HomeMy WebLinkAbout000300 Original ContractSupplemental Agreement
Number 1
Original Agreement Number
Project Number
TR42 -99
Project Title
Lauridsen Boulevard Bridge Replacement Project
The Local Agency of Ch of Port Anaeles
desires to supplement the agreement entered into with
as executed on March 8. 2012.
I1
Section IV, TIME FOR BEGINNGINA ND COMPLETION, shall be amended as follows:
No revisions
DOT Form 140 -063 EF
Revised 9/2005
Organization and Address Phone:
Exeltech Consulting, Inc.
8729 Commerce PI Dr NE
Lacey, WA 98516
Phone: (360) 357 -8289
Execution Date
March 8, 2012
III
Exeltech Consultina. Inc.
Completion Date
June 30, 2014
New Maximum Amount Payable
$1,202,466.27 or the Original Authorized Amount less
Phases 1 2 Closeout of $738,944.11 plus 12% of the
Construction Bid Award
Description of Work
Phases 3 (Bid Support Engineer of Record Services), 4 (Construction Management Services), and 5 (Bridge
Inspection, Inventory Assessment Load Rating Services).
All provisions in the basic agreement remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
I
Section 1, SCOPE OF WORK, is hereby changed to read:
Attached "Exhibit A -1 Task 1. Scone of Work" authorizes Phases 3.4. and 5 services. which were not
authorized in the original Local Aaencv Standard Consultant Aareement.
Section V, PAYMENT, shall be amended as follows:
The authorized amount for Phases 3. 4 and 5 will be the lesser of $463.522.16. or 12% of the Construction Bid
Award. Task 1 Phases 1 (less Proiect Manaaement) and 2 and Task 2 are beina closed out under this
Suoolement. which reduces the existina authorized amount of $815.767.10 by $76.822.99 ($53.355.85 for
Task 1 and $23.467.14 for Task 2) to $738.944.11. See attached Exhibit A detailing Task 1 Phases 1 and 2
Closeout. along with Task 2 Closeout. This amends the Maximum Amount Payable under this Aareement to
the lesser of $1.202.466.27 ($738.944.11 plus $463.522.16). or $738.944.11 plus 12% Construction Bid Award.
_e -I5
�b
If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate
spaces below and return to this office for final action.
6 (,N7
By.
DOT Form 140 -063 EF
Revised 9/2005
By:
approving Authority Signature
co11 1 1 1
Date
Exhibit A
Task 1
Supplemental Agreement #1
Port Angeles Lauridsen Bridge Replacement Project
Budget Detail
as of April 30, 2013
Phase 1 Prepminary Design
1 Project Management 104,07076 51,12938 52,94138
2 Bridge and Roadway Preliminary Design 85,305 87 84,823 44 482 43 (482 43)
3 Drainage Design
4 Traffic Engineedng 5,398 26 764 89 4,631 37 (4,631 37)
5 Site Survey Mapping 1,97247 1,97247 (1,97247)
6 Geotechnical 2,292 55 2,22125 71 30 (71 30)
7 Hydraulic Engineenng 4,58510 4,50310 8200 (82 00)
8 Environmental 16,091 98 10,13426 5,95772 (5,957 72)
Direct Costs 61827 542.24 7603 (12801)
Escaaahon 1,34353 1.34353 11,34353)
Total Phase 1 221,676.79 154,118 56 67,558.23 (14,668.83)
Phase 2 Final Design
9 Bddge and Roadway Final Design 250,960 38 268,280 44 (17,320 06) 8,000 00
10 Traffic Engineering 1,69100 75548 93554
11 Geotechnical 831 50 83150
12 Hydraulic Engineedng 1,663,00 1,66300
13 Public Outreach Support 8,494 60 5,680 02 2,814 58
Direct Costs 5,964 06 5,984 06
Escalation 1.35183 1.35183
Total Phase 2 Preliminary Design 5 270,956.37 274,715.92 5 (3,759.55) 5 8,000.00
Phase 3 Rid Sunned FOR Services
14 Bid Support Services
15 Engineer of Record
Direct Costs
Phases 4 Cnnstruchnn Mananement
16 Construction Management
Direct Costs
MANGIE°
Total Phase 3
Total Phase 4
Total PanGeo Contract Amount
18,20310
69,052 45
3,39215
Escalation 35156
88,99936 5
284,701 60
3,463 97
Escalation 1,25549
289,421.06
Phase 3 9,4 Suonnrt 8 FOR Sennnss
14 Bid Support Services
15 Engineer of Record 4,292 28
Direct Costs
Escalahon
Total Phase 3 5 4,292 28 5
Original Amount Balance Change Control
Budget Invoiced Remaining #3 Revisions
18,203 10
69,052 45
3,39215
351 56
88,999 26 5
284,701 60
3,463 97
1,25549
5 289,421.06
Phase 5- Bddge Inspection Inventory 8 I ned Radno
17 Bddge Inspection 8 Inventory Assessment 12,19210 12,19210
18 Bddge Load Rating 11,871 44 11,871 44
Direct Costs 911 55 911 55
Escalation 9447 9447
Total Phase 5 5 25,069.56 5 25,069.56 5
Total Exettech Contract Amount 896.123 04 428,834.48 5 467.288.56 5 (6.668 83) 5
Phase 1 Pretminery Desgn
1 Project Management
2 Bridge and Roadway Preliminary Design
3 Drainage Design
4 Traffic Engineering
5 Site Survey Mapping
6 Geotechnical 14,365 51 14,365 51
7 Hydraulic Engineenng
8 Environmental
Direct Costs 9,700 00 8,952 80 747 20 (747 20)
Escalahon
Total Phase 1 5 24,065.51 23,318.31 0 747.20 (747 20)
Phase 2 Final Desinn
9 Bridge and Roadway Final Design
10 Traffic Engineering
11 Geotechnical 1,97344 3,55870 (1,585.26)
12 Hydraulic Engineering
13 Public Outreach Support
Direct Costs 2,734 50 2,734 50
Escalation
Total Phase 2 Preliminary Design 9 4,707.94 3,558.70 5 1,149.24 5
4,29228 5,00000
4,292 28 5,000.00
5 33.065.73 5 26.877.01 6,188.72 4.252.80 5 37.31 8.53
ZENOVIC
MR.-STORM .T
Exhibit A
Task 1
Supplemental Agreement #1
Port Angeles Lauridsen Bridge Replacement Project
Budget Detail
as of April 30, 2013
Onginal Amount Balance Change Control
Budget Invoiced Remaining #3 Revisions
Phase 1 Preliminary Demon
1 Project Management 1,26660 1,26660 (1,26660)
2 Bridge and Roadway Preliminary Design
3 Drainage Design 7,44954 8,892 35 55719 (557 19)
4 Traffic Engineenng
5 Site Survey Mapping
6 Geotechnical
7 Hydraulic Engineering
8 Environmental
Direct Costs
Escalation
Total Phase 1 5 8,716.14 6,892.35 5 1,823.79 (1,823.79)
Phase 2 Final Design
9 Bridge and Roadway Final Design 25,904 46 26,089 38 (184 92)
10 Traffic Engineering
11 Geotechnical
12 Hydraulic Engineering
13 Public Outreach Support
Direct Costs 453 00 453 00
Escalation
Total Phase 2 Preluninary Design 26,357.46 26,089 38 268.08
Phase 3 Bid Sumo!! R EOR Services
14 Bid Support Services
15 Engineer of Record 3,500 00
Direct Costs
Escalation
Total Phase 3 9 9 5 3,50000
Total Zenovic Contract Amount 5 35.073 60 5 32.981.73 2.091 87 1,676.21 8i1t1a3 49 :87#
Phase 1 Preliminary Design
1 Protect Management 6,058 80 5,826 33 232 47
2 Bridge and Roadway Prehndnary Design 3 Drainage Design
4 Traffic Engineenng 28,333 84 31,061 56 (2,727 74) 967 68
5 Site Survey Mapping
6
Geotechnical
7 Hydraulic Engineering
8 Environmental
D irect Costs 1,97020 44259 1,52761
Escalation Total Phase 1 36,362.84 37,33050 5 (967.66) 967.66
Phase 2 Final Des en
9 Bndge and Roadway Final Design
10 Traffic Engineenng 18,901 74 22,912 93 (4,011 19) 911 19
11 Geotechnical
12 Hydraulic Engineenng
13 Public Outreach Support
D irect Costs 3,100 00 3,100 00
Escalation
Total Phase 2 Preliminary Design 9 22,001 74 9 22,912.93 5 (911 19) 911.19
Phase 3 Bid Su000d EOR Services
14 Bid Support Semces
15 Engineer of Record 3,500 00
Direct Costs
Escalation Total Phase 3 5 3,500.00
Total Fehr Peers Contract Amount 58.364.58 5 60,243.43 9 11.878.851 5 5.378.85 5
Phase 1 Prelminery Design
1 Protect Management
2 Bridge and Roadway Preliminary Design
3 Drainage Design
4 Traffic Engineenng
5 Site Survey Mapping
6 Geotechnical
7 Hydraulic Engineenng 9,000 00 8,050 00 950 00 (950 00)
8 Environmental
Direct Costs 400 00 185 36 21464 (214 64)
Escalation
Total Phase 1 9,400 00 8,235 36 1,164 64 5 (1,164.64)
Phase 3 Final Desinn
9 Bndge and Roadway Final Design
10 Traffic Engineenng
11 Geotechnical
12 Hydraulic Engineenng 2,50000 2,50000 (2,50000)
13 Public Outreach Support
Direct Costs 555 00 55500 (555 00)
Escalation
Total Phase 2 Preliminary Design 3,055 00 3,055 00 (3,055.00)
Total MPStormwater Contract Amount 12,455.00 5 8,235.36 4,219.64 (4,219.64)
8,235.36]
Exhibit A
Task 1
Supplemental Agreement #1
JOHNBTORTANDSH#V EYINB.
Phase 1 Prefndnary Desinn
1 Protect Management
2 Bridge and Roadway Preliminary Design
3 Drainage Design
4 Traffic Engineenng
5 Site Survey Mapping 31,13060 29,81860 1,31200 (1,31200)
6 Geotechnical
7 Hydraulic Engineering
8 Environmental
Direct Costs 200 00 200 00 (200 00)
Escalation
Total Phase 1 31,330.60 29,818.60 9 1,512.00 (1,512 00)
BERGER
Port Angeles Lauridsen Bridge Replacement Project
Budget Detail
as of April 30, 2013
Original Amount Balance Change Control
Budget Invoiced Remaining #3 Revisions
Total Johnston Land Surveying Contract Amount 5 31.330 60 5 29.818 60 1,512 00 5 (1.512 00)
Phase 1 PreOMnary Desinn
1 Project Management
2 Bddge and Roadway PreAndnary Design 24,897 60 4,066 76 20,830 84 (20,830 84)
3 Drainage Design
4 Traffic Engineenng
5 Site Survey Mapping
8 Geotechnical
7 Hydraulic Engmeedng
8 Environmental
Direct Costs 75 00 75 00 (75 00)
Escalation
Total Phase 1 5 24,972.60 4,066.76 20,905.84 (20,905.84)
Phase 2 Final Desinn
9 Bndge and Roadway Final Design 28,226 40 10,932 60 17,293 80 (17,293 80)
10 Traffic Engineering
11 Geotechnical
12 Hydrautc Engineenng
13 Public Outreach Support
Direct Costs 237 00 14 87 22213 (222 13)
Escalation
Total Phase 2 Preliminary Design 5 28,463.40 10,947.47 17,515.93 (17,515.93)
Total Berger ABAM Contract Amount 5 53.43600 5 15.01423 38.421 77 5 (38.421.77)f
UNDBER
Phase 2 Final Desinn
9 Bndge and Roadway Final Design
10 Traffic Engineenng
11 Geotechnical
12 Hydraulic Engmeenng
13 Public Outreach Support 3,185 00
Direct Costs
Escalabon
Total Phase 2 Preliminary Design E 3,185.00
3.18500 5
Total Lindberg Smith Contract Amount
3,18500 (3,18500)
a
3,185.00 (3,185.00)
5 3.18500 5 3.185.00)
Phase 4 Construction Mananement
16 Construction Management 30,87000
Direct Costs 8,600 00
Escalation
39,470.00 5
Total Phase 4
Total NT) Contract Amount
5 39.470 00 E
Total Wangler Contract Amount 4,27000
30.870 00
8,600 00
39,470.00
5 39,470.00
39.470.00
Phase 4 Constuchon Manaaement
16 Construction Management 4,220 00 4,220 00
Direct Costs 50 00 50 00
Escalation
Total Phase 4 4,270.00 4,270.00
4,270.00
4.270.00
1
PROJEOTaTOTAa- g•
Phase 1 Preliminary Design
1 Project Management
2 Bndge and Roadway Preliminary Design
3 Drainage Design
4 Traffic Engmeenng
5 Site Survey Mapping
6 Geotechnical
7 Hydraulic Engineenng
8 Environmental
Direct Costs
Total Phase 1
Phase 4 Construction Mananement
16 Construction Management
Direct Costs
Total Phase 4
Exhibit A
Task 1
Supplemental Agreement #1
Port Angeles Lauridsen Bridge Replacement Project
Budget Detail
as of April 30, 2013
Original Amount Balance Change Control
Budget Invoiced Remaining #3 Revisions
111,39616 56,95571 54,44045 (1,26660)
110,20347 88,89020 21,313.27 (21,31327)
7.449 54 6.892 35 557 19 (557 19)
33,73010 31,82647 1,90363 (3,66371)
33,103 07 29,818 60 3,284 47 (3,284 47)
18,658 06 16,586 76 71 30 (71 30)
13,58510 12,55310 1,03200 (1,03200)
18,091 98 10,134 26 5,957 72 (5,957 72)
12,963 47 10,122 99 2,840 48 (1,364 85)
Escalatlon 1.343 53 1.343 53 i1 .343 53)
356,52448 263,780.44 92,744.04 (38,511.11)
Phase 2 Final Desinn
9 Bridge and Roadway Final Design 305,091.24 305,302 42 (211 18) (9,293 80)
10 Traffic Engmeenng 20,592 74 23,668 39 (3,075 65) 911 19
11 Geotechnical 2,804 94 3,558 70 (753 76)
12 Hydraulic Engmeenng 4,163 00 4,163 00 (2,500 00)
13 Public Outreach Support 11,679 60 5,680 02 5,999 58 (3,185 00)
Direct Costs 13,043 56 14 87 13,028 69 (777 13)
Escalatlon 1.35183 1.35183
Total Phase 2 Preliminary Design 358,726 91 338,224.40 20,502.51 (14,844.74)
Phase 3 Rid Sunnort 8 FOR Services
14 Bid Support Services 16,203 10 16,20310
15 Engineer of Record 73,344 73 73,344 73 12,000 00
Direct Costs 3,392 15 3,392 15
Escalabon 35156 35156
Total Phase 3 93,291.54 9 93,291.54 12,000.00
319,79160
12,11397
Escalatlon 1.25549
333,161 06
319,791 60
12,11397
1.255 49
333,161.06
Phase 5 911400 Insnechnn Inventory L Lead Rahno
17 Bridge Inspection B Inventory Assessment 12,192 10 12,192 10
18 Bridge Load Rating 11,871 44 11,871 44
Direct Costs 911 55 911 55
Escalatlon 9447 9447
Total Phase 5 25,069 56 S 25,069.56
Sudeet
$OTARrcO 1 6 5172 ►5 5=1118 9 2:O5A84f911564t768
immumum
imitPRASES dm4 CLO5Eou zvas 51r airmr6g2166c uos1♦1331246155arsmu53asca5 66rTuastq
estsst. R$sznsmpersuomw Sunaio g69w6ss1 g5Ist
EXEI!I EGH
Lauridsen /Laurel Intersection
1. Project Management
2. Data Collection, Evaluation
3. Traffic Analysis
4. Preliminary Engineering
5. WSDOT Coordination
6. TIB Application Assistance
Direct Costs
FEHRIMPEE
Lauridsen /Laurel Intersection
1. Project Management
2. Data Collection, Evaluation
3. Traffic Analysis
4 Preliminary Engineering
5 WSDOT Coordination
6. TIB Application Assistance
Direct Costs
PROJIE€ITOUVA S
Total Exeltech
Total Fehr Peers
Phase 1 Preliminary Design
1. Project Management
2. Data Collection, Evaluation
3. Traffic Analysis
4. Preliminary Engineering
5. WSDOT Coordination
6. TIB Application Assistance
Direct Costs
Total
Exhibit A
Task 2
Supplemental Agreement #1
Port Angeles Lauridsen Bridge Replacement Project
Budget Detail
as of April 30, 2013
vmm
wvi
Escalation
Original Amount Balance Change Control
Budget Invoiced Remaining #3 Revisions
15,141.22 9,678.78 5,462.44 (5,462.44)
2,006.80 1,263.77 743.03 (743.03)
1,12134 1,121.34 (1,121.34)
39,052.23 30,002.52 9,049 71 (7,000.00)
6,193.75 1,321.18 4,872.57 (4,872.57)
2,555.04 621.53 1,933.51 (1,933.51)
2,130.00 2,130.00 (2,130.00)
Escalation
68,200.38 42,887.78 25,312.60 (23,262.89)
3,029.40 2,579.29 45011 (450.11)
4,810.24 4,808.33 1.91 (1.91)
13,021 92 17,921.91 (4,899.99) 4,899.99
6,547.76 5,849.17 698.59 (698 59)
4,906.00 952.37 3,953.63 (3,953.63)
32,315.32 32,111.07 204.25 (204.25)
18,170.62 12,258.07 5,912.55 (5,912.55)
6,817.04 6,072.10 744.94 (744 94)
14,143.26 17,921.91 (3,778.65) 3,778.65
39,052.23 30,002.52 9,049.71 (7,000.00)
12,741.51 7,170.35 5,57116 (5,571.16)
2,555.04 621.53 1,933.51 (1,933.51)
7,036.00 952 37 6,083 63 (6,083.63)
Escalation
100,515.70 74,998.85 25,516.85 (23,467.14)
I
Local Agency
Standard Consultant
Agreement
Architectural /Engineering Agreement
Personal Services Agreement
Agreement Number
Federal Aid Number
Agreement Type (Choose one)
Lump Sum
Lump Sum Amount
Cost Plus Fixed Fee
Overhead Progress Payment Rate
Overhead Cost Method
Actual Cost
Actual Cost Not To Exceed
Fixed Overhead Rate
Fixed Fee
Specific Rates Of Pay
Negotiated Hourly Rate
Provisional Hourly Rate
Cost Per Unit of Work
Index of Exhibits (Check all that apply):
Exhibit A -1 Scope of Work
Exhibit A -2 Task Order Agreement
Exhibit B -1 DBE Utilization Certification
Exhibit C Electronic Exchange of Data
Exhibit D -1 Payment Lump Sum
Exhibit D -2 Payment Cost Plus
Exhibit D -3 Payment Hourly Rate
Exhibit D -4 Payment Provisional
Exhibit E -1 Fee Lump /Fixed/Unit
Exhibit E -2 Fee Specific Rates
Exhibit F Overhead Cost
Exhibit G Subcontracted Work
Exhibit G -1 Subconsultant Fee
►Z�
DOT Form 140 089 EF
Revised 3/2008
DBE Participation
Yes No 67.9
Federal ID Number or Social Security Number
Do you require a 1099 for IRS?
❑Yes No
Total Amount Authorized
Management Reserve Fund
Maximum Amount Payable
THIS AGREEMENT, made and entered into this S
between the Local Agency of City of Port Angeles
and the above organization hereinafter called the "CONSULTANT
Page 1 of 8
Consultant/Address/Telephone
Exeltech Consulting, Inc.
116 West 8th Street, Suite 120
Port Angeles, WA 98362
City of Port Angeles
Record #000300
(360) 417 -3803
Project Title And Work Descnption
Task 1: Lauridsen Boulevard Bridge Replacement
Project Phase 1 and Phase 2 and
Task 2: Lauridsen /Lincoln Lauridsen /Laurel
Intersection Improvements Project Phase 1 and
Phase 2
day of Mrk.Y'C,N
91- 1491880
Completion Date
June 30, 2014
815,767.10
815,767.10
Exhibit G -2 Fee -Sub Specific Rates
Exhibit G -3 Sub Overhead Cost
Exhibit H Title VI Assurances
Exhibit I Payment Upon Termination of Agreement
Exhibit J Alleged Consultant Design Error Procedures
Exhibit K Consultant Claim Procedures
Exhibit L Liability Insurance Increase
Exhibit M -la Consultant Certification
Exhibit M -lb Agency Official Certification
Exhibit M -2 Certification Primary
Exhibit M -3 Lobbying Certification
Exhibit M-4 Pricing Data Certification
App. 31.910 Supplemental Signature Page
1
Washington, hereinafter called the "AGENCY"
WITNESSETH THAT:
WHEREAS, the AGENCY desires to accomplish the above referenced project, and
WHEREAS, the AGENCY does not have sufficient staff to meet the required commitment and therefore deems it
advisable and desirable to engage the assistance of a CONSULTANT to provide the necessary services for the PROJECT;
and
WHEREAS, the CONSULTANT represents that he /she is in compliance with the Washington State Statutes relating to
professional registration, if applicable, and has signified a willingness to furnish Consulting services to the AGENCY,
NOW THEREFORE, in consideration of the terms, conditions, covenants and performance contained herein, or attached
and incorporated and made a part hereof, the parties hereto agree as follows:
I General Description of Work
The work under this AGREEMENT shall consist of the above described work and services as herein defined and
necessary to accomplish the completed work for this PROJECT. The CONSULTANT shall furnish all services, labor, and
related equipment necessary to conduct and complete the work as designated elsewhere in this AGREEMENT.
II Scope of Work
The Scope of Work and projected level of effort required for this PROJECT is detailed in Exhibit "A" attached hereto and
by this reference made a part of this AGREEMENT.
III General Requirements
All aspects of coordination of the work of this AGREEMENT with outside agencies, groups, or individuals shall receive
advance approval by the AGENCY. Necessary contacts and meetings with agencies, groups, and/or individuals shall be
coordinated through the AGENCY. The CONSULTANT shall attend coordination, progress and presentation meetings
with the AGENCY and/or such Federal, State, Community, City or County officials, groups or individuals as may be
requested by the AGENCY. The AGENCY will provide the CONSULTANT sufficient notice prior to meetings requiring
CONSULTANT participation. The minimum required hours or days notice shall be agreed to between the AGENCY and
the CONSULTANT and shown in Exhibit "A."
The CONSULTANT shall prepare a monthly progress report, in a form approved by the AGENCY, which will outline in
written and graphical form the various phases and the order of performance of the work in sufficient detail so that the
progress of the work can easily be evaluated.
The CONSULTANT, and each SUBCONSULTANT, shall not discriminate on the basis of race, color, national origin, or
sex in the performance of this contract. The CONSULTANT, and each SUBCONSULTANT, shall carry out applicable
requirements of 49 CFR Part 26 in the award and administration of USDOT- assisted contracts. Failure by the
CONSULTANT to carry out these requirements is a material breach of this AGREEMENT that may result in the
termination of this AGREEMENT.
Participation for Disadvantaged Business Enterprises (DBE), if required, per 49 CFR Part 26, or participation of Minority
Business Enterprises (MBE), and Women Business Enterprises (WBE), shall be shown on the heading of this
AGREEMENT. If D /M/WBE firms are utilized, the amounts authorized to each firm and their certification number will be
shown on Exhibit "B" attached hereto and by this reference made a part of this AGREEMENT. If the Prime
CONSULTANT is a DBE firm they must comply with the Commercial Useful Function (CUF) regulation outlined in the
AGENCY'S "DBE Program Participation Plan". The mandatory DBE participation goals of the AGREEMENT are those
established by the WSDOT'S Highway and Local Programs Project Development Engineer in consultation with the
AGENCY.
All Reports, PS &E materials, and other data furnished to the CONSULTANT by the AGENCY shall be returned. All
electronic files, prepared by the CONSULTANT, must meet the requirements as outlined in Exhibit "C."
All designs, drawings, specifications, documents, and other work products, including all electronic files, prepared by the
CONSULTANT prior to completion or termination of this AGREEMENT are instruments of service for this PROJECT,
and are the property of the AGENCY. Reuse by the AGENCY or by others, acting through or on behalf of the AGENCY
of any such instruments of service, not occurring as a part of this PROJECT, shall be without liability or legal exposure to
the CONSULTANT.
Page 2 of 8
IV Time for Beginning and Completion
The CONSULTANT shall not begin any work under the terms of this AGREEMENT until authorized in writing by the
AGENCY.
All work under this AGREEMENT shall be completed by the date shown in the heading of this AGREEMENT under
completion date.
The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but
may be extended by the AGENCY in the event of a delay attributable to the AGENCY, or because of unavoidable
delays caused by an act of GOD or governmental actions or other conditions beyond the control of the
CONSULTANT. A prior supplemental agreement issued by the AGENCY is required to extend the established
completion time.
V Payment Provisions
The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this
AGREEMENT as provided in Exhibit "D" attached hereto, and by reference made part of this AGREEMENT. Such
payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies,
equipment, and incidentals necessary to complete the work. The CONSULTANT shall conform to all applicable
portions of 48 CFR Part 31.
A post audit may be performed on this AGREEMENT. The need for a post audit will be determined by the State
Auditor, WSDOT External Audit Office and/or at the request of the AGENCY'S PROJECT Manager.
VI Sub Contracting
The AGENCY permits sub contracts for those items of work as shown in Exhibit "G" attached hereto and by this
reference made part of this AGREEMENT.
Compensation for this sub consultant work shall be based on the cost factors shown on Exhibit "G."
The work of the sub consultant shall not exceed its maximum amount payable unless a prior written approval has been
issued by the AGENCY.
All reimbursable direct labor, overhead, direct non -salary costs and fixed fee costs for the sub consultant shall be
substantiated in the same manner as outlined in Section V. All sub contracts shall contain all applicable provisions of
this AGREEMENT.
With respect to sub consultant payment, the CONSULTANT shall comply with all applicable sections of the Prompt
Payment laws as set forth in RCW 39.04.250 and RCW 39.76.011.
The CONSULTANT shall not sub contract for the performance of any work under this AGREEMENT without prior
written permission of the AGENCY. No permission for sub contracting shall create, between the AGENCY and sub-
contractor, any contract or any other relationship. A DBE certified sub consultant is required to perform a minimum
amount of their sub contracted agreement that is established by the WSDOT Highways and Local Programs Project
Development Engineer in consultation with the AGENCY.
VII Employment
The CONSULTANT warrants that they have not employed or retained any company or person, other than a bona fide
employee working solely for the CONSULTANT, to solicit or secure this contract, and that it has not paid or agreed to
pay any company or person, other than a bona fide employee working solely for the CONSULTANT, any fee,
commission, percentage, brokerage fee, gift, or any other consideration, contingent upon or resulting from the award or
making of this contract. For breach or violation of this warrant, the AGENCY shall have the right to annul this
AGREEMENT without liability or, in its discretion, to deduct from the AGREEMENT price or consideration or
otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee.
Any and all employees of the CONSULTANT or other persons while engaged in the performance of any work or
services required of the CONSULTANT under this AGREEMENT, shall be considered employees of the
CONSULTANT only and not of the AGENCY, and any and all claims that may arise under any Workmen's
Compensation Act on behalf of said employees or other persons while so engaged, and any and all claims made by a
Page 3 of 8
third party as a consequence of any act or omission on the part of the CONSULTANTS employees or other persons
while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation and
responsibility of the CONSULTANT.
The CONSULTANT shall not engage, on a full- or part-time basis, or other basis, during the period of the contract, any
professional or technical personnel who are, or have been, at any time during the period of the contract, in the employ
of the United States Department of Transportation, or the STATE, or the AGENCY, except regularly retired
employees, without written consent of the public employer of such person.
VIII Nondiscrimination
During the performance of this contract, the CONSULTANT, for itself, its assignees, and successors in interest agrees
to comply with the following laws and regulations:
Title VI of the Civil Rights Act of 1964
(42 USC Chapter 21 Subchapter V Section 2000d through 2000d -4a)
Federal -aid Highway Act of 1973
(23 USC Chapter 3 Section 324)
Rehabilitation Act of 1973
(29 USC Chapter 16 Subchapter V Section 794)
Age Discrimination Act of 1975
(42 USC Chapter 76 Section 6101 et seq.)
Civil Rights Restoration Act of 1987
(Public Law 100 -259)
American with Disabilities Act of 1990
(42 USC Chapter 126 Section 12101 et. seq.)
49 CFR Part 21
23 CFR Part 200
RCW 49.60.180
In relation to Title VI of the Civil Rights Act of 1964, the CONSULTANT is bound by the provisions of Exhibit "H"
attached hereto and by this reference made part of this AGREEMENT, and shall include the attached Exhibit "H" in
every sub contract, including procurement of matenals and leases of equipment, unless exempt by the Regulations or
directives issued pursuant thereto.
IX Termination of Agreement
The nght is reserved by the AGENCY to terminate this AGREEMENT at any time upon ten (10) days written notice to
the CONSULTANT.
In the event this AGREEMENT is terminated by the AGENCY other than for default on the part of the
CONSULTANT, a final payment shall be made to the CONSULTANT as shown in Exhibit "I" for the type of
AGREEMENT used.
No payment shall be made for any work completed after ten (10) days following receipt by the CONSULTANT of the
Notice to Terminate. If the accumulated payment made to the CONSULTANT prior to Notice of Termination exceeds
the total amount that would be due when computed as set forth herein above, then no final payment shall be due and the
CONSULTANT shall immediately reimburse the AGENCY for any excess paid.
If the services of the CONSULTANT are terminated by the AGENCY for default on the part of the CONSULTANT,
the above formula for payment shall not apply.
Page 4 of 8
In such an event, the amount to be paid shall be determined by the AGENCY with consideration given to the actual
costs incurred by the CONSULTANT in performing the work to the date of termination, the amount of work originally
required which was satisfactorily completed to date of termination, whether that work is in a form or a type which is
usable to the AGENCY at the time of termination, the cost to the AGENCY of employing another firm to complete the
work required and the time which may be required to do so, and other factors which affect the value to the AGENCY
of the work performed at the time of termination.
Under no circumstances shall payment made under this subsection exceed the amount, which would have been made
using the formula set forth above.
If it is determined for any reason that the CONSULTANT was not in default or that the CONSULTANT'S failure to
perform is without the CONSULTANT'S or it's employee's default or negligence, the termination shall be deemed to
be a termination for the convenience of the AGENCY. In such an event, the CONSULTANT would be reimbursed for
actual costs in accordance with the termination for other than default clauses listed previously.
In the event of the death of any member, partner or officer of the CONSULTANT or any of its supervisory personnel
assigned to the PROJECT, or dissolution of the partnership, termination of the corporation, or disaffiliation of the
principally involved employee, the surviving members of the CONSULTANT hereby agree to complete the work under
the terms of this AGREEMENT, if requested to do so by the AGENCY. This subsection shall not be a bar to
renegotiation of the AGREEMENT between the surviving members of the CONSULTANT and the AGENCY, if the
AGENCY so chooses.
In the event of the death of any of the parties listed in the previous paragraph, should the surviving members of the
CONSULTANT, with the AGENCY'S concurrence, desire to terminate this AGREEMENT, payment shall be made as
set forth in the second paragraph of this section.
Payment for any part of the work by the AGENCY shall not constitute a waiver by the AGENCY of any remedies of
any type it may have against the CONSULTANT for any breach of this AGREEMENT by the CONSULTANT, or for
failure of the CONSULTANT to perform work required of it by the AGENCY. Forbearance of any nghts under the
AGREEMENT will not constitute waiver of entitlement to exercise those rights with respect to any future act or
omission by the CONSULTANT.
X Changes of Work
The CONSULTANT shall make such changes and revisions in the complete work of this AGREEMENT as necessary
to correct errors appearing therein, when required to do so by the AGENCY, without additional compensation thereof.
Should the AGENCY find it desirable for its own purposes to have previously satisfactorily completed work or parts
thereof changed or revised, the CONSULTANT shall make such revisions as directed by the AGENCY. This work
shall be considered as Extra Work and will be paid for as herein provided under Section XIV.
XI Disputes
Any dispute concerning questions of fact in connection with the work not disposed of by AGREEMENT between the
CONSULTANT and the AGENCY shall be referred for determination to the Director of Public Works or AGENCY
Engineer, whose decision in the matter shall be final and binding on the parties of this AGREEMENT; provided,
however, that if an action is brought challenging the Director of Public Works or AGENCY Engineer's decision, that
decision shall be subject to de novo judicial review. If the parties to this AGREEMENT mutually agree, disputes
concerning alleged design errors will be conducted under the procedures found in Exhibit "J", and disputes concerning
claims will be conducted under the procedures found in Exhibit "K
XII Venue, Applicable Law, and Personal Jurisdiction
In the event that either party deems it necessary to institute legal action or proceedings to enforce any right or
obligation under this AGREEMENT, the parties hereto agree that any such action shall be initiated in the Superior
court of the State of Washington, situated in the county in which the AGENCY is located. The parties hereto agree that
all questions shall be resolved by application of Washington law and that the parties to such action shall have the right
of appeal from such decisions of the Superior court in accordance with the laws of the State of Washington. The
CONSULTANT hereby consents to the personal jurisdiction of the Superior court of the State of Washington, situated
in the county in which the AGENCY is located.
Page 5 of 8
XIII Legal Relations
The CONSULTANT shall comply with all Federal, State, and local laws and ordinances applicable to the work to be
done under this AGREEMENT. This contract shall be interpreted and construed in accordance with the laws of the
State of Washington.
The CONSULTANT shall indemnify and hold the AGENCY and the STATE and its officers and employees harmless
from and shall process and defend at its own expense all claims, demands, or suits at law or equity arising in whole or
in part from the CONSULTANT'S negligence or breach of any of its obligations under this AGREEMENT; provided
that nothing herein shall require a CONSULTANT to indemnify the AGENCY or the STATE against and hold
harmless the AGENCY or the STATE from claims, demands or suits based solely upon the conduct of the AGENCY or
the STATE, their agents, officers and employees; and provided further that if the claims or suits are caused by or result
from the concurrent negligence of (a) the CONSULTANT'S agents or employees, and (b) the AGENCY or the
STATE, their agents, officers and employees, this indemnity provision with respect to (1) claims or suits based upon
such negligence (2) the costs to the AGENCY or the STATE of defending such claims and suits shall be valid and
enforceable only to the extent of the CONSULTANT'S negligence or the negligence of the CONSULTANT'S agents
or employees.
The CONSULTANT'S relation to the AGENCY shall be at all times as an independent contractor.
The CONSULTANT shall comply with all applicable sections of the applicable Ethics laws, including RCW 42.23,
which is the Code of Ethics for regulating contract interest by municipal officers. The CONSULTANT specifically
assumes potential liability for actions brought by the CONSULTANT'S own employees against the AGENCY and,
solely for the purpose of this indemnification and defense, the CONSULTANT specifically waives any immunity under
the state industrial insurance law, Title 51 RCW.
Unless otherwise specified in the AGREEMENT, the AGENCY shall be responsible for administration of construction
contracts, if any, on the PROJECT. Subject to the processing of a new sole source, or an acceptable supplemental
agreement, the CONSULTANT shall provide On -Call assistance to the AGENCY during contract administration. By
providing such assistance, the CONSULTANT shall assume no responsibility for: proper construction techniques, job
site safety, or any construction contractor's failure to perform its work in accordance with the contract documents.
The CONSULTANT shall obtain and keep in force during the terms of the AGREEMENT, or as otherwise required,
the following insurance with companies or through sources approved by the State Insurance Commissioner pursuant to
Title 48 RCW.
Insurance Coverage
A. Worker's compensation and employer's liability insurance as required by the STATE.
B. Commercial general liability and property damage insurance in an aggregate amount not less than two million
dollars ($2,000,000) for bodily injury, including death and property damage. The per occurrence amount shall
not exceed one million dollars ($1,000,000).
C. Vehicle liability insurance for any automobile used in an amount not less than a one million dollar ($1,000,000)
combined single limit.
Excepting the Worker's Compensation Insurance and any Professional Liability Insurance secured by the
CONSULTANT, the AGENCY will be named on all policies as an additional insured. The CONSULTANT shall
furnish the AGENCY with verification of insurance and endorsements required by the AGREEMENT. The AGENCY
reserves the right to require complete, certified copies of all required insurance policies at any time.
All insurance shall be obtained from an insurance company authorized to do business m the State of Washington. The
CONSULTANT shall submit a verification of insurance as outlined above within fourteen (14) days of the execution of
this AGREEMENT to the AGENCY.
No cancellation of the foregoing policies shall be effective without thirty (30) days prior notice to the AGENCY.
The CONSULTANT'S professional liability to the AGENCY shall be limited to the amount payable under this
AGREEMENT or one million ($1,000,000) dollars, whichever is the greater, unless modified by Exhibit "L In no
case shall the CONSULTANT'S professional liability to third parties be limited in any way.
Page 6 of 8
The AGENCY will pay no progress payments under Section V until the CONSULTANT has fully complied with this
section. This remedy is not exclusive; and the AGENCY and the STATE may take such other action as is available to it
under other provisions of this AGREEMENT, or otherwise in law.
XIV Extra Work
A. The AGENCY may at any time, by written order, make changes within the general scope of the AGREEMENT in
the services to be performed.
B. If any such change causes an increase or decrease in the estimated cost of, or the time required for, performance of
any part of the work under this AGREEMENT, whether or not changed by the order, or otherwise affects any other
terms and conditions of the AGREEMENT, the AGENCY shall make an equitable adjustment in the (1) maximum
amount payable; (2) delivery or completion schedule, or both; and (3) other affected terms and shall modify the
AGREEMENT accordingly.
C. The CONSULTANT must submit any "request for equitable adjustment hereafter referred to as "CLAIM under
this clause within thirty (30) days from the date of receipt of the written order. However, if the AGENCY decides
that the facts justify it, the AGENCY may receive and act upon a CLAIM submitted before final payment of the
AGREEMENT.
D. Failure to agree to any adjustment shall be a dispute under the Disputes clause. However, nothing in this clause
shall excuse the CONSULTANT from proceeding with the AGREEMENT as changed.
E. Notwithstanding the terms and conditions of paragraphs (A) and (B) above, the maximum amount payable for this
AGREEMENT, shall not be increased or considered to be increased except by specific written supplement to this
AGREEMENT.
XV Endorsement of Plans
If applicable, the CONSULTANT shall place their endorsement on all plans, estimates, or any other engineering data
furnished by them.
XVI Federal and State Review
The Federal Highway Administration and the Washington State Department of Transportation shall have the right to
participate in the review or examination of the work in progress.
XVII Certification of the Consultant and the Agency
Attached hereto as Exhibit "M -1(a and b)" are the Certifications of the CONSULTANT and the AGENCY, Exhibit "M
-2" Certification Regarding Debarment, Suspension and Other Responsibility Matters Primary Covered Transactions,
Exhibit "M -3" Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying and Exhibit "M -4"
Certificate of Current Cost or Pricing Data. Exhibit "M -3" is required only in AGREEMENTS over $100,000 and
Exhibit "M -4" is required only in AGREEMENTS over $500,000.
XVIII Complete Agreement
This document and referenced attachments contain all covenants, stipulations, and provisions agreed upon by the
parties. No agent, or representative of either party has authority to make, and the parties shall not be bound by or be
liable for, any statement, representation, promise or agreement not set forth herein. No changes, amendments, or
modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as an amendment to
this AGREEMENT.
XIX Execution and Acceptance
This AGREEMENT may be simultaneously executed in several counterparts, each of which shall be deemed to be an
original having identical legal effect. The CONSULTANT does hereby ratify and adopt all statements, representations,
warranties, covenants, and agreements contained in the proposal, and the supporting material submitted by the
CONSULTANT, and does hereby accept the AGREEMENT and agrees to all of the terms and conditions thereof.
Page 7 of 8
In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year shown in the
"Execution Date" box on page one (1) of this AGREEMENT.
By
Consultant
DOT Form 140 -089 EF
Revised 3/2008
i
XPiR dfl 0/v 4 1,11c• Agency
Page 8 of 8
By
1 (oj
Exhibit A -1 Task 1
Scope of Work
Lauridsen Boulevard Bridge Replacement Project
March 1, 2012
Prepared by:
Exeltech Consulting, Inc
116 W 8 Street, Suite 120
Port Angeles, WA 98362
e x e l t e c h
TABLE OF CONTENTS
I. BACKGROUND 1
II. PROJECT PHASING 1
III. PROJECT SCHEDULE 2
IV. ASSUMPTIONS 2
PHASE 1 ABBREVIATED PRELIMINARY DESIGN 5
TASK 1. PROJECT MANAGEMENT 5
1.1 General Project Management 5
1.2 Monthly Progress Reports and Invoices 5
TASK 2. BRIDGE AND ROADWAY PRELIMINARY DESIGN 6
2.1 Develop Design Memo 6
2.2 Preliminary Bridge Design 6
2.3 Preliminary and Final Horizontal and Vertical Alignment Plans 6
2.4 Develop Intersection Layout 7
2.5 Constructability Workshop 7
2.6 Independent Check 7
2.7 Preliminary Opinion of Probable Construction Cost 7
TASK 3. DRAINAGE DESIGN (ZENOVIC) 8
TASK 4. TRAFFIC ENGINEERING (FEHR PEERS) 8
4.1 Existing Conditions Data Collection, Evaluation, and Documentation 8
4.2 Travel Demand Modeling 8
4.3 Detour Analysis 9
4.4 Transportation Support of Environmental Document 9
TASK 5. SITE SURVEY MAPPING (JOHNSTON LS) 9
TASK 6. GEOTECHNICAL (PANGEO) 10
Scope of Services Page i
6.1 Site Visit 10
6.2 Site Exploration 10
6.3 Draft Geotechnical Report 10
TASK 7. HYDRAULIC ENGINEERING (MP STORMWATER) 11
7.1 Bridge Hydraulic Analysis 11
7.2 Bridge Hydraulic Memo 11
TASK 8. ENVIRONMENTAL 12
8.1 Coordination, Accumulation, and Review of Information 12
8.2 Field Reconnaissance 12
8.3 National Environmental Policy Act (NEPA) Environmental Evaluation 12
8.4 Cultural Resource Support 13
8.5 State Environmental Policy Act (SEPA) 13
8.6 City Permits and Approvals 13
PHASE 2 FINAL DESIGN 14
TASK 9. BRIDGE AND ROADWAY FINAL DESIGN 14
9.1 Roadway Final Design 14
9.2 Bridge Final Design 15
9.3 Opinion of Probable Construction Cost 16
9.4 Independent Check (ABAM) 16
9.5 Constructability Review 16
TASK 10. TRAFFIC ENGINEERING (FEHR PEERS) 17
10.1 Traffic Signal Design 17
TASK 11. GEOTECHNICAL (PANGEO) 18
11.1 Final Geotechnical Report 18
TASK 12. HYDRAULIC ENGINEERING (MP STORMWATER) 18
Scope of Services Page ii
12.1 Final Bridge Hydraulics Report 18
TASK 13. PUBLIC OUTREACH SUPPORT 18
PHASE 3 BID SUPPORT ENGINEER OF RECORD SERVICES 18
TASK 14. BID SUPPORT SERVICES 18
TASK 15. ENGINEER OF RECORD SERVICES 19
15.1 Engineer of Record Services During Construction 19
PHASE 4 CONSTRUCTION MANAGEMENT 19
TASK 16. CONSTRUCTION MANAGEMENT 19
16.1. Pre Construction Activities 19
16.2 Contract Administration for Construction 20
PHASE 5 BRIDGE INSPECTION, INVENTORY ASSESSMENT LOAD RATING 25
TASK 17. BRIDGE INSPECTION AND INVENTORY ASSESSMENT REPORT 25
TASK 18. BRIDGE LOAD RATING 25
Attachments
A Sheet List
Scope of Services Page iii
Exhibit A -1 Task 1
SCOPE OF WORK
Lauridsen Boulevard Bridge Replacement Project
During the term of this Agreement, Exeltech Consulting, Inc. and their sub consultants in Exhibit G,
here in after referred to as the "Consultant shall perform professional services for the City of Port
Angeles, hereinafter referred to as the "City including the engineering, environmental and support
services for preliminary design through construction management, in connection with the:
Lauridsen Boulevard Bridge Replacement Project
The Consultant shall actively coordinate and manage every aspect of the work, identify and resolve
issues in a timely manner, communicate effectively, and ensure the accuracy and overall quality of
the work and work products. The Consultant shall be responsible for the performance of the
services described hereinafter, furnishing materials and information as needed to accomplish the
work tasks. This document shall be used to plan, conduct and complete the work for the Project.
I. BACKGROUND
The existing Lauridsen Boulevard Bridge is structurally deficient and functionally obsolete. This
project will replace the aging bridge, and incorporate pedestrian and bicycle safety enhancements
according to the City's ongoing bicycle and pedestrian planning efforts.
The project is an essential improvement to meet the growing needs or the region and projected
freight truck and vehicle traffic, as it is a cross town truck route and alternate local cross town route.
The project will allow truck and larger vehicle traffic passing through the Port Angeles urban area to
bypass the downtown area.
The Project is funded with local and FHWA federal funds.
II. PROJECT PHASING
The Lauridsen Boulevard Bridge Replacement Project will be broken into five phases. The
Consultant will not proceed onto the next phase without approval of the preceding phase from City
and then notice to proceed onto the next phase.
Phase 1 of the Project will consist of engineering, environmental, and supporting analysis
necessary to progress the previously started preliminary design services to a full preliminary
design (approximately 30 This will include confirming the project preferred alternative,
which will be progressed into Phase 2.
Phase 2 of the Project will consist of engineering, environmental, and supporting analysis
necessary to progress the preliminary design to a ready- for construction final 100% PS&E.
Phase 3 of the Project will consist of bid support and engineer of record (EOR) support.
Phase 4 of the Project will consist of construction management services for the Project.
Scope of Services Task 1 Page 1
Phase 5 of the Project will consist of Bridge Inspection and Load Rating.
III. PROJECT SCHEDULE
Notice to Proceed
Abbreviated Prelim. Design (30
Final Design (100% PS &E)
Construction Phase Services
April, 2012
April 2012 July 2012
July 2012 February 2013
March 2013 January 2014
The Consultant is responsible for meeting deadlines for their tasks only; having no control over
those portions of the schedule related to the tasks performed by the City or any third party. Any
outside influences on schedule may increase Project cost.
IV. ASSUMPTIONS
GENERAL
1. Hazardous materials will not be found.
2. The City will make timely payment of invoices (within 30 days of approved invoice).
3. The Project Schedule will not be delayed or extended.
4. The City will lead all public involvement efforts, with support from the Consultant.
5. Project deliverables will be in hard copy and electronic format (excluding invoices and
supporting documents, which will be delivered in hard copy format only).
6. The level of effort for each phase and task of work is limited to the amount of labor and
expenses indicated in Exhibit E -1 Task 1. The budget may be transferred between tasks,
provided the total contracted amount is not exceeded. Additional services beyond these
limits may be considered Extra Work.
7. All City directed activities, above and beyond the scope of work, will require written
confirmation from the City Project Manager or designee.
8. Timely reviews of submitted deliverables at mutually agreed upon times and consolidation of
all review comments into one review document prior to returning to the Consultant. The
PROJECT schedule assumes timely decision making by the CITY.
DESIGN PHASE
9. Design standards to be used include the following versions of which are in place at time of
contract execution:
Washington State Department of Transportation (WSDOT) LAG Manual
2005 Washington State Department of Ecology Stormwater Manual
Americans with Disabilities Act (ADA)
AASHTO Manual for Bridge Evaluation
AASHTO LRFD Bridge Design Specifications
Washington State Department of Transportation (WSDOT) Design Manual
WSDOT Bridge Design Manual
Scope of Services Task 1 Page 2
WSDOT Hydraulics Manual
WSDOT Plans Prep Manual
City of Port Angeles Urban Standards and Guidelines
10. The replacement bridge is assumed to be a single span WSDOT precast prestressed girder
structure, supported on abutments with drilled shaft foundations.
11. The project will result in No Effect to threatened and endangered species. This scope of
work does not include preparation of a Biological Assessment for consultation under Section
7 of the ESA. No Effect documentation will be limited to the WSDOT ECS.
12. The WSDOT ECS will be adequate for documentation of environmental impacts under
NEPA. No separate Discipline Reports will be required.
13. The project will be classified a Type 2 Documented Categorical Exclusion under NEPA.
14. The NEPA kickoff meeting will be held in Olympia.
15. Cultural /historical resource evaluation and Section 106 consultation will be performed by the
City.
16. If Lauridsen Bridge is deemed a historic resource, the City will provide mitigation and /or
HABS /HAER historical studies and documentation, if needed.
17. The Consultant shall use Civil 3D (2012 Version) and AutoCAD software (2012 Version) for
plan preparation.
18. The City has adequate Right of Way for the project and no new Right of Way will be
required except for possible easements.
19. The City will provide copies of all available background information.
20. The plans will include an assumed 67 plan sheets total, as detailed in Attachment A.
21. The project will be scheduled to be constructed in one construction season.
22. Mobilization and drilling for geotechnical needs can be accomplished during normal daylight
work hours.
23. Right -of -entry and permits for geotechnical and surveying to be provided by City, if
necessary.
24. Traffic control and flagging will be required and will be provided by the City for the
geotechnical drilling.
25. Test boring locations will be referenced to existing site features using GPS, tape measure or
rangefinder.
26. The project will be developed using English units of measure.
27. The project will not change the existing overflow conditions, and will not cause any
significant changes to existing facilities upstream or downstream of the bridge.
28. Available flow data for Peabody Creek will be provided by the City.
29. A detailed Reach Assessment is not required.
30. A detailed scour analysis is not required due to abutment and pier locations being well
outside of the Normal High Water. However, if the soils are erodible based on the
geotechnical findings, lateral migration will be taken into account and scour will be
accounted for as part of the project.
Scope of Services Task 1 Page 3
31. The total disturbed area for the project will be Tess than one (1) acre.
32. The project will be designed per the Small Project Drainage Plan criteria in the City's Urban
Services Standards and Guidelines.
33. Stormwater treatment will be required for waters collected from Lauridsen Boulevard, but not
flow control prior to discharge to Peabody Creek.
34. Stormwater collected from revised points on Race Street will not require treatment or flow
control.
CONSTRUCTION PHASE
35. The project is assumed to be 120 working days with 5 additional days built in due to
changes, delay or weather. The Consultant's Construction Management Team will begin
two weeks prior to construction and will continue half -time for four weeks after construction
completion to close out. The Construction Management Team will work no more than this
assumed 145 working days or 29 weeks (does not include pre construction activities).
36. Contractor's work is anticipated to take place during daylight hours on a single shift of 8
hours per day, 5 days per week.
37. Services will be performed in accordance with the WSDOT Local Agency Guidelines (LAG)
and the WSDOT Construction Manual.
38. Project construction is assumed to be continuous and without a suspension or winter
shutdown.
39. The bridge and adjacent roadway will be closed during construction.
40. The Consultant's Construction Management Team is assumed to include the following labor
resources:
One part time QA/QC Principal Engineer, 1 hr per month
One part time Project Manager, 3 hrs per week
One half time Resident Engineer, 15 hrs per week
One full time (8 hrs per day) Field Inspector
One half time Office Engineer, 16 hrs per week
One half time Documentation Control Administrator, 15 hrs per week
One part time Office QA/QC Engineer
Part time Administrative Support
Professional services will be limited to the assumed hours /costs established in Exhibit E -1,
unless additional services are authorized by the City.
41. To streamline communication, all project direction from the City will be channeled through
Consultant's Construction Management Team, who will also serve as the primary point of
communication with the Contractor.
42. Exeltech's Resident Engineer will report directly to, and communication flow will be directly
to /from the City's Project Manager.
43. Project documentation will be maintained in the Consultant's web based documentation
software, e-Room, and filed in accordance with standard filing protocol. At the completion of
Scope of Services Task 1 Page 4
the project, the original project documentation will be transferred to the City, including hard
copies of original project documentation.
44. The City shall serve as the primary contact for public inquiries about the project
45. General materials testing shall be provided in accordance with the labor and testing
assumptions, as included within and in Exhibit G -1.
46. The City will have WSDOT perform all fabrication inspections of bridge girders, catch
basins, manholes, signal poles, signal controllers, and signing.
47. Hazardous materials and or archaeological discoveries /conditions are not known to be
present at the project site, but will be properly dealt with if encountered.
48. The City will lead the coordination between the Contractor's activities and the impacts to the
local residents and businesses.
PHASE 1 ABBREVIATED PRELIMINARY DESIGN
Task 1. Project Management
This task describes the services necessary to plan, perform, and control the various elements of
the Project so that the needs and expectations of the City and other Project stakeholders will be
met or exceeded. Throughout the Project, the Consultant shall provide clear and concise
documentation of work progress, including coordinating work products by the design team that
are critical to the overall effort.
The Consultant shall provide overall project management and documentation of work progress,
including coordinating the work products of the design team that are critical to the overall design
effort.
Any changes that arise will be proactively communicated and documented with the City's
agreement.
1.1 General Project Management
It is anticipated that the Consultant shall participate in three (3) project meetings with the
City at the City's offices, including a Project Kickoff /Site Visit, a Preliminary Design Review
Meeting, and a 90% PS&E review meeting. Other design project meetings will be held via
conference call or video conference.
The Project Kickoff Meeting will be combined with that for Task 2.
The preferred design will be determined at the Preliminary Design Review Meeting, and will
be progressed through final design without re- design.
The Consultant will oversee the work of subconsultants and provide general coordination to
maintain smooth progress on the project.
1.2 Monthly Progress Reports and Invoices
The Consultant shall prepare monthly progress reports including a summary of work
completed, and financial status of project budget.
Scope of Services Task 1 Page 5
Deliverable(s):
1. Monthly Progress Reports
2. Monthly invoices
Task 2. Bridge and Roadway Preliminary Design
2.1 Develop Design Memo
The Consultant shall review the relevant project data, and develop design constraints,
design considerations, and design criteria which will be important factors for the successful
development of the project.
This task will include collaboration through meetings with survey, hydraulics, and
geotechnical sub consultants, as well as other team members.
The Consultant shall prepare a Design Memo, for the City's concurrence prior to beginning
work on Final Design. The Design Memo is a formal documentation of design standards for
the project.
Deliverables:
1. Draft Design Memo
2. Final Design Memo
2.2 Preliminary Bridge Design
The Consultant shall prepare preliminary design (approximately 30% design) for the bridge
and approach roadway near each bridge abutment, for the recommended bridge altemative,
as approved by the City.
The Consultant shall prepare a bridge and retaining wall layout plan to show the bridge type,
size and location, horizontal and vertical alignments, and typical sections.
Preliminary design will include ongoing collaboration through meetings with the City, survey,
hydraulics, and geotechnical sub consultants, as well as other team members.
Geometric calculations will be performed to completely define the bridge and retaining wall
geometrics.
Preliminary structural design calculations will be performed to conceptually size the
structural members.
Deliverables:
1. Preliminary 30% Plans
2.3 Preliminary and Final Horizontal and Vertical Alignment Plans
The Consultant shall develop horizontal and vertical alignments to such refinement that
horizontal and vertical clearances can be reasonably checked, drainage concepts resolved,
and utility conflicts identified. To finalize the preliminary horizontal and vertical alignments,
approval is required by the City. These plans shall be developed in a manner consistent with
design criteria established for this Project.
Scope of Services Task 1 Page 6
Deliverables:
1. Preliminary Horizontal and Vertical Alignment Plans
2. Final Horizontal and Vertical Alignment Plans
2.4 Develop Intersection Layout
The intersection layout of Lauridsen and Race Street will be developed to meet the current
design guidelines for the proposed design vehicle. ADA requirements, and where needed
Maximum Extent Feasible analysis will be performed. The preliminary layout for the
intersection and road approaches will be evaluated for:
Cost
Turning radius
Right -of -way
Environmental
Deliverables:
1. Preliminary Intersection layout (up to 3)
2. Preliminary and Final Design Summary Report
3. Maximum Extent Feasible Report
2.5 Constructability Workshop
The 30% preliminary plans will be reviewed for constructability. A four (4) hour
constructability workshop will be held by the consultant internally to review the chosen
alternative for bridge and wall type.
2.6 Independent Check (Berger ABAM)
The 30% preliminary plans and calculations for the bridge and roadway elements will be
independently checked, and comments will be provided as red -lines on plan sheets and /or
comment sheets will be completed.
Deliverables:
1. Independent check documents
2.7 Preliminary Opinion of Probable Construction Cost
The Consultant shall prepare the preliminary design bridge and roadway opinion of probable
construction cost using approximate quantities of materials for some bid items and lump sum
estimates for some bid items, depending on the degree of design completed. Historical bid
unit prices for projects in Western Washington and City of Port Angeles will be used to
determine appropriate unit bid prices for the preliminary design bridge opinion of probable
construction cost.
Deliverables:
1. Preliminary Opinion of Probable Cost
Scope of Services Task 1 Page 7
Task 3. Drainage Design (Zenovic)
Detention and Water Quality analysis will be performed that follows 2005 Department of Ecology
Storm water Design Manual. The Consultant shall perform a study to define the design
requirements and provide recommendations using DOE's Best Management Practices (BMP). A
drainage design report will be prepared per the required guidelines.
Deliverables:
1. Preliminary Drainage Plans
2. Draft and Final Drainage Report
Task 4. Traffic Engineering (Fehr Peers)
4.1 Existing Conditions Data Collection, Evaluation, and Documentation
The Consultant shall collect relevant information about existing transportation system
operations, including roadway facilities and intersections, transit services, and bicycle and
pedestrian infrastructure within the study area. This task includes collecting traffic counts at
up to ten study intersections (we have indicated the counts collection as an optional task in
our fee). This task will also involve collection of traffic safety information (accident data will
be provided by the City) for the study intersections and roadway segments. To the extent
possible, data from the on -going Comprehensive Transportation plan project will be utilized.
It is envisioned that this data collection effort will include coordination with City staff, as well
as review of recent transportation studies and aerial photography.
To develop the traffic report, which will serve as the basis for the environmental document,
the Consultant shall document the existing transportation conditions, including written
representation of facilities that are on the ground today. This analysis will also include a
table describing roadway operations and intersection level of service at up to 10 study
facilities. Intersection operations will be done using the Synchro software package and
made available to the City.
The written product for this task will be developed, and will describe existing transportation
conditions in the study area, including conditions for vehicles, transit, bicycles, and
pedestrians, as well as traffic safety. It is assumed that this report will include up to four
figures.
Deliverables:
1. Draft Traffic Report
2. Final Traffic Report
4.2 Travel Demand Modeling
The Consultant shall use the model developed as a part of the Transportation
Comprehensive Plan to develop four sets of forecasts to compare current year and design
year build vs. no build scenarios:
Current Year Build: Bridge closure during construction near term (2013 forecast)
which assumes the bridge is closed
Scope of Services Task 1 Page 8
Current Year No Build: 2013 No Action assumes the bridge remains open since it
is not rebuilt
Design Year Build: Design year 2035 forecasts assuming the bridge is open and
the cross -town truck route is fully implemented
Design Year No Build: 2035 No Action assumes that the Lauridsen Bridge is not
rebuilt, but remains serviceable. Does not assume implementation of a cross -town
truck route
Development of these forecasts will require close coordination with City staff to ensure that
land use growth assumptions are appropriate and that all future year transportation projects
are considered. The deliverable for this task will be a set of forecasts that will be shared
with the project team and the City to determine the reasonability of each forecast.
Deliverables:
1. Set of forecasts
4.3 Detour Analysis
The Consultant shall review the City's planned detour routes, compared against the model's
output, and provide comment on considerations related to conditions during construction in
support of the overall detour plan:
Traffic flow /accommodations
Bicycle /pedestrian facilities and detour routes
ADA access
Transit effects
4.4 Transportation Support of Environmental Document
The Consultant shall respond to transportation- related comments related to the
environmental document. To the extent possible, the Consultant shall provide master
responses that can apply to multiple comments.
Task 5. Site Survey Mapping (Johnston LS)
The Consultant shall provide full topography for the project area, to be supplemented with City
Right of Way limits, location of all underground utilities, storm water catch basins with i.e.s,
Ordinary High Water stakes (to be placed by Exeltech). Existing footing supports and power
lines (including heights) will also be surveyed.
Deliverables:
1. Updated topographical map with roadway right of way identified
Scope of Services Task 1 Page 9
Task 6. Geotechnical (PanGEO)
The Consultant shall perform a complete geotechnical study for the new bridge by drilling one
test boring near each existing abutment of the existing Lauridsen Bridge, and two additional
borings to shallower depths for retaining walls and /or minor structure foundations. The borings
will be drilled at locations accessible by truck- or track- mounted equipment.
6.1 Site Visit
The Consultant shall perform a site visit to locate and mark exploration locations in the field
and to recon the general area of the site.
6.2 Site Exploration
The Consultant shall drill two test borings near the existing abutments up to a maximum of
80 -feet deep each. Two additional borings up to a maximum of 20 -feet deep will be drilled at
locations of retaining walls and /or minor structure foundations. Truck- or track- mounted
drilling equipment will be used that can convert to rock coring when necessary. Drilling will
not be performed deeper than the aforementioned depth without prior authorization. The
borings will be monitored and logged under the full -time observation of the Consultant's
geotechnical engineer or engineering geologist. Standard Penetration Test samples will be
obtained at approximately 5 -foot intervals when drilling in soil. The site soils are assumed to
be "clean" (i.e., no hazardous materials or contamination), therefore drill cuttings will be
disposed of on site. Laboratory testing will be conducted to determine certain index
properties of the on -site soils, including moisture content and grain size analysis.
6.3 Draft Geotechnical Report
The Consultant shall perform engineering analysis and evaluate data derived from the site
exploration and prepare a Geotechnical Report containing the results of the geotechnical
field study to support preparation of the PS&E, including descriptions of surface and
subsurface conditions, and a site plan showing exploration locations and other pertinent
features. Summary exploration logs, charts and graphs indicating laboratory test results will
also be included. The results of our engineering evaluations and preliminary geotechnical
engineering recommendations pertaining to the following items will be presented:
For the new permanent bridge foundations, the new permanent retaining wall, and /or
minor structure foundations: type depth, service and nominal (ultimate) bearing
resistances, bearing elevations at each abutment, and anticipated settlements
associated with service bearing resistances;
Geotechnical design criteria for the bridge, including seismic design requirements and
liquefaction hazard analysis (if applicable);
Abutment or approach fill walls (global stability, bearing and sliding resistance,
settlement estimation);
Preparation of special provisions and /or advisory specifications to supplement the
special provisions for the project; and
Constructability issues and concerns.
Scope of Services Task 1 Page 10
Evaluation of chemical or hazardous material properties of soil and groundwater, special
handling or disposal, or the potential presence of wetlands on the site is not included.
Deliverables:
1. Draft Geotechnical Report
Task 7. Hydraulic Engineering (MP Stormwater)
7.1 Bridge Hydraulic Analysis
The purpose of this task is to understand the hydraulic conditions at the existing site in order
to establish the hydraulic design parameters for the proposed bridge. The creek's cross
sections upstream and downstream of the bridge will be used in the hydraulic analysis to
assess the local stability of the existing creek and the need for any protection of the
proposed bridge.
The Consultant shall perform a site inspection to establish conditions upstream and
downstream of the proposed crossing to observe and record:
Highest flood waterline or 100 Year Flood Elevation relative to the proposed bridge.
Hydraulic control sections upstream and downstream of the proposed bridge.
Bed and bank features including hydraulic friction values, material sizes, vegetation.
Potential channel migration and stability upstream and downstream of crossing based
on existing bed and bank features.
During the site inspection, a photo log of the bridge and field notes will be created.
The Consultant shall establish water surface elevations and determine local velocities in the
creek under flooding conditions, using HECRAS bridge hydraulic modeling with available
flood information. Using a 100 MRI (years) storm frequency, the Consultant shall design for
flow passage and check for high flow damage using a 500 MRI (years) storm frequency.
Normal High Water elevation will be provided for bridge demolition and construction.
Existing cross sections 200 ft upstream and 200 ft downstream will be used to assess the
flow characteristics.
7.2 Bridge Hydraulic Memo
This task includes preparing a hydraulic memo (summary report) covering existing site
conditions, developed conditions, hydraulic design and photo log, field notes, hydraulic
model input and output, flow rates, and water elevations. The Hydraulic Memo shall be in
accordance with the current design standards in the Washington State Department of
Transportation (WSDOT) "Hydraulics Manual" and the City of Port Angeles local guidelines
called "Urban Services Standards and Guidelines" for stormwater compliance.
Deliverables:
1. 30% Draft Hydraulic Memo
Scope of Services Task 1 Page 11
2. 60% Draft Hydraulic Memo
3. 90% Draft Hydraulic Memo
Task 8. Environmental
Environmental documentation for the Lauridsen Boulevard Bridge Replacement Project will be
completed according to the Local Agency Guidelines for projects using Federal Highway
Administration (FHWA) funds. The project will cross Peabody Creek within the City of Port
Angeles. As such, environmental studies and documentation will include delineation of Ordinary
High Water Line (OHWL), permitting of any wetland or waters impacts, documentation of
potential effects to species listed as threatened or endangered species under the Federal
Endangered Species Act of 1973 (ESA), Critical Areas and Shoreline Management Act
permitting through the City of Port Angeles. This task consists of the work effort required to
complete coordination with WSDOT and regulatory agencies, and permit application materials
necessary to obtain regulatory approval for project construction.
8.1 Coordination, Accumulation, and Review of Information
The Consultant shall gather and review existing literature and scientific data to determine
the documented presence of wetlands, fish, wildlife and plant species and /or their habitats
within the project study area. This will include: acquisition and review of data from the US
Fish and Wildlife Service (USFWS), National Marine Fisheries Service (NMFS), Washington
Department of Fish and Wildlife (WDFW), Washington Department of Natural Resources
(WDNR), the Natural Resource Conservation Service (NRCS), and City of Port Angeles
Critical Areas Ordinance for information relating to stream and wetland conditions and the
occurrence of federally listed, proposed and candidate species. Gathered information shall
be used to obtain project permits and approvals for the project. Additional sources of
information regarding watershed and species information may also include area salmon
enhancement groups, tribes, and the Internet.
8.2 Field Reconnaissance
The Consultant shall visit the project area to evaluate the presence of sensitive
environmental features, areas that may be characterized as Critical Areas such as wetlands,
and the potential for the project to affect species listed as threatened or endangered or
suitable habitat for such species. The Consultant shall record notes and representative
photos of relevant environmental features within the project area during the visit.
Based on site conditions, it is assumed that no wetlands and only waters of the US occur
within the project area. The Consultant shall flag the boundary of the Ordinary High Water
(OHW) within the project study area, up to 300 feet up and downstream of the existing
bridge and shall document all habitat conditions within the project area including likely
construction staging areas. A sketch map of the flagged OHW and any other significant
habitat features will be provided to project surveyors for inclusion on project base maps.
8.3 National Environmental Policy Act (NEPA) Environmental Evaluation
The Consultant shall prepare documentation necessary to complete environmental
evaluation under NEPA. It is assumed that the project will be classified a Documented
Categorical Exclusion (DCE) and documentation will be limited to the WSDOT
Scope of Services Task 1 Page 12
Environmental Classification Summary (ECS). All environmental data and project impacts
will be documented within the ECS and no separate discipline reports will be required.
Consultant shall prepare for and conduct a NEPA kickoff meeting, inviting representatives of
WSDOT Highways and Local Programs and the City, to review and confirm environmental
documentation requirements and to validate the anticipated NEPA classification. Prior to
the NEPA kickoff meeting, the Consultant shall prepare and distribute a Draft ECS to the
City and WSDOT staff. The Draft ECS shall serve as the basis for environmental review
during the meeting. Consultant shall prepare the agenda and keep meeting minutes to be
distributed to meeting attendees following the NEPA kickoff meeting. Following the NEPA
kickoff meeting, Consultant shall prepare a Final Draft ECS for review by the City and
WSDOT. Following receipt of comments on the Final Draft ECS, Consultant shall prepare
and submit the Final ECS to WSDOT Highways and Local Programs.
Deliverables:
1. Electronic copy of the Draft ECS to City and WSDOT prior the NEPA
kickoff meeting
2. Arrange NEPA kickoff meeting within 30 days following Notice to Proceed.
3. Electronic and hard copy (up to three copies) of the Final ECS to City and
WSDOT H &LP
8.4 Cultural Resource Support
The Consultant shall provide support to the City as requested to identify, document, and
evaluate any prehistoric or historic resources in the project area.
20 hours have been budgeted for this effort.
8.5 State Environmental Policy Act (SEPA)
Consultant shall prepare SEPA Environmental Checklist for approval by the City. Supporting
documentation shall be limited to documents prepared under this Scope of Work. It is
assumed that the SEPA review will result in a Determination of Non significance and no
Environmental Impact Statement or Environmental Assessment shall be required.
Deliverables:
1. Electronic copy of the SEPA checklist submitted to the City within 60 days
following Notice to Proceed.
2. Electronic and hard copy of the Final SEPA checklist incorporating
comments received from the City within two weeks of receipt of comments
from all reviewers.
8.6 City Permits and Approvals
The Consultant shall prepare and submit necessary local permit applications to comply with
applicable Critical Areas Ordinance and Shoreline Management Act. Based on site
geography, the project may lie within a Geologic Hazard Area. The Critical Areas permit may
require documentation of slope stability and will be supported by the geotechnical
assessment prepared under this Scope of Work.
Scope of Services Task 1 Page 13
The Project will likely be exempt from Substantial Development Permit under "Normal
Repair" where replacement is similar in nature to existing structure and does not cause
adverse effects to shorelines. The Consultant shall develop documentation required by the
City to apply for a Shoreline Exemption.
PHASE 2 FINAL DESIGN
Deliverables:
1. Electronic copy of the Critical Areas permit application and Shoreline
Exemption submitted to the City.
2. Electronic and hard copy of the final permit applications incorporating
comments received from the City to be delivered to City within two weeks
of receipt of comments from all reviewers.
Task 9. Bridge and Roadway Final Design
The Consultant shall take the preliminary design and prepare final design (100% design) for the
project. The Consultant shall prepare a complete plans, specifications and estimates (PS &E)
package. The work shall be in accordance with the approved Design Memo.
The Consultants intemal QA/QC procedures will be utilized throughout the design effort on this
Project. Independent check of the structural design calculations and CADD plan sheets will be
performed by BergerABAM. Checks will also be made of computer program input as well, to
insure the accuracy of the results. Drawings and details will be reviewed for constructability and
for conformance to drawing standards.
9.1 Roadway Final Design
The Consultant shall prepare final PS &E for roadway design, including the following:
Preparation of Site Plans (Alignment/Plan Profile)
The Consultant shall prepare a complete set of site preparation plans in accordance
with the approved design report, preliminary plans, field data, and other City furnished
information. The plans shall show all demolition, removal items, alignment, clearing
and grubbing, and other features, and restoration of the site.
Roadway Paving
The Consultant shall prepare a complete set of roadway paving plans, paving details,
and roadway sections in accordance with the approved Design Memo, the approved
roadway sections, the approved intersection plans, preliminary design plans, and
other City furnished information. Roadway Paving Plans shall include paving limits,
barrier location, wall locations, guardrail, intersection configurations, and other
associated items. The roadway paving plans may be combined with the
channelization plans.
The Consultant shall prepare vertical profiles for only those roadways being
constructed as part of this Project.
Scope of Services Task 1 Page 14
Roadway Drainage and Utilities (Primary Responsibility Zenovic)
The Consultant shall prepare a complete set of drainage utility plans, profiles,
details, and structure notes, in accordance with the approved Drainage Report, and
other City furnished information. Appropriate temporary erosion control and sediment
control devices shall be designed and coordinated such that the Project area runoff
will be effectively controlled. The Consultant shall be responsible to locate and
include in the plans all existing or proposed utility lines that may be in conflict during
construction.
Illumination, Signing, Striping, and Signalization
The Consultant shall prepare plans in accordance with approved preliminary design
plans, the WSDOT Design Manual, the WSDOT Traffic Manual, and the Manual on
Uniform Traffic Control Devices (MUTCD).
Traffic Control
The Consultant shall prepare detailed traffic control plans to accommodate each
phase of the Project during construction. Traffic control plans shall include all signing,
striping, and delineation for each required traffic shift.
Traffic control plans shall be closely coordinated with the City to ensure conformity
with local codes and regulations. All lane closures and roadway closures shall
require the concurrence of the City.
The Consultant shall submit 90% PS &E for the City's review. The Consultant shall
prepare written responses to the 90% PS &E comments and incorporate the review
comments into the final 100% PS &E.
Deliverable(s):
1. 90% Plans and Specifications
2. Final 100% Plans and Specifications
9.2 Bridge Final Design
The Consultant shall prepare final bridge design and plans, including the following:
Geometric Design
The Consultant shall prepare a complete set of geometric design calculations for the
bridge and retaining wall structures. The controlling vertical and horizontal control
geometric information for the layout of the bridge and retaining walls will be shown on
the Bridge Layout, Foundation Layout, and Retaining Wall Layout plan sheets.
Detailed information such as the dimensions and elevations of substructure elements
and superstructure elements, such as shafts, walls, bearings girders and roadway
deck elements will be shown on the applicable plan sheets. The geometric design will
be closely coordinated with the survey data gathering work and the roadway design
geometrics.
Scope of Services Task 1 Page 15
Structural Design
The Consultant shall prepare a complete set of structural design calculations for the
bridge and retaining wall structures. The design calculations for the structures will be
in accordance with the AASHTO LRFD Bridge Design Specifications. The calculations
will include both designer and checker calculations. The guidelines in the WSDOT
Bridge Design Manual will be followed. The calculations will be hard copy (8' /z" x 11")
paper. The calculations will be stamped, signed, and dated. The structural design will
be closely coordinated with the geotechnical foundation work and hydraulics design.
Bridge and Wall Plans
The bridge and wall plans will include the entire structural portion of the project as
listed in the sheet listing. The plans prepared a part of the preliminary design will be
completed and the other plan sheets will be included in the 90% and 100%
submittals. The plans will be stamped, signed, and dated. The plans will be hard copy
(11" x 17 paper.
The Consultant shall submit 90% PS &E for the City's review. The Consultant shall
prepare written responses to the 90% PS &E comments and incorporate the review
comments into the final 100% PS &E.
Deliverables:
1. 90% Plans and Specifications
2. Final 100% Plans and Specifications
3. Final Bridge Design Calculations
9.3 Opinion of Probable Construction Cost
The Consultant shall prepare the final design opinion of probable construction cost using
approximate quantities of materials for some bid items and lump sum estimates for some bid
items, depending on the degree of design completed. Historical bid unit prices for projects in
Western Washington and City of Port Angeles will be used to determine appropriate unit bid
prices for the bridge opinion of probable construction cost.
Deliverables:
1. 90% Opinion of Probable Construction Cost
2. 100% Opinion of Probable Construction Cost
9.4 Independent Check (Berger ABAM)
The 90% preliminary plans and calculations for the bridge and roadway elements will be
independently checked, and comments will be provided as red -lines on plan sheets and /or
comment sheets will be completed.
Deliverables:
1. Independent check documents
9.5 Constructability Review
Scope of Services Task 1 Page 16
With the 90% PS &E submittal, the Consultant shall have its Resident/Office Engineer
conduct a constructability review and then have a plan -in -hand field review with the City.
The plans will be used for the review, and will be checked for coordination with existing
facilities, site constraints, known utilities, construction staging, construction access, and
various other constructability issues that are site specific.
Deliverable(s):
1. 90% plans review comments
Task 10. Traffic Engineering (Fehr Peers)
10.1 Traffic Signal Design
The Consultant shall provide the following for the traffic signal modification at the Race
Street/Lauridsen Boulevard intersection. Based on the plans for the existing traffic signal
and our understanding of the proposed project, we assume that the traffic signal
modification will address replacement of the majority of the equipment in place today. We
will prepare a traffic signal modification plan that shows the equipment at the intersection, as
well as a signal pole detail sheet and wiring diagram.
The Consultant shall prepare plans, specifications and estimate (PS &E) for traffic signal
modifications for the Race Street/Lauridsen Boulevard intersection. The plans will be
prepared using AutoCAD. The design will adhere to current WSDOT and City standards.
The PS &E will be submitted for review at the 65 90% and final levels as outlined below.
This scope assumes that temporary traffic signal designs will not be needed to maintain
signal operations during construction.
10.1.1 65% Plans, Specifications and Estimate (PS &E)
The Consultant shall collect available information relevant to the design, and will conduct
a field review of the site to take pictures and measurements to verify the existing
conditions.
The Consultant shall develop preliminary plan sheets for the traffic signal modification.
The plans will depict existing traffic signal equipment to remain, existing traffic signal
equipment to be removed, and new traffic signal equipment to be installed. A signal pole
detail sheet and wiring diagram will also be developed for the traffic signal.
The Consultant shall prepare technical special provisions and an engineer's estimate for
the construction costs of the traffic signal modifications as shown on the 65% plans.
10.1.2 90% Plans, Specifications and Estimate (PS &E)
The Consultant shall prepare written responses to the 65% PS &E comments and
incorporate the review comments into the 90% PS &E. The plans will also incorporate
any minor geometric revisions.
Scope of Services Task 1 Page 17
10.1.3 Final Plans, Specifications and Estimate (PS&E)
The Consultant shall prepare written responses to the 90% PS &E comments and
incorporate the review comments into the final PS &E.
The Consultant shall conduct an internal quality assurance review of the PS &E, and the
final PS &E will be reviewed and signed by an engineer registered in the State of
Washington. Final plan submittal will be on Mylar and in electronic AutoCAD files.
Task 11. Geotechnical (PanGEO)
11.1 Final Geotechnical Report
The Consultant shall address comments on the Draft Geotechnical Report and will submit
the Final Geotechnical Report. As part of this effort, the Consultant shall review the final
PS &E plan sheets for the project to ensure the foundation design is reflected upon the plan
sheets. This includes, but is not limited to, seismic design requirements and liquefaction
hazard analysis, abutment or approach fill walls, and geotechnical constructability issues.
Task 12. Hydraulic Engineering (MP Stormwater)
12.1 Final Bridge Hydraulics Report
This task includes addressing comments on the 90% Draft Hydraulic Memo and to submit
the 100% Final Hydraulic Report. The report will include an executive summary covering
existing conditions, developed conditions, hydraulic analysis and design for the bridge.
Proposed bridge drawings, photo log, field notes, hydraulic model input and output, flow
rates, water elevations, hydraulic conveyance, water quality and water quantity and
references to other supporting reports or studies will also be included in the report. The
Hydraulic Report shall be in accordance with the current design standards in the
Washington State Department of Transportation (WSDOT) "Hydraulics Manual" and the City
of Port Angeles local guidelines called "Urban Services Standards and Guidelines" for
stormwater compliance.
Deliverables:
1. 100% Final Hydraulic Report
Task 13. Public Outreach Support
The Consultant shall provide support to the City for public outreach, as needed, up to 80 hours
for Exeltech and 35 hours for Lindberg -Smith for graphics support.
PHASE 3 BID SUPPORT ENGINEER OF RECORD SERVICES
Task 14. Bid Support Services
The Consultant shall provide support to the City during the project advertisement.
Scope of Services Task 1 Page 18
The Consultant shall address Contractor requests for information and interpretations of the
contract documents. The Consultant shall provide Bid Item quantity checks, process updates to
the Contract Provisions and Contract Plans for any Addendums.
The Consultant will not be required to attend a pre -bid meeting or bid opening meeting.
Task 15. Engineer of Record Services
The Consultant shall provide engineering technical support throughout the construction duration
of the project. The Consultant shall work under the City's Project Manager in charge of
construction.
15.1 Engineer of Record Services During Construction
The Consultant shall provide Engineer of Record (EOR) construction support services to
include:
Review and respond to Requests for Information on the project and provide
clarification and interpretation of contract specifications and drawings
Review of bridge fabrication submittals, including shop drawings and engineering
calculations, for the bridge, piling, deck slabs, and railing
Review of project materials submittals, including catalog cuts, specifications, material
certifications, welding procedures, and other submittals required by the contract
Review Contractor proposed construction materials, methods and procedures for the
various components of the project
Review Change Orders
The City will provide construction support for illumination and channelization
Prepare as -built drawings (red marked 11" x 17" paper copies of the original signed
plans)
PHASE 4 CONSTRUCTION MANAGEMENT
Task 16. Construction Management
16.1. Pre Construction Activities
16.1.1 Pre -Bid Support
The Consultant shall support the City, as requested, to provide consultation regarding
RFIs from the Contractor and /or Contractor evaluation and selection. 50 hours of work
have been assumed for this effort.
16.1.2 Record of Materials
Scope of Services Task 1 Page 19
The City will have WSDOT develop the ROM. The Consultant will do an initial review of
this ROM. The ROM will be used to track all materials on the project.
16.1.3 Pre construction Conference
The Consultant will prepare for and conduct a Pre construction Conference prior to the
Contractor beginning work. The Consultant will develop an agenda and relevant project
distribution information for the City's review and approval prior to the Conference. The
Consultant will distribute notices of, facilitate, and voice tape the conference, which will
be held at the City's offices. The Consultant will prepare and distribute meeting minutes
within seven (7) days of the Conference to all attendees and affected agencies, staff, etc.
At the Pre construction conference, the Consultant will facilitate discussions with the
Contractor concerning the plans, specifications, schedules, issues with utilities, unusual
conditions, federal, state, and local requirements, EEO, DBE requirements, and any other
items that will result in better project understanding among the parties involved.
16.1.4 Pre construction Photographs
The Consultant shall take pre- construction photographs which will document the existing
condition of the Project right -of -way, and all relevant buildings and structures adjoining
the site. Photos will be cataloged as to their location, date, and other relevant
information. The Consultant will provide a copy of the pre- construction photographs to
the City in digital format.
16.2 Contract Administration for Construction
16.2.1 Project Meetings
The Consultant shall attend various project related meetings with the Contractor
(including weekly project meetings).The Consultant shall prepare the agenda, keep
meeting minutes, and the action item list for each of the weekly Project meetings. The
Consultant may also be required to attend and participate in weekly safety tool box
meetings as conducted by the Contractor. No minutes will be provided for safety
meetings, but will be noted in the inspector's daily report.
16.2.2 Submittal Management
All Project submittals will be logged and tracked by the Consultant. The Consultant shall
coordinate and process the receipt, distribution, review and compilation of comments;
and monitor and track the processing of RFI's, submittals, samples, shop drawings, steel
reinforcing details, bar lists, mix designs, test reports, traffic control plans, change orders,
payment requests, certified payrolls, and other submittals from the Contractor for
compliance with the contract documents.
In cooperation with the City and the EOR, The Consultant shall prepare a matrix that
identifies key submittals that will be transmitted to the design engineer and /or the City for
review and approval, and those that will be processed by the Consultant.
The Consultant shall track and approve the processing of Request for Approval of
Materials (RAM's) and review and distribute as necessary. All Contractor submittals to
Scope of Services Task 1 Page 20
City staff and /or EOR for will be submitted for approval, including proposed designs,
construction methods and procedures for the various components of the structures,
formwork and false work submittals, catalog cuts, and shop drawings for compliance with
the Contract documents. The Consultant shall seek technical expertise from the EOR
when required for clarification or resolution of Contract drawings.
The Consultant shall process the requests for sublet; and shall review and approve the
requests according to the WSDOT Standard Specification 1 -08.1.
The Consultant shall review and respond on the SPCC Erosion Control Plan and shall
monitor the Contractor's administration of the Plan.
16.2.3 Inspection Services
The Consultant shall inspect on -site construction methods, products, materials, and
activities for conformance with the project plans, specifications, Contract documents,
submittals and applicable codes and design standards with the ROM. Any non
conformances, deviations, defects or deficiencies observed will be documented and
communicated to the City.
The Inspector shall be the City's representative to coordinate and facilitate the
Contractor's work with Utilities, and the adjoining property owners on the project.
The Consultant shall review the required wage rates and conduct the required employee
wage interviews. The Consultant shall also track the required DBE goals, and prepare
Monthly Utilization Reports.
The Consultant shall track and inspect all materials deliveries, storage and protection for
compliance. The Consultant shall coordinate the technical inspection and verify
acceptance testing for all project materials and constructed components as specified by
the ROM.
The Consultant shall document all observed non conforming work, and as necessary in
conjunction with the design team make recommendations to the City for corrective
measures. In addition, the Construction Management Team will notify the Contractor
immediately and proactively work with the Contractor to resolve such issues. Resolution
of all nonconforming issues /item, will be tracked to assure that corrective work is
completed. As necessary, disputes will be elevated to the proper level.
The Consultant shall prepare Inspector's Daily Reports (IDRs) by utilizing the WSDOT
electronic Inspector's Daily Report forms 422 -004 and 422 -004A, documenting weather
conditions, labor, equipment, and materials used, material and equipment deliveries to
the site, phases of work being undertaken with start and stop times, work by bid item
number, environmental permit compliance, Contractor contacts made, visitors to the site,
quality of work, shortages, requests for change orders, engineer directives and /or
clarifications, design issues, safety, traffic management, accidents, any notices received,
interfaces with other agencies and government officials, identification of different site
conditions and contaminated materials and the influence of external events such as
weather and strikes which may affect the cost or completion schedule for the work. IDR's
shall be posted to e-Room by the end of the next day's shift.
Scope of Services Task 1 Page 21
The Consultant shall provide daily reports on any Force Account items on the WSDOT
422 -008 form, and document and calculate the amount to be paid for work performed on
the force account.
The Consultant shall use WSDOT form 422 -635 to document and record field
calculations and notes.
The Consultant shall provide a weekly statement of working days to the Contractor and a
copy to the file.
The Consultant shall provide pictorial documentation through weekly progress photos
during the construction period. The construction photographs will be in digital format and
cataloged by date. Construction photographs will be posted to e-Room on a weekly
basis.
16.2.4 Claims /Change Order Administration
The Consultant shall work to resolve day -to -day construction disputes which may occur
during the course of the Project, and shall promptly inform the City of notices of changes
or claims /issues raised by the Contractor.
The Consultant shall assist and work on behalf of the City in preparing and negotiating
claims, change order costs and time extensions by evaluating the Contractor's proposal
and performing a preliminary evaluation of the contents of the change or claim and
obtaining factual information concerning the change or claim to evaluate merit and
entitlement. The Consultant shall prepare independent cost estimates based on the
alleged cause of claims or proposed changes submitted by the Contractor. Upon
successful change order negotiations, The Consultant shall prepare the final change
order for execution by the City and the Contractor. Where applicable, the Consultant
shall prepare alternate estimates based on varying scenarios of the change or claim
cause. These estimates shall be transmitted to the City and shall be used in claim or
change order rulings and negotiations. All delays and extra work will be monitored and
tracked. The Consultant shall advise the City of the acceptability of price and time
extension prior to submittal to the Contractor for their signature.
The Consultant shall coordinate with and obtain written concurrence from the FOR on the
description of work for each change order, which will be included as an attachment to the
change order.
The Consultant shall prepare and maintain a Change Order Report which will be provided
to the City on a weekly basis. The report shall document and track change order
information pertaining to proposed and executed change orders and their effect on the
contract price as of the date of the report.
The Consultant shall coordinate emergency change order work as directed by the City.
If necessary, The Consultant shall provide dispute resolution procedures and expert
witness deposition during litigation (associated time not included in current budget).
All minor items of work, per the contract bid item, will be approved by the City's Project
Manager before the Consultant directs the Contractor to proceed with the work.
Scope of Services Task 1 Page 22
16.2.5 Monthly Construction Contract Schedule Review
The Consultant shall perform an initial detailed schedule review of the Contractor
provided CPM for conformance with the contract documents, and will discuss related
schedule issues or concerns with the City.
On a monthly basis, the Consultant shall review and respond to the Contractor's updated
construction schedule and compare with field- observed progress. The Consultant shall
monitor and regularly report to the City regarding schedule compliance. If issues arise,
the Consultant shall report to the City with suggested resolutions, and coordinate with
Contractor in the development of recovery schedules, as needed, to address delays
caused by either events or issues within the Contractor's control or other events or issues
beyond the Contractor's control.
The Consultant shall advise the City and make recommendations for exercising the City's
contract prerogatives, including giving the Contractor notice to accelerate the project
progress, withhold payment for cause, and other prerogatives available in an effort to
achieve contract and schedule compliance.
16.2.6 Review Contractor Payment Requests
The Consultant shall track installed quantities, review Contractor's invoices for materials,
and provide a monthly pay estimate for the City to make payment to the Contractor based
on measured quantities of work performed for each bid item. As necessary, the
Consultant shall prepare correspondence explaining payment recommendations.
16.2.7 Document Reviews
The Consultant shall conduct periodic internal quality documentation audits to monitor
that documentation is complete and accurate. The audit will be conducted by an
independent member of the Consultant's staff. The Consultant's project team will then
respond to findings and recommendations from the audit.
The Consultant shall assist the City with and shall attend all Document Reviews
conducted by WSDOT Local Programs for the Project, including any preliminary
Document Review(s) during the construction of the Project, and a Project Management
Review (PMR) after completion of the Project.
16.2.8 Quality Assurance Surveying Support
It is recognized that the Contractor shall provide construction staking and surveying for
the project. As necessary, The Consultant shall provide on -call independent construction
surveying services during the construction of the Project through an independent
surveyor, to spot check critical locations and /or control information. Up to 4 field trips
have been assumed for this effort, to include the following:
Two (2) trips for bridge survey
One (1) trip for survey of the retaining walls
One (1) trip for miscellaneous survey
Scope of Services Task 1 Page 23
16.2.9 Materials Testing (NTI)
The Consultant shall coordinate and manage all materials testing required on the Project.
The Consultant shall document and evaluate results of testing, and address deficiencies.
The Consultant intends to use Northwestern Territories Inc (NTI) to perform necessary
field and lab testing of granular materials, structural concrete, and other materials
requiring testing except Hot Mix Asphalt (HMA). HMA Compaction testing will be done
by NTI and they will collect and deliver samples to WSDOT for materials testing. The
City will coordinate with WSDOT for this testing to be done by them. All testing will be
performed by the Consultant's sub consultant NTI for those items requiring physical
acceptance testing in accordance with the project plans and specifications. Testing will
be done according to the Local Agency Guidelines (LAG) and the WSDOT Construction
Manual (as modified by the LAG manual). Specifically, this includes Table 9 -3.7 of the
WSDOT CN Manual as modified by Section 52.3 Quality Control of the LAG. Testing has
been based on the hours and tests included in Exhibit G -1.
16.2.10 Record Drawings
The Consultant shall review record drawings prepared by the Contractor, and shall
prepare and maintain a conformed set of field record drawings based on Contractor
provided information and from inspection notes. The field record drawings shall be
verified on a monthly basis, as part of the progress payment to the Contractor. Upon
project completion, contractor provided markups will be verified for completeness and
supplemented with inspection information. The Consultant shall then forward the final
conformed field record drawings to the FOR who will prepare the final record drawings.
16.2.11 Project Closeout
When appropriate, the Consultant shall make a recommendation for issuance of
substantial construction completion. The Consultant shall coordinate with the City, the
engineer of record, sub consultants, Utilities, and other affected agencies to perform a
project walk through and inspection, and oversee production of a comprehensive list of
deficiencies and punch list items to be completed by the Contractor. The punch list and
Certificate of Substantial Completion will be prepared by the Consultant and issued by
the City. The Consultant shall sign -off on punch list work as it is completed in
accordance with the Contract documents.
Following completion of all punch list work, the Consultant shall recommend that the City
and /or Utilities accept the Project. Once all involved entities have accepted the Project in
writing, The Consultant shall prepare a Certificate of Physical Completion, which will be
issued by the City.
The Consultant shall prepare and /or finalize all of the necessary reports and
documentation for the Project, including but not limited to the final pay estimate,
comparison of preliminary and final quantities, record of material samples and tests,
material certifications, affidavit of wages paid, and affidavit of amount paid to DBE
participants.
Upon completion of all work on the Project, the Consultant shall deliver all Project
documents to the City for permanent storage. Project documentation shall be neatly
organized and labeled in standard filing boxes. A copy of all digital files related to the
Scope of Services Task 1 Page 24
construction project, including all e- mails, shall be provided to the City on a mass storage
device (thumb drive, or approved equivalent). The Consultant may keep a copy of the
project documents for their records.
Consultant Resources: Resident Engineer, Office Engineer, Field Inspector,
Documentation Administrator
16.2.12 Post construction Photographs
The Consultant shall take a series of post- construction photographs which will document
the final condition of the Project right -of -way, and all relevant buildings and structures
adjoining the site. Photos will be cataloged as to their location, date, and other relevant
information. The Consultant shall provide a copy of the post construction photographs to
the City in digital format.
PHASE 5 BRIDGE INSPECTION, INVENTORY ASSESSMENT LOAD
RATING
Task 17. Bridge Inspection and Inventory Assessment Report
The Consultant EOR will complete and on -site field visit to visually inspect the new structure and
provide a written Bridge Inventory Assessment Inspection Report of the as built condition of the
bridge structure. A two person team, including a WSDOT certified lead inspector, will perform
the inspection, as assisted by the City's Project Manager. The inspection will be a visual
inspection and observation of the bridge superstructure and substructure, not requiring special
equipment, other than a ladder. No non destructive or destructive testing will be conducted
during the inspection of the bridge superstructure and substructure. The report will include
maintenance recommendations.
Bridge inspection services will include:
Review previous inspection reports and the as -built drawings prior to the on -site visit to
provide a baseline condition of the structure for which an assessment can be made of the
current condition of the bridge.
Perform an on -site field visit inspection to include the entire bridge; piles, caps, girders,
deck, railings, abutments, and any retaining walls. The Consultant shall be responsible
for the safety of their employees during the field inspection.
Prepare an Inspection Report using the Bridge Works Program, in accordance with
standard FHWA and WSDOT practices.
Deliverable(s):
1. Inspection Report (1 copy)
Task 18. Bridge Load Rating
The Consultant EOR will provide bridge engineering professional services to perform Toad rating
design and check for the new structure.
Bridge load rating services will include:
Scope of Services Task 1 Page 25
Determination of the Toad rating factor and safe load capacity of the bridge superstructure
for the three AASHTO legal trucks (Type 1, Type 2 and Type 3) and two Washington
State Overload trucks (OL -1 and OL -2) for the structure.
The AASHTO Load and Resistance Factor Rating (LRFR) method will be used for the
Toad rating of the structures.
The National Bridge Inventory (NBI) rating for FHWA reporting will be performed using
the HS20 loading to calculate the inventory and operating ratings.
The results of bridge load rating analysis will be summarized in WSDOT Bridge Rating
Summary Sheet.
Load rating reports submitted to the City shall be signed and stamped with the seal of a
Professional Engineer registered in the State of Washington.
The load rating analyses and report prepared, as part of this scope of services, to the
extent feasible, shall be developed in accordance with the latest edition and
amendments to the following documents available on the date of contract execution:
WSDOT Bridge Design Manual (M23 -50)
WSDOT Bridge Inspection Manual (M36 -64)
WSDOT Local Agency Guidelines (M36 -63)
AASHTO Manual for Bridge Evaluation
Deliverable(s):
1. Load Rating Calculations Book (1 copy)
2. Load Rating Summary Sheet (1 copy)
Scope of Services Task 1 Page 26
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
131
Attachment A Sheet List
Discipline
Vicinity Map and Sheet Index
Summary of Quantities
Legend and Abbreviations
Roadway Sections
Site Preparation Plans 1 of 2
Site Preparation Plans 2 of 2
Alignment Plan and Profile 1 of 2
Alignment Plan and Profile 2 of 2
Temporary Signal Plans 1 of 2
Temporary Signal Plans 2 of 2
Signal and Illumination Plans 1 of 3
Signal and Illumination Plans 2 of 3
Signal and Illumination Plans 3 of 3
Signal and Illumination Details 1 of 2
Signal and Illumination Details 2 of 2
Paving Plan and Details 1 of 2
Paving Plan and Details 2 of 2
Channelization and Signing Plans 1 of 3
Channelization and Signing Plans 2 of 3
Channelization and Signing Plans 3 of 3
Channelization Details
Driveway Plans, Profiles, and Details
Detour Plan (1 of 4)
Detour Plan (2 of 4)
Detour Plan (3 of 4)
Detour Plan (4 of 4)
Drainage Plan and Profile 1 of 3
Drainage Plan and Profile 2 of 3
Drainage Plan and Profile 3 of 3
Drainage Details 1 of 2
Drainage Details 2 of 2
Prelim.
Design
Scope of Services Task 1 Page 27
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
62
63
Discipline
Structure Notes
TESC and Site Access Plan
TESC Details
Slope Restoration Details
Bridge Layout Plan and Elevation
Foundation Layout and General Notes
Construction Sequence and Staging
Abutment 1 and 2 Shafts
Abutment 1 Plan and Elevation
Abutment 1 Details
Abutment 1 Curtain Walls
Abutment 2 Plan and Elevation
Abutment 2 Details
Abutment 2 Curtain Walls
Retaining Wall Layout Plan and Elevations 1 of 2
Retaining Wall Layout Plan and Elevations 2 of 2
Retaining Wall Details 1 of 2
Retaining Wall Details 2 of 2
Moment Slab Details
Bearing Details
Bridge Superstructure Construction Sequence
Bridge Geometric Typical Section Utilities
Framing Plan
WF74G Prestressed Concrete Girders 1 of 3
WF74G Prestressed Concrete Girders 2 of 3
WF74G Prestressed Concrete Girders 3 of 3
Slab Reinforcement
Bridge Reinforcement Typical Section
End Diaphragm and Expansion Joints
Bridge Barrier and Sidewalk 1 of 3
Bridge Barrier and Sidewalk 2 of 3
Bridge Barrier and Sidewalk 3 of 3
Prelim.
Design
x
x
x
x
x
Scope of Services Task 1 Page 28
Prelim. Final
Discipline Design Design
64 Bridge Railing Type BP 1 of 2 I x
65 Bridge Railing Type BP 2 of 2 1 x
66 Bar List 1 of 2 1 x
67 Bar List 2 of 2 1 x
Scope of Services Task 1 Page 29
Exhibit A -1 Task 2
Scope of Work
Lauridsen /Lincoln and Lauridsen /Laurel
Intersection Improvements Project
March 1, 2012
0 pORTAAte
tr
f
J
Prepared by:
Exeltech Consulting, Inc
116 W 8 Street, Suite 120
Port Angeles, WA 98362
.......00
e x e 1 t e c h
TABLE OF CONTENTS
I. PROJECT DESCRIPTION 1
II. ASSUMPTIONS 1
SCOPE OF WORK PHASES 1 AND 2 2
TASK 1. PROJECT MANAGEMENT 2
TASK 2. EXISTING CONDITIONS DATA COLLECTION, EVALUATION, AND
DOCUMENTATION 3
TASK 3. TRAFFIC ANALYSIS 3
3.1 Travel Demand Modeling 3
3.2 Future Conditions Analysis and Documentation 4
TASK 4. PRELIMINARY ENGINEERING 4
TASK 5. WSDOT COORDINATION 5
TASK 6. TIB APPLICATION ASSISTANCE 5
Scope of Services Page i
Exhibit A -1 Task 2
SCOPE OF WORK
Lauridsen /Lincoln and Lauridsen /Laurel
Intersection Improvements Project
During the term of this Agreement, Exeltech Consulting, Inc. and their sub consultants in Exhibit G,
here in after referred to as the "Consultant shall perform professional services for the City of Port
Angeles, hereinafter referred to as the "City including the engineering and traffic analysis
necessary to prepare preliminary design options (to a 10% level), in connection with the:
Lauridsen /Lincoln and Lauridsen /Laurel Intersection Improvements Project
The Consultant shall actively coordinate and manage every aspect of the work, identify and resolve
issues in a timely manner, communicate effectively, and ensure the accuracy and overall quality of
the work and work products. The Consultant shall be responsible for the performance of the
services described hereinafter, furnishing materials and information as needed to accomplish the
work tasks. This document shall be used to plan, conduct and complete the work for the Project.
I. PROJECT DESCRIPTION
We understand that the City is looking at improvements for the intersection of Lauridsen Boulevard
and Lincoln Street and Lauridsen Boulevard and Laurel Street intersections (hereinafter referred to
as "Project to implement the City's long range plan of removing truck traffic from the downtown
corridor. In particular, the City is looking for the Consultant to provide analysis and study of the
intersections to determine feasibility for a single roundabout or, a "tear drop" roundabout, or a T-
Intersection. After analysis, design will move forward based on selection and approval from the City
for the intersection improvement method.
II. ASSUMPTIONS
1. Hazardous materials will not be found.
2. The City will make timely payment of invoices (within 30 days of approved invoice).
3. The Project Schedule is assumed to be from March August, 2012, and will not be delayed
or extended. The Consultant is responsible for meeting deadlines for their tasks only; having
no control over those portions of the schedule related to the tasks performed by the City or
any third party. Any outside influences on schedule may increase Project cost.
4. The City will lead all public involvement efforts, with support from the Consultant.
5. Project deliverables will be in hard copy and electronic format (excluding invoices and
supporting documents, which will be delivered in hard copy format only).
6. The level of effort for each phase and task of work is limited to the amount of labor and
expenses indicated in Exhibit E -1 Task 2. The budget may be transferred between tasks,
Scope of Services Task 2 Page 1
provided the total contracted amount is not exceeded. Additional services beyond these
limits may be considered Extra Work.
7. All City directed activities, above and beyond the scope of work, will require written
confirmation from the City Project Manager or designee.
8. Timely reviews of submitted deliverables at mutually agreed upon times and consolidation of
all review comments into one review document prior to returning to the Consultant. The
Project schedule assumes timely decision making by the CITY.
9. Design standards to be used include the following versions of which are in place at time of
contract execution:
Washington State Department of Transportation (WSDOT) LAG Manual
Americans with Disabilities Act (ADA)
Washington State Department of Transportation (WSDOT) Design Manual
WSDOT Plans Prep Manual
2005 Washington State Department of Ecology Stormwater Manual
City of Port Angeles Urban Standards and Guidelines
10. No environmental, survey, geotechnical or other support services will be required.
11. The Consultant shall use Civil 3D (2012 Version) and /or AutoCAD software (2012 Version)
for plan preparation.
12. The City has adequate Right of Way for the project and no new Right of Way or easements
will be required.
13. The City will provide the space for a roundabout mock up demonstration.
14. The City will provide copies of all available background information.
15. The 10% plans will include an assumed six (6) plan sheets maximum.
16. The project will be developed using English units of measure.
SCOPE OF WORK PHASES 1 AND 2
Task 1. Project Management
This task describes the services necessary to plan, perform, and control the various elements of
the Project so that the needs and expectations of the City and other Project stakeholders will be
met or exceeded. Throughout the Project, the Consultant shall provide clear and concise
documentation of work progress, including coordinating work products by the design team that
are critical to the overall effort.
The Consultant shall provide overall project management and documentation of work progress,
including coordinating the work products of the design team that are critical to the overall design
effort.
Any changes that arise will be proactively communicated and documented with the City's
agreement.
The Consultant shall prepare monthly progress reports including a summary of work completed,
and financial status of project budget.
Scope of Services Task 2 Page 2
Deliverable(s):
1. Monthly Progress Reports
2. Monthly invoices
Task 2. Existing Conditions Data Collection, Evaluation, and
Documentation
The Consultant shall collect relevant information about existing transportation system operations,
including roadway facilities and intersections, transit services, and bicycle and pedestrian
infrastructure within the study area. This task includes collecting traffic counts at up to six study
intersections and collection of traffic safety information (accident data to be provided by the City)
for the study intersections and roadway segments, which was performed as part of Task 1. To
the extent possible, data from the on -going Comprehensive Transportation plan project will be
utilized. It is envisioned that this data collection effort will include coordination with City staff, as
well as review of recent transportation studies and aerial photography.
The Consultant shall document the existing transportation conditions, including written
representation of facilities that are on the ground today. This analysis will also include a table
describing roadway operations and intersection level of service at up to 6 study facilities.
Intersection operations will be done using the Synchro /SimTraffic 8.0 software package.
The written document for this task will describe existing transportation conditions in the study
area, including conditions for vehicles, transit, bicycles, and pedestrians, as well as traffic safety.
It is assumed that this report will include up to two figures.
Deliverable(s):
1. Existing Conditions Memo
Task 3. Traffic Analysis
3.1 Travel Demand Modeling
The Consultant shall use the model developed as a part of Task 1 (Lauridsen Bridge
Replacement) to develop four sets of forecasts for the study intersections:
Year of opening forecast 2015 forecast assuming intersection modifications are
made, but the full cross -town truck route is not yet established
2015 No Action assumes no intersection modifications are made by 2015
Design year 2035 forecasts assuming intersection modifications are made and the
cross -town truck route is fully implemented
2035 No Action assumes that intersection modifications are not made
implementation of a cross -town truck route
The deliverable for this task will be a set of forecasts that will be shared with the project
team and the City to determine the reasonability of each forecast. This task will be done at
no cost, since it will be rolled into Task 1.
Scope of Services Task 2 Page 3
Deliverable(s):
1. Traffic forecasts
3.2 Future Conditions Analysis and Documentation
We will use the forecasts and the transportation analysis files developed previously in the
project to perform an assessment of future transportation conditions in the study area under
each future year scenario (2015 opening year, 2035 horizon year) under up to intersection
modification alternatives.
The written product for this task will be developed to be very user friendly to aid in its review
by the state, as well as for incorporation into a TIB application.
Deliverable(s):
1. Future Conditions Memo
Task 4. Preliminary Engineering
Up to three (3) schematic alternatives will be identified and evaluated qualitatively and
quantitatively. Preliminary intersection layouts will be done per the traffic analysis
recommendations to improve mobility and increase safety.
Preliminary plans (10% level of completion) will be developed for each altemative to define the
project footprint. The plans will be prepared with layout over GIS mapping; no survey will be
performed at this time. The intersection analysis will be done to include;
Access
Safety
Level of Service
Right -of -way
Environmental
Community acceptance
Cost
The Consultant will work with the City to prepare a planning level opinion of probable
construction cost for one of the three alternatives, as determined by the City, to be used in the
TIB application.
The Consultant shall plan and implement one roundabout mock up for the roundabout
preliminary 10% design. The mock up shall include the layout for proposed roundabout using
cones and other delineating devices. It is assumed that the City will provide adequate space for
the roundabout mock up and invite attendees to participate. The roundabout mock up is intended
for the different user groups to try out a roundabout, including the trucking association,
emergency response vehicles, local school districts, and the general public. The input received
from the mockup results will be incorporated during final design.
Deliverable(s):
Scope of Services Task 2 Page 4
1. Preliminary Plans (10% level of completion) for up to three (3) alternatives
Task 5. WSDOT Coordination
The Consultant shall prepare for and attend up to two (2) meetings with WSDOT Olympic Region
and City staff to discuss issues and opportunities at the study intersections, discuss possible
improvement alternatives, and discuss preliminary traffic findings.
Deliverable(s):
1. Meeting minutes and action items
Task 6. TIB Application Assistance
The Consultant shall assist the City in its TIB application. Our assistance could be in any area
that the City finds to be of most value from compiling technical information to helping write the
grant application. Up to 20 hours have been assumed for this task.
Scope of Services Task 2 Page 5
DOT Form 140 -089 EF Exhibit C
Revised 6/05
Exhibit C
Electronic Exchange of Engineering and Other Data
In this Exhibit the agency, as applicable, is to provide a description of the format and standards the
consultant is to use in preparing electronic files for transmission to the agency. The format and standards to
be provided may include, but are not limited to, the following:
I. Surveying, Roadway Design Plans Preparation Section
A. Survey Data
B. Roadway Design Files
C. Computer Aided Drafting Files
D. Specify the Agency's Right to Review Product with the Consultant
E. Specify the Electronic Deliverables to Be Provided to the Agency
F. Specify What Agency Furnished Services and Information Is to Be Provided
II. Any Other Electronic Files to Be Provided
III. Methods to Electronically Exchange Data
A. Agency Software Suite
B. Electronic Messaging System
C. File Transfers Format
Exhibit D -3
Payment (Negotiated Hourly Rate)
The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this
AGREEMENT as provided hereinafter. Such payment shall be full compensation for work performed or
services rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the
work. The CONSULTANT shall conform to all applicable portions of 48 CFR Part 31.
1. Hourly Rates: The CONSULTANT shall be paid by the AGENCY for work done, based upon the
negotiated hourly rates shown in Exhibit "E" and "F" attached hereto and by this reference made
part of this AGREEMENT. The rates listed shall be applicable for the first twelve (12) month
period and shall be subject to negotiation for the following twelve (12) month period upon request
of the CONSULTANT or the AGENCY. If negotiations are not conducted for the second or
subsequent twelve (12) month periods within ninety (90) days after completion of the previous
period, the rates listed in this AGREEMENT, or subsequent written authorization(s) from the
AGENCY shall be utilized. The rates are inclusive of direct salaries, payroll additives, overhead,
and fee. The CONSULTANT shall maintain support data to verify the hours billed on the
AGREEMENT.
2. Direct Non -Salary Costs: Direct Non -Salary Costs will be reimbursed at the Actual Cost to the
CONSULTANT. These charges may include, but are not limited to, the following items: travel,
printing, long distance telephone, supplies, computer charges and sub consultant costs.
a.
b. The billing for Direct Non -Salary Costs shall include an itemized listing of
the charges directly identifiable with the PROJECT.
c.
Air or train travel will be reimbursed only to economy class levels unless
otherwise approved by the AGENCY. The CONSULTANT shall comply with
the rules and regulations regarding travel costs (excluding air, train, and rental
car costs) in accordance with the AGENCY'S Travel Rules and Procedures.
However, air, train, and rental car costs shall be reimbursed in accordance with
48 CFR Part 31.205 -46 "Travel Costs."
The CONSULTANT shall maintain the original supporting documents in their
office. Copies of the original supporting documents shall be supplied to the
AGENCY upon request.
d. All above charges must be necessary for the services provided under this
AGREEMENT.
3. Management Reserve Fund: The AGENCY may desire to establish a Management Reserve Fund to
provide the Agreement Administrator with the flexibility to authorize additional funds to the
AGREEMENT for allowable unforeseen costs, or reimbursing the CONSULTANT for additional
work beyond that already defined in this AGREEMENT. Such authorization(s) shall be in writing
and shall not exceed the lesser of $100,000 or 10% of the Total Amount Authorized as shown in the
heading of this AGREEMENT. The amount included for the Management Reserve Fund is shown
in the heading of this AGREEMENT. This fund may not be replenished. Any changes requiring
additional costs in excess of the Management Reserve Fund shall be made in accordance with
Section XIV, "Extra Work."
DOT Form 140 -089 EF Exhibit D -3
Revised 3/09
4. Maximum Total Amount Payable: The Maximum Total Amount Payable by the AGENCY to the
CONSULTANT under this AGREEMENT shall not exceed the amount shown in the heading of
this AGREEMENT. The Maximum Total Amount Payable is comprised of the Total Amount
Authorized, and the Management Reserve Fund. The Maximum Total Amount Payable does not
include payment for Extra Work as stipulated in Section XIV, "Extra Work." No minimum
amount payable is guaranteed under this AGREEMENT.
5. Monthly Progress Payments: Progress payments may be claimed on a monthly basis for all costs
authorized in 1 and 2 above. The monthly billing shall be supported by detailed statements for
hours expended at the rates established in Exhibit "E", including names and classifications of all
employees, and billings for all direct non -salary expenses. To provide a means of verifying the
billed salary costs for the CONSULTANT'S employees, the AGENCY may conduct employee
interviews. These interviews may consist of recording the names, titles, salary rates, and present
duties of those employees performing work on the PROJECT at the time of the interview.
6. Final Payment: Final Payment of any balance due the CONSULTANT of the gross amount earned
will be made promptly upon its verification by the AGENCY after the completion of the work
under this AGREEMENT, contingent upon receipt of all PS &E, plans, maps, notes, reports,
electronic data and other related documents which are required to be furnished under this
AGREEMENT. Acceptance of such Final Payment by the CONSULTANT shall constitute a
release of all claims for payment, which the CONSULTANT may have against the AGENCY
unless such claims are specifically reserved in writing and transmitted to the AGENCY by the
CONSULTANT prior to its acceptance. Said Final Payment shall not, however, be a bar to any
claims that the AGENCY may have against the CONSULTANT or to any remedies the AGENCY
may pursue with respect to such claims.
The payment of any billing will not constitute agreement as to the appropriateness of any item
and at the time of final audit, all required adjustments will be made and reflected in a final
payment. In the event that such final audit reveals an overpayment to the CONSULTANT, the
CONSULTANT will refund such overpayment to the AGENCY within thirty (30) days of notice
of the overpayment. Such refund shall not constitute a waiver by the CONSULTANT for any
claims relating to the validity of a finding by the AGENCY of overpayment. The CONSULTANT
has twenty (20) days after receipt of the final POST AUDIT to begin the appeal process to the
AGENCY for audit findings.
7. Inspection of Cost Records: The CONSULTANT and their sub consultants shall keep available for
inspection by representatives of the AGENCY, STATE and the United States, for a period of three
(3) years after receipt of final payment, the cost records and accounts pertaining to this
AGREEMENT and all items related to or bearing upon these records with the following
exception: if any litigation, claim or audit arising out of, in connection with, or related to this
contract is initiated before the expiration of the three (3) year period, the cost records and accounts
shall be retained until such litigation, claim, or audit involving the records is completed.
REACH 9
2HOURSI
51 m
S
g
3
s
a
5 j
r
o
A
16 1
a
13
C
a l+
0
10
e1
CO
a
g
1 100
a
A
S
N
mi
IAA
32
(i...)
a
A
g
1 160
Na
o
a
A
a
.�S
186
r
S ga
I600
N
18
"r3
c0„
I60
i.
a
g
4v
g
.sue
rc
a
A$
a
b
a
P!J'
ccJ
N
mi
18
(i...)
67
146
r�#
186
S ga
18
"r3
c0„
I60
a
.sue
a
r.w
132
125
EAU
a
i$1
g
100
100
N
�ap�NN
1 80
1 206
a
spa
a
V
ea
t t
N
w'
a
4
0
0
Nj N 8
°o
tV�
a
N
N
o,
o
m
N
A
0
CO
0
00
0
0
0
N
a
'ca
e.r
f
„mac Ltu
1
r
e
g
0
of
z
N
br
1
N N 0 of
o O1
S
N 0!
br e
OA /OC Principal Engineer
Sr Project Manager (Civil)
Sr Project Manager
(Structural)
Sr Project Engineer
(Structural)
Project Engineer (Structural:
Sr. Project Engineer (Civil)
Project Engineer (Civil)
Environmental Lead
Environmental Planner
CADD Tech
Resident Engineer
Field Inspector
Office Engineer
OA /OC Office Engineer
Documentation
Administrator
Administration
Total Exeltech Labor Hours
Principal
Geotechnical Project
Manager
Sr Geotechnical Engineer m
Protect Eng /Geol. 0
AdmIn
Total PanGEO Labor Hours
Principal Engineer
Sr Design Engineer
o m
Design Engineer n
p
Total Zenovic Labor Hours A
A
4 g.
Sr Associate
O. r 0.
A �cr
Associate A 0 m a
Sr Planner 1:1 .b. D .4
2 a
Project Engineer 0 4. P I
Sr. Engineer Tech 0
Technician m
Admin. Assistant
Total Fehr Peers Labor
Hours
Stormwater Engineer
Total MP Stormwater Labor
Hours
Principal
0
2 -Person Survey Crew 1
Senior Tech
a
Tech
Admin
to
Total Johnston Labor Hours
Engineer Project Manager
Engineer Project Engineer fit
Engineer Senior Engineer
a
Admin
Total Berger ABAM Labor
Hours
Architect
Engineer
Production Manager
Clerical
Total Lindberg-Smith Labor
Hours
a
Engineer Tech
Engineer
Total NTI Labor Hours
Field Crew
Office Tech
Land Surveyor
Total Wengler Labor Hours
Archaeologist m
Total NTI Labor Hours a
Total All Consultants
S <32
A
A
A
m
A
N
OD
72
CO
10
N
g
19
10
70
CO
CO
g
t;189�
70
a
a
OD
a
t
s
<262
A
W
CO
Ce
W
q
g p
p
14
t
o.
CO
N
r
g
co
O
Q
O
A
11
j
113
WW
Ci
A
[0
CO
OD
N
e/
CC
CO
A
is
g
L 32
10
g
70
N
r12
s;
B
100
II
I s
tg
10
S
PO+ C w A 11 N Lei W m of N
m F., b is 47 g L. O v a A i+ m r:
e a r p3 W o0 o N N o M g s 4
r f 4 a a .i a a Q g Sill 3 0 1i
1 o Z ZA •i a: m 8 S n a 7 n ei Y m 1 7 'O a 1 I 1 O D q m
O O m co
rP1 rr p� DID Fm. N e1 O O m Ci a e1
g
W O
CVi N a W O
AIOC Principal Engineer
Sr Project Manager (Civil)
Sr. Protect Manager
(Structural)
Sr. Project Engineer
(Structural)
Project Engineer (Structural;
Sr. Project Engineer (Civil)
Project Engineer (Cavil)
Environmental Lead
Environmental Planner
CADD Tech
Resident Engineer
Field Inspector
Office Engineer
1]A /OC Office Engineer
Documentation
dminfstrator
dmlalstratlon
otal Exeltech Labor Hours
A principal
;Iry, A Geotechnlcaf Protect
N Manager
Wiry X11 Sr Geotechnical Engineer m
b,"' of Project Eng.IGeof. p
dmin
s ..i
e00i m otalPanGEGLaborHours
m Principal Engineer
in No Sr Design Engineer
o Design Engineer
N otal Zenovic Labor Hours
Sr. Associate
A N m ssociate
N N O m Sr Planner
g T
A Project Engineer y
4e
Sr. Engineer Tech
Q, echnicfan
m v, dmin Assistant
g otal Fehr 8 Peers Labor
Hours
E; ®Stormwater Engineer
otal MP Stormwater Labor
0' a
Hours
Principal
c Person Survey Crew
I Senior Tech
g dmin
m
i otal Johnston Labor Hours
m Engineer Project Manager
Engineer Project Engineer �m
o+° Engineer Senior Engineer
N dmin
g otall Berger ABAM Labor
1 0101110101 111 1 rchitect
E
F
l
Task
Exeltech
PHASE 1r e z ,'-`ti s. -,z a=
1. PROJECT MANAGEMENT
1.1 Protect Meetlnas
1.2 Monthly Proaress Reports and Invoices
2. BRIDGE AND ROADWAY PREUMINARY DESIGN
2.1 Develop Design Criteria and Deskin Memo
2.2 Pre0minary Bndoe Design
2.3 Preliminary and Final Horizontal and Vertical Alien
2.4 Develop Intersection layout
2.6 Constructability Workshop
2.6 Independent Check
2.7 Preliminary Opinion of Probable Cost
3. DRAINAGE DESIGN
4. TRAFFIC ENGINEERING
4.1 Existlna Conditions Data Collection. Evaluation. an!
4.2 Travel Demand Modeling
4.3 Detour Analysis
4.4 Transportation Su000rt of Environmental Documed
5. SITE SURVEY MAPPING
6. GEOTECHNICAL
6.1 Site Visit
6.2 Site Exploration
6.3 Draft Geotechnical Report
7. HYDRAUUC ENGINEERING
7.1 Brides Hydraulic Anahrsis
7.2 Brkiae Hydraulic Memos and Report
B. ENVIRONMENTAL
8.1 Coordination. Accumulation. and Review of Inform
8.2 Field Reconnaissance
8.3 National Environmental Policy Act INEPA1 Environil
8.4 Cultural Resource Assessment
8.5 State Environmental Policy Act ISEPAI
8.6 City Permits and Approvals
TOTAL PHASE 1 COSTS
683.539.84
620.530.92
57.217.13
523,942.40
517,823.70
514,230.76
57.640.08
64.663.84
59.787.96
51.294.92
12.353.96
51.747.38
63.972.47
62.292.55
64.585.10
5737.92
61.863.46
16.373.48
12.135.00
63.030.44
62.951.68
8221.714.99
PanGEO Zenovic I Fehr Peers
6886.83
63.914.88
49463.80 i
614,365.51
61.266.80
67.449.54
68.716.14
Exhibit E -1 Task 1
City of Port Angeles
Lauridsen Bridge Replacement Project
Summary of Cost Per Consultant
66.058.801
68.615.84
613.988.92
62.412.76
63.316.32
634.392.64
MP
Stormwater I Johnston
65,500.00
63.500.00
69.000.00
529.130.60
629,130.60
65,141.40
619.766.20
624.897.60
Lindberg-
Smith
Wenaler 1 Caldera
Total
690.882.24
620.530.92
*7.217.13
123.942.40
617.623.70
614.230.78
612.781.46
624.420.04
19.787.98
17.449.54
16.115.24
115.283.34
14.718.72
*6.013.70
133.103.07
1668.63
63
*11.866.36
16.600.00
11.082.10
5737.12
11.863.48
16.373.48
*2.136.00
13.030.44
12.951.68
8342.217.48
Task
PHASE 2
9. BRIDGE AND ROADWAY FINAL DESIGN
9.1 Roadwav Final Design
9.2 Bridae Final Design
9.3 Opinion of Probable Construction Cost
9.4 Independent Check
9.5 Constructabillty Review
10. TRAFFIC ENGINEERING
10.1 Traffic Signal Desfan
11. GEOTECHNICAL
11.1 Final Geotechnical Reaort
12. HYDRAUUC ENGINEERING
12.2 Final Bridae Hydraulics Report
13. PUBUC OUTREACH SUPPORT
TOTAL PHASE 2 COSTS
PHASE 3
14. BID SUPPORT SERVICES
15. ENGINEER OF RECORD
16.1 Construction Support
TOTAL PHASE 3 COSTS
PHASE 4
16. CONSTRUCTION MANAGEMENT
16.1 Pre-Construction Activities
16.2 Contract Administration for Construction
TOTAL PHASE 4 COSTS
TOTAL LABOR COSTSI
Direct Costs/
Escalation
MP
Exeltech 1 PanGEO I Zenovic 1 Fehr Peers 1 Stormwater I Johnston 1 Berner ABAM 1 Smith Lindberg- 1 NTI I Wenaler 1 Caldera Total
964.590.05
$152.270.00
919.783.77
94.473.04
99.843.52
91.691.00
1831.50
91.663.00
98.494.60
9263.840.48
*16.203.10 1
1
889,052.45
885,255.55 1
914.592.241
*270.109.36 1
*284.701.60 1
PHASE 6 I
17. BRIDGE INSPECTION INVENTORY ASSESSMENT 1 912.192.101
18. BRIDGE LOAD RATING 811.871.441
TOTAL PHASE 5 COSTS 1 *24.063.54 1
*879.378.161
*14,350.001
*4,398.88
$1,973.44
91.973.44
94.292.28 1
94.292.28
925.904.46
Exhibit E -1 Task 1
City of Port Angeles
Lauridsen Bridge Replacement Project
Summary of Cost Per Consultant
918.901.74
925.904.46 1 918,901.74
$2,500.00
92.500.00
920.360.40
97.866.00
r 1 928.226.40
1
1
93.185.00
93.185.00
930.870.00 1 94, 220.001
130.870.001 94,220.001
1
I
$8,600.001
*90.494.51
1152.270.00
219.783.77
*24.933.44
f17.709.82
820.692.74
(2.904.94
14.163.00
*11.679.60
*344.331.52
116.203.10
973.344.73
1 ,n 1 189.647.$3
*14.692.24
II *305.199.36
1 1319.791.60
r1
112.192.10
*11.$71.44
*24.063.54
*20.631.23 1 934.620.601 *53,294.381' 5 11 ,500.00 1`" $29;130.60,1 *63,124.001 u 1 *3,185.00 1 930: 870.001M' S 4i220.001- mam $1.119.951.97
912,434.501 $453.001 $5,070.20 1 8955.001 $200.001 $312.001
$50.00 1 1 *42,424.70
$4 399.9$
$0.00
Lauridsen Bridge Replacement Project Start Date
City of Port Angeles
End Date
Labor Escalation for 13
Escalated Total DSC
Exhibit E -1 Task 1
Consultant Fee Determination Summary Sheet
Consultant Fee Determination
Consultant: Exeltech
Code Classification Man Hours
LABOR Hours Rate
Exeltech Project
Dollars
QA/QC Principal Engineer 36 x $187.43 $6,747.48
Sr. Project Manager (Civil) 744 x $139.07 $103,468.08
Sr. Project Manager (Structural) 417 x $166.30 $69,347.10
Sr. Project Engineer (Structural) 1,138 x $125.91 $143,285.58
Project Engineer (Structural) 360 x $79.19 $28,508.40
Sr. Project Engineer (Civil) 616 x $141.84 $87,373.44
Project Engineer (Civil) 430 x $82.87 $35,634.10
Environmental Lead 196 x $135.77 $26,610.92
Environmental Planner 162 x $77.73 $12,592.26
CADD Tech 1,040 x $73.76 $76,710.40
Resident Engineer 407 x $146.35 $59,564.45
Field Inspector 1,200 x $106.64 $127,968.00
Office Engineer 540 x $97.93 $52,882.20
QA/QC Office Engineer 40 x $97.93 $3,917.20
Documentation Administrator 475 x $74.61 $35,439.75
Administration 140 x $66.62 $9,326.80
Total Hours
Total DSC 7,941 $879,376.16
Increase of Work
2.0 25 $4,396.88
$883,773.04
Reimbursables
Itemized Quantity Units Rate In Scope
Meals and Lodging 20 each $150.00 $3,000.00
Mileage 10,000 each $0.56 $5,550.00
Reproduction and Printing copies $0.15 $0.00
Postage and Supplies 40 Est $20.00 $800.00
Misc. 1 Est $5,000.00 $5,000.00
Reimbursables Total $14,350.00
Exeltech Subtotal $898,123.04
Subconsultant Costs (See Exhibit G) 268,650.51
Grand Total 1,166,773.55
Task
1. PROJECT MANAGEMENT
4. PRELIMINARY ENGINEERING
6. TIB APPLICATION ASSISTANCE
Exhibit E-1 Task 2
City of Port Angeles
Lauridsen/Lincoln and Lauridsen/Laurel Intersection Improvement Project
231EPTA7
1 4
2. EXISTING CONDITIONS DATA COLLEC11
3. TRAFFIC ANALYSIS
3.1 Travel Demand Modelina
3.2 Future Conditions Analysis and Docul
5. WSDOT COORDINATION
SI 'r fotA f IZ&V T Iie F
r2e
80
4
2
25
21
2
Exeltech Labor Hours
10 10
8
6
160
16
14
411
4
100
Hours Sheet
8
2 1
zokr:Ft.(r
60 4
1
rt:::2
16
8
349
45
20
12
16
Fehr Peers
10
16
40
12
8 1 4
20
36
94
40
144
52
102
349
85
20
Exhibit E -1 Task 2
City of Port Angeles
Lauridsen /Lincoln and Lauridsen /Laurel Intersection Improvement Project
Task
Summary of Cost Per Consultant
1. PROJECT MANAGEMENT
2. EXISTING CONDITIONS DATA COLLECTION. EVALUA
3. TRAFFIC ANALYSIS
3.1 Travel Demand Modeling
3.2 Future Conditions Analysis and Documentation
4. PRELIMINARY ENGINEERING
5. WSDOT COORDINATION
6. TIB APPLICATION ASSISTANCE
TOTAL LABOR COSTS
Exeltech Fehr Peers
$15.141.22
$2,006.80
$1,121.34
$39.052.23
$6,193.75
$2,555.04
$66,070.38
Direct Costs $2,130.00
$3.029.40
$4,810.24
$13,021.92
$6,547.76
$27,409.32
$4,906.00
Total
$18,170.62
$6.817.04
$14.143.26
$39,052.23
$12,741.51
$2,555.04
$93,479.70
$7,036.00
Escalation
Lauridsen /Lincoln Lauridsen /Laurel Intersection Improvements Start Date
City of Port Angeles
Consultant Fee Determination
Consultant: Exeltech
Code Classification
LABOR
Labor Escalation for 13
Escalated Total DSC
Reimbursables
Itemized
Meals and Lodging
Mileage
Reproduction and Printing
Postage and Supplies
Misc.
Reimbursables Total
Exeltech Subtotal
QA/QC Principal Engineer
Sr. Project Manager (Civil)
Sr. Project Engineer (Civil)
Project Engineer (Civil)
Environmental Lead
CADD Tech
Administration
Total Hours
Total DSC
Subconsultant Costs (See Exhibit G)
Grand Total
Exhibit E -1 Task 2
Consultant Fee Determination Summary Sheet
End Date
Man Hours
Hours Rate
4 x $187.43
134 x $135.15
214 x $141.84
116 x $82.87
8 x $135.77
60 x $73.76
26 x $66.62
562
Increase of Work
0.0 40
Quantity Units Rate
6 each $150.00
2,000 each $0.56
copies $0.15
6 Est $20.00
0 each $2,000.00
Exeltech Project
Dollars
749.72
18,110.10
30, 353.76
9,612.92
1,086.16
4,425.60
1,732.12
66,070.38
0.00
66,070.38
In Scope
900.00
1,110.00
0.00
120.00
0.00
2,130.00
68,200.38
32,315.32
100, 515.70
ii Washington State
Department of Transportation
Paula J. Hammond, P.E.
Secretary of Transportation
August 6, 2010
Michelle Rhodes, Finance Manager
Exeltech Consulting, Inc.
8729 Commerce Place Dr, Suite A
Lacey WA 98516 -1363
Re: Exeltech Consulting, Inc. Overhead Schedule
Fiscal Year End December 31, 2009
Dear Ms. Rhodes:
On August 6, 2010, as a WSDOT representative, Laura Trainer, Audit Specialist,
completed a desk review of your proposed FYE December 31, 2009, Overhead
Schedule. Laura also reviewed the documentation provided by Exeltech Consulting, Inc.
during this review process.
The reviewed data included, but was not limited to, the schedule of the indirect cost rate,
a description of the company, basis of accounting and description of Exeltech
Consulting, Inc. accounting system, and the basis of indirect costs.
Based on our desk review, we are issuing this letter of concurrence establishing
Exeltech Consulting, Inc. overhead rate for FYE December 31, 2009, at 136.47% (rate
includes Facilities Cost of Capital) of direct labor. Costs billed to actual agreements will
still be subject to audit of actual costs.
Please check with the WSDOT Consultant Services Office (HQ) and /or the WSDOT
Area Consultant Liaison to determine when this reviewed rate will be applicable to your
WSDOT agreement(s).
If you or any representative of Exeltech Consulting, Inc. have any questions, please
contact Martha Roach, Jeri Sivertson or Steve McKerney at (360) 705 -7003.
Sincerely,
714.442744,... rer
Martha S. Roach
Agreement Compliance Audit Manager
MR:ds
Enclosures
Exhibit F
Breakdown of Overhead Cost
cc: Steve McKerney, Director of Internal Audit
Jeri Sivertson, Assistant Director of Internal Audit
Kyle McKeon, MS 47329
Rick Griffith, MS 47323
File
Transportation Building
310 Maple Park Avenue S E.
P 0 Box 47300
O'ymoia, WA 98504 -7300
360- 705 -7000
TTY 1- 800- 833 -6388
vvvvw wsdot wa.gov
Exhibit F
Breakdown of Overhead Cost
Exeltech Consulting Inc
Overhead Schedule
For the Year Ended December 31, 2009
General Exeltech, INC.
Description Ledger Adj. WSDOT Adj. Ref. Accepted Amount "/u
Total Direct Labor Base $1,640,999 $37,319 P,J $1,678,318
Fringe Benefits
Payroll Taxes $257,691 ($1,245) Q $256,446 15.28%
Vacation/Holiday /Sick Leave 209,069 209,069 12.46%
Incentive Compensation 0 0 0.00%
Bonus 34,816 (34,816) R (0) 0.00%
Health Dental Insurance Employees 107,536 107,536 6.41%
Insurance Keyman 674 (674) H 0 0 00%
Retirement 59,035 59,035 3.52%
Total Fringe Benefits $668,821 ($674) ($36,061) $632,086 37.66%
General Overhead
Auto expenses& parking $12,903 ($1,065) S $11,838 0.71%
Advertising 6,447 (6,447) D (0) 0.00%
Bad Debi 0 0 F 0 0.00%
Bank Service Charges 2,116 2,116 0.13%
Charitable Donations 4,400 (4,400) A 0 0.00%
Computer and IT Maintenance 38,488 38,488 2.29%
Depreciation 84,459 84,459 5.03%
Dues, Subscriptions Books 32,206 32,206 1.92%
Education 5,908 5,908 0.35%
Equipment Lease 16,448 16,448 0.98%
Insurance 90,162 90,162 5.37%
InterestfFinancing Cost 15,637 (15,637) B 0 0.00%
Licenses Permits 16,033 16,033 0.96%
Business Meals 10,999 (10,999) C (0) 0 00%
Miscellaneous 0 0 0.00%
Office Supplies 17,156 17,156 L02%
Office Move 12,469 12,469 0.74%
Penalties 0 0.00%
Personnel Recruitment 7,343 7,343 0.44%
Postage Delivery 9,377 9,377 0.56%
Pnnting Reproduction 32,828 32,828 1.96%
Professional Fees 15,284 (1,737) G 13,547 0 81%
Rent 300,709 (20,655) L 280,054 16.69%
Repairs maintenance 13,764 13,764 0.82%
Software Expenses 6,299 6,299 0.38%
Staff Meetings Kitchen Supplies 4,493 4,493 0.27%
Staff Entertainment 12,129 (11,119) K 1,010 0.06%
Supplies Operating 0 0 0.00%
Taxes City State Business (Excise&UseTax 78,989 78,989 4.71%
Taxes Personal Property' 1,594 1,594 0.09%
Telephone 57,213 57,213 3.41%
Temporary Help 1,969 1,969 0.12%
Travel/ Mileage,Lodging, Transportation 26,830 (1,390) M 25,440 1.52%
Uniforms 2,018 (2,018) D 0 0.00%
Property State Taxes 700 (700) 0 0.00%
Page 1
Exhibit F
Breakdown of Overhead Cost
Exeltech Consulting Inc
Overhead Schedule
For the Year Ended December 31, 2009
General Exeltech, INC.
Description Ledger Adj. WSDOT Adj. Ref. Accepted Amount
Political Contributions 3,720 (3,720) A 0 0.00%
Gifts/Flowers 4,395 (4,395) E 0 0.00%
Wages, Employees Indirect 820,505 (41,802) (3,226) J,N,Q 775,477 46.21%
Unallowable FAR 450 (450) 0 (0) 0.00%
Total General Overhead $1,766,438 ($125,469) ($4,291) $1,636,678 97.52%
Total Overhead Expenses (Less FCCM) $2,435,258 ($126,143) ($40,352) $2,268,763 135.18%
Facilites Capital Cost of Money $21,625 $21,625 1.29%
Overhead Rate (Inclues FCCM) 148.40% 137.59% 136.47%
Exeltech Inc Reviewed Accepted 08/06/10 LT
"Overhead Rate still subject to WSDOT Audit"
References
Exeltech, Inc. Adjustments:
A Contnbutions unallowable per 48 CFR 31.205 -8.
B Interest unallowable per 48 CFR 31.205 -20.
C Local meals Business meals unallowable per 48 CFR 31.205 -46, 31.205 -14, WSDOT Accounting Manual M13 -82
Chapter 10 Travel and WSDOT Overhead Policy.
D Advertising cost unallowable per 48 CFR 31.205 -1(f).
E Gifts to clients unallowable per 48 CFR 31.205 -14.
F Bad Debt unallowable per 48 CFR 31.205 -3
G Federal tax return preparation fees over $250 unallowable per 48 CFR 31.205- 41(b)(1), 48 CFR 31,201 -6(d),
and WSDOT Overhead Policy.
H Key man life insurance unallowable per 48 CFR 31.205- 19(ex2Xv)
I Marketing Cost unallowable per 48 CFR 31.205 -1(f)
J Overtime premium (Direct $3,947, Indirect $536) unallowable per 48 CFR 22.103 -2.
K Xmas part expenses in excess of 25 per employee picnic costs in excess of 10 per employee per 48 CFR 31.205 -14 and
WSDOT OH Policy.
L Common Control adjustment 48 CFR 31.205- 36(b)(3)
Based on OH Review WSDOT Verified Adjusted Common Control Adjustment
M Travel Lodging rates over per diem rates not allowed per 48 CFR 31.205 -46, and WSDOT Accounting Manual MI3 -82
Chapter 10 Travel.
N Wages for promotional marketing ($3,226) unallowable per 48 CFR 31.205 -1(f), 31.201 -6.
O Alcohol unallowable per 48 CFR 31.205 -51.
P Nonbillable labor ($41,266) moved from indirect salaries to direct labor base per 48 CFR 31.202(a) and AASHTO Audit Guide.
WSDOT Adjustments:
Q Marketing labor and associated fringe unallowable per 48 CFR 31 205 -1(0 and 31.201 -6.
Exeltech provided marketing labor estimate of $3,226, and WSDOT calculated estimated associated marketing fringe
in the amount of $I,245.
R Bonus unallowable per 48 CFR 31.205 -6(f) and the AASHTO Audit Guide.
Exeltech does not have an acceptable written bonus policy. Incentive Compensation policy does not provide performance
measurments, as required in the 200S AASHTO Guide Chapter S -2.
S Personal use of company vehicle unallowable per 48 CFR 31.205- 6(m)(2), AASHTO Audit Guide and WSDOT Accounting
Page 2
Exhibit G Task 1
Subcontracted Work
The agency permits subcontracted work for the following portions of the work of this agreement
Activity Subconsultant Fee
Geotechnical PanGEO $33,065.73
Drainage Zenovic $35,073.60
Traffic Fehr Peers $58,364.58
Hydraulics MP Stormwater $12,455.00
Surveying Johnston Land Surveying $29,330.60
Independent QA/QC Berger ABAM $53,436.00
Graphics Lindberg -Smith $3,185.00
Materials Testing NTI $39,470.00
QA Surveying Wengler $4,270.00
Cultural Resources Caldera $0.00
Total Subcontracted Work $268,650.51
Exhibit G Task 2
Subcontracted Work
The agency permits subcontracted work for the following portions of the work of this agreement
Activity Subconsultant Fee
Traffic Fehr Peers $32,315.32
Total Subcontracted Work $32,315.32
2/10/2012
Lauridsen Bridge Replacement Project
City of Port Angeles
Task Description: Geotechnical
Consultant Fee Determination
Consultant: PanGEO
Classification
Exhibit G -1 Task 1
Subconsultant Fee Determination Summary Sheet
Principal
Geotechnical Project Manage
Sr Geotechnical Engineer
Project Eng /Geol.
Admin
Total Hours
Hours
Increase
Labor Escalation for '13 0
Escalated Total DSC
Reimbursables
Itemized
Mileage
Meals and Lodging
Reproduction and Field Consumables
Field Equipment Rental
Lab Testing
Dnlling Subcontractor
Reimbursables Total
Grand Total
Prepared By: Date:
Start Date
End Date
Labor Rate
4 x $177.60
25 x $151.71
38 x $123.34
120 x $91 89
6 x $69 06
193
Total Direct Labor Cost
of Work
0
Exeltech Project
Dollars
$710.40
$3,792.75
$4,686.92
$11,026.80
$414 36
$20,631.23
20,631.23
Quantity
Units Rate In Scope
300 each $0.56 $166 50
2 each $154.00 $308 00
1 each $50.00 $50.00
1 each $750.00 $750 00
1 Est $2,144.00 $2,144.00
1 Est $9,016.00 89.016.00
$12,434.50
0.00
$33,065.73
2/16/2012
Lauridsen Bridge Replacement Project
City of Port Angeles
Task Description: Drainage
Consultant Fee Determination
Consultant: Zenovic
Classification
Labor Escalation for 13
Escalated Total DSC
Exhibit G -1 Task 1
Subconsultant Fee Determination Summary Sheet
Pnncipal Engineer
Sr. Design Engineer
Design Engineer
Start Date
End Date
Exeltech Project
Hours Labor Rate Dollars
93 x $107.16 $9,965.88
232 x $63.33 $14,692.56
206 x $48.36 $9,962.16
Total Hours 531
Total Direct Labor Cost $34,620.60
Increase of Work
0 0 0 00
34,620.60
Reimbursables Quantity
Itemized Units Rate In Scope
Meals and Lodging each $150.00 $0 00
Mileage 600 each $0.56 $333.00
Reproduction and Prin 1,200 each $0.10 $120.00
Postage and Supplies each $20.00 $0 00
$453.00
Grand Total $35.073.60
Prepared By: Date:
Lauridsen Bridge Replacement Project
City of Port Angeles
Task Description: Traffic
Consultant Fee Determination
Consultant: Fehr Peers
Classification
Grand Total
Prepared By:
Exhibit G -1 Task 1
Subconsultant Fee Determination Summary Sheet
Sr. Associate
Associate
Sr. Planner
Project Engineer
Sr. Engineer Tech
Technician
Admin. Assistant
Total Hours
Labor Escalation for 13
Escalated Total DSC
Reimbursables Quantity
Itemized
Meals and Lodging 3
Mileage 320
Traffic Counts 5
Communications 6
Site Visit by Engineer 1
Hours Labor Rate
18 x $218.59
12 x $186.02
82 x $170.06
175 x $132.88
48 x $131.10
16 x $103.01
17 x $116.92
368
Total Direct Labor Cost
Increase
0
Start Date
End Date
Date:
%ofWork
0
Units Rate
each $200.00
each $0.56
est $200.00
est $382.10
each $1,000.00
Exeltech Project
Dollars
$3,934.62
$2,232.24
$13,944.92
$23,254.00
$6,292.80
$1,648.16
$1,987.64
$53,294.38
0.00
53,294.38
In Scope
$600.00
$177.60
$1,000.00
$2,292.60
$1,000.00
$5,070.20
$58,364.58
Lauridsen Bridge Replacement Project
City of Port Angeles
Task Description: Hydraulics
Consultant Fee Determination
Consultant: MP Stormwater
Classification
Stormwater Engineer
Labor Escalation for 13
Escalated Total DSC
Exhibit G -1 Task 1
Subconsultant Fee Determination Summary Sheet
Hours
Start Date
End Date
Exeltech Project
Labor Rate Dollars
115 x $100.00 $11,500.00
Total Hours 115
Total Direct Labor Cost $11,500.00
Increase of Work
0 0 0.00
11,500.00
Reimbursables Quantity
Itemized Units Rate In Scope
Meals and Lodging each $150.00 $0.00
Mileage 1,000 each $0.56 $555.00
Reproduction and Printing 4 each $100.00 $400.00
Postage and Supplies each $20.00 $0.00
$955.00
Grand Total $12,455.00
Prepared By: Date:
Lauridsen Bridge Replacement Project
City of Port Angeles
Task Description: Surveying
Consultant Fee Determination
Consultant: Johnston
Classification
Reimbursables
Itemized
Meals and Lodging
Mileage
Reproduction and Printing
Postage and Supplies
Grand Total
Prepared By:
Exhibit G -1 Task 1
Subconsultant Fee Determination Summary Sheet
Principal
2- Person Survey Crew
Senior Tech
Tech
Admin
Total Hours
Labor Escalation for 13
Escalated Total DSC
Quantity
Hours
50 x $225 60
80 x $141.00
50 x $70.50
24 x $56.40
20 x $84.60
224
Total Direct Labor Cost
Increase
0
Start Date
End Date
Labor Rate
Date.
of Work
0
Exeltech Project
Dollars
$11,280 00
$11,280.00
$3,525 00
$1,353.60
$1,692.00
$29,130.60
0 00
29,130.60
Units Rate In Scope
each $150.00 $0.00
each $0.51 $0 00
4 each $50 00 $200.00
each $20 00 $0 00
$200.00
$29,330.60
Lauridsen Bridge Replacement Project
City of Port Angeles
Task Description: Independent QC
Consultant Fee Determination
Consultant: Berger ABAM
Classification
Labor Escalation for '13
Escalated Total DSC
Reimbursables
Itemized
Meals and Lodging
Mileage
Reproduction and Pnn
Postage and Supplies
Grand Total
Prepared By:
Exhibit 0-1 Task 1
Subconsultant Fee Determination Summary Sheet
Engineer Project Manager
Engineer Project Engineer
Engineer Senior Engineer
Admen
Total Hours
Quantity
Hours
Increase
0
Start Date
End Date
Labor Rate
12 x $151.05
260 x $105.45
260 x $91.20
4 x $45.60
536
Total Direct Labor Cost
Date*
of Work
0
Exeltech Project
Dollars
$1,812.60
$27,417.00
$23,712 00
$182.40
$53,124.00
0.00
53,124.00
Units Rate In Scope
each $150.00 $0.00
400 each $0.56 $222.00
100 each $0.50 $50.00
2 each $20.00 $40 00
$312.00
$53,436.00
Lauridsen Bridge Replacement Project
City of Port Angeles
Task Description: Graphics Support
Consultant Fee Determination
Consultant: Lindberg -Smith Architects
Classification
Labor Escalation for '13
Escalated Total DSC
Exhibit G -1 Task 1
Subconsultant Fee Determination Summary Sheet
Hours
Prepared By: Date:
Start Date
End Date
Exeltech Project
Labor Rate Dollars
Architect 5 x $110 00 $550.00
Engineer 15 x $11000 $1,650.00
Production Manager 7 x $95.00 $665.00
Clerical 8 x $40 00 $320 00
Total Hours 35
Total Direct Labor Cost $3,185.00
Increase of Work
0 0
0 00
3,185.00
Reimbursables Quantity
Itemized Units Rate In Scope
Meals and Lodging each $150.00 $0 00
Mileage each $0.51 $0 00
Reproduction and Printing each $0.50 $0.00
Postage and Supplies each $20 00 $0.00
$0.00
Grand Total $3,185.00
Lauridsen Bridge Replacement Project
City of Port Angeles
Task Description: Materials Testing
Consultant Fee Determination
Consultant: NTI
Classification
Exhibit G -1 Task 1
Subconsultant Fee Determination Summary Sheet
Hours
Start Date
End Date
Labor Rate
Exeltech Project
Dollars
Engineer Tech 336 x $80.00 $26,880 00
Engineer 42 x $95.00 $3,990 00
Total Hours 378
Total Direct Labor Cost $30,870.00
Labor Escalation for '13
Escalated Total DSC
Grand Total $39,470.00
Increase of Work
0 0 0.00
30,870.00
Reimbursables Quantity
Itemized Units Rate In Scope
Cylinder Breaks 120 each $30.00 $3,600 00
Proctor Test 8 each $300.00 $2,400.00
Wet Sieve 8 each $150.00 $1,200.00
Sand Equivalency 8 each $100.00 $800.00
Rice Density 2 each $300.00 $600.00
Prepared By: Date'
$8,600.00
Lauridsen Bridge Replacement Project Start Date
City of Port Angeles
Task Description: QA Surveying End Date
Consultant Fee Determination Exeltech Project
Consultant: Wengler
Classification
Hours Labor Rate Dollars
Field Crew 16 x $125 00 $2,000.00
Office Tech 20 x $75.00 $1,500 00
Land Surveyor 8 x $90.00 $720.00
Exhibit G -1 Task 1
Subconsultant Fee Determination Summary Sheet
Total Hours 44
Total Direct Labor Cost $4,220.00
Labor Escalation for 13
Escalated Total DSC
Increase of Work
0 0
Reimbursables Quantity
Itemized Units Rate in Scope
Meals and Lodging each $150.00 $0 00
Mileage each $0.51 $0.00
Reproduction and Pnn 100 each $0.50 $50.00
Postage and Supplies each $20 00 $0.00
Grand Total $4,270.00
Prepared By: Date:
0.00
4,220.00
$50.00
Lauridsen Bridge Replacement Project
City of Port Angeles
Task Description: Cultural Resources
Consultant Fee Determination
Consultant: Caldera
Classification
Exhibit G -1 Task 1
Subconsultant Fee Determination Summary Sheet
Archaeologist
Total Hours
Labor Escalation for 13
Escalated Total DSC
Start Date
End Date
Exeltech Project
Hours Labor Rate Dollars
0 x $100 00 $0.00
0
Total Direct Labor Cost $0.00
Increase of Work
0 0 0 00
0.00
Reimbursables Quantity
Itemized Units Rate In Scope
Meals and Lodging each $150.00 $0 00
Mileage each $0.51 $0.00
Reproduction and Pnnting each $0.50 $0.00
Postage and Supplies each $20.00 $0.00
$0.00
Grand Total $0.00
Prepared By: Date:
Reimbursables Quantity
Itemized
Meals and Lodging 1
Mileage 320
Traffic Counts 5
Communications 4
Site Visit by Engineer 0
Counts Collection 1
Lauridsen /Lincoln Lauridsen /Laurel Intersection lmprovem
City of Port Angeles
Task Description: Traffic
Consultant Fee Determination
Consultant: Fehr Peers
Classification
Labor Escalation for 13
Escalated Total DSC
Grand Total
Prepared By:
Exhibit G -1 Task 2
Subconsultant Fee Determination
Sr. Associate
Associate
Sr. Planner
Project Engineer
Sr. Engineer Tech
Technician
Admin. Assistant
Total Hours
Summary Sheet
ent Start Date
End Date
Hours Labor Rate
0 x $218.59
22 x $186.02
52 x $170.06
78 x $132.88
0 x $131.10
24 x $103.01
14 x $116.92
190
Total Direct Labor Cost
Increase of Work
0 0
Exeltech Project
Dollars
$0.00
$4,092.44
$8,843.12
$10,364.64
$0.00
$2,472.24
$1,636.88
$27,409.32
0.00
27,409.32
Units Rate In Scope
each $200.00 $200.00
each $0.56 $177.60
est $200.00 $1,000.00
est $382.10 $1,528.40
each $1,000.00 $0.00
each $2,000.00 $2,000.00
$4,906.00
Date:
$32,315.32
Exhibit H
Title VI Assurances
During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, and successors in
interest agrees as follows:
1. Compliance with Regulations: The CONSULTANT shall comply with the Regulations relative to non-
discrimination in federally assisted programs of the AGENCY, Title 49, Code of Federal Regulations, Part
21, as they may be amended from time to time (hereinafter referred to as the "REGULATIONS which
are herein incorporated by reference and made a part of this AGREEMENT.
2. Non discrimination: The CONSULTANT, with regard to the work performed during the
AGREEMENT, shall not discriminate on the grounds of race, color, sex, or national origin in the selection
and retention of sub consultants, including procurement of materials and leases of equipment. The
CONSULTANT shall not participate either directly or indirectly in the discrimination prohibited by
Section 21.5 of the REGULATIONS, including employment practices when the AGREEMENT covers a
program set forth in Appendix B of the REGULATIONS.
3. Solicitations for Sub consultants, Including Procurement of Materials and Equipment: In all solicitations
either by competitive bidding or negotiations made by the CONSULTANT for work to be performed
under a sub contract, including procurement of materials or leases of equipment, each potential sub
consultant or supplier shall be notified by the CONSULTANT of the CONSULTANT'S obligations under
this AGREEMENT and the REGULATIONS relative to non discrimination on the grounds of race, color,
sex, or national origin.
4. Information and Reports: The CONSULTANT shall provide all information and reports required by the
REGULATIONS or directives issued pursuant thereto, and shall permit access to its books, records,
accounts, other sources of information, and its facilities as may be determined by AGENCY, STATE or
the Federal Highway Administration (FHWA) to be pertinent to ascertain compliance with such
REGULATIONS, orders and instructions. Where any information required of a CONSULTANT is in the
exclusive possession of another who fails or refuses to furnish this information, the CONSULTANT shall
so certify to the AGENCY, STATE or the FHWA as appropriate, and shall set forth what efforts it has
made to obtain the information.
5. Sanctions for Non compliance: In the event of the CONSULTANT'S non compliance with the non-
discrimination provisions of this AGREEMENT, the AGENCY shall impose such AGREEMENT
sanctions as it, the STATE or the FHWA may determine to be appropriate, including, but not limited to:
Withholding of payments to the CONSULTANT under the AGREEMENT until the
CONSULTANT complies, and/or;
Cancellation, termination, or suspension of the AGREEMENT, in whole or in part
DOT Form 140 -089 EF Exhibit H
Revised 6/05
6. Incorporation of Provisions: The CONSULTANT shall include the provisions of paragraphs (1) through
(5) in every sub contract, including procurement of materials and leases of equipment, unless exempt by
the REGULATIONS, or directives issued pursuant thereto. The CONSULTANT shall take such action
with respect to any sub consultant or procurement as the AGENCY, STATE or FHWA may direct as a
means of enforcing such provisions including sanctions for non compliance
Provided, however, that in the event a CONSULTANT becomes involved in, or is threatened with,
litigation with a sub consultant or supplier as a result of such direction, the CONSULTANT may request
the AGENCY and the STATE enter into such litigation to protect the interests of the AGENCY and the
STATE and, in addition, the CONSULTANT may request the United States enter into such litigation to
protect the interests of the United States.
Lump Sum Contracts
A final payment shall be made to the CONSULTANT which when added to any payments previously made shall
total the same percentage of the Lump Sum Amount as the work completed at the time of termination is to the
total work required for the PROJECT. In addition, the CONSULTANT shall be paid for any authorized extra
work completed.
Cost Plus Fixed Fee Contracts
A final payment shall be made to the CONSULTANT which when added to any payments previously made, shall
total the actual costs plus the same percentage of the fixed fee as the work completed at the time of termination is
to the total work required for the Project. In addition, the CONSULTANT shall be paid for any authorized extra
work completed.
Specific Rates of Pay Contracts
A final payment shall be made to the CONSULTANT for actual hours charged at the time of termination of this
AGREEMENT plus any direct nonsalary costs incurred at the time of termination of this AGREEMENT.
Cost Per Unit of Work Contracts
DOT Form 140 -089 EF Exhibit!
Revised 6/05
Exhibit 1
Payment Upon Termination of Agreement
By the Agency Other Than for
Fault of the Consultant
(Refer to Agreement, Section IX)
A final payment shall be made to the CONSULTANT for actual units of work completed at the time of
termination of this AGREEMENT.
Exhibit J
Alleged Consultant Design Error Procedures
The purpose of this exhibit is to establish a procedure to determine if a consultant's alleged design error is of a
nature that exceeds the accepted standard of care. In addition, it will establish a uniform method for the resolution
and/or cost recovery procedures in those instances where the agency believes it has suffered some material damage
due to the alleged error by the consultant.
Step 1 Potential Consultant Design Error(s) is Identified by Agency's Project Manager
At the first indication of potential consultant design error(s), the first step in the process is for the Agency's
project manager to notify the Director of Public Works or Agency Engineer regarding the potential
design error(s). For federally funded projects, the Region Highways and Local Programs Engineer
should be informed and involved in these procedures. (Note: The Director of Public Works or Agency
Engineer may appoint an agency staff person other than the project manager, who has not been as
directly involved in the project, to be responsible for the remaining steps in these procedures.)
Step 2 Project Manager Documents the Alleged Consultant Design Error(s)
After discussion of the alleged design error(s) and the magnitude of the alleged error(s), and with the
Director of Public Works or Agency Engineer's concurrence, the project manager obtains more detailed
documentation than is normally required on the project. Examples include: all decisions and
descriptions of work; photographs, records of labor, materials and equipment.
Step 3 Contact the Consultant Regarding the Alleged Design Error(s)
If it is determined that there is a need to proceed further, the next step in the process is for the project
manager to contact the consultant regarding the alleged design error(s) and the magnitude of the alleged
error(s). The project manager and other appropriate agency staff should represent the agency and the
consultant should be represented by their project manger and any personnel (including sub consultants)
deemed appropriate for the alleged design error(s) issue.
Step 4 Attempt to Resolve Alleged Design Error with Consultant
After the meeting(s) with the consultant have been completed regarding the consultant's alleged design
error(s), there are three possible scenarios:
DOT Forth 140 -089 EF Exhibit J
Revised 6/05
It is determined via mutual agreement that there is not a consultant design error(s). If
this is the case, then the process will not proceed beyond this point.
It is determined via mutual agreement that a consultant design error(s) occurred. If this
is the case, then the Director of Public Works or Agency Engineer, or their
representatives, negotiate a settlement with the consultant. The settlement would be
paid to the agency or the amount would be reduced from the consultant's agreement
with the agency for the services on the project in which
the design error took place. The agency is to provide H &LP, through the Region
Local Programs Engineer, a summary of the settlement for review and to make
adjustments, if any, as to how the settlement affects federal reimbursements. No
further action is required.
There is not a mutual agreement regarding the alleged consultant design error(s). The
consultant may request that the alleged design error(s) issue be forwarded to
the Director of Public Works or Agency Engineer for review. If the Director of
Public Works or Agency Engineer, after review with their legal counsel, is not able
to reach mutual agreement with the consultant, proceed to Step 5.
Step 5 Forward Documents to Highways and Local Programs
For federally funded projects all available information, including costs, should be forwarded through the
Region Highways and Local Programs Engineer to H &LP for their review and consultation with
the FHWA. H &LP will meet with representatives of the agency and the consultant to review the
alleged design error(s), and attempt to find a resolution to the issue. If necessary, H &LP will
request assistance from the Attorney General's Office for legal interpretation. H &LP will also
identify how the alleged error(s) affects eligibility of project costs for federal reimbursement.
If mutual agreement is reached, the agency and consultant adjust the scope of work
and costs to reflect the agreed upon resolution. H &LP, in consultation with FHWA,
will identify the amount of federal participation in the agreed upon
resolution of the issue.
If mutual agreement is not reached, the agency and consultant may seek settlement
by arbitration or by litigation.
Exhibit K
Consultant Claim Procedures
The purpose of this exhibit is to describe a procedure regarding claim(s) on a consultant agreement. The following
procedures should only be utilized on consultant claims greater than $1,000. If the consultant's claim(s) are a total
of $1,000 or less, it would not be cost effective to proceed through the outlined steps. It is suggested that the
Director of Public Works or Agency Engineer negotiate a fair and reasonable price for the consultant's claim(s)
that total $1,000 or less.
This exhibit will outline the procedures to be followed by the consultant and the agency to consider a potential
claim by the consultant.
Step 1 Consultant Files a Claim with the Agency Project Manager
If the consultant determines that they were requested to perform additional services that were outside of the
agreement's scope of work, they may be entitled to a claim. The first step that must be completed is the
request for consideration of the claim to the Agency's project manager.
The consultant's claim must outline the following:
Summation of hours by classification for each firm that is included in the claim;
Any correspondence that directed the consultant to perform the additional work;
Timeframe of the additional work that was outside of the project scope;
Summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with
the additional work; and
Explanation as to why the consultant believes the additional work was outside of the
agreement scope of work.
Step 2 Review by Agency Personnel Regarding the Consultant's Claim for Additional Compensation
After the consultant has completed step 1, the next step in the process is to forward the request to the
Agency's project manager. The project manager will review the consultant's claim and will met with
the Director of Public Works or Agency Engineer to determine if the Agency agrees with the claim. If
the FHWA is participating in the project's funding, forward a copy of the consultant's claim and the
Agency's recommendation for federal participation in the claim to the WSDOT Highways and Local
Programs through the Region Local Programs Engineer. If the claim is not eligible for federal
participation, payment will need to be from agency funds.
If the Agency project manager, Director of Public Works or Agency Engineer, WSDOT Highways and
Local Programs (if applicable), and FHWA (if applicable) agree with the consultant's claim, send a
request memo, including backup documentation to the consultant to either supplement the agreement,
or create a new agreement for the claim. After the request has been approved, the Agency shall write
the supplement and/or new agreement and pay the consultant the amount of the claim. Inform the
consultant that the final payment for the agreement is subject to audit. No further action in needed
regarding the claim procedures.
DOT Form 140 -089 EF Exhibit K
Revised 6/05
If the Agency does not agree with the consultant's claim, proceed to step 3 of the procedures.
Step 3 Preparation of Support Documentation Regarding Consultant's Claim(s)
If the Agency does not agree with the consultant's claim, the project manager shall prepare a summary
for the Director of Public Works or Agency Engineer that included the following:
Copy of information supplied by the consultant regarding the claim;
Agency's summation of hours by classification for each firm that should be included in the
claim;
Any correspondence that directed the consultant to perform the additional work;
Agency's summary of direct labor dollars, overhead costs, profit and reimbursable costs
associated with the additional work;
Explanation regarding those areas in which the Agency does /does not agree with the
consultant's claim(s);
Explanation to describe what has been instituted to preclude future consultant claim(s); and
Recommendations to resolve the claim.
Step 4 Director of Public Works or Agency Engineer Reviews Consultant Claim and Agency
Documentation
The Director of Pubic Works or Agency Engineer shall review and administratively approve or
disapprove the claim, or portions thereof, which may include getting Agency Council or
Commission approval (as appropriate to agency dispute resolution procedures). If the project
involves federal participation, obtain concurrence from WSDOT Highways and Local Programs
and FHWA regarding final settlement of the claim. If the claim is not eligible for federal
participation, payment will need to be from agency funds.
Step 5 Informing Consultant of Decision Regarding the Claim
The Director of Public Works or Agency Engineer shall notify (in writing) the consultant of their final
decision regarding the consultant's claim(s). Include the final dollar amount of the accepted claim
(s) and rationale utilized for the decision.
Step 6 Preparation of Supplement or New Agreement for the Consultant's Claim(s)
The agency shall write the supplement and/or new agreement and pay the consultant the amount of the
claim. Inform the consultant that the final payment for the agreement is subject to audit.
Exhibit M -1(a)
Certification Of Consultant
I hereby certify that I am President
representative of the firm of Exeltech Consulting, Inc.
8729 Commerce PI Dr NE, Lacey, WA 98516
firm I here represent has:
Project No.
Local Agency Port Angeles
and duly authorized
whose address is
and that neither I nor the above
(a) Employed or retained for a commission, percentage, brokerage, contingent fee, or other
consideration, any firm or person (other than a bona fide employee working solely for me or the
above CONSULTANT) to solicit or secure the AGREEMENT;
(b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain the
services of any firm or person in connection with carrying out this AGREEMENT; or
(c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee
working solely for me or the above CONSULTANT) any fee, contribution, donation, or
consideration of any kind for, or in connection with, procuring or carrying out this AGREEMENT;
except as hereby expressly stated (if any);
I acknowledge that this certificate is to be available to the Washington State Department of
Transportation and the Federal Highway Administration, U.S. Department of Transportation in
connection with this AGREEMENT involving participation of Federal -aid highway funds, and is
subject to applicable State and Federal laws, both criminal and civil.
3 I '1243 1 z..
Date
DOT Form 140 -089 EF Exhibit M -1(a)
Revised 6/05
I hereby certify that I am the AGENCY Official of the Local Agency of City of Port Angeles
Washington, and that the consulting firm or its representative has not been required, directly or indirectly as an
express or implied condition in connection with obtaining or carrying out this AGREEMENT to:
(a) Employ or retain, or agree to employ to retain, any firm or person; or
(b) Pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or
consideration of any kind; except as hereby expressly stated (if any):
I acknowledge that this certificate is to be available to the Washington State Department of
Transportation and the Federal Highway Administration, U.S. Department of Transportation, in
connection with this AGREEMENT involving participation of Federal -aid highway funds, and is
subject to applicable ,State and Federal laws, both criminal and civil.
V? 2
Date
DOT Form 140 -089 EF Exhibit M -1(b)
Revised 6/05
Exhibit M -1(b)
Certification Of Agency Official
Signature
Exhibit M -2
Certification Regarding Debarment, Suspension, and Other Responsibility
Matters- Primary Covered Transactions
I. The prospective primary participant certifies to the best of its knowledge and belief, that it and its
principals:
A. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from covered transactions by any federal department or agency;
B. Have not within a three -year period preceding this proposal been convicted of or had a civil
judgment rendered against them for commission or fraud or a criminal offense in connection with
obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or
contract under a public transaction; violation of federal or state antitrust statues or commission of
embezzlement, theft, forgery, bribery, falsification or destruction of records, making false
statements, or receiving stolen property;
C. Are not presently indicted for or otherwise criminally or civilly charged by a governmental
entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph (I)
(B). of this certification; and
D. Have not within a three (3) year period preceding this application/proposal had one or more
public transactions (federal, state, or local) terminated for cause or default.
II. Where the prospective primary participant is unable to certify to any of the statements in this
certification, such prospective participant shall attach an explanation to this proposal.
Consultant (Firm): Exeltech Consulting, Inc.
31 2.
DOT Form 140 -089 EF Exhibit M -2
Revised 6/05
(Date) (Signature
or Authorized
fficial of Consultant
The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her
knowledge and belief, that:
1. No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to
any person for influencing or attempting to influence an officer or employee of any Federal
agency, a member of Congress, an officer or employee of Congress, or an employee of a member
of Congress in connection with the awarding of any Federal contract, the making of any Federal
grant, the making of any Federal loan, the entering into of any cooperative agreement, and the
extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan,
or cooperative agreement.
2.If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any Federal agency, a member of
Congress, an officer or employee of Congress, or an employee of a member of Congress in
connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall
complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance
with its instructions.
This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certification is a prerequisite for making
or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who
fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and
not more than $100,000 for each such failure.
The prospective participant also agrees by submitting his or her bid or proposal that he or she shall
require that the language of this certification be included in all lower tier subcontracts which
exceed $100,000 and that all such subrecipients shall certify and disclose accordingly.
Consultant (Firm): Exeltech Consulting, Inc.
f SI Zo 1 2-
(Date)
DOT Form 140 -089 EF Exhibit M -3
Revised 6 /05
Exhibit M -3
Certification Regarding The Restrictions
of The use of Federal Funds for Lobbying
Official of Consultant
DOT Form 140 -089 EF Exhibit M -4
Revised 6/05
This is to certify that, to the best of my knowledge and belief, the cost or pricing data (as defined in
section 15.401 of the Federal Acquisition Regulation (FAR) and required under FAR subsection 15.403 -4)
submitted, either actually or by specific identification in writing, to the contracting officer or to the
contracting officer's representative in support of Lauridsen Boulevard Bridge Replacement
are accurate, complete, and current as of January 1, 2012 This certification includes
the cost or pricing data supporting any advance agreements and forward pricing rate agreements between
the offeror and the Government that are part of the proposal.
Firm Exeltech Consulting, Inc.
Name Santosh J. Kuruvilla
Title President
Date of Execution
Exhibit M -4
Certificate of Current Cost or Pricing Data
Identify the proposal, quotation, request for price adjustment, or other submission involved,
giving the appropriate identifying number (e.g., RFP No.).
Insert the day, month, and year when price negotiations were concluded and price agreement
was reached.
Insert the day, month, and year of signing, which should be as close as practicable to the date
when the price negotiations were concluded and the contract price was agreed to.