the fixed fee earned but not previously paid in the progress payments will be covered In the final payment, subject to the provisions of Section IX, Termination of Agreement. 5. Management Reserve Fund The AGENCY may deSIre to establIsh a Management Reserve Fund to provide the Agreement Administrator the flexibility of authoriZIng additional funds to the AGREEMENT for allowable unforeseen costs, or reimbursing the CONSULTANT for addItional work beyond that already defined in this AGREEMENT. Such authorization(s) shall be in writing and shall not exceed the lesser of $50,000 or 10% of the Total Amount Authorized as shown in the heading of this AGREEMENT. The amount Included for the Management Reserve Fund is shown in the heading of thIS agreement. This fund may be replemshed in a subsequent supplemental agreement. Any changes requiring additional costs in excess of the "Management Reserve Fund" shall be made in accordance with Section XN, "Extra Work" 6. Maximum Total Amount Payable The maXImum total amount payable, by the AGENCY to the CONSULTANT under this AGREEMENT, shall not exceed the amount shown in the heading of this AGREEMENT. The MaxImum Total Amount Payable is comprised of the Total Amount Authorized, which includes the Fixed Fee and the Management Reserve Fund. The MaXImum Total Amount Payable does not include payment for extra work as stipulated In Section XN, "Extra Work" B. Monthly Progress Payments The CONSULTANT may submit invoices to the AGENCY for reimbursement of actual costs plus the calculated overhead and fee not more often than once per month dunng the progress of the work. Such invoices shall be in a format approved by the AGENCY and accompanied by the monthly progress reports required under Section ill, General Requirements, ofthis AGREEMENT. The invoices will be supported by an itemized listing for each item including direct salary, direct nonsalary, and allowable overhead costs to which will be added the prorated Fixed Fee. To provide a means of verifying the invoiced salary costs for CONSULTANT employees, the AGENCY may conduct employee interviews. These interviews may consist of recording the names, titles, and present duties of those employees perfonmng work on the PROJECT at the time of the interview. ' C. Final Payment Final payment of any balance due the CONSULTANT of the gross amount earned will be made promptly upon its verification by the AGENCY after the completion ofthe work under this AGREEMENT, contingent upon receIpt of all PS&E, plans, maps, notes, reports, and other related documents which are required to be furnished under this AGREEMENT. Acceptance of such final payment by the CONSULTANT shall constitute a release of all claims for payment which the CONSULTANT may have agamst the AGENCY unless such claims are specifically reserved in writing and transmitted to the AGENCY by the CONSULTANT prior to its acceptance. Said final payment shall not, however, be a bar to any claims that the AGENCY may have against the CONSULTANT or to any remedies the AGENCY may pursue with respect to such claims. The payment of any bIlling will not constitute agreement as to the appropriateness of any item and that at the time of final audit, all required adjustments will be made and reflected in a final payment. In the event that such final audit reveals an overpayment to the CONSULTANT,'the CONSULTANT will refund such overpayment to the AGENCY within ninety (90) days of notice of the overpayment. Such refund shall not constitute a Waiver by the CONSULTANT for any claims relating to the validity of a finding by the AGENCY of overpayment. ,I ' D. Inspection of Cost Records The CONSULTANT and the subconsultants shall keep available for mspection by representatives of the AGENCY and the United States, for a period of three years after final payment, the cost records and accounts pertaining to this AGREEMENT and all Items related to or bearing upon these records with the following exception: if any litigation, claim, or audit arising out of, in connectIOn with, or related to this contract is initiated before the expiration of the three-year penod, the cost records and accounts shall be retamed until such litigation, claim, or audit involving the records is completed. . Exhibit 0-1 Consultant Fee Determination - Summary Sheet (Lump Sum, Cost Plus Fixed Fee, Cost Per: Unit of Work) 8th Street Bridges Replacement Start Date June 1, 2003 City of Port Angeles Task Description: Environmental through Construction End Date April 1, 2006 Fee Determination Consultant: Exeltech Consulting, Inc. ExelteCh Project # 0328 Port Angeles Project # 02-15 Code Classification Man Hours LABOR Hours Rate Dollars 05 Project Director 876 x $50.60 44,325.60 15 Structural Lead 1,480 x $44.50 65,860.00 20 Structural Engineer 1 2,736 x $40.00 109,440.00 25 Structural Engineer 2 824 x $25.50 21,012.00 30 Environmental Lead 1,499 x $39.50 59,210.50 35 Environmental Support 778 x $29.00 22,562.00 40 Civil Lead 541 x $39.50 21,369.50 45 CIVil Engineer 1 302 x $28.00 8,456.00 55 Construction Management Lead 1,704 x I $37.00 63,048.00 55 Construction Engineer 1 0 x $30.00 0.00 55 Construction Engineer 2 0 x $27.00 ' 0.00 55 Project Controller 240 x $27.00 6,480.00 55 Admin Support 1 1,192 x $21.00 25,032.00 55 Admin Support 2 120 x $15.00 1,800.00 55 Document Editor 223 x $26.00 5,798.00 55 CADD Tech 1 2,080 x $23.00 47,840.00 55 CADD Tech 2 1,784 x $18.50 33,004.00 Total Hours 16,379 Total DSC 535,237.60 % Increase % of Work Escalation for '04 3 40 6,422.85 Escalation for '05 3 20 6,422.85 Escalated Total DSC 548,083.30 Overhead (OH Cost -- including Salary Additives) OH Rate x DSC of 162.35% x $548,083.30 889,813.24 Fixed Fee (FF): FF Rate x DSC of 28.50% x $548,083.30 156,203.74 Reimbursables Itemized Quantity Units Rate Meals and Lodging 130 each @ $15.00 1,950.00 Plans - Plotting / Repro 5,400 each @ $4.50 24,300.00 Mapping/Photos/Surveys each @ $3.50 == 0.00 Reproduction and Printing 25,000 copies @ $0.15 == 3,750.00 Field Equipment Rental Lump Sum 10,000.00 Construction Field Office Rental 24 months @ $250.00 == 6,000.00 Postage and Supplies 300 Est @ $2.00 == 600.00 Ferry Fare 40 $8.00 320.00 Travel 24,000 miles @ $0.36 8,640.00 Reimbursables Total 55,560.00 Subconsultant Costs (See Exhibit G) 999,176.29 Grand Total 2,648,836.57 Prepared By: Santosh Kuruvilla & Bernie Chapl Date: October 8, 2003 10/10/03 Exhibit E Breakdown of Overhead Cost Exeltech Consulting, Inc. December 31, 2000 as reported by WSDOT Audit June 2001 Account Titles Audited Amount 644,578 348,099 48,450 46,179 27,316 33,776 93,136 2,509 22,019 4,552 73,210 2,556 1,773 29,297 566 4,813 250 6,993 969 89,398 821 1.'1 32,365 4,747 1,033 4,470 8,790 2,716 2,090 5,401 12,691 36,967 6,176 2,078 535 499 645 14,196 4,462 1,937 5,104 388 227 310 2,863 22,107 2,812 3,250 1,855 (459) 22,646 2,780 4,125 1,046,488 % of Direct Labor Direct Labor Base Indirect Expenses Indirect Salaries Bonuses Vacation Sick Leave HOlidays FICA & Medicare FUTA Employment Security L&I Health Insurance Pr-TR Differences - Salaries 401 (k) Matching Contributions Personnel Recruitment B&O Taxes Property Taxes Legal Accounting Computer Services Bank Charges Rent Postage & Equipment Rental Lease Equipment Utilities Computer Software Maintenance Supplies - Clerical Supplies - Drafting Supplies - Maintenance & Computer Postage & Freight Printing & Reproduction Telephone/Communications Prof./Fees/Lic.lDues Professional Seminars Client Meetings & Meals Travel - Meals Travel - Mileage Travel - Transportation Parking Travel. LOdging Moving - Job Related Vehicle Expense - Gas & Misc ProfeSSional Literature Publications Advertising Insurance - Auto Insurance - Professional liability Insurance - Disability Insurance - General Liability Subscriptions Miscellaneous Depreciation Staff Functions Coffee & Suppies 54 00% 752% 7.16% 424% 5.24% 14.45% 0.39% 3.42% 0.71% 11.36% 0.40% 0.00% 0.28% 4.55% 0.09% 0.75% 0.04% 1.08% 0.15% 13.87% 0.13% ,5.02% ,0.74% 0.16% 0.69% 1.36% 0.42% 0.32% 0.84% 1.97% 574% 0.96% 0.32% 0.08% 008% 0.10% 2.20% 0.69% 0.30% 000% 0.79% 0.06% 0.04% 005% 044% 3.43% 0.44% 0.50% 0.29% -0.07% 3.51% 0.43% 0.64% 162.35% Exhibit F Payment Upon Termination of Agreement By the Agency Other Than for Fault of the Consultant (Refer to Agreement, Section IX) Lump Sum Contracts A final payment shall be made to the CONSULTANT which when added to any payments previously made shall total the same percentage of the Lump Sum Amount as the work completed at the time of termination is to the total work required for the PROJECT. In addition, the CONSULTANT shall be paid for any authorized extra work completed. Cost Plus Fixed Fee Contracts A final payment shall be made to the CONSULTANT which when added to any payments previously made, shall total the actual costs plus the same percentage of the fixed fee as the work completed at the time of termination is to the total work reqUired for the Project. In addition, the CONSULTANT shall be paid for any authorized extra work completed. Specific Rates of Pay Contracts A final payment shall be made to the CONSULTANT for actual hours charged at the time of terminatIOn of this AGREEMENT plus any dIrect nonsalary costs incurred at the time oft.ermination of this AGREEMENT. Cost Per Unit of Work Contracts A final payment shall be made to the CONSULTANT for actual units of work completed at the time of termination of this AGREEMENT. Exhibit G Subcontracted Work The agency permits subcontracted work for the following portions of the work of this agreement Activity Subconsultant Economic Services Northwest Economic Assoc. (NEA) Public Information/Involvement Plan (PilI The Demich Group / Testing Services Mike Mayes Testing Architectural Services Olympic Design Works (ODW) Surveying Wengler Support Services Michael Minor & Assoc. Geotechnical Pan Geo Fee Support Services Environmental through Construction Entrix H.W. Lochner $23,999.79 $31,810.00 $96,490.49 $50,462.84 $53,176.00 $8,440.00 $112,205.15 $140,956.88 $481,635.14 Total Subcontracted Work $999,176.29 10/10/03 Exhibit G-l Subconsultant Fee Determination - Summary Sheet 8th Street Bridges Replacement City of Port Angeles Task Description: Economic Services Subconsultant Fee Determination Subconsultant: Northwest Economic Assoc. (NEA) Start Date August 1, 2003 End Date March 31, 2006 Sr. Economist - Greene Sr. Economist - Fox Economist - Chilton Admin Assist. - Christensen Total Hour Total DSC Hours 80 x 80 x 60 x 40 x 260 % Increase 3 3 Exeltech Project # 0328 Port Angeles Project # 02-15 Direct Labor Rate Dollars Classification $31.65 $41.45 $25.50 $17.00 = $2,532.00 $3,316.00 $1,530.00 $680.00 $8,058.00 Escalation for '04 Escalation for 'OS Escalated Total % of Work 100 o $241.74 $0.00 $8,299.74 Overhead (OH Cost -- including Salary Additives) OH Rate x DSC of 145.00% x $8,300 $12,034.62 Fixed Fee (FF): FF Rate x DSC of 28.50% x $8,300 $2,365.43 Reimbursables Itemized Travel Mileage Mapping/Photos/Surveys Reproduction,Printlng,Comm. Field Equipment Rental Postage and Supplies Reimbursables Total Grand Total Quantity Units Rate day @ $1,000.00 0 mi @ $0.00 $0.00 0 each @ $0.00 0 copies '@ I $300.00 I ' 0 each @ $0.00 Est @ $0.00 $1,300.00 $23,999.79 Prepared By: Date: June 17, 2003 10/9/03 Exhibit G-l Subconsultant Fee Determination - Summary Sheet 8th Street Bridges Replacement City of Port Angeles Task Description: Public Information/Involvement Plan (PUP) Subconsultant Fee Determination Subconsultant: The Demich Group Classification Labor Hours Project Manager Strategist Project Coordinator Writer/Editor Total Hours Total DSC o 300 o o 300 Escalation for '04 Escalation for 'OS Escalated Total DSC % Increase 3 3 Overhead (OH Cost -- including Salary Additives) OH Rate x DSC of 0.0% x Fixed Fee (FF): FF Rate x DSC of 0.00% x Reimbursables Itemized Meals and Lodging Mileage Outside Graphic Design Services . Reproduction and Printing Advertising Mlsc Reimbursables Total Quantity Units o each o each o copies o Grand Total Prepared By: Leslie S. Demich 10/9/03 Start Date August 1, 2003 End Date March 31, 2006 Exeltech Project # 0328 Port Angeles Project # 02-15 Negotiated Rate Dollars x x x x $100.00 . $100.00 $100.00 $80.00 $0.00 $30,000.00 $0.00 $0.00 $30,000.00 % of Work 30 30 $270.00 $540.00 $30,810.00 $30,810 $0.00 $30,810 $0.00 Rate @ @ @ $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $1,000.00 $1,000.00 $31,810.00 Date: June 17, 2003 . Exhibit G-l Subconsultant Fee Determination - Summary Sheet 8th Street Bridges Replacement ' Start Date August 1, 2003 City of Port Angeles Task Description: Testing Services End Date March 31, 2006 Subconsultant Fee Determination Subconsultant: Mike Mayes Testing Exeltech Project # 0328 Port Angeles Project # 02-15 Classification Hours Rate Dollars , Clencal1 50 x $12.85 $642.50 Clencal 2 30 x $18.00 $540.00 Inspector 1 200 x $23.50 $4,700.00 Inspector 2 800 x $26.25 $21,000.00 Staff Engineer 25 x $26.74 $668.50 PrinCipal 100 x $59.42 $5,942.00 Total Hours 1,205 Total DSC $33,493.00 % Increase % of Work Escalation for '04 3 50 $502.40 Escalation for '05 3 50 $1,004.79 Escalated Total DSC $35,000.19 Overhead (OH Cost -- Including Salary Additives) OH Rate x DSC of 137.1% x $35,000 $47,985.25 Fixed Fee (FF): FF Rate x DSC of 28.50% x $35,000 $9,975.05 Reimbursables Itemized Quantity Units Rate Meals and Lodging $0.00 Plans - Plotting / Repro 0 each ,@ $0.00 $0.00 Mapping/Photos/Surveys, 0 each @, ,,$0.00 $0.00 Reproduction and Pnnting 3,000 copies @ $0.15 $450.00 Field EqUipment Rental 100 each @ $15.00 $1,500.00 Postage and Supplies 350 Est @ $0.40 $140.00 MIleage 4,000 miles @ $0.36 $1,440.00 Reimbursables Total $3,530.00 Grand Total $96,490.49 Prepared By: Michael J. Mayes, P.E. Date: June 17, 2003 1 0/9/03 .. Exhibit G-l Subconsultant Fee Determination - Summary Sheet 8th Street Bridges Replacement Start Date August 1, 2003 City of Port Angeles Task Description: Architectural Services End Date March 31, 2006 Subconsultant Fee Determination Subconsultant: Olympic Design Works (ODW) Exeltech Project # 0328 Port Angeles Project # 02-15 Classification Negotiated Hours Rate Dollars Principal Architect 392 x $95.00 $37,240.00 Architect 72 x $75.00 $5,400.00 Total Hours 464 Total DSC $42,640.00 % Increase % of Work Escalation for '04 3 55 $703.56 Escalation for 'OS 3 45 $1,151.28 Escalated Total $44,494.84 Overhead (OH Cost -- including Salary Additives) OH Rate x DSC of 0.00% x $44,49~ $0.00 Fixed Fee (FF): FF Rate x DSC of 0.00% x $44,495 $0.00 Reimbursables Itemized Quantity Units Rate Meals and Lodging 0 day @ $0.00 $0.00 Mileage (10 trips to Olympia) 2,411 mile @ $0.36 $868.00 Mapping/Photos/Surveys 8 each @ $400.00 $3,200.00 Reproduction and Printing 10,000 copIes @ $0.08 $750.00 Field Equipment Rental 1 each @ $150.00 $150.00 Postage and Supplies 1 est. @ $1,000.0~ = $1,000.00 Reimbursables Total $5,968.00 Grand Total $50,462.84 Prepared By: Stuart Bonney, AlA Date: June 17, 2003 10/9/03 .. Exhibit G-1 Subconsultant Fee Determination - Summary Sheet 8th Street Bridges Replacement , Start Date August 1, 2003 City of Port Angeles Task Description: Surveying End Date March 31, 2006 Subconsultant Fee Determination Subconsultant: Wengler Exeltech Project # 0328 Port Angeles Project # 02-15 Classification Man Hours Rate Dollars Party Chief 215 x $66.00 $14,190.00 Chainman 215 x $66.00 $14,190.00 Pnnclpa I \ProJect Manager 134 x $81.00 $10,854.00 Cadd Operator 164 x $68.00 $11,152.00 Clerical 45 x $54.00 $2,430.00 Total Hours 773 Total DSC $52,816.00 % Increase % of Work Escalation for '04 3 0 $0.00 Escalation for '05 3 0 $0.00 Escalated Total DSC $52,816.00 Overhead (OH Cost -- Including Salary Additives) OH Rate x DSC of 0.00% x $52,816 $0.00 Fixed Fee (FF): FF Rate x DSC of 0.00% x $52,816 $0.00 Reimbursables Itemized Quantity Units Rate Meals and Lodging = $0.00 Plans - Plotting / Repro 60 each " '@ " $2.00 $120.00 Mapping/Photos/Surveys 60 each @ $2.00 $120.00 Reproduction and Printing 60 copies @ $2.00 $120.00 Field Equipment Rental 0 $0.00 $0.00 Computers 0 $0.00 $0.00 Postage and Supplies 0 Est @ $0.00 $0.00 Outside Computer 0 $0.00 $0.00 Outside Consultants 0 $0.00 $0.00 ,Reimbursables Total $360.00 Grand Total $53,176.00 Prepared By: James Wengler Date: June 17, 2003 10/10/03 , Exhibit G-l Subconsultant Fee Determination - Summary Sheet 8th Street Bridges Replacement City of Port Angeles Task Description: Support Services Subconsultant Fee Determination Subconsultant: Michael Minor & Assoc. Start Date August 1, 2003 End Date March 31, 2006 Exeltech Project # 0328 Port Angeles Project # 02-15 Classification Hours Rate Dollars Michael Minor Carl Bloom Keri Stone Total Hours Total DSC 88 o 8 96 x x ,x $80.00 , $75.00 $50.00 $7,040.00 $0.00 $400.00, $7,440.00 Escalation for '04 Escalation for 'OS Escalated Total DSC % Increase o o % of Work 10 o $0.00 $0.00 $7,440.00 Overhead (OH Cost -- including Salary Additives) OH Rate x DSC of 0.0% x $7,440 $0.00 Fixed Fee (FF): FF Rate x DSC of 0.00% x $7,440 $0.00 Reimbursables Itemized Meals and Lodging Plans - Plotting / Repro Mapping/Photos/Surveys Reproduction and Printing Field Equipment Rental Mlsc Reimbursables Total Quantity Units Rate $0.00 0 each @ $0.00 $0.00 0 each @ $0.00 $0.00 0 COp!~~ ,~ $0.<)0 $0.00 0 each $0.00 $0.00 $1,000.00 $1,000.00 $8,440.00 Grand Total Prepared By: Michael Minor Date: June 17, 2003 10/9/03 ~ Exhibit G-l Subconsultant Fee Determination - Summary Sheet 8th Street Bridges Replacement Start Date August 1, 2003 City of Port Angeles Task Description: Geotechnical End Date March 31, 2006 Subconsultant Fee Determination Subconsultant: Pan Gee Exeltech Project # 0328 Port Angeles Project # 02-15 Classification Direct Labor Hours Rate Dollars Principal Geotechnical Engineer 8 x $51.11 $408.88 Geotechnical Project Manager 122 x $38.22 $4,662.84 Senior Geotechnical Engineer 74 x $31.04 $2,296.96 Senior Engineering Geologist 236 x $28.77 $6,789.72 Project Geotechnical Engineer 20 x $27.26 $545.20 Staff Geotechnical Engineer 380 x $22.60 $8,588.00 Administrative Assistant 76 x $17.85 $1,356.60 Total Hours 916 Total DSC = $24,648.20 % Increase % of Work Escalation for '04 3 I 50 $369.72 Escalation for 'OS 3 30, $443.67 Escalated Total DSC $25,461.59 Overhead (OH Cost -- Including Salary Additives) OH Rate x DSC of 171.69% x $25,461.59 $43,715.00 Fixed Fee (FF): FF Rate x (DSC) of 28.50% x $25,461.59 $7,256.55 Reimbursables Itemized Quantity Units Rate Mileage 2,200 mile @ $0.36 $792.00 Ferries 20 round trip @ $19.00 $380.00 Subsistence & Lodging 30 days @ $107.00 = $3,210.00 Drilling Subcontractor 1 L.S. $26,400.00 $26,400.00 Traffic Control/Flagging 1 L.S. $2,300.00 = $2,300.00 Laboratory Testing 1 L.S. $2,400.00 $2,400.00 Field Consumables 1 L.S. $200.00 $200.00 Field Equip Rental (H20 Level indicator) 6 day @ $15.00 $90.00 Reimbursables Total $35,772.00 Grand Total $112,205.15 Prepared By: Robert E. Klmmerllng Date: June 17, 2003 1 0/9/03 ...., ,,"v Exhibit G-1 Subconsultant Fee Determination - Summary Sheet 8th Street Bridges Replacement City of Port Angeles Task Description: Support Services Subconsultant Fee Determination Subconsultant: Entrix Classification Senior Consultant 2 Senior Consultant 1 Sr. Project Scientist/Engineer 2 Sr. Project Scientist/Engineer 1 Project Scientist/Engineer 2 Project Scientist/Engineer 1 Sr. Staff SCientist/Engineer 2 Staff Scientist/Engineer 2 Staff Scientist/Engineer 1 Asst. Staff SCientist/Engineer 1 Project Assistant 2 Total Hour Total DSC Escalation for '04 Escalation for 'OS Escalated Total Hours 6 236 15 47 94 346 117 28 372 105 87 1,453 % Increase 3 3 Overhead (OH Cost -- including Salary Additives) OH Rate x DSC of 177.00% Fixed Fee (FF): FF Rate x DSC of Reimbursables Itemized Food & Lodging Mapping/Photos/Surveys Reproduction and Printing Field Expenses Communication Mileage Sampling AnalysIs Miscellaneous Reimbursables Total Grand Total Prepared By: Jeff Bohman 1 0/9/03 x 28.50% x , ,'I Quantity Units Est. Est. Est. Est. Est. 3833 Miles @ Est. Est. Start Date August 1, 2003 End Date March 31, 2006 Exeltech Project # 0328 Port Angeles Project # 02-15 Direct Labor Rate Dollars x' $61.01 x $48.15 x $40.69 x $36.47 x $32.22 x $27.66 x $23.92 x $20.38 x $17.65 x $14.85 x $17.50 366.06 11,363.40 610.35 1,714.09 3,028.68 9,570.36 2,798.64 570.64 6,565.80 1,559.25 1,522.50 39,669.77 % of Work 100 o 1,190.09 0.00 40,859.86 $40,860 72,321.96 $40,860 11,645.06 Rate 0.36 2,000.00 2,950.00 800.00 200.00 6,800.00 1,380.00 1,000.00 1,000.00 16,130.00 140,956.88 Date: June 23, 2003 .. '" Exhibit G-l Subconsultant Fee Determination - Summary Sheet 8th Street Bridges Replacement Start Date August 1, 2003 City of Port Angeles Task Description: Environmental through Construction End Date March 31, 2006 Subconsultant Fee Determination Subconsultant: H.W. Lochner Exeltech Project # 0328 Port Angeles Project # 02-15 Classification Direct Labor Hours Rate Dollars Principal 143 x $62.85 8,987.55 Project Manager 250 x $48.27 12,067.50 Senior Traffic Engineer 224 x $45.00 10,080.00 Traffic Engineer 357 x $36.70 13,101.90 Drainage /Utilitles Engineer 242 x $35.00 8,470.00 Civil Engineer 1 3,088 x $29.43 = 90,879.84 Civil Engineer 2 288 x $26.39 = 7,600.32 CADD Tech 320 x $20.61 6,595.20 Admin Support 82 x $24.38 1,999.16 Total Hours 4,994 Total DSC 159,781.47 % Increase % of Work Escalation for '04 3 50 = 2,396.72 Escalation for '05 3 10 958.69 Escalated Total 163,136.88 Overhead (OH Cost -- including Salary Additives) OH Rate x DSC of 165.14% x $163,137 269,404.25 Fixed Fee (FF): FF Rate x DSC of 28.50% x $163,137 46,494.01 Reimbursables Itemized Quantity Units Rate Meals and Lodging 1 day @ $600.00 600.00 Mileage/ Ferry 1 mile @ $1,200.00 1,200.00 Mapping/Photos/Surveys 1 each @ $100.00 100.00 Reproduction and Printing 1 copies @ $500.00 500.00 Field EqUipment Rental 0 each @ $0.00 0.00 Postage and Supplies 1 est. @ $200.00 200.00 Reimbursables Total 2,600.00 Grand Total 481,635.14 Prepared By: Denny Ingham Date: June 17, 2003 10/9/03