HomeMy WebLinkAbout000286 Original ContractTHIS AMENDMENT NO. 1 is made and entered into this �8' day of
2012, by and between the City of Port Angeles, a non charter code city of the State of
Washington, (hereinafter called the "CITY and Vanir Construction Management, Inc., a
California Corporation authorized to do business in the State of Washington (hereinafter called
the "CONSULTANT
NOW, THEREFORE, in consideration of the representations and the terms, conditions,
covenants and agreements set forth in the original AGREEMENT and this AMENDMENT, the
parties hereto agree as follows:
SECTION 1
The CITY entered into the existing AGREEMENT with the CONSULTANT on February 21,
2012, (the AGREEMENT).
SECTION 2
I AMENDMENT SCOPE OF SERVICES
The Scope of Services is amended to include Task 2, The Waterfront Development
Project Phase I, as described in the attached Exhibit A2 to Amendment 1. The CONSULTANT
shall provide and furnish all services and material necessary to accomplish Task 2.
II TIME OF PERFORMANCE
The work for Task 2 shall be completed by August 26, 2013, as described in Exhibit B2.
III MAXIMUM COMPENSATION
The CONSULTANT'S total compensation and reimbursement are stated in the attached Exhibit
C2 to Amendment 1. The maximum compensation amount of the Agreement for Task 2 is
$299,005. The budget for Task 2 may be further adjusted by mutual agreement without an
amendment to the Agreement, as long as the maximum compensation for Task 2 of $299,005 is
not exceeded. The maximum compensation amount for all Tasks of the Agreement is
$2,086,673.
OCA 2011 -01
AMENDMENT NO. 1 TO THE
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN
THE CITY OF PORT ANGELES
AND
VANIR CONSTRUCTION MANAGEMENT, INC.
OCA 2012 -02
000286 AMENDMENT 1
Amendment 1, Page 1 1/27/2011
IV EXHIBITS
This Amendment, including its exhibits, constitutes the entire Amendment, supersedes all prior
written or oral understandings related to the subject of this Amendment, and may only be
changed by written agreement by both parties. The following exhibits are hereby made a part of
this Amendment:
Exhibit A2 Task 2 Scope of Services
Exhibit A2.a Task 2 Responsibility Matrix
Exhibit B2 Task 2 Schedule
Exhibit C2 Task 2 Budget and Level of Effort
SECTION 3 RATIFICATION
Except as modified herein, the original AGREEMENT is confirmed and ratified.
In WITNESS WHEREOF, the parties hereto have executed this Amendment No. 1 to the
Agreement as of the date and year first written above.
CITY OF PORT ANGELES VANIR CONSTRUCTION
MANAGEMENT, INC.
By:
ATTEST:
atfitia4A)LiAtAki
sa Hurd, City Clerk
APPROVED AS TO FORM:
William E. Bloor, City Attorney
OCA 2011 -01
City Manager
By: G�
Mansour Aliabadi
Title: President CEO
Amendment 1, Page 2 1/27/2011
A. BACKGROUND AND OBJECTIVES
B. APPROACH TO SERVICES
EXHIBIT A2
SCOPE OF SERVICES
2012 On -Call Construction Management Service
Task 2: Waterfront Development Project Phase 1
A.1 Backaround and Objective: The Agreement's objective is construction management services for the
Waterfront Development Project Phase 1, TR02 -2003 (Project).
The CONSULTANT shall perform construction management services as the lead representative for the
CITY, providing oversight and administration of the Project construction contractor (Contractor)
performing work for the Waterfront Development Project Phase 1 as designed by Studio Cascade
(ENGINEER). This Project consists primarily of constructing the following:
Demolition of various site features;
Construct an esplanade north of Railroad Avenue;
Reconstruct the storm drainage system in Railroad Avenue and Oak Street within the project limits;
Construct rain gardens along Railroad Avenue and Oak Street within the project limits;
Removal and replacement of existing road sections along Railroad Avenue and Oak Street with new
sections that include raised intersection and parking areas;
Replacement of trees, sidewalks, and parking areas;
Related electrical work;
Various finish items including bike stands, benches, etc.
B.1 Construction Manaaement Duration: The duration of the construction contract is currently estimated
to be approximately 290 calendar days. Including construction phase and project closeout services;
duration of ten (10) months has been estimated for the construction management services, with two
months inactive (January, February 2013). A Notice to Proceed (NTP) was given to the Contractor on
September 28, 2012.
B.2 Contractor Direction: The CONSULTANT will be the CITY's lead representative for the Project and
shall provide the primary day to day direction and written correspondence with the Contractor.
B.3 CONSULTANT Level of Effort: The level of construction management required is highly dependent
upon the quality of the design, the disposition of the Contractor, unforeseen conditions and the level of
change required to complete the Project. The Project budgets expressed are based on the
CONSULTANT's experience as it relates to normal parameters of change and contractors conformity to
the contract requirements.
B.4 CONSULTANT Field Office: The CONSULTANT is expected to have a field office near the Project site
for the Phase 1 CSO Project during the Waterfront Phase 1 Project. The field office will be suitable for use
by the Waterfront Phase 1 Project field staff. A portion of the field office costs that are included in the
Phase 1 CSO Project budget will be attributed to the Waterfront Phase 1 Project. The portion will be 10
percent of the field office costs for the time that field personnel are required for the Waterfront Phase 1
Project. The cost of cellular phone service for the CONSULTANT staff will be billed to the CITY.
B.5 Miscellaneous Structural. Electrical. and Geotechnical Su000rt: The ENGINEER shall support the
CONSULTANT's inspection of structural and electrical work. The CONSULTANT will coordinate with the
ENGINEER to have their structural and electrical engineers make observations and comments on the
structural and electrical installations. The ENGINEER (or their subconsultant) will provide geotechnical
engineering assistance as needed. CITY inspector(s) shall provide code related electrical and building
department inspections.
OCA 2011 -02
1 Rev 10/1/2012
B.6 Community Relations: The CITY will be responsible for all community outreach and coordination with
individual property owners and local businesses during the construction. CONSULTANT's staff will attend
community outreach activities as requested by the CITY. The CITY will prepare outreach materials.
CONSULTANT's staff will assist with preparing information and /or draft outreach materials, as requested.
All printing, mailing, and associated costs will be paid by the CITY. The CONSULTANT's staff will provide
field coordination with individual property owners and businesses during construction.
B.7 Exhibit A2.a Attached to Exhibit A2 is Exhibit A2.a, Task 2: Waterfront Development Project Phase
1 Project Responsibility Matrix. Exhibit A2.a forms the foundation and understanding of the below Scope
of Services as well as defining roles and responsibilities per tasks.
C. CONSTRUCTION PHASE SERVICES
C.1 Pre Construction Meetina: The CONSULTANT shall prepare an agenda, conduct the Pre Construction
Meeting and take and distribute meeting notes.
Deliverables: Final Pre Construction Meeting Notes (three copies plus one PDF version).
C.2 Document Control: In concert with the CITY's procedures, the CONSULTANT shall prepare a limited
SharePoint based document control system that defines the flow of documents on the project. The
CONSULTANT shall provide the server and external connectivity to CONSULTANT's SharePoint base
system. The CONSULTANT shall be responsible for field documents only. The original executed contract
documents shall be in the control of the CITY. Copies of all pertinent contracts shall be given to the
CONSULTANT to assist in its management duties of the Project. The Construction Contract documents
shall be amended to require the use of SharePoint by the Contractor. The CONSULTANT shall provide
one training (web based) session for CITY and Contractor project members who will use the document
control system.
Deliverables: Contract files organized by file index ready for archiving (both hardcopy and electronic
versions). A document control system utilizing SharePoint.
C.3 Submittal Coordination: The CONSULTANT shall develop a Master Submittals List to assist in
verification that required submittals have been submitted. The CONSULTANT shall coordinate the
submittal process between the Contractor and the CITY. The CITY will coordinate any reviews or
information required by the ENGINEER. The CONSULTANT shall track submittals to support the needs of
the Project. Submittals will be sent by the Contactor to the CONSULTANT who will forward to the CITY
for review. The CITY or the ENGINEER is responsible for the review and approval of all technical
submittals.
Deliverables: Master Submittal Log, Submittal Log and Submittal files with original submittal,
comments, and final submittal.
C.4 Requests for Information: The CONSULTANT shall coordinate Contractor Requests for Information
(RFIs) with the CITY. RFIs will be logged and tracked. Written responses shall be expedited by the
Consultant to support the needs of the Project. Technical RFI's will be forwarded to the CITY for a
response. The CITY will coordinate any reviews, responses or information required by the ENGINEER.
The CONSULTANT will track RFI turnaround times and advise the CITY of RFIs requiring expedited
response.
Deliverables: RFI Log and RFI files with original RFI and response.
C.S Proaress Meetinas: The CONSULTANT shall conduct progress meetings to assist in the coordination of
the Project. One progress meeting every week is anticipated. These progress meetings, however, may
be Tess frequent during periods of inactivity or by mutual agreement of the CITY, the CONSULTANT and
OCA 2011 -02
2 Rev 10/1/2012
the Contractor. Agendas, supporting documentation and meeting notes will be prepared by the
CONSULTANT and distributed to attendees. These meetings will last approximately one to two hours.
Deliverables: Meeting notes in PDF format sent to attendees and filed.
C.6 Chanae Manaaement /Estimatina /Schedule Impact Reviews: The CITY will manage change orders,
determine entitlement and make final approval. For CITY change proposals, the CONSULTANT shall take
technical information from the ENGINEER and /or the CITY and prepare and submit a request for a
change proposal to the Contractor. The ENGINEER then will assist the CONSULTANT in costs estimating
on an as needed basis.
Change order requests from the Contractor will be reviewed by the CITY and CONSULTANT for
entitlement. The CONSULTANT will assist the CITY in preparing cost and schedule impact documentation.
Independent estimates will be prepared by the CONSULTANT, as requested by the CITY, for change
order negotiations. The CONSULTANT shall review and comment on schedule impact requests stemming
from a change order. The CITY will negotiate with the Contractor to resolve change orders. The
CONSULTANT will provide support to the CITY in the form of project records and documentations in
support of the CITY's negotiations.
Deliverables: Support documentation for change order as noted above.
C.7 Payment Application: The CONSULTANT will receive, review, negotiate, and assist the CITY in
processing the Contractor's payment application. CONSULTANT shall verify unit price quantity, as well as
percentages of completion for lump sum items.
Deliverables: Monthly progress payment packages recommended for payment.
C.8 Monthly Status Reports: The CONSULTANT shall provide a Monthly Status Report for the contract
that will highlight progress from the previous month, report on Project costs, and provide information on
current issues and general scheduling status. Deliverables will be a one -to -two page report at the end of
each month starting with on -site construction and ending with substantial completion. Each report shall
include at a minimum the following:
Deliverables: Monthly Status Report in electronic PDF format.
C.9 Field Inspection: The CONSULTANT shall provide field inspectors per Exhibit C2, Task 2 Waterfront
Development Project Phase 1, Budget and Level of Effort. Exhibit C2 may be modified by written
agreement of the CITY and the CONSULTANT in response to the Contractor's work sequence and
schedule. A daily inspection report will be prepared by each inspector that will document work activities
and installed quantities. The inspectors shall take photos and videos as necessary to document the work.
Key photos shall be logged into the SharePoint system. No independent verification of unit price
quantities will be provided when the work is not being observed. Progress photos of work observed will
be taken. No offsite fabrication inspection is anticipated. Overtime costs for inspection over 40 -hours per
week are not included in the costs shown in Exhibit B1. It is understood that if the Contractor works over
40 -hours per week, the CITY will back charge the Contractor to cover the CONSULTANT'S overtime costs.
Deliverables: Daily inspection reports and progress photos.
OCA 2011 -02
Brief summary of construction completed during the period.
Construction work in progress and /or scheduled to start for the next period.
Issues which need to be addressed to maintain schedule.
Identification of critical issues with construction which could impact cost or schedule.
Status report on Contractor's administrative requirements including change order processing,
RFI responses, schedule submittals, technical submittals and re- submittals, and others.
3 Rev 10/1/2012
C.10 Inspection Clarification: The CONSULTANT shall monitor the quality of the construction to guard the
CITY against defects and deficiency in the Contractor's work. When the CONSULTANT, CITY, OR ENGINEER
determines that the Contractor's work is non conforming to the Contract Documents, the CONSULTANT may
reject work and transmit to the CITY and Contractor a notice of non conforming work. No action taken by
the CONSULTANT shall relieve any or all of the Contractors from their obligations to perform their work in
strict conformity with the contract documents and all other applicable laws, rules and regulations.
Communication between the CONSULTANT and Contractor with regard to inspections shall not be binding on
the CONSULTANT or the CITY, or release the Contractor from the terms of their contract with the CITY.
The CONSULTANT is not responsible for, nor does the CONSULTANT control, the Contractors means and
methods of construction for the Project. It is understood that the CONSULTANTS action in providing
inspection are a service to the CITY and by inspecting the Project the CONSULTANT is not assuming
responsibility or liability, in whole or in part, for all or any part of the Project's construction work.
C.11 Contractor's Safety Proaram: The CONSULTANT shall verify that safety programs are submitted to the
CITY by the Contractor, as required by the Contract documents. The CONSULTANT shall not be responsible
for or have any liability in whole or in part for Contractor's implementation of or compliance with Contractor
safety programs and safety laws, regulations, etc.
C.12 Special Inspections /Material Testina: The CONSULTANT will secure a subcontract for special
inspections /materials testing services related to International Building Code (IBC) compliance. The
special inspection firm will provide the CONSULTANT with a written report for each day of inspection.
Test results will be forwarded to the CITY as well as the Contractor and ENGINEER. An allowance of
$18,000 has been allocated to the budget. Special Inspections /Material Testing costs are highly
predicated on the final approach that the Contractor takes.
Deliverables: Special Inspection Daily Reports and Material Testing Reports.
C.13 Coordination of Other City Consultants: The CONSULTANT shall assist the CITY in the coordination of
third -party consultants. The CONSULTANT, however, is not responsible for providing, nor does the
CONSULTANT control, the actual performance of the work of other consultants. The CONSULTANT is
performing an administrative and coordination function for the convenience of the CITY and is not acting in a
manner so as to assume responsibility or liability, in whole or in part, for any part of such services provided
by others.
C.14 Substantial Completion: In consultation with the ENGINEER and CITY, the CONSULTANT shall review
the Contractor's request for substantial completion and final completion. CONSULTANT shall recommend to
the CITY when the Project and the Contractor's work is substantially complete. The CONSULTANT shall, prior
to issuing a notice of substantial completion, compile a list of incomplete work (punch list) which does not
conform to the contract documents based on input from the ENGINEER and the CITY. This list shall be
attached to the Certificate of Substantial Completion. The CONSULTANT shall issue the notice of substantial
completion to the Contractor.
C.15 Closeout Services: The CONSULTANT will assist the CITY in processing closeout documentation.
This includes processing final change orders, receiving and reviewing as -built and vendor O &M manuals,
and processing final payment applications. The CONSULTANT will ensure that the Contractor secures
easement restoration acceptance from private property owners. The CITY will take the lead in
completing the public works contract acceptance and release of retainage.
Deliverables: As -built drawings, vendor O &M data, warranties, spare parts
C.16 Survey: The CONSULTANT shall have within its team a surveyor licensed within the State of
Washington to perform survey staking as needed. For purposes of this Agreement, a $2,000 budget has
been established as a reasonable level of effort.
OCA 2011 -02
4 Rev 10/1/2012
D. POST CONSTRUCTION PHASE
D.1 Final Completion: The CONSULTANT shall assist the CITY to determine final completion.
D.2 Final Payment: The CONSULTANT shall advise the CITY when it recommends that the final payment be
made to the Contractor.
D.3 Record Documents: The CONSULTANT shall coordinate and expedite submittals of information from the
Contractor for as -built record drawings and transmit them to the ENGINEER.
E. OPTIONAL SERVICES
E.1 Claim Resolution Support: The base scope of work does not include claim resolution support. If claim
support is needed from the CONSULANT this would be an extra service. This service would be dependent
upon the details of the specific claim.
E.2 Dispute Review Board Assistance: When requested, the CONSULTANT will provide assistance to the
Dispute Review Board that is defined as part of the construction contract, in providing access to project
records and assisting with making copies of requested records.
OCA 2011 -02
END OF EXHIBIT
5 Rev 10/1/2012
EXHIBIT B2
Construction Phase October 8, 2012 to July 1 2013
Construction Inactive Period January 1, 2013 to February 28, 2013
Post Construction Phase July 1, 2013 to August 26, 2013
OCA 2011 -02
Schedule of Task 2
6 Rev 10/1/2012
VANIR
SEa No PNo
001 1
002 1
003 4
004 4
005 4
006 4
007 4
008 4
009 I 4
010 4
011 4
012 4
013 4
014 4
015 4
016 4
017 4
018 4
019 4
020 4
021 4
022 4
023 4
024 4
025 4
026 4
027 4
028 4
029 4
030 4
031 4
032 4
on 4
034 4
035 4
036 4
037 4
038 4
039 4
040 5
041 5
Page 1 of 1
PHASE
TASKS ALL PHASES
TASKS ALL PHASES
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
POST
CONSTRUCTION
POST
CONSTRUCTION
Exhibit A2.a Responsibility Matrix
ELEMENT
Typical Task
Typical Task
Construction Initiation
Construction Initiation
Construction Initiation
Construction Initiation
Community Relations
Community Relations
Inspection
Inspection
Inspection
Inspection
Submittals
Job Site Meetinas
Job Site Meetinas
Monthly Report
Reauest for Information
Reauest for Information
Reauest for Information
Reouest for Information
Reauest for Information
Chanae Orders
Chanae Orders
Payment Reauest
Payment Request
Payment Reauest
Payment Reouest
Payment Reauest
Project Close Out
Project Close Out
Proiect Close Out
Project Close Out
Project Close Out
Proiect Close Out
Project Close Out
Project Close Out
Project Close Out
Proiect Close Out
Claims or ORB
Warranty Work
Warranty Work
DESCRIPTION I I
IManaae Vanir Contract wthin established budgets I I
I Preoare monthly Vanir Contract status report I I
ISet uo document controls trackina system SharePoint I I
'Conduct pre construction meeting, establish communication and construction phase
orocedures
ICoordinate work of onme contractor I I
'Formally notify contractor of contractual obligation to conform to all applicable security, 11
occupational safety and health standards
tissue Construction Updates to Community. post monthly report on website I
Coordinate information distribution to local businesses and public for current schedule
impacts
Provide Special Inspection Testing Services, Survey As- Needed
Prepare Daily Inspection Reoorts and Progress Photos
Coordinate and schedule all on -site insoection and testino
Approval of ode death
Manage flow of submittals to insure timely return to contractor
Schedule conduct meetinas
Document meebngs
Prepare Monthly Status Report for contract
Perform initial review
Prepare RFI Resoonse
Perform final review
Ensure timely orocessina of RFI through time loos
Issue document clarifications
Preoare chance order documentation and coordinate approval by City
Distribute track chance orders
Verify of comoletion
!Confirm as -built drawings are complete to date of request and documents are well 11 maintained
IProvide payment recommendation letter 11
(Track actual estimated construction cost 11
ITrack stop notices releases, Non Conformance Reoorts releases 11
'Conduct inspections to determine substantial and final completion, including facility start
and operational checkout
iDeveloo coordinate ore -final inspection, document ounch lists
IDeveloo document final ounch list
1 Distribute track all ounch lists Ensure comoletion
I Ensure proper assembly of all warranty information
IPreoare final as -built documents
'Review and forward to the City written warranties operations manuals, spare parts, lien
waivers certificates of inspections and occupancy
Ilssue notices of comoletion 11
ICoordjnate clearance of stoo notices /NCRs 11
I Provide audit support to City as necessary 11
Ilssue Cure Notice and Show Cause Notices I I
'Coordinate response to problems
'One year project walk
Responsibility Kew*
1 Primary
2 Secondary
3 Information Only
4 Review Approve
N- No Involvement
t
n. 2
U
3
3
2
3
2
1
1
N
N
N
N
2
2
3
4
N
2
3
3
3
3
2
3
N
3
N
2
2
2
2
2
3
3
3
1
3
1
1
5
5
N I
N I
2 I
3 I
N
2 I
2
3
N
N
N
1
N
2
3
3
N
1
2
2
2
N
3
N
N
N I
N I
3 I
21
2
2
3
N
1
N
3
3
2
2
2
1
1
1
1
2
1
1
2
2
1
1
1
2
1
1
1
1
1
2
1
1
1
1
1
1
1
1
1
1
2
2
1
2
2
2
2
N
N
N
2
2
N
2
N
N
N
N
3
3
N
N
N
N
N
2
N
N
2
3
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
11
II
11
11
II
II
II
II
II
II
Abbreviations
PA City of Port Angeles
VCM Vanir Construction Management
StuduoIZEN Studio Cascade/Zenovjc Associates
Comments Action Items
I I Identify primary businesses that are impacted by work
City to take the lead wth support from VCM and Studio/ZEN
NTI and Wenaler Surveying
To be done by Design Enaineer or Geotech
II
II
I (City to be involved in all "Show Cause" and "Cure Notices"
Tuesday, October 02, 2012
VAN IR
Team Member
Scott Tomlinson, Area Manager
Tim Clark, Protect Director
Keith Parker, Construction Manager
Jason Hart, Project Coordinator
Dan McNay, Sr Inspector
Laura Ditt, Assistant PM
Vanir Technical Support
Vanir-Personnel Budget
Sub- Consultants
Mike Roberts, KBA Vice President (Oversight of KBA team members)
Misty Fisher, KBA Operations Manager (Sharepoint Training /Final Packaging of Files
for City)
sal Newberry, KBA Inspector
Tony San Antonio, Field Engineer
Deborah Ottum, KBA Project Controls (KBA Invoicing, Inspector Support)
NTI Special Inspections
Wengler
Total Sub- Consultants Budget
10% On Sub- Consultants (B &O,Insurance,O &P)
Total Sub Consultants Budget Wrth 10% Mark -Up
Indirect Budget
Estimated Per -Diem Long Term No Food
Travel Ferry Fee Budget
Mileage
Inspectors Vehicles (Includes Inspectors Mileage)
Indirect Budget
Field Office Expense printing, supplies, etc
10% (B &O,Insurance,O &P)
Feld Office Budget (total monthly cost from CSO protect)
Total Budget
Subconsufant
KBA
NTI
Wengler
City of Port Angeles 2012 On -Call CM Services Contract
Exhibit C2, TASK 2 Waterfront Development Project Esplanade TR02 -2003, Budget and Level of Effort
Lost Revision 9/24/2012
Company Position Rate 2012
Vanir Area Manger 5 168 49
Vanir Project Director 152 78
Vanir Proj /Const Manager 149 93
Vanir Project Coordinator 73 60
Vanir Senior Inspector 111 14
Vanir Assist Project Manager 102 05
Vanir Technical Support 14000
Company Position
KBA Vice President 188 83
KBA Operations Manager 86 76
KBA Inspector 107 18
KBA Field Engineer 75 23
KBA Project Controls 111 77
NTI various N/A
Wengler various N/A
$900 /Month /Person /FTE
NTE Budget
156,584
18,000
2,000 t
5 900
3120
056
2013 1
increase plts/8ld /A
350 Seo -12
Rate 2013
174 39 24
158 13
155 18 8
76 18 16
5 115 03
105 62
14490
196 38 1
90 23 8
11147
78 24
116 24 2
N/A
N/A
Construction 1 Shut Down
Oct -12 Nov -I2 Dec -12 1 Jan -13 Feb-13
32
24
24
4
2
184
8
1
1,000
600
24
24
24
4
1
160
8
1
2,000
200
8
1
3,000
200
24 1 8
24
24 1
4
152
Construction
Mar -13 Apr -13 May -13 Jun -13 Jul -13 1 Aug -13
1
24 24 24 24 241 8
24 24 24 24 24 12
24 24 24 24 20 16
4 4 4 4 4 4
168
8
3,000
200
176
8
2,000
200
176
8
2,000
200
160
8
1
3,000
200
18
8
2,000
200
900 900 900 900 900 900 900 900 900 900
125 125 125 125 31 31 5 125 125 125 5 125 125 125
132 132 132 132 132 132 132 132 132 132 132 132
989 860 817 5 903 946 946 860 97
5 100 100 100 5 25 25 50 50 50 50 5 50 5 95
Closeout
Sep -13
2012 2013 Totals Budget
6 104 150 254 43.594
8 80 156 236 36,202
12 88 160 248 18,665
4 12 28 40 4,182
102,643
1 4 9 13 2,523
3 10 3 13 1,138
496 698 1,194 130,965
24 40 64 4,935
1 5 9 14 1,605
18,000 18,000
2,000 2,000
161,167
16,117
177,283
9,000
1,312
1,584
6,418
18,314
695
70
765
299,005
pORTq�, City of Port Angeles
1~ %�►fe,ts Public Works Utilities Department
Engineering Services Division
321 E. Fifth Street
Port Angeles WA 98362
Tel: 360 417 -4700
e
�ch'oRKSa4�`: Fax: 360-417-4709
WHEREAS, the CITY desires construction management services; and
City of Port Angeles
Record #000286
On -Call Agreement: OCA 2012 -02
2012 ON -CALL CONSTRUCTION MANAGEMENT SERVICES
iSsr
THIS ON -CALL AGREEMENT (Agreement) is made and entered into this,. day of t'.ibri,La4/t y, by
and between the CITY OF PORT ANGELES (CITY), a non charter code city of the State of Washington,
(hereinafter called the "CITY and VANIR Construction Management, Inc., a California State corporation
authorized to do business in the state of Washington (hereinafter called the "CONSULTANT CITY and
CONSULTANT may hereinafter be referred to as "Parties."
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:
THE PARTIES HEREBY AGREE AS FOLLOWS:
I SCOPE OF SERVICES
General Scope. This Agreement will provide professional construction management services for the City
of Port Angeles. The CONSULTANT intends to provide construction management services for the City of
Port Angeles. This Agreement shall be effective on the last date set forth in the signature page. This
Agreement will remain in force and effect for inclusion of additional "Tasks" for three years from the
effective date of this Agreement.
The scope of initial professional services tasks to be performed and the results to be achieved by the
CONSULTANT shall be as detailed in the attached Exhibit Al and shall include all services and material
necessary to accomplish the work. Additional tasks may be assigned as provided elsewhere in this
agreement.
The CITY may review the CONSULTANTS work product, and if it is deemed not satisfactory, the
CONSULTANT shall make such changes as may be required by the CITY. Such changes shall not
constitute "Extra Work" as defined in Section XI of this Agreement.
The CONSULTANT agrees that all services performed under this Agreement shall be in accordance with
the standards of the construction management profession and in compliance with applicable federal,
state and local laws.
OCA 2011 -02
1 Rev 2/2/2012
The Scope of Services may be amended upon written approval of both parties.
This Agreement does not grant an exclusive right to the construction management work covered in the
Scope of Services to the CONSULTANT. The CITY reserves the right to contract with other parties or by
other means if deemed to be in its interest.
II OWNERSHIP OF DOCUMENTS
Upon completion of the work, all documents, exhibits, photographic negatives, digital photos, drawings,
survey data, field notations, electronic data and modeling, 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 written direction to proceed from the CITY for each Task.
The work for shall be completed within a performance period as specified in each Task. The performance
period for the Agreement is set forth in Exhibit B. The time of performance of initial Task is set forth in
Exhibit B1.
V MAXIMUM COMPENSATION
The CONSULTANT'S compensation and reimbursement under this Agreement, for each project, work,
study, or undertaking authorized by this Agreement including labor, direct non -salary reimbursable costs,
and outside services, shall be specifically set forth in each Task. Compensation and payment procedures
are set forth in Exhibit C of this Agreement.
VI INDEPENDENT CONTRACTOR STATUS
The relationship created by this Contract is that of owner independent contractor. The CONSULTANT is
not an employee of the CITY and is not entitled to any benefits provided by the CITY to its employees.
The CONSULTANT, as an independent contractor, has the authority to control and direct the performance
of the services provided. The CONSULTANT 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.
VII 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 employees, 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 on any of the work or services provided pursuant to this Agreement, 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.
OCA 2011 -02
2 Rev 2/2/2012
VIII 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.
IX SUBCONTRACTS
A. The CONSULTANT shall not sublet or assign any of the work covered by this Agreement without the
prior 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 sub consultant or supplier shall be notified by the CONSULTANT of CONSULTANTs
obligations under this Agreement, including the nondiscrimination requirements.
X 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 services. 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.
XI 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 CONSULTANTS 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 work completed.
C. CITY may suspend Tasks at its sole discretion. If a Task is suspended by CITY for more than 30
consecutive days, CONSULTANT shall be compensated for services performed prior to the notice of
suspension. When the Task is resumed, provided the suspension was not caused by CONSULTANT's
negligence or wrongful act, CONSULTANTs compensation shall be equitably adjusted to provide for
expenses incurred in the interruption and resumption of CONSULTANTs services. If the parties are
unable to agree on an equitable adjustment, the CONSULTANT may submit a written claim for
increases in the cost of performance, excluding profit. Upon such resumption, CONSULTANT shall
promptly continue with its responsibilities under this Agreement.
OCA 2011 -02
3 Rev 2/2/2012
D. In the event of termination or suspension as provided for above, CONSULTANT will provide CITY all
construction drawings, sketches, renderings, models, other reproducible drawings, surveys, field
notations, reports, photographs, calculations, prepared by CONSULTANT under this Agreement,
copies of all correspondence and papers received or issued by CONSULTANT and all equipment and
publications authorized by CITY for purchase shall be delivered to CITY upon request and CITY shall
have the same rights to their use as if the termination or suspension had not occurred. 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.
XII FORCE MAJEURE
A. Definition. For the purposes of this Agreement "Force Majeure" means an event which is beyond
the reasonable control of a Party including, but not limited to (1) strikes, lockouts, work slowdowns
or stoppages, or accidents, (2) acts of God, 3) and delay caused by an act or omission of the other
Party, and which makes a Party's performance of its obligations under the Agreement impossible or
so impractical as to be considered impossible under the circumstances
B. No Breach of Contract. The failure of a Party to fulfill any of its obligations under the Agreement
shall not be considered to be a breach of, or default under, this Agreement insofar as such inability
arises from an event of Force Majeure, provided that the Party affected by such an event has taken
all reasonable precautions, due care and reasonable alternative measures in order to carry out the
terms and conditions of this Agreement, and has informed the other Party as soon as possible about
the occurrence of such an event.Extension of Time. Any period within which a Party shall, pursuant
to this Agreement, complete any action or task, shall be extended for a period equal to the time
during which such Party was unable to perform such action as a result of Force Majeure.
C. Payments. During the period of their inability to perform the services as a result of an event of Force
Majeure, the Consultant shall be entitled to continue to be paid under the terms of this Agreement,
notwithstanding that any costs caused by an act or omission of the other Party will be borne by the
party incurring the same.
XIII INDEMNIFICATION /HOLD HARMLESS AND INSURANCE
Indemnification Hold Harmless
CONSULTANT shall defend, indemnify and hold the CITY, its officers, officials, employees and authorized
volunteers harmless from any and all claims, injuries, damages, losses or suits including reasonable
attorney fees, arising out of or resulting from the negligent or wrongful acts, errors or omissions of the
CONSULTANT in performance of this Agreement, except for injuries and damages caused by the
negligence of the CITY.
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 and the CITY, its officers, officials,
employees, and volunteers, the CONSULTANTs liability hereunder shall be only to the extent of the
CONSULTANTs negligence. It is further specifically and expressly understood that the indemnification
provided herein constitutes the CONSULTANTs 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.
There are no third party beneficiaries of this CITY- CONSULTANT Agreement and no one except the
parties to this Agreement may seek to enforce its terms.
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. Insurance requirements are set forth in Exhibit E.
OCA 2011 -02
4 Rev 2/2/2012
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.
XIV CONSULTANT'S KEY PERSONNEL AND SUBCONSULTANTS
CONSULTANTs key personnel and sub consultants for this Agreement as described in the selection
process and designated in Exhibit F to this Agreement, shall remain assigned for the duration of the
Agreement unless otherwise agreed to in writing by the CITY. The CITY shall not unreasonably withhold
approval of staff changes. The CITY may require substitution of any personnel or sub consultant provided
that the CITY has first notified the CONSULTANT in writing and allowed a reasonable period for
adjustments and /or corrections.
XV PERFORMANCE EVALUATION
The CITY will conduct written evaluation of CONSULTANT's services pursuant to this Agreement.
CONSULTANT will be given a copy of the evaluation report and will have an opportunity to provide a
written response. The evaluation and the response will be kept in CITY's files to be used as part of the
selection process for future construction management services.
XVI CORRECTIONS AND APPROVALS
A. Corrections. Any defective designs, specifications, drawings, products, or services furnished by
CONSULTANT will be promptly corrected by CONSULTANT at no cost to CITY.
B. Approvals. CITY's approval, acceptance, use or payment for all or any part of CONSULTANTs services
or of a task shall in no way alter CONSULTANTS obligations or CITY's rights hereunder.
XVII REPRESENTATIONS AND WARRANTIES
CONSULTANT hereby represents and warrants to CITY the following:
A. That CONSULTANT is financially solvent, able to pay CONSULTANTs debts as they mature and
possessed of sufficient working capital to complete the services required and perform CONSULTANTS
obligations hereunder;
B. That CONSULTANT is able to furnish any of the plant, tools, materials, supplies, equipment, and labor
required to complete the services required and perform all of CONSULTANTs obligations hereunder
and has sufficient experience and competence to do so;
C. That CONSULTANT shall comply with all applicable state and local laws, statutes, and ordinances
relating to professional registration, licensing and authority to perform all of CONSULTANTs
obligations required to be performed under this Agreement;
D. That CONSULTANTS execution of this Agreement and CONSULTANTS performance thereof is within
CONSULTANTS duly authorized powers; and
D. That CONSULTANTs duly authorized representative has visited the Task site, become familiar with
the local conditions under which the services required hereunder are to be performed and correlated
CONSULTANTs observations with all of the requirements of the Contract Documents.
E. CONSULTANT agrees that the representations and warranties set forth herein shall survive the
execution and delivery of this Agreement.
XVIII APPLICABLE LAW
OCA 2011 -02
5 Rev 2/2/2012
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.
XIX 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 Services
Exhibit Al Scope of Services of Task -1
Exhibit Al.a Phase I CSO: Responsibility Matrix
Exhibit B Performance Period
Exhibit B1 Schedule of Task 1
Exhibit C Compensation and Payment Procedures
Exhibit Cl Budget and Level of Effort of Task 1
Exhibit D 2012 Hourly Wage Rates
Exhibit E Insurance
Exhibit F Key Personnel Task 1
IN WITNESS WHEREOF: The Parties hereto have executed this Agreement by having their authorized
representatives affix their signatures below.
CONSULTANT CITY
Vanir Construction Management Inc CITY OF PORT ANGELES
OCA 2011 -02
6 Rev 2/2/2012
TITLE: President
OCA 2011 -02
BY: l
Ma sour M. Aliabadi
SIGNATURE DATE: 2/22/2012„
CITY MANA
SIGN TURE E:
APPROVED AS TO FORM:
BY:
ATTEST:
CITY ATTOR EY
7 Rev 2/2/2012
The CONSULTANT shall provide to the CITY's Department of Public Works Utilities Department
CONSULTANT services for various CITY projects.
The CONSULTANT'S services shall be provided as requested by the City Manager or his designee on an as
needed basis, as set forth in a "Task." The CONSULTANT shall provide construction management services
for the Phase I CSO Project and any additional projects which may be awarded under this contract as
separate Tasks. Additional tasks authorized after the Agreement is signed will be included as task orders.
SECTION 1. GENERAL PROVISIONS
EXHIBIT A
SCOPE OF SERVICES
A. The CONSULTANT shall perform all services to the satisfaction of the City Engineer.
B. All of the services furnished by the CONSULTANT under this Agreement shall be of the currently
prevailing professional standards and quality demonstrated and provided by construction management
consultant of similar knowledge and skill engaged in related work throughout Washington under the
same or similar circumstances. All documentation prepared by CONSULTANT shall provide for a
completed Task that conforms to all applicable codes, rules, regulations and guidelines which are in effect
at the time such documentation is prepared.
C. All work performed under this Agreement shall be authorized in the initial Agreement or by an
additional bilaterally agreed to Task Order. Each Task shall detail the nature of the specific services to be
performed by the CONSULTANT, the time limit within which such services must be completed and the
compensation for such services. Such details shall include a description of the Task for which
CONSULTANT shall perform the services, the geographic limits of the Task, the type and scope of
services to be performed, the format and schedule for deliverables, the schedule of performance, and the
schedule of compensation. CONSULTANT shall not perform any services unless part of the original
Agreement or authorized by a fully executed Task Order. Any unauthorized services performed by
CONSULTANT shall be at no cost to the CITY.
D. CONSULTANT shall begin work under the Task only after receipt of the authorizing initial Agreement
or Task Order bearing the approval signature of the City Manager or the City Manager's designee. Each
authorized Task Order issued under this Agreement, by the City, shall incorporate all the terms and
conditions of this Agreement.
E. CITY will assign a Project Manager to facilitate each Task authorized under this Agreement.
CONSULTANT shall coordinate with the designated Project Manager on the performance of each Task.
F. CONSULTANT shall be responsible for the coordination with necessary CITY and federal, state and
local agencies for all services authorized under this Agreement.
SECTION 2. BASIC SERVICES.
CONSULTANT shall provide construction management services for the CITY as specified in each Task.
CONSULTANT shall provide the general types of services set forth below. This list of work is meant to be
illustrative in nature only and is not meant to be a complete or exclusive list of
construction management services:
1. Phase I CSO Project construction management
2. Waterfront Improvement Project construction management
3. Other construction management projects as awarded.
OCA 2011 -02
8 Rev 2/2/2012
SECTION 3. SPECIFIC SERVICES.
A. Service Initiation
Prepare Task Scope and Proposal Upon request of CITY's Project Manager, CONSULTANT shall meet
with the Project Manager to discuss the Task. CONSULTANT shall become familiar with the Task
description, scope and goals and develop proposed scope of services.
CONSULTANT shall prepare a proposed scope of services consistent with the standard electronic format
of CITY Professional Service Agreement Task Order as determined by the Project Manager. The proposed
scope of services shall, at a minimum, include the following: a task description, a scope of services
including deliverables, a schedule of performance, and a schedule of compensation. For each Task, in
addition to the specified services, products and deliverables detailed in the Task, CONSULTANT shall
typically perform the following sub tasks, which may be aggregated for administrative efficiency:
Sub -Task 1 Initial Meeting Prior to beginning substantive work on a Task, CONSULTANT shall
meet with CITY to establish procedures and notifications for any necessary meetings and
communications with CITY staff; collect available data from the CITY and establish additional data
needs and availability; confirm the format for all Task products and deliverables; and address any
preliminary Task concerns. The meeting will be the primary opportunity to discuss the CITY'S intent,
schedule and budget for the Task. The CONSULTANT shall prepare minutes of the meeting and
distribute minutes to meeting participants.
Sub -Task 2 Task Coordination Meetings CONSULTANT shall attend and /or conduct Task
coordination meetings as required to perform authorized services and as required by the Project
Manager. CONSULTANT shall prepare minutes of each meeting and distribute minutes to participants.
Sub -Task 3 Task Schedule CONSULTANT shall prepare and submit a detailed schedule of
performance consistent with the Task schedule to the Project Manager for review and approval.
CONSULTANT shall confirm or update the schedule monthly at a minimum. Any changes to the
schedule shall be with the prior written approval of the City Engineer.
Sub -Task 4 Task Progress Report CONSULTANT shall submit a monthly report to the Project
Manager detailing progress on the Task services.
Sub -Task 5 Request for Payment Invoice CONSULTANT shall submit progress payment invoices
to the Project Manager monthly, as specified in Exhibit C. The updated Task schedule and progress
report may be submitted as attachments to the invoice.
Sub -Task 6 Task Record CONSULTANT shall develop and maintain a detailed record of the
chronology of the Task milestones completed that are decisive, conclusive, or relevant to the
outcome of the Task. CONSULTANT shall submit a copy of the Task record to the Project Manager
prior to final payment for services performed on the Task. The record shall be submitted in both
paper and electronic format.
Sub -Task 7 Project Documents Aside from deliverables specified in the Task, and before the
conclusion of the Task and final payment for services performed, CONSULTANT shall submit to the
Project Manager a copy of all Task documents that are decisive, conclusive, or relevant to the
outcome of the Task. Such documents may include, without limitation, topographical surveys and
mapping, field notations, utility mapping, site inventories, base plans, reports and studies, permit
applications and permits, environmental documentation, records of meetings, and communication
documents. Documents shall be submitted in both paper and electronic format, as available.
The Project Manager will review and comment on proposed scope of services, and the parties shall agree
on the terms of the final Task. CONSULTANT shall not be compensated for work performed in preparing a
draft scope of services for a Task.
OCA 2011 02
9 Rev 2/2/2012
B. Task Authorization
The finalized Task Order will be authorized by the City Manager or his designated representative in
accordance with authorization procedures provided in the Port Angeles Municipal Code, Section 3.05.
C. Service Implementation
Upon receipt of an authorized Task and Notice -to- Proceed, CONSULTANT shall begin Task services
OCA 2011 -02
END OF EXHIBIT
10 Rev 2/2/2012
A. BACKGROUND AND OBJECTIVES
EXHIBIT Al
SCOPE OF SERVICES
2012 On -Call Construction Management Service
Task 1: Phase I CSO, Project No. 06 -01
A.1 Backaround and Objective: The Agreement's objective is Phase I CSO Project construction
management services (Project The Project work area extends from downtown Port Angeles, along the
waterfront and the Olympic Discovery Trail, through the former Rayonier mill site, to the City's
wastewater treatment plant (WWTP). The former Rayonier mill site is a Model Toxics Control Act site
currently being cleaned up under an Agreed Order between the Washington State Department of Ecology
and Rayonier LCC. Soil and groundwater handing from excavations on the former Rayonier mill site will
be subject to agreements and coordination with Rayonier and Ecology.
The CONSULTANT shall perform construction management services as the lead representative for the
CITY, providing oversight and administration of the Contractor performing work for the Phase 1 CSO
Project (Project No. 06 -01) as designed by Brown and Caldwell (ENGINEER). This Project consists
primarily of constructing the following:
Demolition of various site features;
Sliplining HDPE force mains through approximately 5,600 LF of existing abandoned industrial water
line;
Open -cut construction of approximately 5,000 LF of 36 -inch HDPE, 3,300 LF of 24 -inch and 30 -inch
HDPE, and 1,300 LF of 16 -inch and 36 -inch pipelines, of which 4600 LF of trench length is the on the
MTCA site;
Modifications to the existing wastewater treatment plant, including replacement and upgrades of
major equipment items;
New prestressed girder bridge over Ennis Creek;
New structures, including an influent diversion structure, CSO return pump station, and effluent
diversion structure;
Modifications to an existing 5 MG above ground welded steel storage tank;
Other miscellaneous and related work including electrical and control systems.
B. GENERAL ASSUMPTIONS AND APPROACH TO SERVICES
B.1 Construction Manaaement Duration: The duration of the construction contract is currently estimated
to be 550 calendar days. Including pre construction, bid phase, and project closeout services, a duration
of 24 months has been assumed for the construction management services. CONSULTANT staffing
estimates have been based on the plans and specifications made available by the CITY (Draft 100
the current proposed duration of the construction contract, and the City's plans to advertise for
contractors in March 2012 with the expected Notice to Proceed (NTP) to the Contractor of no sooner than
June 4, 2012.
B.2 Contractor Direction: The CONSULTANT will be the CITY's lead representative for the Project and
shall provide the primary day to day direction and written correspondence with the Contractor.
B.3 CONSULTANT Level of Effort: The level of construction management required is highly dependent
upon the quality of the design, the disposition of the Contractor, unforeseen conditions and the level of
change required to complete the Project. The Project budgets expressed are based on the
CONSULTANT's experience as it relates to normal parameters of change and contractors conformity to
the contract requirements.
B.4 CONSULTANT Field Office: The CONSULTANT shall provide a field office on -site including intranet
and phone access, furniture, janitorial services and supplies and hot /cold water dispenser. The Contractor
OCA 2011 -02
11 Rev 2/2/2012
shall provide parking stalls for the CONSULTANT and CITY staff. The Contractor shall be responsible for
providing electrical, water and sewer hookups for the CONSULTANT. The field office will require a double
wide (or two joined) trailers approximately 24' X 60'. The base scope of services is predicated on a field
office of this size with no land rent. Office supplies, server, computers, and printer /scanner /fax machine
will be provided by the CONSULTANT. The cost of cellular phone service for the CONSULTANT staff will
be billed to the CITY. It is assumed that the CONSULTANT field office will be located on CITY property or
CITY obtained easement area near the CITY's existing wastewater treatment plant or at another location
that is mutually agreeable to the CITY, CONSULTANT, and Contractor.
B.5 Miscellaneous Electrical. Mechanical, and Geotechnical Support: The ENGINEER shall provide periodic
observations to support the CONSULTANT's inspection of mechanical, electrical and instrumentation
work. The CONSULTANT will coordinate with the ENGINEER to have their electrical and mechanical
engineers make observations and comments on the electrical and mechanical installations. The
ENGINEER (or their subconsultant) will provide geotechnical engineering assistance as needed. CITY
inspector(s) shall provide code related electrical and building department inspections.
B.6 Community Relations: The CITY will be responsible for all community outreach and coordination with
individual property owners and local businesses during the construction. CONSULTANT's staff will attend
public meetings and other community outreach activities as requested by the CITY. The CITY will
prepare outreach materials. CONSULTANT's staff will assist with preparing information and /or draft
outreach materials, as requested. All printing, mailing, and associated costs will be by the CITY.
Additionally, the CONSULTANT's staff will provide field coordination with individual property owners and
businesses during construction.
B.7 Exhibit -A.1a. Task -1 CSO Project Responsibility Matrix: Attached to Exhibit -Al is Exhibit -A.la, Task 1:
CSO Project Responsibility Matrix. Exhibit A.1a forms the foundation and understanding of the below
Scope of Services as well as defining roles and responsibilities per tasks.
B.8 Toxic and Hazardous Materials: Contaminated soil has been found on the Project site, and removal
and disposal of such soil is the responsibility of the construction contractor. CONSULTANT will monitor
the Contractor's activities to ascertain compliance with the contract documents; however, the CITY
acknowledges that the CONSULTANT is not and shall not be required to be in any way an "arranger
"generator "operator or "transporter" of hazardous materials present at or near the Project site, as
these terms are defined in applicable federal or state statutes. The CITY also, acknowledges that the
CONSULTANT is not responsible to discover, handle, remove or dispose of toxic or hazardous material. If
any hazardous materials not currently documented are discovered during construction activities,
CONSULTANT will inform CITY, so that the CITY's environmental consultant can assess the situation.
CONSULTANT will include hazmat awareness training for their employees, and hazmat response to their
employee's exposure, in their Site Specific Health and Safety Plan
C. PRECONSTRUCTION SERVICES
C.1 Construction Management Plan: The CONSULTANT shall develop a Construction Management Plan
(CMP) that defines the Project team's organizational relationship and construction management processes
that relate to change management, requests for information, scheduling, submittals, non conformances,
inspection, quality control, permit compliance, and management information systems. Exhibit A.1 will
assist in the development of the CMP. Any conflicts between the CMP and Exhibit A.1 will be discussed
with the CITY, and unless modified, the contract shall control.
Deliverable: Draft and Final CMP (five copies plus one editable electronic version and one PDF
version) for distribution to the City.
C.2 Master Construction Schedule Development: The CONSULTANT shall develop a Master Construction
Schedule with a reasonable level of detail, to verify the ability to complete the project within the planned
duration of 550 calendar days provided by the contract documents. This schedule shall also include the
OCA 2011 -02
12 Rev 2/2/2012
planned waterfront development project that interfaces with Task I. The CONSULTANT, by developing
such a schedule, is not guaranteeing that the Contractor will complete the project in that sequence or
timeline, as means and methods are the responsibility of the Contractor.
Deliverables: Provide six hard copies 11 X 17 of Master Schedule (One PDF version). Update as
required.
C.3 Document Control: In concert with the CITY's procedures, the CONSULTANT shall prepare a
SharePoint based system a document control system that defines the flow of documents on the project.
The CONSULTANT shall provide the server and external connectivity to CONSULTANT's SharePoint base
system. The CONSULTANT shall be responsible for field documents only. The original executed contract
documents shall be in the control of the CITY. Copies of all pertinent contracts shall be given to the
CONSULTANT to assist in its management duties of the Project. The Construction Contract documents
shall be amended to require the use of SharePoint by the Contractor. The CONSULTANT shall provide
one training session for CITY and Contractor project members who will use the document control system.
Deliverables: Contract files organized by file index ready for archiving (both hardcopy and electronic
versions). A document control system utilizing SharePoint.
C.4 Constructabilitv Review of 100% Construction Documents: The CONSULTANT shall provide a limited
constructability review of the 100% Construction Documents based on the following:
1. Kick off Meeting: The CONSULTANT and CITY (City Optional) shall meet with the ENGINEER's team
to discuss the 100% drawings and specifications review. The purpose of the meeting is to introduce
any new participants to the review (O &M staff, field staff), describe the review processes that will be
used, establish the schedule, identify communication protocols, set up passwords to the
CONSULTANT's constructability review website, and explain features of the web application and the
role of the ENGINEERs in replying to each comment.
2. Technical Bid Document Review: At 100% construction documents completion, the
CONSULTANT shall review the construction document drawings and specifications for
constructability, coordination, clarity, and phasing. The front end documents and the bid
schedule will be reviewed as part of the 100% technical review. The CITY shall provide the
CONSULTANT electronic copies of the 100% plans and specifications. In addition, the CITY shall
provide electronic copies of any new reports or information that should be considered in the
review. To the extent that they can be reasonably determined, given the duration and
circumstances of the review, the CONSULTANT shall provide written comments on:
a. errors, omissions, ambiguities and conflicts
b. inclusion of soils report recommendations
c. coordination between design disciplines
d. accuracy of represented site conditions
e. construction feasibility
f. phasing of construction
g. site logistics including adequacy of access, utilities and laydown area
h. compatibility of "front end" documents and the technical specifications
3. Reconciliation Meeting: The CONSULTANT shall participate in one meeting at the CITY following
the review to present and discuss the comments with the CITY's Project Manager and staff and
the ENGINEER. The CITY will determine which review comments shall be incorporated into the
final design and direct the ENGINEER accordingly.
OCA 2011 02
13 Rev 2/2/2012
4. Deliverables: Three copies plus one electronic version of the comments resulting from the
reviews shall be provided to the CITY for further distribution along with one copy of marked up
contract drawings.
5. Intent: The CONSULTANT is not responsible for providing, nor does the CONSULTANT control,
the project design or the contents of the design documents. By performing the reviews
described herein, the CONSULTANT is not acting in a manner so as to assume responsibility or
liability, in whole or part, for all or any part of the project design and design documents. The
CONSULTANT's actions in reviewing the design documents and in making recommendations as
provided herein are advisory only to the CITY. The ENGINEER is not a third party beneficiary of
the CONSULTANT's work and the ENGINEER remains solely responsible for the contents of the
design drawings and specifications.
C.5 Survey: The CONSULTANT shall have within its team a surveyor licensed within the State of
Washington to perform survey staking as needed. For purposes of this Agreement, a $20,000 budget
has been established as a reasonable level of effort.
D. BID AND AWARD PHASE SERVICES
D.1 Bid Marketina: The CONSULTANT shall assist the CITY in its bid marketing for the Project. This will
entail contacting potential bidders prior to the bid to inform them about the Project and includes
contacting bidders during the bid period to ascertain interest and concerns. Information about the
Project will be reviewed and approved by the CITY prior to dissemination to potential bidders.
Deliverables: Log of contractors contacted and dates.
D.2 Bid and Award Assistance: The CONSULTANT will assist the CITY during the Bid and Award period
as needed and as clarified in Exhibit A.1a.
D.3 Pre -bid Conference: In conjunction with the CITY and ENGINEER, the CONSULTANT shall participate
in the Pre -bid Conference. The conference will be arranged by and hosted by the CITY and will be a
forum for the CITY, CONSULTANT and ENGINEER to explain the Project requirements to the bidders,
including schedule requirements, time and cost control requirements, access requirements, the CITY's
administrative requirements, and technical and other information.
D.4 Bid Ooenina and Recommendations: The CONSULTANT shall attend the bid opening and shall assist
the CITY in evaluating the bids for responsiveness, responsibility, and price and shall assist in researching
Contractor references. The CONSULTANT shall make recommendations to the CITY concerning the
acceptance or rejection of bids.
Deliverables: Memo documenting reference checks.
E. CONSTRUCTION PHASE SERVICES
E.1 Pre Construction Meetina: The CONSULTANT shall prepare an agenda, conduct the Pre Construction
Meeting and take and distribute meeting minutes.
Deliverables: Final Pre Construction Meeting Minutes (three copies plus one PDF version).
E.2 Partnerina Participation: The CONSULTANT shall participate in the partnering sessions with Project
Team members. The partnering sessions will be arranged and hosted by the Contractor as provided for in
the construction contract documents.
E.3 Submittal Coordination: The CONSULTANT shall develop a Master Submittals List to assist in
verification that all required submittals have been submitted upon. The CONSULTANT shall coordinate
the submittal process between the Contractor and the ENGINEER. The CONSULTANT shall track
OCA 2011 -02
14 Rev 2/2/2012
submittals and expedite timely responses from the ENGINEER to support the needs of the Project.
Submittals will be sent by the Contactor to the CONSULTANT who will forward to the ENGINEER for
review. The ENGINEER is responsible for the review and approval of all technical submittals.
Review of contract drawings, methods of work, or information regarding materials or
equipment the Contractor proposes to provide, shall not relieve the Contractor of his responsibility for
errors therein and shall not be regarded as an assumption of risks or liability by the CONSULTANT or the
CITY, or by any officer or employee thereof, and the Contractor shall have no claim under the contract on
account of the failure, or partial failure, of the method of work, material, or equipment so reviewed. A
mark of "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED" shall mean that the CONSULTANT
has no objection to the Contractor, upon his own responsibility, using the plan or method of work
proposed, or providing the materials or equipment proposed.
Deliverables: Master Submittal Log, Submittal Log and Submittal files with original submittal,
comments, and final submittal.
E.4 Reauests for Information: The CONSULTANT shall coordinate Contractor Requests for Information
(RFIs) with the ENGINEER. RFIs will be logged and tracked. Written responses shall be expedited to
support the needs of the Project. Technical RFI's will be forwarded to the ENGINEER for a response.
The CONSULTANT will track RFI turnaround times and advise the ENGINEER of RFIs requiring expedited
response.
Deliverables: RFI Log and RFI files with original RFI and response.
E.5 Proaress Meetings: The CONSULTANT shall conduct progress meetings to assist in the coordination of
the Project. One progress meeting a week is anticipated. These progress meetings, however, may be
less frequent during periods of inactivity or by mutual agreement of the CITY, the CONSULTANT and the
Contractor. Agendas, supporting documentation and meeting minutes will be prepared by the
CONSULTANT and distributed to attendees. These meetings will last approximately one to two hours.
Deliverables: Meeting minutes sent to attendees and filed (three copies plus one PDF version).
E.6 Chanae Management /Estimatina /Schedule Impact Reviews: The CONSULTANT shall manage change
orders and recommend approval to the CITY. For CITY change proposals, the CONSULTANT shall take
technical information from the ENGINEER and /or the CITY and prepare and submit a request for change
proposal to the Contractor. The ENGINEER then will assist the CONSULTANT in costs estimating on an as
needed basis.
Change order requests from the Contractor will be reviewed for entitlement, cost and schedule impacts.
The CONSULTANT will keep the CITY and ENGINEER advised of change orders on the Project.
Independent estimates will be prepared for change order negotiations. The CONSULTANT shall review
and comment on schedule impact requests stemming from a change order. The CONSULTANT will
negotiate with the contractor to resolve changes and recommend change orders to the CITY for approval
and execution.
Deliverables: Change order package(s) ready for CITY approval.
E.7 Schedulina Coordination: The CONSULTANT shall review and comment on the Contractor's Baseline
Construction Schedule and monthly updated schedules. The review shall include, but not be limited to:
Review of Contractor's sequence of work for entire project.
Ensure that Contractor's schedule is consistent with requirements of the contract
documentation and permits.
Ensure Contractor's schedule includes supply and delivery of critical equipment and critical
submittals, critical is defined as being on the critical path.
Any issues of concern.
OCA 2011 02
15 Rev 2/2/2012
In compliance with the contract, The CONSULTANT will request schedule recovery plans should the
Contractor's schedule progress show slippage. The CONSULTANT will review and comment on the
schedule recovery plan. In addition, the CONSULTANT shall perform a Time Impact Analysis for potential
claims or change orders.
Deliverables: Contractor baseline and monthly schedule updates and Time Impact Analysis.
E.8 Payment Aoolication: The CONSULTANT will receive, review, negotiate, and assist the CITY in
processing the Contractor's payment application. This will entail unit price quantity verification as well as
percentages of completion.
Deliverables: Monthly progress payment packages recommended for payment.
E.9 Monthly Status Reports: The CONSULTANT shall provide one Monthly Status Report for the contract
that will highlight progress from the previous month, report on Project costs, and provide information on
current issues and general scheduling status. Deliverables will be a two -to -four page report at the end of
each month starting with on -site construction and ending with substantial completion. Each report shall
include at a minimum the following:
Brief summary of construction completed during the period.
Construction work in progress and /or scheduled to start for the next period.
Issues which need to be addressed to maintain schedule.
Review of schedule progress vs. actual progress.
Review of contractor's cash flow and cash flow projections.
Identification of critical issues with construction which could impact cost or schedule.
Status report on Contractor's administrative requirements including As -Built documentation,
submittal follow -up, change order processing, RFI responses, schedule submittals, technical
submittals and re- submittals, and others.
Deliverables: Monthly Status Report in electronic format (one editable electronic version and one
PDF version)
E.10 Field Inspection: The CONSULTANT shall provide field inspectors per Exhibit B1, CSO Phase I Level
of Effort. Exhibit B1 may be modified by written agreement of the CITY and the CONSULTANT in
response to the Contractor's work sequence and schedule. A daily inspection report will be prepared by
each inspector that will document work activities and installed quantities. The inspectors shall take
photos and videos as necessary to document the work. All photos shall be labeled, dated, and logged.
No independent verification of unit price quantities will be provided when the work is not being observed.
Progress photos of work observed will be taken. No offsite fabrication inspection is anticipated.
Deliverables: Daily inspection reports and progress photos.
E.11 Inspection Clarification: The CONSULTANT shall monitor the quality of the construction to guard the
CITY against defects and deficiency in the work of the Contractor. The CONSULTANT may reject work and
transmit to the CITY and Contractor a notice of nonconforming work when it is the opinion of the
CONSULTANT, CITY, or ENGINEER that the work does not conform to the requirements of the contract
documents. No action taken by the CONSULTANT shall relieve any or all of the contractors from their
obligation to perform their work in strict conformity with the contract documents and in strict conformity with
all other applicable laws, rules and regulations. Communication between the CONSULTANT and Contractor
with regard to inspection shall not in any way be construed as binding the CONSULTANT or the CITY, or as
releasing the Contractor from the fulfillment of any of the terms of his contract.
OCA 2011 02
16 Rev 2/2/2012
The CONSULTANT is not responsible for, nor does the CONSULTANT control, the means and methods of
construction for the Project. It is understood that the CONSULTANTs action in providing inspection as stated
herein is a service to the CITY and by performing as provided herein, the CONSULTANT is not acting in a
manner so as to assume responsibility or liability, in whole or in part, for all or any part of the construction
work for the Project.
E.12 Contractor's Safety Proaram: The CONSULTANT shall verify that safety programs are submitted to the
CITY by the Contractor, as required by the Contract documents. The CONSULTANT shall not be responsible
for or have any liability in whole or in part for Contractor implementation of or compliance with Contractor
safety programs and safety laws, regulations, etc., nor shall the CONSULTANT be responsible for the
adequacy, or completeness, of Contractor safety programs or the Contractor's compliance and performance
of it.
E.13 Soecial Inspections /Material Testina: The CONSULTANT will secure a subcontract for special
inspections /materials testing services related to International Building Code (IBC) compliance. The
special inspection firm will provide the CONSULTANT with a written report for each day of inspection.
Test results will be forwarded to the CITY as well as the Contractor and ENGINEER. An allowance of
$75,000 has been allocated to the budget. Special Inspections /Material Testing costs are highly
predicated on the final approach that the Contractor takes.
Deliverables: Special Inspection Daily Reports and Material Testing Reports.
E.14 Coordination of Other City Consultants: The CONSULTANT shall assist the CITY in the coordination of
third -party consultants. The CONSULTANT, however, is not responsible for providing, nor does the
CONSULTANT control, the actual performance of the work of other consultants. The CONSULTANT is
performing an administrative and coordination function for the convenience of the CITY and is not acting in a
manner so as to assume responsibility or liability, in whole or in part, for any part of such services provided
by others.
E.15 Substantial Completion: In consultation with the ENGINEER and CITY, the CONSULTANT shall review
the Contractor's request for substantial completion and final completion. CONSULTANT shall recommend to
the CITY when the Project and the Contractor's work is substantially complete. The CONSULTANT shall, prior
to issuing a notice of substantial completion, compile a list of incomplete work (punch list) which does not
conform to the contract documents based on input from the ENGINEER and the CITY. This list shall be
attached to the Certificate of Substantial Completion. The CONSULTANT shall issue the notice of substantial
completion to the Contractor.
E.16 Closeout Services: The CONSULTANT will assist the CITY in processing closeout documentation.
This includes processing final change orders, receiving and reviewing as -built and vendor O &M manuals,
and processing final payment applications. The CONSULTANT will insure that the Contractor secures
easement restoration acceptance from private property owners. The CITY will take the lead in
completing the public works contract acceptance and release of retainage.
Deliverables: As -built drawings, vendor O &M data, warranties, spare parts
E.17 Permit. Loan and Grant Assistance: The CONSULTANT will assist the CITY in processing documents
and maintaining documentation related to the various permits secured by the CITY including any State
and Federal loans or grants on the Project.
E.18 Dispute Review Board Assistance. When requested, the CONSULTANT will provide assistance to the
Dispute Review Board that is defined as part of the construction contract, in providing access to project
records and assisting with making copies of requested records.
F. POST CONSTRUCTION PHASE
OCA 2011 -02 17 Rev 2/2/2012
F.1 Final Completion: The CONSULTANT shall assist the CITY to determine final completion.
F.2 Final Payment: The CONSULTANT shall advise the CITY when it recommends that the final payment be
made to the Contractor.
F.3 Record Documents: The CONSULTANT shall coordinate and expedite submittals of information from the
Contractor for as -built record drawings and transmit them to the ENGINEER.
F.4 External Audits: The CONSULTANT shall provide a staff member to support any external audits.
G. OPTIONAL SERVICES
G.1 Claim Resolution SUDDOrt: The base scope of work does not include claim resolution support. If claim
support is needed from the CONSULANT this would be an extra service. This service would be dependent
upon the details of the specific claim.
OCA 2011 -02
END OF EXHIBIT
18 Rev 2/2/2012
LO
VAMIR
SEO No I P No PHASE
DITAROMKIRMADORDIIMIDISIDNORAIIIILIINVO
001 I 1 I TASKS ALL PHASES
002 I 1 I TASKS ALL PHASES I
003 I 1 I TASKS ALL PHASES
004 I 2 I PRE- CO CTION I
005 I 2 I PRE-CONSTRUCTION I
006 2 PRE- CONSTRUCTION
PHASE
007 I 2
008 I 2
009 I 2
010 2
011 2 PRE CONSTRUCTION
PHASE
012
014
015
016
017
018
019
020
021
022
3
3
3
3
3
3
3
3
PRE CONSTRUCTION I
PHASE
PRE- CONSTRUCTION
PHASE
PRE- CONSTRUCTION C
PHASE
PRE- CONSTRUCTION C
PHASE
2 I PRE CONSTRUCTION
PHASE
013 3 BID AND AWARD
BID AND AWARD
BID AND AWARD
BID AND AWARD
BID AND AWARD
BID AND AWARD
BID AND AWARD
BID AND AWARD
BID AND AWARD
BID AND AWARD
EXHIBIT A.la CSO Phase I CM Services Contract
Responsibility Matrix
ELEMENT
..:;t,...i, 4N7 4 Itiu :,tort
Typical Task
Typical Task
Typical Task
Final Design
Final Design
Construction Document
100
Construction Document
100%
Construction Document
100%
onslmction Documents
100%
onstniction Documents
100%
Pre -Bid
Pre -Bid
Pre -Bid
Pre -Bid
Pre--Bid
Bid Preparatbn
Bid Preparatbn
Bid Preparatbn
Bid Preparatbn
Bid Preparation
Bld Preparatbn
Bid Preparatbn
DESCRIPTION
t!"+kwS!ah"kV1ur+'a;o to `LVaau4�Yi iw'+`� ".w,rnu ■iw.&t3VAD;raa, i ,i
I Venfy status of project, design, budget, permits, easements, nsk
assessment
!Manacle Vanir Contract within established budgets
!Prepare monthly Vanir Contract status report
'Develop Construction Management Plan
'Establish communication link between project team members
'Submit 100% comments to Designer and Owner for review
'Incorporate accepted comments in documents
Prepare draft construction schedule
Review draft schedule for compliance with contract constraints,
compliance with code and regulatory and local agency requirements
Determine whether adding "Minor Change" bid Item Is legal within
current City Ordinance
Coordinate presentation at City Counal meetings
Prepare schedule for bid and award
Secure City Counal approval for proceeding with bid/award phase
Reproduce bid documents
Prepare advertisements for bid
Place advertisements for bid
Distnbute log bid documents
Pre -bid conferences
II
Perform review of 100% plans specs, including bid schedule front 4
end documents for constructability, phasing, clarity per work scope
Set up SharePant system 2
'Develop procedures and forms for construction phase documentation II 2
process
Conduct marketing efforts with potential contractors to stimulate 2
competitive bidding
ttesoonsibAlfv Key;
I Prbnary
2 Secondary
3 information Only
3
3
4
2
N 1
N 1
3 1
2 1
4 Review Approve
N No Involvement
N
N
3
2
3 1 N
N
N
3
2
N
11
II 4 I 1 1 2 1 2 I N
II 2 I 2 I 1 I N I N
N
N
N
N
N
N
N
N
2 4 2 N N N
2 3 N N N
2 3 N N N
2 3 N N N
2 N N N N
2 3 N N N
3 3 N N N
2 3 N N N
2 2 N N N
Comments Action items
Lail.., «:..A",:∎ ita x 'Un d.:�,
I 3 I N I N N O
Abbreviations:
PA City of Port Angeles
VCM Vanir Construction Management
B &C Brown Caldwell
!Action Items in Yellow
I PA to send B &C schedule to VCM for
information
2 1 N N N Keith to send SharePant info to PA,
Kathryn to check with IT on any
concerns
2 1 N N N PA approved moving forward with Bid
Marketing, VCM to put together list of
potential contractors for review by
team
(aty to provic Changes c use
C 3Efler 000
LL 2i
$2 0,00
VANIR
SEQ No. I P No i PHASE I
Lakki.v.W.1.3" 004, .1V44,08,a; 44
023 3 BID AND AWARD
024 3 BID AND AWARD
025 3 BID AND AWARD
026 3 BID AND AWARD
027 3 BID AND AWARD
028 3 BID AND AWARD
029 3 BID AND AWARD
030 3 BID AND AWARD
031 3 BID AND AWARD
032 3 BID AND AWARD
033 3 BID AND AWARD
034 3 BID AND AWARD
035 3 BID AND AWARD
036 3 BID AND AWARD
037 3 BID AND AWARD
038 3 BID AND AWARD
039 3 BID AND AWARD
040 3 BID AND AWARD
041 3 BID AND AWARD
042
043
044
045
046
3
4
4
4
4
BID AND AWARD
CONSTRUCT ION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
047 4 I CONSTRUCTION
048 4 CONSTRUCTION
EXHIBIT Ala CSO Phase I CM Services Contract
Responsibility Matrix
ELEMENT
Bid Preparatbn
Bid Preparation
Bid Preparatbn
Bid Preparatbn
Bud Preparatbn
Bid Preparatbn
Evaluate Bids
Evaluate Bids
Evaluate Bids
Evaluate Bids
Evaluate Bids
Re-BE
Re-Bid
Award
Award
Award
Award
Award
Award
Award
Construction Initiation
Construction Initiation
Construction Initiation
Construction Initiation
Construction Initiation
Construction Initiation
049
4 CONSTRUCTION I
Construction Initiation
:],i 11,49&11 60;:;:rjiumpALopm§1.,K.9,exto
050 I 4 I CONSTRUCTION I Construction Initiation
051 4 CONSTRUCTION Community Relations
DESCRIPTION
Coordinate bidder's Questions
Answer bidder's technical Questions
Answer bidder's administrative Questions
Prepare addenda
Distnbute addenda
Receive and open bids
Verify responsiveness of bids
Venfy licensure and mandatory responsibility cntena
Check references
Compare bids to master estimate
Recommend award of contract
If re-bidding is necessary. propose bid modifications
If re-bidding is necessary, revise bid documents
!Secure approval to award contracts
IPreoare notice of award. distnbute and track contract(s)
1Secure sianatures
!Vent, insurance compliance
bier& bond rating compliance
Prepare regulatory agency information forms
IDistnbute construction sets to team
!Conduct Partnering Meeting
1Develop Master Submittal schedule
Ilssue notice to proceed
Conduct pre-construction meeting, establish communication and
construction phase procedures
!Coordinate work of erne contractors
Hold Public Meeting for Community
Formally notify contractor of contractual obligation to conform to all
applicable security. occupational safety and health standards
lAaeguacy::101eVi.bfreatiffeetorACcidelif RitventioriLRIari,
'Monitor activities of contractors to ensure no on-site violations of
[owner secunty provisions
Issue Construction Updates to Community, post monthly report on
website
a2112121MadigaiZa
I Prknany
2 Secondary
3- Information Only
Yq.•
1 2
2
1
2
1
1
1
1
3
2
1
2
2
1
1
1
1
1
1
1
2
1
2
3
3
3
2
2
3
N
1
3
N
N
N
N
3
2
3
2
2
3
2
2
1
1
2
2
2
2
3
2
N
2
2
4 Review Appnwe
N No Involvement
0
r.
11 2 1 N I
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
5
z
e
o
I Comments 8, Action items
N NI
N NI
N NI
N NI
N NI
N N
N N
N N
N N
N N
N N
N N
N N
N N
N N
N N
N N
N N
N N SRF loan, etc City to take lead in
determining paperwork needs once
permits are received
N I N II
1 I N II
N I N II
N I N II
II 2 I 1 I 3 NI
II 2 I 2 I 2 2 I
II 3 1 3 I 1 3
II 1 i 3 I 3 2
11 2 1 2 1 2 2 3
11
II 3 I 3 I 1 2 I 2 I 3 1 1 Interface at plant
1 2 2 N 2 N PA to define what, if any, Public
meetings are necessary, VCM and
B&C to support.
2 N 1 N 11
IlActIon Items in Yellow
11 2 1 N I 1 12 IN IN ris applies pnmanly at WWTP
Abbreviations.
PA City of Port Angeles
VCM Vanir Construction Management
B&C Brown Caldwell
1 2 2 N 2 N Coho Ferry, Red Lion and hobby shop
primary businesses that are impacted
by shelining work
VANIR
SEQ No I P No I
052 4 CONSTRUCTION
054 4 CONSTRUCTION
055 I 4 I
056 I 4 1
057 I 4
058 4
059 4 CONSTRUCTION
060 4 CONSTRUCTION
061
082
PHASE
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
i
063 I I CONSTRUCTION
064 I 4 I CONSTRUCTION
065 4 CONSTRUCTION
EXHIBIT A.la CSO Phase I CM Services Contract
Responsibility Matrix
053 I 4 I CONSTRUCTION I
066 1 4 1 CONSTRUCTION I
087 I I CONSTRUCTION I
068 1 4 1 CONSTRUCTION I
ELEMENT
Community Relations
Inspection
Inspection
Inspection
Inspection
Inspection
Inspection
Inspection
Inspection
Inspection
Inspection
Inspection
Survey
U0r16es
UUtties
Submittals
Submittals
DESCRIPTION
Coordinate information distnbution to local businesses and public for
current schedule impacts
'Provide Special Inspection &Testing Services
Provide contaminated sal &water testing on Rayonier site
!Prepare Daily Inspection Reports and Proaress Photos
(Prepare reaulatory agency forms
(Coordinate and schedule all on -site inspection and testing
Inspect for electrical contract compliance
Inspect for electrical code compliance
Inspection of Instrumentation Controls (I &C)
(Coordinate activities of Archeologist
'Submit Archeologist report to appropnate agencies
'DOE SWPPP Reports
!Esta Establish wetlands areas, control points, check contractor surveyor as II
blish
Make application for utility connection
(Coordinate plant interface with contractor(s)
!Manage flow of submittals to insure timely return to contractor
(Review shop drawings
Reanonalb #fty Key:
1- Primary
2 Secondary
3 information Only
N
2
N
4
3 I
1
11
N City to take the lead on Community
Relations with support from VCM and
B &C
N 1 N N I N Ilneootiations for this work begin
11r n
2 N 1 N u,onvacior responsible" ror sample for
sue„,,, health and safety. waterdlscharge
t4 POT
1uida ice on
2 2
N I 1 I N I N I N II
N I 1 I N I N I N I I Federal funding. wane rates
N I 1 I N I N 1 2 II
N 1 N N N VCM to provide initial inspection for
conduits, etc and keep City Electrical
Inspector involved
N 2 N N N CIA/ Inspecto h: s final �n it stg o
1 `j gliq ua_u1nE)
as (aril fbi d?
N I
N I
N I
3I
2
2
2
1
2
4 Review Approve
N No Involvement
N
N I
N I
N I
N I
6
0
U
N
N
1
N
N
m
cn
I N
I
I
I N
II
re
ib
II 2 1 N I 1 1 2 1 2 I N II
II 2 1 N 1 1 I N I N I N II
II 3 1 4 1 2 1 3 I N I N II
Abbreviations. 'M
PA City of Port Angeles
VCM Vanir Construction Management
B &C Brown Caldwell
1Actlon Items In Yellow
Comments Action Items
I Qty Ii rche ologls� to et c Inc who
ae s repo, and hoK o en
Il eg su• i .Is E 9 de if ned n fS}7V
arl o S ...P,P.P.
VCM to contact Wengler to discuss
pricing for additional surveyinn_needs
CI Y Ele cal Erigl na een rig has find
fiV(;)=37
dis'buon
sibll
VANIR
SEQ No. I P No I PHASE
069
070
071
072
073
074
075
076
077 4 I CONSTRUCTION
078 4 I CONSTRUCTION
N 079 4 I CONSTRUCTION
N 080 4 I CONSTRUCTION
081 4 I CONSTRUCTION
082 4 I CONSTRUCTION
083 4 I CONSTRUCTION
084
085
086
087
088
089
090
091
092
093
094
095
096
097
098
099
100
4 I CONSTRUCTION
4 I CONSTRUCTION
CONSTRUCTION
4 I CONSTRUCTION
4 I CONSTRUCTION
4 I CONSTRUCTION
4 I CONSTRUCTION
4 I CONSTRUCTION
4
4
4
4
4
4
4
4
4
4
4
4
4
4
4
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
EXHIBIT A.la CSO Phase I CM Services Contract
Responsibility Matrix
ELEMENT
Submittals
Submittals
Submittals
Job Site Meetings
Job Site Meetings
Schedules
Schedules
Schedules
Monthy Report
Request for Infonnatbn
Request for Information
Request for Information
Request for Information
Request for Information
Change Orders
Change Orders
Change Orders
Change Orders
Change Orders
Change Orders
Labor Compliance
Labor Compliance
Payment Request
Payment Request
Payment Request
Payment Request
Payment Request
Payment Request
Payment Request
Payment Request
Payment Request
Payment Request
I DESCRIPTION U
w
rug „r ,v
!Rev recommend acceptance of submittals in a timely manner II 3
!Evaluate "equals” and "substitutions" II 2
!Review Contractor's Accident Prevention Plan II 2
(Schedule conduct meetinas Ii 2
!Document meetinas II 3
(Evaluate and approve Baseline Construction Schedule II 3
!Evaluate contractor's schedule updates II 3
Evaluate and if necessary coordinate contractor(s) short interval II 3
schedules
!Prepare Monthly Status Report for contract I I 4
!Perform initial review II N
!Prepare RFI Response II 3
IPerlomi final review I I 3
!Ensure timely processing of RFI through time loos II 3
!Issue document clanfications H 3
'Review proposed change orders for entitlement, cost and schedule II 2
Impacts
!Prepare recommendation for approval II 2
Prepare change order documentation and coordinate approval by City 3
Review approved chance orders and ensure timely processina
Obtain slanatures for chance orders
Distnbute track chance orders
Request and review certified payroll
Venfy compliance with labor laws indudina prevaillna waae
Develop pay request documents
!Schedule track pay requests II
IVenfv of completion I
'Confirm as -built drawings are complete to date of request and
documents are well maintained
!Provide payment recommendation letter II
!Ensure timely processing of payment accordina to RCW H
!Track actual estimated construction cost II
'Track stop notices releases, Non Conformance Reports releases II
Develop and coordinate quarterly loan reports and reimbursement
requests for SRF and PWTF
'Develop and coordinate Rayonier reimbursement request process
ResoonsibU ty Key.
1 Primary
2- Secondary
3 information Only
4
2
2
N
3
2
2
3
N
3
2
N
2
2
2
4
4
2
2
3
3
3
3
3 I 1
N I 1
4 12
2 I 1
2 I 1
2 I 1
N
N
21
3
N
3
N
N
N
N
N
N
N
N
N
3
N
N
2-
2
2
4
1
4
4
2
1
4
4
1
2
4 Review 6 Approve
N No Involvement
b
0
r.
N
2
N
2
3
N
N
N
3
N
N
3
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
z
t)
N
N
N
2
3
N
N
N
N
N
N
N
N
N
N
N
N
N
2
N
2
2
N
N
2
2
2
N
2
2
N
N
a
rl
N
N
N
2
3
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
I I, Comments Action Items
II
I I
I I
11
I I
I I
11
II
Abbreviations.
PA City or Port Angeles
VCM Vanir Construction Management
B &C Brown Caldwell
lAction Items in Yellow
VCM to work with PA to review current
payment system and adapt project
documentation to match
11
I I
I I
II
I I
(l C it ytobe in volved in all Shi
and- .CurekNotices
II
2 I I C itytkathryn to send Exhibit F to VCM
for information
w
SEO No, I P No I
101
102
103
104
105
106
107
108
109
110
111
112
113
114
115
116
117
118
119
120
121
122
123
4
4
4
4
4
4
4
4
4
4
4
4
4
4
4
4
4
4
PHASE
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
EXHIBIT A.la CSO Phase I CM Services Contract
Responsibility Matrix
4 I CONSTRUCTION I
4 I CONSTRUCTION I
4 'POST CONSTRUCTION'
4 'POST CONSTRUCTION'
ELEMENT I DESCRIPTION
•Yis t Reg 'Develop u arterly p
report template for loan agencies, p
encies submit reports
Payment Request
quarter
Project Close Out 'Conduct inspections to determine substantial and final completion, 2
including facility start un and operational checkout
Project Close Out !Develop coordinate ore -final inspection, document punch lists II 2
Project Close Out [Develop document final punch list II 2
Protect Close out IDistnbute track all punch lists Ensure completion II 2
Protect Close Out (Coordinate equipment start-uD 11 3
Project Close Out 'Organize and coordinate the final testing of all equipment and systems'' 3
In accordance with contract documents
Project Close Out 'Coordinate owner training for equipment II 3
Project Close Out !Ensure proper assembly of all warranty information II 3
Project Close Out !Prepare final as -built documents I I 3
Project Close out Review and forward to the owner wntten warranties, operations 3
manuals, spare parts, lien waivers, certificates of inspections and
occupancy
Project Close Out !Issue notices of completion II 1
Project Close out !Produce final protect report for funding agencies II 2
Project Close out !Send final proect report to funding agencies II 1
Project close Out !Final payments II 4
Project Close Out 'Determine withholdings for "other" work (i e landscaping 1
maintenance. etc
Project Close Out
Project Close Out
Clams or DRB
!Coordinate clearance of stop notices /NCRs II
!Provide audit support to City as necessary II
Develop, assemble, and submit documentation required to support the
owner's position in the resolution of contractors claim, d necessary
Net un DRB
Ilssue Cure Notice and Show Cause Notices
'Coordinate response to problems
Warranty Work 'One year project walk
Claims or DRB
Claims or DRB
Warranty Work
1
1
Resaonsfbllfly Key:
1 Primary
2 Secondary
3 information Only
3
1
2
II
II
2
2
3
2
3
3
N
4
N
3
2
N
N
N
3
2
2
a
1
1
2
1
2
1
2
2
2
1
2
1
4 Review Approve
N No Involvement
0
a
2
2
2
2
2
2
2
3
3
3
N
N
N
N
N
N
N
N
N
N
N
2
2
2
2
N
2
N
N
N
2
N
2
N
N
II
N
N
N
N
3
3
N
N
N
N
N
N
N
N
N
N
N
N
II
I I
I I
1,
I I
II
I I
I I
I I
I I
I I
I I
I I
II
I I
11
II 1 I N I 2 I N I 1 I N II
II 1 1 2 I 2 I N I N I N II
12121 N I N I N II
N 1 2 I N I N 'I
Abbreviations.
PA a City of Port Angeles
VCM Vanir Construction Management
B &C a Brown Caldwell
`Action Items In Yellow
Comments Action Items
EXHIBIT B
PERFORMANCE PERIOD
All work under this Agreement shall be completed within performance periods set forth in the Tasks.
This Agreement shall be effective on the last date set forth in the signature page. This Agreement will
remain in force and effect for inclusion of additional Tasks Orders for three years from the effective date.
The terms of this Agreement shall remain in full force and effect throughout the performance period for
any for all Tasks authorizing the performance of work under this Agreement that are properly executed
prior to the expiration of this three -year period.
Hourly rates are established for each performance year of the Agreement in Exhibit D.
OCA 2011 -02
END OF EXHIBIT
24 Rev 2/2/2012
Pre construction Phase February 24, 2012 to May 31, 2012
Construction Phase June 1, 2012 to December 3, 2013
Post Construction Phase December 4, 2013 to January 2, 2014
OCA 2011 02
EXHIBIT B1
Schedule of Task 1
25 Rev 2/2/2012
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.
Section 1. Maximum Compensation for On -call Agreement.
1.1 Manner of Payment: Each Task will set forth whether the CITY will pay the CONSULTANT for work
performed under such Task on a time and materials price basis or on a lump sum basis. Section 2 of this
Exhibit applies to all Tasks where the CITY will pay the CONSULTANT on an hourly basis for the work
performed.
Section 2. Payment Hourly Rate basis.
2.1 Payment shall be on the basis of the CONSULTANTS cost for actual labor, overhead and profit plus
CONSULTANT'S direct non -salary reimbursable costs as set forth in the attached Exhibit C1.
Notwithstanding anything to the contrary, the hourly rates set forth in Exhibit D are valid for the term of
this On -call Agreement unless changed by written amendment.
2.2 Labor costs shall be based on the estimates shown in Exhibit C1 and hourly wages and rates shown
in Exhibit D. Exhibit D shall be updated each January to reflect the CONSULTANT'S current wage rates for
the coming calendar year. Hourly rates shall be based upon an individual's hourly wage times a multiplier
of 2.97. 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.
2.3 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.
Section 3. Payment Additional Requirements
OCA 2011 -02
EXHIBIT C
COMPENSATION
3.1 Each Task shall specify the maximum amount of compensation for the work, including both payment
for professional services and reimbursable expenses. CONSULTANT shall complete all work it is required
to perform under the Task for no more than the specified maximum amount. Any hours worked for which
payment would result in a total exceeding this maximum amount shall be at no cost to CITY.
3.2 If the Task itemizes budget amounts for any phase or category of work then CONSULTANT shall not
exceed such itemized amount without the City Engineer's prior written authorization. The City Engineer
may approve, in writing, transfers of budget amounts between any of the phases or categories of work
listed in the Task, provided the aggregate total compensation does not exceed the maximum
compensation.
3.3. Payment for "Extra Work" performed under Section XI of this Agreement shall be as agreed to by the
parties in writing.
3.4 Invoice: Every month CONSULTANT shall invoice CITY for work performed during the previous
month. Invoices shall include 1) the work, hours, employee name, and hourly rate; 2) receipts and
invoices for the non -salary direct costs; 3) the specific task or activity in the Scope of Services to which
26 Rev 2/2/2012
the costs are related; 4) a description the reimbursable expenses incurred; 5) documents showing the
reimbursable expenses; 6) the cumulative total for each task; 7) the total to be paid for the invoice
period; 8) the aggregate amounts of payments received to date under the Task; and 9) the balance of
maximum compensation remaining. The CITY shall review the invoices and make payment for the
percentage of the Task that has been completed less the amounts previously paid.
3.5 Electronic Funds Transfer.
(a) Method of payment.
(1) All payments by the CITY under this contract shall be made by electronic funds transfer (EFT),
except as provided in paragraph (a)(2) of this clause. As used in this clause, the term "EFT" refers to the
funds transfer and may also include the payment information transfer.
(2) In the event the CITY is unable to release one or more payments by EFT, the CONSULTANT
agrees to either
(i) Accept payment by check or some other mutually agreeable method of payment; or
(ii) Request the CITY to extend the payment due date until such time as the CITY can make
payment by EFT (but see paragraph (c) of this clause).
(b) CONSULTANTs EFT information. Within two weeks following award of the contract, CONSULTANT
shall arrange for EFT transfer through the CITY'S Finance Department following Finance Department
policy. In the event that the EFT information changes, the CONSULTANT shall be responsible for
providing the updated information to the City's Finance Department.
(c) Suspension of payment. If the CONSULTANT's EFT information on file with the Finance Department
is incorrect, then the CITY need not make payment to the CONSULTANT under this contract until correct
EFT information is provided and processed; and any invoice or contract financing request shall be
deemed not to be a proper invoice for the purpose of late payment under this contract.
(d) Liability for uncompleted or erroneous transfers.
(1) If an uncompleted or erroneous transfer occurs because the CITY used the CONSULTANT's EFT
information incorrectly, the CITY remains responsible for
(i) Making a correct payment;
(ii) Paying any late payment penalty due after 30 days of CITY receipt of a proper invoice; and
(iii) Recovering any erroneously directed funds.
(2) If an uncompleted or erroneous transfer occurs because the CONSULTANT's EFT information
was incorrect, or was revised within 30 days of CITY release of the EFT payment transaction, and
(i) If the funds are no longer under the control of the CITY'S Finance Department, the CITY is
deemed to have made payment and the CONSULTANT is responsible for recovery of any erroneously
directed funds; or
(ii) If the funds remain under the control of the CITY'S Finance Department, the CITY shall not
make payment, and the provisions of paragraph (c) of this clause shall apply.
(e) EFT and late payment interest. A payment shall be deemed to have been made in a timely manner
in accordance with the payment terms of this contract if, in the released EFT payment transaction, the
date specified for settlement of the payment is on or before the late payment due date.
(f) Liability for change of EFT information by financial agent. The CITY is not liable for errors resulting
from changes to EFT information made by the CONSULTANT's financial agent.
(g) Payment information. The Finance Department shall forward to the CONSULTANT available
payment information that is suitable for transmission as of the date of release of the EFT, using the
format and delivery method most convenient to the CITY. If the CITY makes payment by check in
accordance with paragraph (a) of this clause, the CITY shall mail the payment information to the
remittance address contained on file.
END OF EXHIBIT
OCA 2011 02 27 Rev 2/2/2012
VANIR
tostReveron lonuary31, 2012
!Company
IVam
Nam
IVam
Nano
IVam
IVam
IVam
Sub Consultants !Company
Mire Roberts IKEA
Touts SaMntonn !RBA
Nn Soeaal In ketdons INN
Wenglet IWeryler
Total Sub- COnsltants Budget
10%On Sub-Consultants MVO ktspratce.0 &PI
Total Sub {mspltants Budget Wok 10% Mark-Up
Team Member
Scott Tomknspn
Tim Clark
Keith Parker
Jason Hart
Dan McNay
Laura Dot
Tedntd Support
Vanr -Persp4tel Budget
Indirect Budget
Estimated Per Dem Long Term No Food
Travel Sorts Fee Budget
Mileage
hspectorsVelttdes (6 desktspecmrs !Memel
Indrred Budget
Field Office Eusense
10% 10 &0,krmrarce.O&PI
Total Feld Office Budget
Trader 650 /Month
N
Electrical U68ty Hoak -uol
00 Cower /Scorner
Server
Intranet Attend
Telephonesi
OBrce Furniture!
Todet Stroke 1
Ubltresl
Supplies)
Feb -12 Mar -12
IPaabon Rate 2012 Bate 2013 1 2
!Area Manger 5 16849 S 17439 40 24
IProlect Orector S 152 78 158 13 60 60
1Pror/Const Manager S 14993 S 15518 100 10
Protect Coordinator S 7360 S 7618 20 20
Senor Inspector 3 11114 115 03
Asast Protect Manager 3 102 05 S 105 62 40 40
COns/Sdtedulmo 5 14000 5 14490 20 4
Poston
Vice Preedent 3 18883 19544 8 8
Field Engineer 7523 7786
Budget N/A N/A TBD TBD
Budget N/A N/A TBD TBD
5900 /Month/Pernn/FTE 900
3 31 20
5 056
Average Monthly Budge
Mob /Demob 5500 Each 5 800 00
Lumo Sum 32.000
550 /Month 5 55000
50 /Month S 5000
200/Month S 20000
200 /Month 5 20000
600/Staeon/iles 5 200 00
120 /Month 5 120 00
100 /Month 5 100 CO
300 /Month 5 300 00
EXHIBIT Cl
CSO Phase I CM Services Contract Level of Effort
125
593
3 125
593
Aw -121 May 1
TBD
TBD
16
60
100
20
40
3 125
593
31 4
a
16
32
100
W
8 8
0
TBD
ino
5 125
593
5 6 500
a
Jun 121 Jul -12
51 6
II 8
241 16
1601 160
160 160
160 160
8 8
4 4
8 4
160 160
18D 160
180 TB()
3.600 3,600
125 125
593 593
3 90013 900
S 2.200 5 2,200
Aug -121 Sep -121
71 81
41 41
241
1601
1601
1601
81
8 4 8 4
1601 160 1601 160
TBD 1BD hBD 18D
780 TBD 180 TBD
5 3,600
S 125
593
5 900
5 2.200
4
Oct -12
9
4
161 24
1601 160
1601 160
1601 160
81 8
41 4
00 1512,2
3,600
125 1 125
S 593 593
3 900 5 900
5 2.200
52.200
Nov -12
10
16
160
160
160
B
4
3,600
S 125
5 593
5 900
2.200
Dec -12
11
160
160
160
8
4
160
TBD
no
5 3,600
125
5 593
900
2.200
Jan 13 Feb-13 Mar -131 Apr-13
12 13 141 15
4 4 4 4
161 24 16 24
160 160 160 160
160 1601 160 160
160 160 160 160
8 8g 8 8
4 4 4 4
4
160
1BD
1B0
8
160
no
no
4
160
100
180
8
160
TBD
no
May 13
16
160
160
160
8
4
160
TBD
TBD
3,600I 3,600 3,600 15 3 3 3,600
5 125 5 125 125 5 125 5 125 5 125
593 5 593 59315 593 5 593 S 593
5 900 S 900 5 900 1 900 900 900
5 2.200 1 2.200 5 2,200 1 5 2200 5 2.200 5 2.200
Total Budget 1 I 1
The wage rate shown above for 2013 Is only an estimate Wage rates will be updated each January to reflect the CONSULTANT'S current wage rates for he coming calendar year
tun -131 lul -13
171 18
41 4
241 16
1601 160
16011 160
164 160
8 8
4 4
8 4
1601 160
100 TBD
TBD TBD
Aug -13
19
24
160
160
160
4
8
160
100
TBD
1
$5 S 3,600
125
5 593 S 593
5 900 1 900
5 2.200
S 2.200
5eo -13
20
4
16
160
160
160
8
4
4
160
1BD
180
5 3,600
125
5 593
5 900
5 2 200
00 -13
21
160
160
160
5 3.600
5 125
593
5 900
5 2,200
8
4
8
160
180
180
Nov -13
22
160
160
160
8
4
a
80
180
1B0
Dec -13
2
24
120
120
0
8
4
3,600 I 5 2,700
S 125 1 5 125
5 593 5 593
5 900 S
2,200
5 4.500
tan -141
241Tota15
41 184
161 612
80ri 3480
e1 3220
2.880
81 288
4 112
8 4 152
0 01 2 800
TBD hOD 1BD
TBD RFD TBD
125
S 593
5
Frmtend Contract Credit
I I
I I
I I
Budget
31.309
S 94 870
532042
242,041
5 326 929
5 29762
15,935
1,272,888
5
29,204
215,068
S 75000
20000
S 339.272
33,927
S 37 &199
5
67,500
2.995
5 14 226
16200
3 100921
5 50.600
5.060
55,660
5 115,0001
5 1.787,668
EXHIBIT D
CONSULTANT'S HOURLY WAGE RATES
(2012)
Title
(Prime)
Area Manger (Scott Tomlinson)
Project Director (Tim Clark)
Proj /Const Manager (Keith Parker)
Project Coordinator (Jason Hart)
Senior Inspector (Dan McNay)
Assist Project Manager (Laura Ditt)
Costs /Scheduling (Technical Support, avg)
KBA subconsultant)
Project Manager (Mike Roberts)
Office Engineer (Tony San Antonio)
NTI subconsultant)
Principal Engineer (Robert Leach)
Project Engineer (Justin Wilson)
Senior Technician /Inspector (Shawn West)
Technician (Trent Adams)
Technician (Louie Bliemeister)
Technician (Steve Pope)
Wengler (subconsultant)
Professional Land Surveyor
Project Management (office preparation)
Office Technician
Office Administration
Survey Crew 2 person
END OF EXHIBIT
Direct
Salary (DS)
(range) Total Rate
$56.73
$51.44
$50.48
$24.78
$37.42
$34.36
$47.14
Direct
Salary (DS)
(range)
$74.00
$29.48
Direct
Salary (DS)
(range)
$30.29
$30.00
$20.00
$18.00
$18.00
$17.50
Direct
Salary (DS)
(range)
$33.33
$30.00
$25.00
$25.00
$41.67
$168.49
$152.78
$149.93
$73.60
$111.14
$102.05
$140.01
Total Rate
$188.83
$75.23
Total Rate
$116.92
$115.80
$77.20
$69.48
$69.48
$67.55
Total Rate
$100
$90
$75
$75
$125
OCA 2011 -02 29 Rev 2/2/2012
INSURANCE REQUIREMENTS FOR PROFESSIONAL SERVICE AGREEMENTS
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.
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.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of
Washington._
4. Professional Liability insurance appropriate to the CONSULTANT's profession.
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.
OTHER INSURANCE PROVISION
ACCEPTABILITY OF INSURERS
EXHIBIT E
INSURANCE
The CONSULTANT's Automobile Liability and Commercial General Liability insurance policies are to
contain, or be endorsed to contain that they 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.
Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII.
OCA 2011 -02 30 Rev 2/2/2012
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.
NOTICE OF CANCELLATION
The CONSULTANT shall provide the CITY with written notice of any policy cancellation, within two
business days of their receipt of such notice.
NOTICE OF CANCELLATION
The CONSULTANT shall provide the CITY with written notice of any policy cancellation, within two
business days of their receipt of such notice.
FAILURE TO MAINTAIN INSURANCE
Failure on the part of the CONSULTANT to maintain the insurance as required shall constitute a material
breach of contract, upon which the CITY may, after giving five business days notice to the CONSULTANT
to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such
insurance and pay any and all premiums in connection therewith, with any sums so expended to be
repaid to the CITY on demand, or at the sole discretion of the CITY, offset against funds due the
CONSULTANT from the CITY.
OCA 2011 -02
END OF EXHIBIT
31 Rev 2/2/2012
OCA 2011 -02
Title
Area Manager
Project Director
Proj /Const. Manager
Project Coordinator
Senior Inspector
Assit. Project Manager
Cost /Scheduling
EXHIBIT F:
KEY PERSONNEL Task 1
Vanir Construction Management, Inc.
Personnel
Scott Tomlinson
Tim Clark
Keith Parker
Jason Hart
Dan McNay
Laura Ditt
Technical Support, avg.
KBA Construction Management, Inc,
Project Manager Mike Roberts
Office Engineer Tony San Antonio
Principal Engineer
Project Engineer
Senior Technician /Inspector
Technician
Technician
Technician
Northwestern Territories, Inc
Robert Leach
Justin Wilson
Shawn West
Trent Adams
Louie Bliemeister
Steve Pope
Wengler Surveying and Mapping
Professional Land Surveyor James Wengler
Project Management (office
prep.) TBD
Office Technician TBD
Office Administration I TBD
Survey Crew 2 person TBD
END OF EXHIBIT
32
Rev 2/2/2012