HomeMy WebLinkAbout5.1014 Original ContractAGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN THE
THE CITY OF PORT ANGELES
AND
EXELTECH CONSULTING, INC.
PROJECT 05 -31
RELATING TO: CONSULTANT SERVICES FOR DRY CREEK BRIDGE AND TRAIL
PHASE 2
THIS AGREEMENT is made and entered into this aKj day of F4Y1.1.A2 1/`
2010, by and between THE CITY OF PORT ANGELES, a non charter code city ()t State of
Washington, (hereinafter called the "CITY and EXELTECH CONSULTING, INC., a
Washington Corporation (hereinafter called the "CONSULTANT
WHEREAS, the CITY desires engineering, consulting, and planning assistance related to civil
and structural engineering services; 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:
I SCOPE OF WORK
,1
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.
PW 0410_01 Professional Services Agreement Page 1 of 8
[Revised [05/12/06]
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, 2010. The work shall be
completed in accordance with the schedule set forth in the attached Exhibit D.
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 for actual labor, overhead and
profit plus CONSULTANT'S direct non -salary reimbursable costs as set forth in the
attached Exhibit C.
1. Labor costs shall be based on the hourly rates shown in Exhibit C. Hourly rates shall be
based upon an individual's hourly wage, times the total number of hours worked, times
a multiplier of 2.9027. The multiplier shall include overhead, CADD, computer and
profit.
General clerical time shall be considered an overhead item, except where specific
work items are involved that require one hour or more continued effort, in which case
time will be charged on the basis of hours worked.
2. The direct non salary reimbursable costs are those directly incurred in fulfilling the terms
of this Agreement, including, but not limited to, travel, subsistence, telephone,
reproduction and printing, supplies and fees of outside services and consultants. No
overhead and profit may be added to direct non salary reimbursable costs.
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.
PW 0410_01 Professional Services Agreement Page 2 of 8
[Revised [05/12/06]
C. The CITY shall review the invoices and make payment for the percentage of the project
that has been completed Tess 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 $164,780.94. 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
CONSULTANT shall not exceed $164,780.94.
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:
PW 0410_01 Professional Services Agreement Page 3 of 8
[Revised [05/12/06]
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
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.
PW 0410_01 Professional Services Agreement Page 4 of 8
[Revised [05/12/06]
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
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.
PW 041001 Professional Services Agreement Page 5 of 8
[Revised [05/12/06]
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:
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.
PW 0410_01 Professional Services Agreement Page 6 of 8
[Revised [05/12/06]
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.
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
Exhibit D Schedule for the Work
PW 041001 Professional Services Agreement Page 7 of 8
[Revised [05/12/06]
IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and
year first written above.
CITY OF PORT ANGELES
if/
TITLE: NaGVIesnk
CONSULTA T ATTEST:
PW 0410_01 Professional Services Agreement Page 8 of 8
[Revised [05/12/06]
APPROVED AS TO FORM:
A l J
WILLIAM E. BLOOR, CITY ATTORNEY
04/
CITY CLERK
`k.liessa. i4uArEt
Exhibit A
Scope of Services for
City of Port Angeles
Dry Creek Pedestrian Bridge Trail Project
January 27, 2010
Prepared by:
Exeltech Consulting, Inc
8729 Commerce PI Dr NE
Suite A
Lacey, WA 98516
e x e 1 t e c h
I. BACKGROUND 1
II. PROJECT SCHEUDLE 1
III. ASSUMPTIONS 2
IV. SCOPE OF SERVICES, PHASE I PRELIMINARY DESIGN 3
TASK 1 PROJECT MANAGEMENT 3
TASK 2 SITE SURVEY MAPPING AND PROPERTY IDENTIFICATION 4
Task 2.1 Compile Control Data 4
Task 2.2 Set Up for Field Crew 4
Task 2.3 Horizontal and Vertical Control Traverse 4
Task 2.4 Topographical Mapping 4
Task 2.5 Deed and Boundary Survey Research 5
Task 2.6 Field Data Reduction and Quality Control 5
Task 2.7 Topographic Map Production 5
Task 2.8 Preparation of Digital Files 6
Task 2.9 Professional Land Surveyor Review 6
Task 2.10 Boundary Analysis 6
Task 2.11 Project Coordination and Meetings 6
TASK 3 GEOTECHNICAL STUDY 6
Task 3.1 Field Exploration 6
Task 3.2 Laboratory Testing 7
Task 3.3 Engineering Analysis and Report 7
Task 3.4 Project Coordination and Meetings 8
TASK 4 HYDRAULICS 8
Task 4.1 Bridge Site Inspection 8
Task 4.2 Bridge Hydraulic Analysis 9
Scope of Services January 27, 2010
TABLE OF CONTENTS
Page
City of Port Angeles
Dry Creek Pedestrian Bridge Trail Project
Task 4.3 Bridge Deck Drainage Analysis 9
Task 4.4 Bridge Hydraulic Memos and Report 9
Task 4.5 Project Coordination and Meetings 10
TASK 5 ENVIRONMENTAL SERVICES AND PERMITTING 10
Task 5.1 Data Gathering and Field Reconnaissance 10
Task 5.2 SEPA and Permitting Support 10
Task 5.3 Cultural Resources Documentation Support 11
TASK 6 AESTHETICS 11
Task 6.1 Trail Aesthetic Feature Design 11
Task 6.2 Project Coordination, Meetings and Public Meeting 11
TASK 7 BRIDGE AND ROADWAY ENGINEERING 12
Task 7.1 Bridge Site Inspection 12
Task 7.2 Collection and Review of Existing Data 12
Task 7.3 Develop Design Criteria and Identify Issues 12
Task 7.4 Bridge Type and Size Selection 12
Task 7.5 Preliminary Design 13
Task 7.6 Bridge Procurement Contract Support 13
Task 7.7 Final Design 13
Task 7.8 Bid Support Services 14
Scope of Services January 27, 2010 Pagel!
During the term of this Agreement, Exeltech Consulting, Inc., hereinafter referred to as the
"Consultant will perform professional services for the City of Port Angles hereinafter
referred to as "City The Consultant will be supported by subconsultants Krazan
Associates (Geotechnical), Wengler Surveying (Surveying), MP Stormwater Engineering
(Hydraulics) and Lindberg Smith Architects (Aesthetics). This scope of services is for site
survey, geotechnical, hydraulics, environmental and permitting services, and bridge and
roadway engineering services for the Dry Creek Pedestrian Bridge Trail Project.
The Consultant will actively coordinate and manage the work, identify and resolve issues
in a timely manner, communicate effectively, and maintain the accuracy and overall
quality of the work and work products. The Consultant will be responsible for the
performance of the services described hereinafter, furnishing materials and information as
needed to accomplish the work tasks. This document will be used to plan, conduct and
complete the work for the Project.
I. BACKGROUND
Scope of Services for
Dry Creek Pedestrian Bridge Trail Project
City of Port Angeles
Port Angeles, WA
The Dry Creek Pedestrian Bridge Trail Project involves design of a 200 foot -long, 10
foot -wide pedestrian bridge across Dry Creek and design of a short trail connection
improvement to tie the new bridge to the existing gravel surfaced trail. The bridge will
serve pedestrian traffic and various utilities, including future sewer, electrical, and
telecommunications. The bridge will be positioned on the southern portion of the right of
way to provide 12 feet of clearance to a future 32 foot wide arterial vehicular bridge to be
positioned on the northern portion of the right of way.
This project is part of the development of the Olympic Discovery Trail in the vicinity of Dry
Creek.
The Olympic Discovery Trail (ODT) crosses Jefferson and Clallam Counties from Port
Townsend to Lake Crescent and meet the Dry Creek ravine on the west boundary of Port
Angeles and trail users must detour along 4 miles of roads. A pedestrian bridge over Dry
Creek will connect the two ODT trail segments and eliminate the current detour route.
11. PROJECT SCHEDULE
Notice to Proceed
Bridge Type and Size Selection
Advertise, Pre Fabricated Bridge Procurement Contract
Preliminary Design Completion
Award Pre Fabricated Bridge Procurement Contract
Final Design Completion
Scope of Services January 27, 2010
February 24, 2010
March 26, 2010
April 19, 2010
April 30, 2010
May 10, 2010
May 14, 2010
Page 1
City of Port Angeles
Dry Creek Pedestrian Bridge Trail Project
Advertise for Construction Bids June 7, 2010
Award Construction Contract July 12, 2010
Delivery Prefabricated Bridge September 13, 2010
Construction Complete October 31, 2010
III. ASSUMPTIONS
1. The City will provide copies of all available background information.
2. The plans, specifications, and estimates will be prepared, to the extent feasible, in
accordance with City of Port Angeles current standards at the time of contract
execution.
3. The new bridge structure is assumed to be a pre- fabricated steel truss bridge, with
an approximate span length of 200 feet.
4. The replacement bridge structure will be constructed just to the south of the
existing railroad grade centerline.
5. Roadway design will be limited to designing approximately 50 feet of approach
roadway to match into the existing gravel surfaced trail.
6. The plans will be prepared using AutoCAD software and will include an assumed
20 plan sheets total, to include the following:
1. Title Sheet Index and Summary of Quantities*
2. Plan, Profile and Typical Sections*
3. TESC and Site Access Plan
4. Contour Grading Plan
5. Bridge Layout, Plan, Elevation and Section, and General Notes*
6. Foundation Layout and Bridge Construction Sequence*
7. Abutment Piers 1 and 3 and Walls
8. Interior Pier 2
9. Bridge Bearing, Utility, and Expansion Joint Details*
10. Slab Reinforcement Plan and Bar List
Only those plan sheets denoted with an will be included in Preliminary Design. All
plan sheets will be included in Final Design.
7. The project will be developed using English units of measure.
8. All construction work will be within the existing right -of -way, no new right -of -way
will be required.
9. The City will secure any and all required rights of entry.
10. The project will be scheduled to be constructed in one construction season.
11. A total of three (3) geotechnical test borings will be drilled.
12. Chemical analysis or other environmental investigation and disposal of test borings
drilling cutting from the site is not included.
Scope of Services January 27, 2010 Page 2
City of Port Angeles
Dry Creek Pedestrian Bridge Trail Project
13. There are no hazardous materials or wastes in the project area.
14. The project will not require any construction or work below the ordinary high water
elevation of Dry Creek and therefore will require no permits from the US Army
Corps of Engineers and the Washington Department of Fish and Wildlife.
15. Draft SEPA documentation (approximately 50% complete) for the project will be
provided by the City.
16. Cultural /archaeological resources investigations and consultation will be performed
by the City.
17. NPDES Permit Notice of Intent and Stormwater Pollution Prevention Plan will be
prepared by the City.
18. Endangered Species Act documentation will not be required.
19. There are no wetlands within the project area; wetlands will not be impacted by the
project.
20. The project will not change the existing overflow conditions, and will not cause any
significant changes to existing facilities upstream or downstream of the bridge.
21. A Reach Assessment is not required.
22. The City will lead all public involvement efforts.
23. Timely reviews of submitted deliverables at mutually agreed upon times and
consolidation of all review comments into one review document prior to returning
to the Consultant.
24. Construction Management/Support Services are not included and will be
negotiated at a later date.
IV. SCOPE OF SERVICES, PHASE I PRELIMINARY DESIGN
TASK 1 PROJECT MANAGEMENT
This task includes services necessary to plan the work, understand the needs of the City
and project, gain endorsement of the design process and planned work scope, schedule
and budget. Project management involves controlling scope, schedule, and budget during
the course of the project, by communicating with project team members. Communications
include electronic and hard copy documentation control, monthly invoicing and progress
reports, coordination of project design criteria, sharing project design technical
information, and coordinating the completion and submittal of project deliverables with
project team members and the City.
The Consultant will schedule a Kickoff Meeting for the project design team upon Notice To
Proceed (NTP). The meeting will include representatives from the Subconsultants and the
City.
The Consultant will also schedule up to six (6) regular Project Meetings with design team
members, which will include a Preliminary Design Meeting, Final Design Meeting. The
purpose of the meetings will be to ensure coordinated efforts and clear task assignments,
track action items, and track project scope, schedule, and budget. The meetings will
include the Consultant Project Manager, the City's Project Manager, and other team
members as required by the agenda.
Scope of Services January 27, 2010 Page 3
City of Port Angeles
Dry Creek Pedestrian Bridge Trail Project
The Consultant will attend one public meeting. Up to two conceptual level graphics may
be prepared. The Consultant's Project Manager, Environmental Lead and Aesthetics
Subconsultant will attend the meeting.
Assumptions:
Kickoff Meeting, regular Project Meetings and Public Meeting will be held in
Port Angeles and will be approximately two hours in length.
Deliverables:
Project Scope of Services
Project Budget
Project Schedule
Monthly Invoices
Monthly Progress Reports
Meeting Agendas
Meeting Minutes
TASK 2 SITE SURVEY MAPPING AND PROPERTY IDENTIFICATION
The Consultant will identify and obtain available existing mapping /research of the project
area, and perform topographic mapping and preparation of accurate base maps design of
the project.
Task 2.1 Compile Control Data
The Consultant will compile horizontal and vertical monument control records from the
files within our office. The horizontal datum will be referenced to the Washington
coordinate system grid, north zone, North American datum of 1983, 1991 adjustment
(NAD83/91). The vertical datum will be referenced to the North American Datum of 1988
(NAVD88).
Task 2.2 Set Up for Field Crew
The Consultant will provide the field crews with digital files for downloading into data
collector and providing hard copies of survey maps and control diagrams for use when
surveying and mapping.
Task 2.3 Horizontal and Vertical Control Traverse
The Consultant will perform a horizontal and vertical control traverse originating from
existing horizontal and vertical control monuments or survey traverse points to the job site
and back.
Task 2.4 Topographical Mapping
The Consultant will provide Topographic Surveying, which will consist of but not limited to
the following:
Mapping the former railroad right -of -way (ROW) for a length of approximately 400
feet: The 400 feet will consist of approximately 200 feet of the proposed bridge
location in addition to approximately 100 feet on each side. The width of the
Scope of Services January 27, 2010 Page 4
City of Port Angeles
Dry Creek Pedestrian Bridge Trail Project
mapping will include the total width of the former 100 -foot railroad right -of -way in
addition to 15 feet on both sides for a total width of 130 feet.
Mapping Dry Creek and its channel: The centerline and approximate limits of
ordinary high water of Dry Creek will be mapped. In addition, the limits of the
exposed and scoured rock on both sides of said creek will be mapped. Mapping of
the creek channel will extend 200 feet upstream and downstream for a total of 400
feet, to an elevation approximately 15 feet above the centerline of the creek.
Mapping of Utilities: All utilities within the limits of the areas defined above will be
mapped. Mapping of said utilities will be based on above ground observations and
those delineated by representatives of various utility firms. One call utility locate
services will be requested by calling 1- 800 -424 -5555.
Mapping of significant trees: Trees over 8" diameter at breast height (DBH) will be
located.
Task 2.5 Deed and Boundary Survey Research
The Consultant will perform the necessary deed and boundary survey research to
determine the location of the former railroad right -of -way in the vicinity of the project area.
Deliverables:
ROW Base Map
Task 2.6 Field Data Reduction and Quality Control
The Consultant will download, verify and reduce electronic data collection files. The
Consultant will process said files to compute the coordinates of the mapped points to be
used to generate a topographic map.
Task 2.7 Topographic Map Production
The Consultant will prepare the Topographic Map. The final map will include but not be
limited to the following:
Contours at a 2 -foot intervals.
Elevations on hard surfaces to 0.01 feet when shown.
Elevations on ground surfaces to 0.10 feet when shown.
The location of all mapped utilities.
The location of former railroad right -of -way.
Reference to the horizontal and vertical datum used to produce the map. All
dimensions will be in U.S. survey feet.
The final topographic survey will be plotted on a standard 24" x36" D size transbond paper
Deliverables:
Scope of Services January 27, 2010 Page 5
City of Port Angeles
Dry Creek Pedestrian Bridge Trail Project
Topographic Survey Base Map
Task 2.8 Preparation of Digital Files
The Consultant will compile and provide a final map in Auto Cad file format in 3d.
Task 2.9 Professional Land Surveyor Review
The Consultant will oversee, direct work and review all data and maps produced during
the course of this project.
Task 2.10 Boundary Analysis
The Consultant will analyze all deed and boundary research items performed under Task
2.5 to determine the location of the former railroad right -of -way.
Task 2.11 Project Coordination and Meetings
This task is to account for any meetings or calls for project coordination during the project.
The following meeting is anticipated:
Preliminary Design Meeting
TASK 3 GEOTECHNICAL STUDY
The Consultant will conduct geologic reconnaissance, subsurface field explorations (field
test borings), assessments, and design studies for the new bridge.
Task 3.1 Field Exploration
Based on review of previous geotechnical reports for the vicinity, we understand the upper
soils in the subsurface may vary considerably due to the wide variety of depositional
environments that have historically been present at the site. Up to two (2) feet of fill is
anticipated, and it is considered likely that sand, gravelly sand, and silty sands will be
encountered during advancing of boreholes.
The Consultant will explore the subsurface conditions for the bridge abutments and the
support on the east side of the proposed bridge by conducting a total of three (3) test
borings at the project site. All test borings would be drilled to a depth of approximately
twenty -five feet below the existing ground surface (BGS) or refusal on sound bearing
strata, whichever occurs first. If potentially liquefiable loose sands were encountered, one
of the borings would be advanced to a depth of approximately fifty feet below the existing
ground surface (BTS) or refusal on sound bearing strata, whichever occurs first. The
Consultant will also conduct a hand auguring investigation in the steep (western slope
bank) support area where no access is available for heavy equipment.
The hollow stem auger borings would be advanced through the on -site soils utilizing a 4'
inch inside diameter hollow stem auger. Samples of the subsurface material will be taken
with a two (2) inch O.D. split spoon sampler driven to 18 inches. The sampler will be
driven into the various strata using a 140 -pound hammer falling 30 inches. The number of
blows required to advance the sampler each successive 6 inch increment would be
recorded. The total number of blows required to advance the sampler the second and
Scope of Services January 27, 2010 Page 6
City of Port Angeles
Dry Creek Pedestrian Bridge 1 Trail Project
third 6 inch increments is the penetration resistance (N value). This test is called the
standard penetration test (SPT) described by ASTM D 1586 method.
Disturbed and undisturbed samples of the materials encountered in the test borings will be
collected at two and one -half (2 1 /2) foot intervals to a depth of 10 feet, whereupon
samples will be collected in 5 foot intervals. If problem soils are encountered between
sampling intervals, then additional samples may also be collected. Each additional
sample would be collected at a charge of $40.00. A Call Before You Dig and a private
utility clearance will be obtained prior to initiating any test borings at the project site.
All soils samples retrieved from the borings will be screened by a Photo Ionization Device
(PID) for the presence of volatile organic compounds. If any aromatic hydrocarbons are
detected in the cuttings, then we will drum the cuttings and discuss the scope of work and
cost estimate for laboratory analyses to identify the contaminant's presence in the cuttings
and their concentration. These analyses would also be required for waste stream
characterization for disposal of the cuttings to an appropriate disposal facility. This
proposal does not include the cost for any chemical analyses or other environmental
investigation and disposal of the cuttings off site.
Task 3.2 Laboratory Testing
An experienced soils engineer engineering geologist will visually classify soil samples
obtained in the field. The Consultant will conduct laboratory testing to determine the
physical and engineering properties of the on -site soils.
The testing schedule will be dependent upon the type of soils encountered at the site
within the test borings, and as engineering analyses and laboratory testing proceeds. The
laboratory- testing schedule may consist of the following tests:
Tests ASTM Designation
Natural Water Content D2216
Particle Size Analysis D422
Liquid Plastic Limits (Atterberg Limits) D4318
Consolidation (if required) D2435 -90
Task 3.3 Engineering Analysis and Report
The Consultant will conduct the necessary engineenng analyses utilizing the data
acquired from the test borings and subsequent laboratory testing to develop foundation,
drill shaft and spread footing design parameters, earth work concerns, soils type,
presence and depth of groundwater and its impact on the proposed construction, and
suitability of existing soils to support the proposed structural Toads.
In addition to the geotechnical engineering analyses, the report will include a section
addressing the geological setting of the site and associated geologic hazards. The report
will include the results of our field exploration and laboratory tests, engineering analyses,
and relevant design parameters. At a minimum, our report will address the following
information:
Scope of Services January 27, 2010 Page 7
City of Port Angeles
Dry Creek Pedestrian Bridge Trail Project
Test boring layout plan, comprehensive test boring logs including soil stratification
and classification, and groundwater levels where applicable
Recommended foundation type for structures will be evaluated, including drilled
shafts and spread footings for abutments and one interior pier
Recommendations for foundation capacity will be provided in general conformance
with the American Association of State Highway and Transportation Officials
(AASHTO) and Load and Resistance Factor Design (LRFD) methods
Allowable foundation bearing pressure, anticipated settlements (both total and
differential), coefficient of horizontal friction for footing design, and frost penetration
depth
Lateral shaft capacity will be provided in the form of LPILE or DFSAP parameters
Liquefaction analysis if loose /soft liquefiable soils are encountered at the site
Recommendations for seismic design considerations including site coefficient and
ground acceleration
Recommendations for the use, placement, and compaction of on -site soils and
imported fill materials in the abutment areas
Washington State Department of Transportation (WSDOT) guidelines for
geotechnical analysis, design and construction, and materials requirements will be
followed
Deliverables:
30% Preliminary Foundation Recommendations for Bridge Type and Size
Selection and Preliminary Design Memo
90% Draft Geotechnical Report
100% Final Geotechnical Report
Task 3.4 Project Coordination and Meetings
This task is to account for any meetings or calls for project coordination during the project.
The following three (3) meetings are anticipated:
TASK 4 HYDRAULICS
Preliminary Design Meeting
Meeting with the Hydraulic Subconsultant to discuss soils
Final Design Meeting
Task 4.1 Bridge Site Inspection
The Consultant will perform a site inspection to establish conditions upstream and
downstream of the proposed crossing to observe and record the following:
Establish highest flood waterline or 100 Year Flood Elevation relative to the
proposed pedestrian bridge.
Scope of Services January 27, 2010 Page 8
City of Port Angeles
Dry Creek Pedestrian Bridge Trail Project
Hydraulic control sections upstream and downstream of pedestrian bridge.
Bed and bank features including hydraulic friction values, material sizes, and
vegetation.
Potential channel migration and stability upstream and downstream of crossing
based on existing bed and bank features.
During the site inspection, a photo log of the bridge and field notes will be created.
Task 4.2 Bridge Hydraulic Analysis
The purpose of this task is to understand the hydraulic conditions at the existing site, in
order to establish the hydraulic design parameters for proposed pedestrian bridge. The
creek's cross sections upstream and downstream of the bridge will be used in the
hydraulic analysis to assess the local stability of the existing creek and the need for any
scour protection of the pedestrian bridge.
The Consultant will establish water surface elevations and determine local velocities in the
creek under flooding conditions, using HECRAS bridge hydraulic modeling with available
flood information. Using a 100 MRI (years) storm frequency, the Consultant will design for
flow passage using a 500 MRI (years) storm frequency, check for high flow damage, and
also include Normal High Water elevation for construction if necessary. Existing cross
sections 200 ft upstream and 200 ft downstream will be used to assess the flow
characteristics.
Task 4.3 Bridge Deck Drainage Analysis
The Consultant will work to understand the pedestrian bridge deck drainage conditions at
the existing site and to establish hydraulic design parameters for the proposed project.
A discussion of the design standards for each bullet item listed below for the new drainage
system including stormwater applicable exemptions, design storms used for storm drains,
inlets, ditches etc will be provided.
Hydrology: establish existing and proposed conditions to derive runoff values.
Hydraulic /Conveyance design: provide calculations and analysis for runoff to size
drains and other conveyance systems for bridge.
Water Quality and Quantity design: provide technical data to justify exemptions.
Drainage Plans, Profiles and Details, will be included in the report.
Other Reports and Studies: will be included or referenced in the report and
attached in the appendix.
Task 4.4 Bridge Hydraulic Memos and Report
The Consultant will prepare a Hydraulic Report (summary report) covering project existing
site conditions, developed conditions, hydraulic design and, photo log, field notes,
hydraulic model input and output, flow rates and water elevations. The Hydraulic Report
Scope of Services January 27, 2010 Page 9
City of Port Angeles
Dry Creek Pedestrian Bridge Trail Project
will be in accordance with the current design standards in the Washington State
Department of Transportation (WSDOT) "Highway Runoff Manual" (HRM), "Hydraulics
Manual and local jurisdictional requirements if local requirements are more stringent than
those set forth in the aforementioned manuals.
Deliverables:
30% Preliminary Hydraulic Recommendations for Bridge Type and Size
Selection and Preliminary Design Memo
60% Draft Hydraulic Report
90% Draft Hydraulic Report
100% Final Hydraulic Report
Task 4.5 Project Coordination and Meetings
This task is to account for any meetings or calls for project coordination during the project.
The following three (3) meetings are anticipated:
Preliminary Design Meeting
Meeting with the Geotechnical Subconsultant to discuss soils
Final Design Meeting
TASK 5 ENVIRONMENTAL SERVICES AND PERMITTING
Task 5.1 Data Gathering and Field Reconnaissance
The Consultant will gather available data necessary to identify natural resources and /or
critical areas that may be affected by the project and to identify all required regulatory
permits and approvals. The Consultant will obtain relevant data regarding.the project area
and associated regulated features to include but not be limited to: Priority Habitats and
Species List; US Fish and Wildlife Service listing of Threatened and Endangered Species
in Clallam County; and Critical Areas Maps from the City of Port Angeles and /or Clallam
County.
The Consultant's biologist and permitting specialist will visit the project site to identify and
evaluate the presence and condition of Critical Areas and Priority Habitats and Species.
The Consultant will note relevant habitat features in sufficient detail to assess potential
impacts to regulated resources resulting from project design and construction. The
Consultant will gather photo documentation of the project area and relevant habitat
features for inclusion in the Project's environmental compliance package.
Task 5.2 SEPA and Permitting Support
The Consultant will provide support to the City of Port Angeles permitting staff in
preparation of Critical Areas Permit applications and environmental documentation. The
Consultant will review and augment the Draft SEPA Environmental Checklist prepared by
the City for the purpose of incorporating bridge related information, including potential
environmental impacts and measures to minimize and avoid impacts. Supporting
documentation will be limited to documents prepared under this Scope of Work. It is
Scope of Services January 27, 2010 Page 10
City of Port Angeles
Dry Creek Pedestrian Bridge Trail Project
assumed that the SEPA review will result in a Determination of Non significance and no
Environmental Impact Statement or Environmental Assessment will be required.
Deliverables:
Draft electronic copies of the SEPA documentation will be provided to the
City for review.
Final electronic and printed copies of SEPA documentation will be provided
to the City.
Task 5.3 Cultural Resources Documentation Support
The Consultant will provide support to the City's staff archaeologist in preparation of
Cultural /Archaeological Resources documentation. The Consultant will provide pertinent
design and construction information necessary for the City's archaeologist to assess
potential project impacts to culturally sensitive resources.
Deliverables:
90% Design and Construction Information Memo
100% Design and Construction Information Memo
TASK 6 AESTHETICS
Task 6.1 Trail Aesthetic Feature Design
The Consultant will develop trail aesthetic feature designs and details in the vicinity (within
200 feet of each end of the Dry Creek Bridge) consistent with the City of Port Angeles Dry
Creek Bridge and Trail Planning Study on the Olympic Discovery Trail, June 2009.
Representative features include: bollards, interpretive signs, signage, and benches in
coordination with the design team and the City.
The Consultant will provide schematic designs, and after review and comment by the City
of Port Angeles, final construction plan details, including associated specifications and
opinion of probable construction cost, will be developed.
Deliverables:
30% Preliminary Schematic Design
100% Design Construction Plan Details
Task 6.2 Project Coordination, Meetings and Public Meeting
This task is to account for any meetings or calls for project coordination during the project.
The following three (3) meetings are anticipated:
Preliminary Design Meeting
Final Design Meeting
Public Meeting
Scope of Services January 27, 2010 Page 11
City of Port Angeles
Dry Creek Pedestrian Bridge Trail Project
Renderings and /or hand outs will be developed to support the Public Meeting.
TASK 7 BRIDGE AND ROADWAY ENGINEERING
Task 7.1 Bridge Site Inspection
A bridge site inspection will be performed as a first order of work to establish what the
bridge site conditions are and to evaluate bridge constructability.
Task 7.2 Collection and Review of Existing Data
The Consultant will initiate data collection activities as a first order or work. During this
task, the Consultant will review existing available technical data provided by the City,
including:
City of Port Angeles Dry Creek Bridge and Trail Planning Study on the Olympic
Discovery Trail, June 2009
Right of Way Plans in the project area
Utility Routings (sewer, gas, water, cable, telephone) in the project area
During this task, the Consultant will review the information obtained at the project site visit
and Kickoff Meeting with the City and information provided by the project team members,
including:
Survey Topographical Base Map Survey
Hydraulics Analysis
Geotechnical Analysis
Aesthetics Recommendations
Task 7.3 Develop Design Criteria and Identify Issues
The Consultant will review the relevant bridge and roadway site data, and develop design
constraints, design considerations, and design criteria for development of the Project.
The Consultant will evaluate the bridge site and feasible alternatives and develop issues
and approaches with benefits for the feasible bridge alternatives.
Task 7.4 Bridge Type and Size Selection
The Consultant will prepare a screening matrix to evaluate a superstructure consisting of
either a one or two span steel truss bridge and a substructure consisting of either cast in
place concrete shafts or cast in place concrete spread footings. These alternatives will be
evaluated based on impact on right of way, impact on the environment, impact on existing
utilities, construction period, long -term maintenance cost, aesthetics, accommodation of
the alignment and profile, abutment and interior pier foundations, construction cost, and
any other issues that are raised under Task 7.3.
After preparing a screening matrix for bridge alternatives, the Consultant will present their
findings to the City and recommend a preferred alternative. The Consultant will work with
the City to refine the preferred alternative and obtain the City's approval.
Scope of Services January 27, 2010 Page 12
City of Port Angeles
Dry Creek Pedestrian Bridge Trail Project
Deliverables:
Alternatives Screening Matrix
Task 7.5 Preliminary Design
The Consultant will prepare preliminary design (approximately 30% design) for the bridge,
with approximate span length of 200 feet, and for the gravel approach roadway for
approximately 50 feet beyond each bridge abutment, for the recommended bridge
alternative, as approved by the City.
The Consultant will prepare plans to show the bridge type, size and location, horizontal
and vertical alignments, and typical sections. The plans will be accompanied by a
preliminary design bridge opinion of probable construction cost.
Preliminary design will include ongoing collaboration with the City and the documentation
of the project design constraints, considerations, criteria, issues and approaches.
Geometric calculations will be performed to completely define the bridge geometrics.
Preliminary structural design calculations will be performed to conceptually size the
structural members.
The Consultant will prepare the preliminary design bridge opinion of probable construction
cost using approximate quantities of materials for some bid items and lump sum estimates
for some bid items, depending on the degree of design completed. Historical bid unit
prices for projects in Western Washington will be used to determine appropriate unit bid
prices for the preliminary design bridge opinion of probable construction cost.
Deliverables:
30% Bridge Plans and Opinion of Probable Construction Cost
Task 7.6 Bridge Procurement Contract Support
The Consultant will work with the City to prepare a procurement contract advertisement
for purchasing the pre- fabricated steel truss bridge superstructure for the Dry Creek
Pedestrian Bridge Trail project. The Consultant will provide support to the City during
the procurement contract advertisement.
The Consultant will address Contractor requests for information and interpretations of the
procurement contract documents. The Consultant will provide Bid Item quantity checks,
process updates to the Contract Provisions and Contract Plans for any Addendums. The
Consultant will review the Contractor bids and provide recommendations to the City
regarding the award of the procurement contract.
Upon transmittal by the City, the Consultant will review the design calculations and shop
drawings for the pre fabricated structure, as provided by the selected manufacturing
company.
Task 7.7 Final Design
The Consultant will prepare final design (100% design) for bridge and roadway elements
for the recommended bridge alternative.
Scope of Services January 27, 2010 Page 13
City of Port Angeles
Dry Creek Pedestrian Bridge Trail Project
The Consultant will prepare a complete plans, specifications and estimates (PS &E)
package. This involves complete bridge structural design, checking and CADD plan sheet
preparation in accordance with City of Port Angeles current standards at the time of
contract execution. The substructure will be fully documented with design check and
calculations. The superstructure will be designed by the pre- fabricated steel truss
fabricator and their design calculations will be reviewed and spot checked by the
Consultant. The plans and calculations will be stamped and signed. The plans will be
hard copy (11" x 17 paper.
The Consultant will prepare the final design opinion of probable construction cost using
approximate quantities of materials for some bid items and lump sum estimates for some
bid items, depending on the degree of design completed. Historical bid unit prices for
projects in Western Washington will be used to determine appropriate unit bid prices for
the bridge opinion of probable construction cost.
The Consultant will provide a plans -in -hand constructability review in the field, using the
final 90% bridge plans. Results will be incorporated into the final design and detailing of
the structure.
The Consultants internal QA/QC procedures will be utilized throughout the design effort
on this Project. Independent check of the structural design calculations and CADD plan
sheets will be performed. Checks will also be made of computer program input as well, to
insure the accuracy of the results. Drawings and details will be reviewed for
constructability and for conformance to drawing standards.
The Consultant will work with the City to prepare a construction contract advertisement for
construction of the Dry Creek Pedestrian Bridge Trail Project.
Deliverables:
90% Plans, Specifications and Opinion of Probable Construction Cost
100% Plans, Specifications and Opinion of Probable Construction Cost
Task 7.8 Bid Support Services
The Consultant will provide support to the City during the project advertisement.
The Consultant will address Contractor requests for information and interpretations of the
contract documents. The Consultant will provide Bid Item quantity checks, process
updates to the Contract Provisions and Contract Plans for any Addendums. The
Consultant will review the Contractor bids and provide recommendations to the City
regarding the award of the contract.
Scope of Services January 27, 2010 Page 14
Task
DRY CREEK PEDESTRIAN BRIDGE I
1. PROJECT MANAGEMENT 1
2. SITE SURVEY MAPPING AND PROPERTY IDENTIFICATI
2.1 Compile Control Data
2 2 Set Up Field Crew
2.3 Honzontal and Vertical Control Traverse
2.4 Topographical Mapping
2.5 Deed and Boundary Survey Research
2 6 Field Data Reduction and Quality Control
2.7 Topographical Mao Production
2.8 Preparation of Digital Files
2.9 Professional Land Surveyor Review
2 10 Boundary Analysis
2.11 Proiect Coordination and Meetings
3. GEOTECHNICAL STUDY
3.1 Field Exploration
3.2 Laboratory Testing
3.3 Engineering Analysis and Report
3 4 Project Coordination and Meetings
4. HYDRAULICS
4.1 Bridge Site Inspection
4 2 Bndge Hydraulic Analysis
4 3 Bridge Deck Drainage Analysis
4.4 Bridge Hydraulic Memos and Report
4.5 Proiect Coordination and Meetings
5. ENVIRONMENTAL SERVICES AND PERMITTING
5.1 Data Gatherinq and Field Reconnaissance
5.2 SEPA and Permitting Support
5.3 Cultural Resources Documentation Support
6. AESTHETICS
6.1 Trail Aesthetic Feature Design
6.2 Proiect Coordination. Meetings and Public Meeting
7. BRIDGE AND ROADWAY ENGINEERING
7.1 Bndae Site Inspection
7.2 Collection and Review of Existing Data
7.3 Develop Design Cnteria and Identify Issues
7 4 Bridge Type and Size Selection
7.5 Preliminary Design
7.6 Bridge Procurement Contract Support
7.7 Final Design
7 8 Bid Support Services
Subtotal'
Direct Costs'
Escalation'
TOTAL'
Exhibit B
Summary of Cost Per Consultant
Exeltech
$4.017.09
51.848.18
$2,182.56
$2.182.56
$3.076.57
$1.801.04
$1.254.79
$2.948.78
525.424.44
510.254.57
$36.349.49
53,153.29
$94,493.34
52.712.50
597,205.84
Wangler
5291.04
$436.56
52.427.60
512,138.00
5582.08
53,492.48
55.820.80
5582.08
52,057.68
51.398.08
5727.60
529,954.001 59,608 99 510,000.00 59,160.00
51.500.001 56,777.11 $475.00 5100.00
531,454.001 516,386.10 510,475.00 $9,260.00
Page 1 of 4
I Krazan
$1.815.09
5339.10
56,033.69
51,421.11 1
MP Stormwater I Lindberg-Smith
51.500.00
53,000.00
51.000.00
53.000.00
$1.500.00
55,930.00
53.230.00
Total
$4,017 09
5291.04
$436.56
52,427.60
512,138.00
$582.08
$3,492.48
55.820.80
5582.08
$2,057.68
51.398.08
$727.60
51.815.09
5339.10
56.033.69
$1,421.11
51,500.00
53.000.00
51.000.00
53,000.00
$1,500.00
51,848.18
$2.182.56
$2,182.56
55.930.00
$3,230.00
53,076.57
$1,801.04
51.254.79
$2,948.78
525,424.44
$10,254 57
536,349.49
53,153.29
$153,216 33
511.564.61
5164,780.94
Task
DRY CREEK PEDESTRIAN BRIDGE
1. PROJECT MANAGEMENT
2. SITE SURVEY MAPPING AND PROPERTY IDEN
2.1 Comoile Control Data
2.2 Set Uo Field Crew
2.3 Honzontal and Vertical Control Traverse
2.4 Topographical Maiming
2.5 Deed and Boundary Survey Research
2.6 Field Data Reduction and Quality Control
2 7 Topographical Mao Production
2.8 Preparation of Digital Files
2.9 Professional Land Surveyor Review
2.10 Boundary Analysis
2.11 Proiect Coordination and Meetings
3. GEOTECHNICAL STUDY
3.1 Field Exploration
3.2 Laboratory Testing
3 3 Engineering Analysis and Report
3.4 Project Coordination and Meetings
4 HYDRAULICS
4.1 Bridge Site Inspection
4.2 Bridge Hydraulic Analysis
4.3 Bndge Deck Drainage Analysis
4.4 Bridge Hydraulic Memos and Report
4.5 Proiect Coordination and Meetings
5. ENVIRONMENTAL SERVICES AND PERMITTINJ
5.1 Data Gathennq and Field Reconnaissance
5.2 SEPA and Permitting Support
5.3 Cultural Resources Documentation Support
6. AESTHETICS
6.1 Trail Aesthetic Feature Design
6.2 Proiect Coordmahon. Meetings and Public Meeting
7. BRIDGE AND ROADWAY ENGINEERING
7 1 Bridge Site Inspection
7.2 Collection and Review of Existing Data
7 3 Develop Design Criteria and Identify Issues
7.4 Bridge Type and Size Selection
7.5 Preliminary Design
7 6 Bndge Procurement Contract Support
7 7 Final Design
7.8 Bid Support Services
TOTAL'
12
8
2
2
2
8
8
8
8
58
Exhibit B
Hours Sheet
6
3 8
2 6
2 4
2 16
2 80
2 60
2 120
12
21 306
Page 2 of 4
2
20
60
82
Exeltech Labor Hours
e
0
0
0
a c
W 0. .0
N J
C c 3 V
d
c E E o
al 2 c 0 C w
f1 i 3
7. C C 0
9
8
8
8
24
8
12
12
32
120
120
240
9
27
16
20
20
19
12
8
20
230
70
310
20
772
Task
DRY CREEK PEDESTRIAN BRIDGE
1 PROJECT MANAGEMENT
2. SITE SURVEY MAPPING AND PROPERTY IDEN
2.1 Compile Control Data
2.2 Set Uo Field Crew
2.3 Horizontal and Vertical Control Traverse
2.4 Topographical Mapping
2 5 Deed and Boundary Survey Research
2.6 Field Data Reduction and Quality Control
2.7 Topographical Mao Production
2.8 Preparation of Digital Files
2.9 Professional Land Surveyor Review
2.10 Boundary Analysis
2.11 Proiect Coordination and Meetings
3. GEOTECHNICAL STUDY
3.1 Field Exploration
3.2 Laboratory Testing
3 3 Enaineenna Analysis and Report
3.4 Proiect Coordination and Meetings
4. HYDRAULICS
4.1 Bridge Site Inspection
4.2 Bndge Hydraulic Analysis
4.3 Bridge Deck Drainage Analysis
4.4 Bridge Hydraulic Memos and Report
4.5 Proiect Coordination and Meetings
5. ENVIRONMENTAL SERVICES AND PERMITTING
5.1 Data Gathering and Field Reconnaissance
5.2 SEPA and Permitting Support
5.3 Cultural Resources Documentation Support
6. AESTHETICS
6.1 Trail Aesthetic Feature Design
6.2 Proiect Coordination. Meetings and Public Me
7. BRIDGE AND ROADWAY ENGINEERING
7.1 Bridge Site Inspection
7.2 Collection and Review of Existing Data
7.3 Develop Design Criteria and Identify Issues
7.4 Bndge Type and Size Selection
7.5 Preliminary Design
7 6 Bndge Procurement Contract Support
7.7 Final Design
7 8 Bid Support Services
10
8
TOTAL 18
2
3
4
24
40
4
5
82
10
50
Exhibit B
Hours Sheet
Wengler Surveying
10
50
60 I 60
Page 3 of 4
4
3 m
v 0
0) 0
f/f
II
2
3
20
100
4
24
40
4
4 14
8
5
224
4
4
Q
12
24
15
51
Krazan Associates
18
18
8
8
e
0
A o
cn S
0
o 0 a
0)
w c
i
w Y
9 9
N o
8
4
8
20
20
4
62
15
101
Task
DRY CREEK PEDESTRIAN BRIDGE
1. PROJECT MANAGEMENT
2 SITE SURVEY MAPPING AND PROPERTY IDEN
2.1 Compile Control Data
2.2 Set Uo Field Crew
2.3 Horizontal and Vertical Control Traverse
2.4 Topographical Mappjn i
2.5 Deed and Boundary Survey Research
2.6 Field Data Reduction and Quality Control
2.7 Topographical Mao Production
2.8 Preparation of Digital Files
2.9 Professional Land Surveyor Review
2.10 Boundary Analysis
2.11 Proiect Coordination and Meetings
3. GEOTECHNICAL STUDY
3.1 Field Exploration
3 2 Laboratory Testing
3.3 Engineering Analysis and Report
3.4 Project Coordination and Meetings
4. HYDRAULICS
4.1 Bridge Site Inspection
4.2 Bridge Hydraulic Analysis
4.3 Bndge Deck Drainage Analysis
4.4 Bridge Hydraulic Memos and Report
4.5 Proiect Coordination and Meetings
5. ENVIRONMENTAL SERVICES AND PERMITTING
5.1 Data Gathennq and Field Reconnaissance
5.2 SEPA and Permitting Support
5.3 Cultural Resources Documentation Support
6. AESTHETICS
6.1 Trail Aesthetic Feature Design
6.2 Proiect Coordination. Meetings and Public Me
7. BRIDGE AND ROADWAY ENGINEERING
7.1 Bridge Site Inspection
7.2 Collection and Review of Existing Data
7.3 Develop Design Criteria and Identify Issues
7.4 Bndge Type and Size Selection
7.5 Preliminary Design
7.6 Bridge Procurement Contract Support
7.7 Final Design
7.8 Bid Support Services
Exhibit B
Hours Sheet
MP Stormwater'Lindberg Smith Architects'
15 15
30 30
10 10
30 30
15 15
TOTAL' 100 100
Page 4 of 4
58
34
92
10
10
Y V
0
.0
5
J
C
E 0
m
o
a 0
5
J y 4
O= 1g.
68
34
102
27
2
3
20
100
4
24
40
4
14
8
5
20
4
62
15
15
30
10
30
15
16
20
20
68
34
19
12
8
20
230
70
310
20
1,299
Port Angeles Dry Creek Pedestrian Bridge
City of Port Angeles
Task DescriF Engineenng, Environmental
Subconsultant Fee Determination
Subconsulta Exeltech Consulting, Inc
Code Classification Man Hours
LABOR Hours Rate
Project Manager
Deputy Project Manager
Sr Bridge Engineer
Bridge Engineer
Environmental Lead
Environmental Support
Sr CADD Tech
Administration
Total Hours
Total DSC
Increase of Work
Labor Escalation for '11 0 0
Escalated Total DSC
Overhead (OH Cost including Salary Additives)
OH Rate x DSC of 160 27% x
Fixed Fee (FF)
FF Rate x DSC of 32 00% x
Reimbursables
Itemized
Meals and Lodging
Mileage
Reproduction and Pnntmg
Computer Charge (Drafting)
Computer Charge (Engineering)
Postage and Supplies
Ferry Fare
Reimbursables Total
Exeltech Subtotal
Subconsultant Costs (See Exhibit G)
Grand Total
Exhibit C
Prime Consultant Fee Determination
Quantity
10
3,750
500
Units
each
each
copies
hours
hours
10 Est
58 x $62 41
21 x $55 65
306 x $48 30
82 x $45 15
24 x $50 44
32 x $28 60
240 x $27 68
9 x $32 40
772
Start Date
End Date
Exeltech Project
COPA Project
Dollars
3,619 90
1,168 65
14,779 80
3,702 30
1,210 61
915 26
6,642 72
291 60
32,330.84
0 00
32,330.84
$32,330 84 51,816.63
$32,330 84 10,345.87
Rate In Scope
$20 00 200 00
$0 550 2,062 50
$0 50 250 00
$10 00 0 00
$15 00 0 00
$20 00 200 00
$25 00 0 00
2,712.50
97,205.84
67,575.10
164,780.94
Exhibit C
Subconsultant Fee Determination Wengler Surveying
Port Angeles Dry Creek Pedestrian Bridge Start Date
City of Port Angeles
Task Description: Surveying End Date
Subconsultant Fee Determination Exeltech Project
Subconsultant: Wengler Surveying COPA Project
Classification
Hours Labor Rate Dollars
Project Surveyor 18 x $64 25 $1,156 50
Office Technician 82 x $53 50 $4,387 00
Party Chief 60 x $53 50 $3,210 00
Chainman 60 x $35 75 $2,145 00
Clencal 4 x $28 50 $114 00
Total Hours 224
Total Direct Labor Cost $11,012.50
Labor Escalation for 11
Increase of Work
0 0
Escalated Labor Cost
$0 00
$0.00
Overhead (OH Cost including Salary Additives)
OH Rate x DSC of 140 00% x $11,012 50 $15,417.50
Fixed Fee (FF)
FF Rate x DSC of 32% x $11,012.50 $3,524.00
Reimbursables Quantity
Itemized Units Rate In Scope
Mileage each $0 550 $0 00
Meals and Lodging each $15 00 $0 00
Reproduction and Printing 25 each $2 00 $50 00
Field Equipment Rental 1 each $1,450 00 $1,450 00
Reimbursables Total $1,500.00
Grand Total $31,454.00
Prepared By Jim Wengler Date January 11, 2010
Port Angeles Dry Creek Pedestrian Bridge
City of Port Angeles
Task Description: Geotechnical
Subconsultant Fee Determination
Subconsultant: Krazan Assoc
Classification
Reimbursables Quantity
Itemized
Mileage
DnIling Costs
Private Utility Locates
Laboratory Testing
Mobilizations Between Hok
Bentonite
PID
Misc
Reimbursables Total
Prepared By
Labor Escalation for '11
Exhibit C Krazan Associates
Subconsultant Fee Determination
Sr Geotech Eng
Project Engineer /Geology
Consultation Eng
Draftsman
Field Eng /Sr Geologist
Total Hours
Ronald Nance
Hours
Start Date
End Date
Labor Rate
4 x $49 04
51 x $37 27
18 x $45 12
8 x $25 50
20 x $33 35
101
Total Direct Labor Cost
Increase of Work
0 0
Escalated Labor Cost
Overhead (OH Cost including Salary Additives)
OH Rate x DSC 122 20% x $3,780 09
Fixed Fee (FF)
FF Rate x DSC 32% x $3,780 09
Units Rate
364 each $0 550
1 lump sum $4,950 00
1 lump sum $520 00
1 lump sum $220 00
2 Est $150 00
15 each $25 00
2 each $95 00
1 each $22 12
Exeltech Project
COPA Project
$196 16
$1,900 77
$812 16
$204 00
$667 00
Grand Total $16,386.10
Date January 14, 2010
Dollars
$3,780.09
$0 00
$0.00
$4,619.27
$1,209.63
$200 00
$4,950 00
$520 00
$220 00
$300 00
$375 00
$190 00
$22 11
$0 00
$6,777.11
Exhibit C
Subconsultant Fee Determination MP Stormwater Engineering
Port Angeles Dry Creek Pedestrian Bridge
City of Port Angeles
Task Description: Hydraulics
Subconsultant Fee Determination
Subconsultant: MP Stormwater
Classification
Hydraulic Engineer
Total Hours
Labor Escalation for 11
Overhead (OH Cost including Salary Additives)
OH Rate x DSC of 0 00% x $10,000 00 $0.00
Fixed Fee (FF)
FF Rate x DSC of 0% x
Start Date
End Date
Exeltech Project
COPA Project
Hours Labor Rate Dollars
100 x $100 00 $10,000 00
x
100
Total Direct Labor Cost $10,000.00
Increase of Work
0 0 $0 00
Escalated Labor Cost $0.00
$10,000 00 $0.00
Reimbursables Quantity
Itemized Units Rate In Scope
Mileage 500 each $0 550 $275 00
Meals and Lodging each $75 00 $0 00
Reproduction and Prin 4 each $50 00 $200 00
Field Equipment Rental each $0 00 $0 00
$475.00
Grand Total $10,475.00
Prepared By Rose Peralta Date January 11, 2010
Fixed Fee (FF)
Exhibit C
Subconsultant Fee Determination Lindbert-Smith Architects
Port Angeles Dry Creek Pedestrian Bridge
City of Port Angeles
Task Description: Aesthetics
Subconsultant Fee Determination
Subconsultant: Lindberg -Smith Architects
Classification
Labor Escalation for 1 t
FF Rate x DSC of 0% x
Start Date
End Date
Exeltech Project
COPA Project
Hours Labor Rate Dollars
Architect 92 x $95.00 $8,740 00
Administration 10 x $42.00 $420 00
Total Hours 102
Total Direct Labor Cost $9,160.00
Increase of Work
0 0 $0 00
Escalated Labor Cost $0.00
Overhead (OH Cost including Salary Additives)
OH Rate x DSC of 0.00% x $9,160 00 $0.00
$9,16000 $0.00
Reimbursables Quantity
Itemized In Scope Units Rate In Scope
Mileage each $0 585 $0 00
Reproduction (b /w) 200 each $0 10 $20 00
Reproduction (color) each $0 89 $0 00
Postage and Supplies 4 each $20 00 $80 00
Reimbursables Total $100.00
Grand Total $9,260.00
Prepared By Charlie Smith Date January 11, 2010
EXHIBIT D
PROJECT SCHEDULE
Notice to Proceed February 24, 2010
Bridge Type and Size Selection March 26, 2010
Advertise, Pre Fabricated Bridge Procurement Contract April 19, 2010
Preliminary Design Completion April 30, 2010
Award Pre Fabricated Bridge Procurement Contract May 10, 2010
Final Design Completion May 14, 2010
Advertise for Construction Bids June 7, 2010
Award Construction Contract July 12, 2010
Delivery Prefabricated Bridge September 13, 2010
Construction Complete October 31, 2010
,Ac CERTIFICATE OF LIABILITY INSURANCE OP ID BH DA 05/25
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: It the certiticate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. It SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
ACEC /MARSH
701 Market St., Ste. 1100
St. Louis MO 63101
Phone:800- 338 -1391 Fax :888- 621 -3173
INSURED
COVERAGES
Exeltech Consulting, Inc.
8729 Commerce Place Dr. Ste. A
Olympia, WA 98516
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
LLTR TYPE OF INSURANCE
GENERAL LIABILITY
1 COMMERCIAL GENERAL LIABILITY
I CLAIMS -MADE X OCCUR
GEN'L AGGREGATE LIMIT APPLIES PER
POLICY I X 1 E I LOC
AUTOMOBILE LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
UMBRELLA LIAB
EXCESS LIAB
DEDUCTIBLE
CERTIFICATE HOLDER
ACORD 25 (2009/09)
OCCUR
CLAIMS -MADE
EXEL -02
INSURER(S) AFFORDING COVERAGE
INSURER A New Hampshire Insurance Co
INSURER B
I INSURER C
INSURER D
INSURER E
INSURER F
CERTIFICATE NUMBER: REVISION NUMBER:
ADDt SUtih
INSR WVDI POLICY NUMBER
City of Port ,Ange a..
Pilblic Works and Utihtres d Ark
Engineering Services Cm ME
RETENTION
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y N
ANY PROPRIETOR/PARTNER/EXECUTIVG
OFFICER/MEMBER EXCLUDED? I N A
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
A Professional 33054731 -02
Liability
DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required)
City of Port Angeles
Public Works Utilities Dept
321 East Fifth Street
PO Box 1150
Pop't Angeles WA 98362 -0217
CITYOF
I NAME
YHUNt
(A/C, No, Ext).
t -MAIL
ADDRESS
YKUJVt.�K
CUSTOMER ID tr.
POLICY EFF POLICY EXr
(MM /DD/YYYY) (MM /DD/YYYY)
05/26/11 05/26/12
CANCELLATION
AUTHORIZED REPRESENTATIVE
LIMITS
EACH OCCURRENCE 1$
DAMAGL I U NLNTEu
PREMISES (Ea occurrence)
MED EXP (Any one person)
PERSONAL ADV INJURY
GENERAL AGGREGATE I$
PRODUCTS COMP /OP AGG I
(A/C, No)
COMBINED SINGLE LIMIT
(Ea accident)
BODILY INJURY (Per person)
BODILY INJURY (Per accident)
PROPERTY DAMAGE
(Per accident)
ITORY LIMITS I I U ER
EACH OCCURRENCE
AGGREGATE
E L EACH ACCIDENT
E L DISEASE EA EMPLOYEE'
E L DISEASE POLICY LIMIT
Claim
Aggregate
5,l01q
I$
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS
$2,000,000
$2,000,000
C R 'CO rights reserved.
The ACORD name and logo are registered marks of ACORD
NAIC