HomeMy WebLinkAbout5.832 Original Contract
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN THE
THE CITY OF PORT ANGELES
AND
EXEL TECH CONSULTING, INC.
PROJECT 97.20
5. 9' 3~
e
i
RELATING TO: PORT ANGELES INTERNATIONAL GATEWAY
TH IS AGREEMENT is made and entered into this -<.J:tA.- day of ~ &' Q ,
2007, by and between THE CITY OF PORT ANGELES, a non-charter cod city of the State of
Washington, (hereinafter called the "CITY") and EXEL TECH CONSULTING, INC., a
Washington Corporation authorized to do business in the state of Washington (hereinafter
called the "CONSULTANT").
WHEREAS, the CITY desires engineering, consulting, and planning assistance related to
construction management; and
WHEREAS, the CITY desires to engage the professional services and assistance of a qualified
consulting firm to perform the scope of work as detailed in Exhibit A, and
WHEREAS, the CONSULTANT represents that it is in full compliance with the statutes of the
State of Washington for professional registration and/or other applicable requirements, and
WHEREAS, the CONSULTANT represents that it has the background, experience, and ability
to perform the required work in accordance with the standards of the profession, and
WHEREAS, the CONSULTANT represents that it will provide qualified personnel and
appropriate facilities necessary to accomplish the work;
NOW, THEREFORE, in consideration of the above representations and the terms, conditions,
covenants, and agreements set forth below, the parties hereto agree as follows:
SCOPE OF WORK
The scope of professional services to be performed and the results to be achieved by the
CONSULTANT shall be as detailed in the attached Exhibit A and shall include all services and
material necessary to accomplish the work.
The CITY may review the CONSULTANT'S work product, and if it is not satisfactory, the
CONSULTANT shall make such changes as may be required by the CITY. Such changes
shall not constitute "Extra Work" as related in Section XII of this Agreement.
The CONSULTANT agrees that all services performed under this Agreement shall be in
accordance with the standards of the engineering profession and in compliance with applicable
federal, state and local laws.
The Scope of Work may be amended upon written approval of both parties.
C"/Projecls/97-20 Gateway/06 Consultanls/Agreemenls/Exeltech ProfeSSional Services Agreement
Page 1 of 7
'I
II OWNERSHIP OF DOCUMENTS
Upon completion of the work, all documents, exhibits, photographic negatives, or other
presentations of the work shall become the property of the CITY for use without restriction and
without representation as to suitability for reuse by any other party unless specifically verified
or adapted by the CONSULTANT. However, any alteration of the documents, by the City or by
others acting through or on behalf of the City, will be at the City's sole risk.
III DESIGNATION OF REPRESENTATIVES
Each party shall designate its representatives in writing. The CONSULTANT'S representative
shall be subject to the approval of the CITY.
IV TIME OF PERFORMANCE
The CONSULTANT may begin work upon execution of this Agreement by both parties and the
duration of the Agreement shall extend through December 31, 2008.
V PAYMENT
The CITY shall pay the CONSULTANT as set forth in this section of the Agreement. Such
payment shall be full compensation for work performed, services rendered, and all labor,
materials, supplies, equipment and incidentals necessary to complete the work.
A. Payment shall be on the basis of the CONSULTANT'S cost plus fixed fee as set forth in
the attached Exhibit C.
B. The CONSULTANT shall submit invoices to the CITY on a monthly basis. Invoices shall
detail the work, hours, employee name, and hourly rate; shall itemize with receipts and
invoices the non-salary direct costs; shall indicate the specific task or activity in the Scope
of Work to which the costs are related; and shall indicate the cumulative total for each task.
C. The CITY shall review the invoices and make payment for the percentage of the project
that has been completed less the amounts previously paid.
D. The CONSULTANT invoices are due and payable within 30 days of receipt. In the event
of a disputed billing, only the disputed portion will be withheld from payment.
E. Final payment for the balance due to the CONSULTANT will be made after the completion
of the work and acceptance by the CITY.
F. Payment for "Extra Work" performed under Section XII of this Agreement shall be as
agreed to by the parties in writing.
VI MAXIMUM COMPENSATION
Unless otherwise agreed to in writing by both parties, the CONSULTANT'S total compensation
and reimbursement under this Agreement, including labor, direct non-salary reimbursable
costs and outside services, shall not exceed the maximum sum of $561 ,226.98. The budget
for each task is as set forth in the attached Exhibit B. Budgets for task(s) may be modified
upon mutual agreement between the two parties, but in any event, the total payment to
C:/Projects/97-20 Gateway/06 Consultants/Agreements/Exeltech ProfeSSional Services Agreement Page 2 of 7
CONSULTANT shall not exceed $561,226.98.
VII INDEPENDENT CONTRACTOR STATUS
The relation created by this Contract is that of owner-independent contractor. The Contractor
is not an employee of the City and is not entitled to the benefits provided by the City to its
employees. The Contractor, as an independent contractor, has the authority to control and
direct the performance of the details of the services to be provided. The Contractor shall
assume full responsibility for payment of all Federal, State, and local taxes or contributions
imposed or required, including, but not limited to, unemployment insurance, Social Security,
and income tax.
VIII EMPLOYMENT
Employees of the CONSULTANT, while engaged in the performance of any work or services
under this Agreement, shall be considered employees of the CONSULTANT only and not of
the CITY, and claims that may arise under the Workman's Compensation Act on behalf of said
employees while so engaged, and any and all claims made by a third party as a consequence
of any negligent act or omission on the part of the CONSULTANT'S employees 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.
In performing this Agreement, the CONSULTANT shall not employ or contract with any CITY
employee without the City's written consent.
IX NONDISCRIMINATION
The CONSULTANT shall conduct its business in a manner, which assures fair, equal and
non-discriminatory treatment of all persons, without respect to race, creed or national origin, or
other legally protected classification and, in particular:
A. The CONSULTANT shall maintain open hiring and employment practices and will welcome
applications for employment in all positions, from qualified individuals who are members of
minorities protected by federal equal opportunity/affirmative action requirements; and,
B. The CONSULTANT shall comply with all requirements of applicable federal, state or local
laws or regulations issued pursuant thereto, relating to the establishment of non
discriminatory requirements in hiring and employment practices and assuring the service
of all persons without discrimination as to any person's race, color, religion, sex, Vietnam
era veteran status, disabled veteran condition, physical or mental handicap, or national
origin.
X SUBCONTRACTS
A. The CONSULTANT shall not sublet or assign any of the work covered by this Agreement
without the written consent of the CITY.
B. In all solicitation either by competitive bidding or negotiation made by the CONSULTANT
for work to be performed pursuant to a subcontract, including procurement of materials
and equipment, each potential subconsultant or supplier shall be notified by the
CONSULTANT of Consultant's obligations under this Agreement, including the
C:/Projects/97-20 Gateway/06 Consultants/Agreements/Exeltech ProfeSSional Services Agreement Page 3 of 7
nondiscrimination requirements.
XI CHANGES IN WORK
Other than changes directed by the CITY as set forth in Section I above, either party may
request changes in the scope of work. Such changes shall not become part of this Agreement
unless and until mutually agreed upon and incorporated herein by written amendments to this
Agreement executed by both parties.
XII EXTRA WORK
The CITY may desire to have the CONSULTANT perform work or render services in
connection with this project, in addition to the Scope of Work set forth in Exhibit A and minor
revisions to satisfactorily completed work. Such work shall be considered as "Extra Work" and
shall be addressed in a written supplement to this Agreement. The CITY shall not be
responsible for paying for such extra work unless and until the written supplement is executed
by both parties.
XIII TERMINATION OF AGREEMENT
A. The CITY may terminate this Agreement at any time upon not less than ten (10) days
written notice to the CONSULTANT. Written notice will be by certified mail sent to the
consultant's designated representative at the address provided by the CONSULTANT.
B. In the event this Agreement is terminated prior to the completion of the work, a final
payment shall be made to the CONSULTANT, which, when added to any payments
previously made, shall compensate the CONSULTANT for the percentage of work
completed.
C. In the event this Agreement is terminated prior to completion of the work, documents that
are the property of the CITY pursuant to Section II above, shall be delivered to and
received by the CITY prior to transmittal of final payment to the CONSULTANT.
XIV INDEMNIFICATION/HOLD HARMLESS
CONSULTANT shall defend, indemnify and hold the CITY, its officers, officials, employees and
volunteers harmless from any and all claims, injuries, damages, losses or suits including
attorney fees, arising out of or resulting from the acts, errors or omissions of the
CONSULTANT in performance of this Agreement, except for injuries and damages caused by
the sole negligence of the CITY.
The CITY agrees to indemnify the CONSULTANT from any claims, damages, losses, and
costs, including, but not limited to, attorney's fees and litigation costs, arising out of claims by
third parties for property damage and bodily injury, including death, caused solely by the
negligence or willful misconduct of the CITY, CITY's employees, or agents in connection with
the work performed under this Agreement.
If the negligence or willful misconduct of both CONSULTANT and CITY (or a person identified
above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense
shall be shared between the CONSULTANT and the CITY in proportion to their relative
degrees of negligence or willful misconduct and the right of indemnity shall apply for such
C:/Projects/97-20 Gateway/06 Consultants/Agreements/Exeltech ProfeSSional Services Agreement Page 4 of 7
proportion.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the
CONSULTANT, the CITY, and the officers, officials, employees, and volunteers of either, the
CONSULTANT'S liability hereunder shall be only to the extent of the CONSULTANT'S
negligence. It is further specifically and expressly understood that the indemnification provided
herein constitutes the CONSULTANT'S waiver of immunity under Industrial Insurance, Title 51
RCW, solely for the purposes of this indemnification. This waiver has been mutually
negotiated by the parties. The provisions of this section shall survive the expiration or
termination of this Agreement. However, the CONSULTANT expressly reserves its rights as a
third person set forth in RCW 51.24.035.
XV INSURANCE
The CONSULTANT shall procure and maintain for the duration of the Agreement, insurance
against claims for injuries to persons or damage to property which may arise from or in
connection with the performance of the work hereunder by the CONSULTANT, its agents,
representatives, employees or subcontractors.
No Limitation. CONSULTANT'S maintenance of insurance as required by the agreement
shall not be construed to limit the liability of the CONSULTANT to the coverage provided by
such insurance, or otherwise limit the CITY'S recourse to any remedy available at law or in
equity.
A. Minimum Scope of Insurance
Consultant shall obtain insurance of the types described below:
1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles.
Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute
form providing equivalent liability coverage. If necessary, the policy shall be endorsed to
provide contractual liability coverage; and,
2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01
and shall cover liability arising from premises, operations, independent contractors, and
personal injury and advertising injury. The City shall be named as an insured under the
Consultant's Commercial General Liability insurance policy with respect to the work performed
for the City; and,
3. Workers' Compensation coverage as required by the Industrial Insurances laws of the State
of Washington; and
4. Professional Liability insurance appropriate to the Consultant's profession.
B. Minimum Amounts of Insurance
Consultant shall maintain the following insurance limits:
C"/Projects/97-20 Gateway/06 Consultants/Agreements/Exeltech ProfeSSional Services Agreement
Page 5 of 7
1. Automobile Liability insurance with a minimum combined single limit for bodily
injury and property damage of $1 ,000,000 per accident.
2. Commercial General Liability insurance shall be written with limits no less than
$1,000,000 each occurrence, $2,000,000 general aggregate.
3. Professional Liability insurance shall be written with limits no less than
$1,000,000 per claim and $1,000,000 policy aggregate limit.
C. Other Insurance Provisions
The insurance policies are to contain, or be endorsed to contain, the following provisions for
Automobile Liability, Professional Liability and Commercial General Liability insurance:
1. The Consultant's insurance coverage shall be primary insurance as respect the
City. Any insurance, self-insurance, or insurance pool coverage maintained by
the City shall be excess of the Consultant's insurance and shall not contribute
with it.
2. The Consultant's insurance shall be endorsed to state that coverage shall not be
cancelled, suspended or materially changed by either party, except after thirty
(30) days prior written notice by certified mail, return receipt requested, has been
given to the City.
3. Any payment of deductible or self-insured retention shall be the sole
responsibility of the CONSULTANT.
4. The CONSULTANT'S insurance shall contain a clause stating that coverage shall
apply separately to each insured against whom claim is made or suit is brought,
except with respects to the limits of the insurer's liability.
D. Acceptability of Insurers
Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII.
E. Verification of Coverage
Consultant shall furnish the City with original certificates and a copy of the amendatory
endorsements, including but not necessarily limited to the additional insured endorsement,
evidencing the insurance requirements of the Consultant before commencement of the work.
XVI APPLICABLE LAW
This Agreement shall be construed and interpreted in accordance with the laws of the State of
Washington, and in the event of dispute the venue of any litigation brought hereunder shall be
Clallam County.
C:/Projects/97-20 Gateway/06 Consultants/Agreements/Exeltech ProfeSSional Services Agreement
Page 6 of 7
XVII EXHIBITS AND SIGNATURES
This Agreement, including its exhibits, constitutes the entire Agreement, supersedes all prior
written or oral understandings, and may only be changed by a written amendment executed by
both parties. The following exhibits are hereby made a part of this Agreement:
Exhibit A - Scope of Work
Exhibit B - Budget for Each Task
Exhibit C - Consultant Labor Costs and Non-salary Reimbursable Costs
IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and
year first written above.
APprOVED AS TO FORM"
1/~.:--- c:::;;
WILLIAM E. BLOOR, CITY ATTORNEY
-----
CONSULTANT
ATTEST:
TITLE:
C /ProJects/97-20 Gateway/06 Consultants/Agreements/Exeltech Professional Services Agreement
Page 7 of 7
Exhibit A
Scope of Work
Scope of Services for
Port Angeles International Gateway Transportation Center Project
City of Port Angeles I Clallam Transit System
Version Date: February 26, 2007
4/3/07
1
Exhibit A
TABLE OF CONTENTS
100.
200.
4/3/07
101.
102.
103.
104.
105.
106.
107.
108.
109.
201.
Scope of Services for
Port Angeles International Gateway Transportation Center Project
City of Port Angeles I ClaUam Transit System
CONSTRUCTION MANAGEMENT
Project Management for Construction
Field Construction Management
Inspection and Testing (Civil/Structural/Utilities)
Claims/Change Order Administration
Construction Contract Scheduling
Construction Safety
Administrative/Clerical
Quality Control Services
Project Closeout
CONTINGENCY TASKS
Develop and Carry Out Construction Phase Public Information Plan
2
..
Exhibit A
Scope of Services for
Port Angeles International Gateway Transportation Center Project
City of Port Angeles I Clallam Transit System
100. CONSTRUCTION MANAGEMENT
The Consultant shall provide construction management support to the City throughout
the construction duration of the Project. The Consultant for this scope of services shall
consist of the Construction Management Team, including Exeltech Consulting, Inc and
Mayes Testing. The Consultant shall work under the City's Project Engineer / Project
Manager in charge of construction. The City of Port Angeles is the Agency for this
scope of work. 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.
General Assumptions on Which This Scope of Work Is Based
A. The Construction Contract period is assumed to be 15 months in duration. This
duration will include a 2 Y2 month ramp up time, 10 month full time project work,
and 2 Y2 month ramp down time. Schedule delays outside of Consultant control
may increase project cost.
S. 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. Project labor will not require a Deputy Construction Manager. All associated
hours have been removed from the budget.
D. The Construction Management Team's scope of work for this project is tied to the
overall construction Contract, estimated at $7.84 million by the Engineer of
Record. Deviations in Contract value and/or schedule may increase project cost.
E. Mayes Testing's scope of work assumes that the entire project (base bid and
additives A and B) will be built consecutively.
F. Hazardous Materials are not present on project site.
G. The Design Team consists of: Architects of Record (Krei Architects; and Lindberg
and Smith Architects) and Engineers of Record (Bright Engineers; Tres West
Engineers; and Parametrix).
H. There are no known archaeological discoveries or conditions at the site.
I. The Consultant will not provide any environmental monitoring, mitigation, or
support during construction.
J. The Construction Management Team will have access to communicate with the
Design Team through the RFI process.
K. If necessary, the Construction Management Team will coordinate field changes
to address identified errors, omissions, and/or unforeseen field conditions. The
Consultant's liability will not extend beyond such changes identified and
corrected. All remaining design work is assumed to be sufficient.
L. Design Team will create Record drawings.
4/3/07
3
Exhibit A
M. Inspection will be needed on consecutive days during pile installation and post-
tension deck placements. Inspection responsibilities will be shared between City
staff and Exeltech staff.
N. A cylinder cure tank will be placed on-site by Mayes Testing to store concrete
samples.
101. Project Management for Construction (Primary Responsibility -
Exeltech)
A. Pre-construction activities to be provided include:
. Attend Pre-Bid Meetings (one meeting assumed)
. Attend Pre-construction Conference (Assumes one meeting,
preparation for meeting, attendance at meeting by Construction
Manager, and distribution of meeting minutes)
B. Prepare project plan including team organization chart, schedule,
and budget.
C. Administer the Construction Management Contract including
providing monthly status reports, invoices, and managing sub-
consultants.
D. Attend 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.
102.
4/3/07
Field Construction Management (Primary Responsibility - Exeltech)
A. Consultant will provide a field office for Construction Management
Team. Field office will be provided by the 8th Street Bridges Project
and will be available for use by Gateway staff. The field office will
be furnished and maintained by the Consultant. As necessary, line
phones, cell phones, office equipment, computers, fax machine,
printers, scanners and internet service will be included.
B. Manages day-to-day construction and Contract activities. Serves as
the primary representative to the construction Contractors as City's
Construction Management representative.
C. Manages and oversees the work of Construction Management staff
so that they seek to understand and meet Contract requirements.
D. Acts as the focal point for correspondence received from the
Contractor and sent to the Contractor. Works to facilitate
discussions between Engineer/Architect of Record and Contractor.
Responds to all Contract correspondence with assistance from City.
4
Exhibit A
E.
4/3/07
F.
Maintains and distributes current Contract drawings and
specifications, and job-site record drawings. Confirm on a monthly
basis that Contractor is maintaining record drawings.
Coordinates the receipt, distribution, review and compilation of
I comments and tracking and return of submittals and requests for
information (RFl's) between the Contractor and Design Team.
Tracks and works to resolve day-to-day construction disputes, and
assists in claims analysis, mitigation, and resolution.
Identifies potential Contract changes and maintain logs for
submittals, RFI'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.
Assigns inspectors, including City Inspectors and Exeltech
Inspector, to cover construction Contract work schedule. Oversees
performance and documentation of inspections.
Coordinates and oversees materials testing Consultant.
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.
Monitors Contractor compliance with its own safety programs and
policies of the City. Monitors the Contractor's documentation and
briefings regarding job hazard analyses in accordance with the
City's and TIB/FTA Construction Safety Manuals.
Tracks progress for timely execution of all potential change orders.
Tracks issues and prepares change orders for City approval.
Coordinates emergency change work as directed by the City.
Secures approval for cost reimbursable work beyond the Scope of
Services. Track costs for payment.
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.
Monitors and tracks all delays and extra work.
Recommends approval, modification or rejection of progress
payment invoices for completed work after quantity checks have
been made in accordance with any TIB/FTA requirements and
prepares correspondence explaining payment recommendations.
Prepares Contract document file system in preparation for Federal
audit in accordance with TIB/FTA guidelines.
Reviews Contractor's initial and final detailed construction
schedules, and schedule of values, and all monthly updates.
Assists with Contract start-up and closeout.
G.
H.
I.
J.
K.
L.
M.
N.
O.
P.
a.
R.
S.
T.
u.
5
Exhibit A
v.
w.
x.
Determines substantial construction completion and oversees
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.
Recommends acceptance of the work to the City.
Provides daily, weekly and monthly construction progress reports to
the City, as applicable.
Reviews Contract documents for mitigation issues to ensure that all
issues are addressed to satisfactory completion.
Reviews and distributes Contractor submittals, catalog cuts, and
shop drawings for compliance with the Contract documents.
Coordinates approval with design team.
Reviews Contractor proposed construction methods and procedures
for the various components of the structures, including
formworklfalsework submittals.
Seeks technical expertise and coordinates with design team when
required for clarification/resolution of Contract drawings.
Review Contractor's shop drawings and color/texture choices.
Y.
z.
M.
BB.
CC.
103. Inspection and Testing (Civil, Structural, Utilities) (Primary
Responsibility - City, Exeltech, and Mayes Testing)
A. Monitors compliance with plan specifications, Contract documents,
submittals and applicable codes and design standards.
B. In coordination with the City, proactively inspects on-site and off-site
construction activities for conformance with Contract documents.
C. Coordinates design and specification clarifications from Design Team
and City engineering design staff.
D. Complete Inspector's daily reports.
. 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.
. Tracks all scheduled construction bid items by bid item number.
E. Identifies work that is nonconforming to the Contract documents.
Establishes and maintains documentation of non-conforming work.
Tracks all corrective measures, including resolution of nonconforming
issues/items. Elevates disputes to the proper level.
F. Attends and participates in weekly safety tool box meetings conducted
by the Contractor. Documents all issues discussed at these
meetings.
G. Performs quality control testing services.
6
4/3/07
Exhibit A
H. In coordination with the City, tracks and inspects all material
deliveries, storage and protection.
I. Reports all unsafe working conditions. Oversees and schedules on
site and off site materials and quality control testing with materials
testing subconsultant.
J. Takes and logs all construction photos (digital, video, and regular).
K. Prepares a punch list at every milestone. Tracks open items until
completed.
M. Coordinates project related utility construction impacts.
N. City Inspectors will perform the majority of the necessary trade
building inspection, including reinforced concrete, base plate grout,
masonry, expansion and epoxy anchors.
O. Exeltech Inspector will provide overall project inspection, including
steel pipe piles, structural steel fabrication and erection, lateral
framing, soil and asphalt density, precast shop fabrication audit
(assumes all structural steel members will come from a fabrication
shop located in the Puget Sound or Portland areas), steel pile
installation, and reinforcing steel verification.
P. Mayes Testing will provide specialty inspection, including post tension
concrete, shotcrete, pile welding, visual inspection of all shop and field
welds, and inspection of bolting requirements.
Q. Mayes Testing will provide project testing, including ultrasonic and
magnetic particle testing, soil density testing of backfilled materials,
masonry & baseplate grout compressive strength, masonry prism,
sieve analysis, shotcrete panel, and soil moisture density relationship
testing. Assumes geotechnical engineering firm of record will perform
all other soil related inspection and testing.
104.
4/3/07
Claims/Change Order Administration (Primary Responsibility -
Exeltech)
A. Reviews Contract correspondence and basis of proposed Contract
changes.
B. Provides advice and inquiries resolution alternatives to the City.
Responds to inquires and prepares draft correspondence.
C. Prepares independent cost estimates of proposed changes for
comparison with Contractor's cost proposals and establishes a
negotiating position.
D. Works to address and coordinate resolution of all Contract claim
issues raised by Contractor in a timely manner.
E. Manages change order documentation and the change order tracking
system.
F. Identifies potential disputes and issues and monitors related activities.
G. Logs potential claims, documents actions and provides periodic
reports to the City.
7
Exhibit A
H. Advises and assists the City in dispute avoidance/mitigation
approaches.
I. Provides timely analysis of claims and recommends appropriate
negotiating strategies.
J. Manages construction Contract closeout.
K. Coordinates with Design Team in change order price negotiation.
L. Performs cost-benefit analyses of proposed accelerations, schedules
workarounds, and claim mitigation.
M. Works with Contractor on Cost Reduction Incentive Proposals
(CRIPs).
105. Construction Contract Scheduling (Primary Responsibility-
Exeltech)
A. Reviews Contractor's preliminary and bi-weekly construction
schedule.
B. Coordinates the review process with the City's 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 safety.
D. Assists in resolving job site and public safety issues with the
Contractor 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.
106.
107.
4/3/07
Administrative/Clerical (Primary Responsibility - Exeltech)
A. Provides skilled administrative/clerical personnel to support
Construction Management Team.
S. 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 Construction
Manager.
8
Exhibit A
108. Quality Control Services (Primary Responsibility - Exeltech)
A. Manages Construction Management quality control activities.
B. Maintains quality control records in field office for access by City
Project Manager as requested.
C. Monitors compliance with proper inspection and quality control
standards, to confirm that work complies with the Contract documents
and standards of applicable jurisdictions.
D. Directs the activities of the Construction Management materials
testing subconsultant.
E. Follows the intent of TIB/FTA construction and specifications
guidelines and/or manuals.
109.
Project Closeout (Primary Responsibility - Exeltech)
Once the project construction is completed, the project will be officially
closed out following City of Port Angeles protocol and Exeltech Quality
Assurance Manual.
4/3/07
9
Exhibit A
200. CONTINGENCY TASKS
201.
4/3/07
Develop and Carry Out Construction Phase Public Information Plan
(Primary Responsibility - Exeltech)
Public Involvement tasks could include any or all of the following:
A. Draft and disseminate written materials, including 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.
C. Work with the City to prepare project update notices to be circulated
to the public.
10
Exhibit B
Port Angeles International Gateway Transportation Project
Budget for Each Task
City of Port Angeles International Gateway Transportation Project: Summary Task Cost By Consultant
~,
,'Ill 'It.. , I~W '<!' h
Task
Exeltech
es
Project Total
"J:'4:",?:;Fll
111ili!lalliit3:AIIt:lR ,
, 9S'06S:~7
tI'; Ibf
~iJ: ;:r't
Labor Market Escalation $1 339.21
Direct Costs $53 445.00 $16 678.00
~'\;;-:rTOTA'l.. im;"gT3i1!MIS <14:'6:(' 71.'01
.
Exhibit C
Consultant Fee Determination - Summary Sheet
(Lump Sum, Cost Plus Fixed Fee, Cost Per Unit of Work)
International Gateway Transportation Project
City of Port Angeles
Task Description: Construction Management
Fee Determination
Consultant: Exeltech Consulting, Inc.
Start Date
End Date
Code Classification
LABOR
Man Hours
Hours
Rate
10
15
20
30
40
45
55
55
55
55
Pnnapal
QNQC
Construction Manager
Deputy Const. Manager
Inspector
Civil Engineer
Structural Engineer
Admin Support 1
Admin Support 2
Public Involvement Specialist
Total Hours
Total DSC
$60.77
$52.53
$40.17
$43.26
$35.02
$42.23
$44.29
$18.54
$13.93
$26.78
o
86
2,626
o
258
172
172
o
o
o
3,314
x
x
x
x
x
x
x
x
x
x
Labor Market Escalation for '07
Labor Market Escalation for '08
Escalated Total DSC
% Increase
o
5
% of Work
80
20
Overhead (OH Cost -- Including Salary Additives)
OH Rate x DSC of 165.00% x $133,920.60
Fixed Fee (FF):
FF Rate x DSC of 30.00% x $133,920.60
Reimbursables
Itemized Quantity Units Rate
Meals and Lodging 345 each @ $100.00
E-Room (Provided by 8th St Bndges) 0 month @ $1,000.00
Reproduction and Pnntmg 4,000 copies @ $0.25
Field Equipment / Supplies Lump Sum
Construction Field Office Rental 0 months @ $1,500.00
Construction Field Office Supplies 1 @ Lump Sum
Postage and Supplies 56 Est @ $20.00
Ferry Fare 5 $25.00
Travel 20,000 miles @ $0.485
Reimbursables Total
Subconsultant Costs (See Exhibit G)
Grand Total
Prepared By:
Date:
Exeltech Project # 0635
Port Angeles Project #
Dollars
0.00
4,517.58
105,486.42
0.00
9,035.16
7,263.56
7,617.88
0.00
0.00
0.00
133,920.60
0.00
1,339.21
135,259.81
220,968.99
40,176.18
34,500.00
0.00
1,000.00
5,000.00
0.00
2,000.00
1,120.00
125.00
9,700.00
53,445.00
61,377.01
511,226.98
4/2/2007