Loading...
HomeMy WebLinkAboutAgenda Packet 01/29/2001 UTILITY ADVISORY COMMI'ITEE - SPECIAL MEETING PUBLIC WORKS CONFERENCE ROOM PORT ANOELES, WA 98362 JANUARY 29, 200 I 4:00 P.m. AGENDA I. CALL TO ORDER Ii. ROLL CAll Ill. MINUTES OF THE JANUARY 8, 200 I MEETING WILL BE PRESENTED FOR APPROVAL At THE FEBRUARY I 2, ~00 I REGULAR MEETING IV. DISCUSSION ITEMS A. POWER SUPPLY SITUA~ON B. FIBER OPTIC BACKBONE ENGINEERING SERVICES V. NEXT MEETING - FEBRUARY I 2, 200 I VI. ADJOURNMENT pORTANGELES W A $ H I N ~ T O N, U. S. A. UTiLiTY ADVISORY I3OM~iTTE£ ME~O DATE: January 29, 2001 TO: UTILITY ADVISORY COMMITTEE FROM: Scott McLain, Deputy Director of Power Systems SUBJECT: Power Supply Situation (Information only) Many articles have appeared recently in the Peninsula Daily News and on TV and radio reporting on the power situation on the West coast. Many utilities have implemented rate increases for their electric utility customers in response to the rising cost of their power supply. Clallam County PUD recently announced a 14 percent increase along with additional increases in the fall and next spring. The news reports have also prompted many calls to the City concerning the level of the rate increases. While the City's power supply costs will be increasing substantially starting October 2001, staff will not be recommending any retail electric rate increases before October 1, 2001. We are in the process of a rate study that will determine how the increased power costs will effect us over the next five years. The most recent figures for wholesale increases from BPA indicate substantial increases will be required over the next five years. The City's power supply, starting October 1, 2001, will consist of Columbia Storage Power Exchange (CSPE), about halfa MW from Oct. 1 through March 31, 2003; LG&E/Avista, 11 MW from Oct. 1 through Sept. 30, 2003; with the remainder of our power requirements being purchased from BPA. The CSPE power will save City customers about $284,000 and the Avista power will save about $3,684,000 compared to purchasing the same amount of power from BPA. The BPA portion (about 76%), is expected to increase in cost by about 95% in Oct. 2001, down to 92% in 2002, down to 58% in 2003, and down to 35% in 2004 and 2005. Starting October 1, 2003, the City will purchase all of its power supply from BPA. WASHINGTON, U.S.A. UTILITY ADVISORY COMMITTEE MEMO DATE: Jamlary 29, 2001 TO: UTILITY ADVISORY COMMITTEE FROM: Larl~ Dunbar, Power Resources Manager SUI~CT: Fiber Optic Backbone Engineering Services Summary.: Staff reviewed the qualifications of 6 telecommunications engineering consultants, interviewed 3 consultants, and recommends Metropolitan Communications Consultants (MCC) and their subcontractor Lockheed Martin Services, Inc. are retained to complete fiber optic backbone engineering services. Recommendation: Recommend to City Council that the Mayor be authorized to sign the professional services agreement to retain MCC and authorize completion of stage l.a-c ol the scope of work in an amount not to exceed $166,882 if the business plan verifies the overall feasibility of the fiber optic backbone. Background/Analysis: On October 17, 2000, the City Council approved a professional services agreement with Metropolitan Communications Consultants (MCC) for completion of a telecommunications future needs and interests assessment and a business plan for the fiber optic backbone. Business planning is underway by MCC and will evaluate the overall feasibility of the fiber optic backbone. It is anticipated that business planning will be substantially complete by the end of February 2001. The business plan will include a strategic direction, overview of the project environment, implementation plan and business analyses. Council also authorized Staff to proceed with a request for qualifications (RFQ) for engineering services to design the fiber optic backbone. Fiber-optic backbone design engineering services Staffrecommends notice to proceed for engineering services is withheld until business planning verifies overall feasibility. The business plan will likely effect many design requirements such as location of nodes and stages of distribution. Staff recommends a consultant be retained now to ensure there is not a significant delay in the project timeline which is included as Attachment A. The proposed scope of work includes engineering services for preparation of the fiber optic backbone design and distribution to prospective core customers located within close proximity to the backbone. The proposed scope for distribution design services may change based on the business plan. If Council ultimately decides to construct the fiber optic backbone, additional scope of work can be negotiated with MCC for construction management services, engineering for equipment needed to activate the fiber optic backbone, and equipment installation management services. A copy of the professional services agreement and MCC's scope of work, schedule, and fees are included as Attachment B. Fiber optic backbone cost estimate This Staff report requests permission to retain a consultant for design engineering services identified in the 2001 budget and an expanded scope of work. The cost of the proposed design engineering services is $166,882. The 2001 budget for design engineering services is $150,000. The expanded scope recommended includes fiber optic distribution from the backbone to reach prospective core customers, assistance procuring critical materials (e.g. fiber-optic cable), and assistance during the construction bidding process. By including distribution to prospective core customers as part of the fiber optic backbone, economic development impacts would begin to immediately accrue. Staff recommends notice to proceed for the scope of work stage 1 is withheld until business planning verifies overall feasibility. Negotiation of the scope of work and permission to proceed beyond Stage 1 will be requested later should Council decide to award a construction contract for the fiber optic backbone. The requirements and preliminary estimated cost of construction and activation equipment beyond stage 1 are currently unknown. Beyond Stage 1, operation and management expenses, updates to the business plan, additional professional services, and citywide distribution cabling and activation costs are expenses that will require additional authorization. Purchase and installation of communications cabling and equipment (as required inside municipal facilities) will be coordinated with the Information Technology Division and are not included. It is anticipated the UAC and City Council will reach decisions mid-year based on the results of the telecommunications future needs and interests assessment and cable franchise renewal that will influence the scope of work beyond the 2nd stage. Funding for professional services, the fiber- optic backbone, and activation equipment are available within the electric utility fund reserves. A summary of the fiber optic backbone estimated cost is included as Attachment C. Consultant Selection Process Staff solicited engineering services to design the fiber-optic backbone through a request for qualification (RFQ) selection process, has selected a consulting team, and negotiated the scope of work and fee. The RFQ was advertised on November 12 and 13, 2000 and Statements of Qualifications (SOQ) were due no later than December 8, 2000. A total of 21 consultants requested the RFQ and 6 responses were received. A Staffteam reviewed and rated the SOQ's and interviewed 3 consultants. In consideration of the SOQ's and consultant interviews, the Staff team evaluation concluded that the top ranked consulting team was Metropolitan Communications Consultants and their subcontractor Lockheed Martin Services, Inc. The consulting team offers high quality engineering services to the City for the fiber optic backbone. They have the expertise and are available to complete the scope of work within the desired time frame. Attachment A Fiber-optic backbone project timeline Attachment B AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF PORT ANGELES AND METROPOLITAN COMMUNICATIONS CONSULTANTS RELATING TO: PORT ANGELES TELECOMMUNICATIONS NETWORK DEVELOPMENT THIS AGREEMENT is made and entered into this day of February 2001, by and between THE CITY OF PORT ANGELES, a non-charter code city of the State of Washington, (hereinafter called the "CITY") and METROPOLITAN COMMUNICATIONS CONSULTANTS, a Washington Limited Liability Corporation (hereinafter called the "CONSULTANT"). WHEREAS, the CITY desires to develop the Port Angeles Telecommunications Network, the first step of which is the preparation of design and construction documents for the City's fiber optic backbone, and WHEREAS, the CITY desires to engage the professional services and assistance of a qualified consulting firm to perform the scope of work as detailed in Exhibits A, B and C, and WHEREAS, the CONSULTANT represents that it is in full compliance with the statutes of the State of Washington for professional registration and/or other applicable requirements, and WHEREAS, the CONSULTANT represents that it has the background, experience, and ability to perform the required work in accordance with the standards of the profession, and WHEREAS, the CONSULTANT represents that it will provide qualified personnel and appropriate facilities necessary to accomplish the work; NOW, THEREFORE, in consideration of the above representations and the terms, conditions, covenants and agreements set forth below, the parties hereto agree as follows: I SCOPE OF WORK The scope of professional services to be performed and the results to be achieved by the CONSULTANT shall be as detailed in the attached Exhibit A and shall include all services and material necessary to accomplish the work. The scope of work includes professional services for preparation of the fiber optic backbone and core customer drops design, critical materials identification for advance purchase, assistance during the construction bidding process, construction phase services, a request for proposal for equipment needed to activate the fiber optic backbone, assistance during the request for proposal process, and equipment installation construction phase services. The CITY may review applicable segments of the CONSULTANT'S work product at the designated milestones set up in the CONSULTANT'S Work Process Control Flow Chart, attached hereto as Exhibit D. Upon completion of review, the City shall approve the work segment or request revisions City of Pon Angeles page 4 1t26/2001 if the work segment is incomplete or unsatisfactory. If the work segment is not satisfactory, the CONSULTANT shall make such changes as may be required by the CITY. Such changes shall not constitute "Extra Work" as related in Section XI of this Agreement. The CONSULTANT agrees that all services performed under this Agreement shall be in accordance with the standards of the profession and in compliance with applicable federal, state and local laws. The Scope of Work may be amended upon written approval of both parties. II OWNERSHIP OF DOCUMENTS Upon completion of the work, all documents, exhibits, photographic negatives, or other presentations of the work shall become the property of the CITY for use without restriction and without representation as to suitability for reuse by any other party unless specifically verified or adapted by the CONSULTANT. However, any alteration or reuse of the documents, by the City or by others acting through or on behalf of the City, will be at the City's sole risk. III DESIGNATION OF REPRESENTATIVES Each party shall designate its representatives in writing. The CONSULTANT'S representative shall be subject to the approval of the CITY. IV TIME OF PERFORMANCE The CONSULTANT may begin work upon execution of this Agreement by both parties. The work shall be completed in accordance with the schedule set forth in the attached Exhibit A. V PAY2MENT The CITY shall pay the CONSULTANT as set forth in this section of the Agreement. Such payment shall be full compensation for work performed, services rendered, and all labor, materials, supplies, equipment and incidentals necessary to complete the work. A. Payment shall be lump sum on the basis of the CONSULTANT'S total budget required as set forth in attached Exhibit A - Scope of Work and Section VI Lump Sum Compensation below. B. The CONSULTANT shall submit invoices to the CITY on a monthly basis. Invoices shall detail the work; shall indicate the specific task or activity in the Scope of Work to which the costs are related; shall indicate the pementage completion for each task; and shall indicate the cumulative total for each task, C. The CITY shall review the invoices and make payment for the percentage of the project that has been completed less the amounts previously paid. D. The CONSULTANT invoices are due and payable within 30 days of receipt. In the event of a disputed billing, only the disputed portion will be withheld from payment. City of Port Angeles page 5 1/26/2001 E. Final payment for the balance due to the CONSULTANT will be made upon the completion of the work and acceptance by the CITY. F. Payment for "Extra Work" performed under Section XI of this Agreement shall be as agreed to by the parties in writing. VI LUMP SUM COMPENSATION Unless otherarise agreed to in writing by both parties, the CONSULTANT'S total compensation under this Agreement, including labor, direct non-salary reimbursable costs and outside services, shall not exceed the maximum lump sum amounts as shown in attached Exhibit A. VII EMPLOYMENT Employees of the CONSULTANT, while engaged in the performance of any work or services under this Agreement, shall be considered employees of the CONSULTANT only and not of the CITY, and claims that may arise under the Workman's Compensation Act on behalf of said employees while so engaged, and any and all claims made by a third party as a consequence of any negligent act or omission on the part of the CONSULTANT'S employees while so engaged, on any of the work or services provided m be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT. In performing this Agreement, the CONSULTANT shall not employ or contract with any CITY employee without the City's written consent. VIII NONDISCRIMINATION The CONSULTANT shall conduct its business in a manner, which assures fair, equal and non- discriminatory treatment of all persons, without respect to race, creed or national origin, or other legally protected classification and, in particular: A. The CONSULTANT shall maintain open hiring and employment practices and will welcome applications for employment in all positions, from qualified individuals who are members of minorities protected by federal equal opportunity/affirmative action requirements; and, B. The CONSULTANT shall comply with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of non discriminatory requirements in hiring and employment practices and assuring the service of all persons without discrimination as to any person's race, color, religion, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin. IX SUBCONTRACTS A. The CONSULTANT shall not sublet or assign any of the work covered by this Agreement without the written consent of the CITY. B. The CONSULTANT will be using the firms submitted with its proposal as subcontractors. Subcontractors other than those listed shall not be permitted without the written consent of the CITY. City of Port Angeles page 6 1/26i2001 C. In all solicitation either by competitive bidding or negotiation made by the CONSULTANT for work to be performed pursuant to a subcontract, including procurement of materials and equipment, each potential subconsultant or supplier shall be notified by the CONSULTANT of Consultant's obligations under this Agreement, including the nondiscrimination requirements. X CHANGES IN WORK Other than changes directed by the CITY as set forth in Section I above, either party may request changes in the scope of work. Such changes shall not become part of this Agreement unless and until mutually agreed upon and incorporated herein by written amendments to this Agreement executed by both parties. XI EXTRA WORK The CITY may desire to have the CONSULTANT perform work or render services in connection with this project, in addition to the Scope of Work set forth in Exhibit A and minor revisions to satisfactorily completed work. Such work shall be considered as "Extra Work" and shall be addressed in a written supplement to this Agreement. The CITY shall not be responsible for paying for such extra work unless and until the written supplement is executed by both parties. XII TERMINATION OF AGREEMENT A. The CITY may terminate this Agreement at any time upon not less than thirty (30) days written notice to the CONSULTANT. Written notice will be by certified mail sent to the consultant's designated representative at the address provided by the CONSULTANT. B. In the event this Agreement is terminated prior to the completion of the work, a final payment shall be made to the CONSULTANT, which, when added to any payments previously made, shall compensate the CONSULTANT for the percentage of work completed. C. In the event this Agreement is terminated prior to completion of the work, documents that arc the property of the CITY pursuant to Section II above, shall be delivered to and received by the CITY prior to transmittal of final payment to the CONSULTANT. XIII INDEMNIFICATION/HOLD ItARMLESS The CONSULTANT agrees to indemnify the CITY from any claims, damages, losses, and costs, including, but not limited to, attorney's fees and litigation costs, arising out of claims by third parties for property damage and bodily injury, including death, caused solely by the negligence or willful misconduct of the CONSULTANT, CONSULTANT employees, affiliated corporations, officers, and subcontractors in connection with the work performed under this Agreement. The CITY agrees to indemnify the CONSULTANT from any claims, damages, losses, and costs, including, but not limited to, attorney's fees and litigation costs, arising out of claims by third parties for property damage and bodily injury, including death, caused solely by the negligence or willful misconduct of the CITY, CITY's employees, or agents in connection with the work performed under this Agreement. City of Port Angeles page 7 1/26/2001 If the negligence or willful misconduct of both CONSULTANT and CITY (or a person identified above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense shall be shared between the CONSULTANT and the CITY in proportion to their relative degrees of negligence or willful misconduct and the right of indemnity shall apply for such proportion. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the CONSULTANT and the CITY, its officers, officials, employees, and volunteers, the CONSULTANT'S liability hereunder shall be only to the extent of the CONSULTANT'S negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the CONSULTANT'S waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. The parties have mutually negotiated this waiver. The provisions of this section shall survive the expiration or termination of this Agreement. However, the CONSULTANT expressly reserves its rights as a third person set forth in RCW 51.24.035. XIV INSURANCE The CONSULTANT shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with thc performance of the work hereunder by the CONSULTANT, its agents, reprcsantatives, employees or subcontractors. The CONSULTANT shall provide a Certificate of Insurance evidencing: 1. Automobile Liability insurance with limits no less than $1,000,000 combined single limit per accident for bodily injury and property damage; and, 2. Commercial General Liability insurance written on an occurrence basis with limits no less than $1,000,000 combined single limit per occurrence and $2,000,000 aggregate for personal injury, bodily injury and property damage. Coverage shall include but not be limited to: blanket contractual; products/completed operations; broad form property damage; explosion, collapse and underground (XCU) if applicable; and employer's liability; and, 3. Professional Liability insurance with limits no less than $1,000,000 limit per occurrence. Any payment of deductible or self-insured retention shall be the sole responsibility of the CONSULTANT. The CITY shall be named as an additional insured on the Commercial General Liability insurance policy, as respects work performed by or on behalf of thc Consultant and a copy of the endorsement naming the CITY as additional insured shall be attached to the Certificate o£ Insurance. The CITY reserves the right to review a certified copy of all required insurance policies in the CONSULTANT'S office. The CONSULTANT'S insurance shall contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. City of Port Angeles page 8 1/26/2001 The CONSULTANT'S insurance shall be primary insurance as respects the CITY, and the CITY shall be given thirty (30) days prior written notice of any cancellation, suspension or material change in coverage. XV APPLICABLE LAW This Agreement shall be construed and interpreted in accordance with the laws of the State of Washington, and in the event of dispute the venue of any litigation brought hereunder shall be Clallam County. XVI EXHIBITS AND SIGNATURES This Agreement, including its exhibits, constitutes the entire Agreement, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following exhibits are hereby made a part of this Agreement: Exhibit A - Scope of Work, Project Schedule, Lump Sum Costs Exhibit B - Scope of Work, Detailed Task Descriptions Exhibit C - Assumptions and Conditions Exhibit D - Consultant's Work Process Control Flow Chart (confidential and proprietary, for intemal use only) In WITNESS THEREOF, the parties hereto have executed this Agreement as of the day and year first written above. CITY OF PORT ANGELES MAYOR METROPOLITAN COMMUNICATIONS CONSULTANTS PRESIDENT City of Port Angeles page 9 1/26/2001 APPROVED AS TO FORM: CRAIG KNUTSON, CITY ATTORNEY ATTEST: BECKY UPTON, CITY CLERK City of Port Angeles page 10 1126/2001 Exhibit A - Scope of Work, Project Schedule, Lump Sum Costs Stage t - Backbone Design and Construction Completion By Lump Sum Total Project la - Backbone Design begin 02/07/01 Task 1 .a.1 Project management 06/01/01 10,000 Task 1 .a.2 Design materials, analyses, fieldwark 04/06/01 49,360 Task 1 .a.3 Critical materials, material list, quantities & specs 03/05/01 23,190 Task 1.a.4 25% design review with City 03/06101 1,000 Task 1.a.5 50% design review with City 03/30/01 1,000 Task 1.a.6 90% design review with City 05/07/01 37,420 Task 1.a.7 Construction plans & tech specs 05/18/01 13,050 Task 1 .a.8 Design approval 05/18/01 1,000 Task 1 .a.9 Contract documents, read), for bidding 06/01/01 5,000 Subtotal, Project ta 141,020 Project la - Expenses Expense 1.a.1 Travel/lodging [06/01/011 11,362I Subtotal, Project la Expenses 11,362 Total, Project la Labor and Expenses I[ 152,382 Project lb - Critical Materials, Advance Purchase Assistance begin 03/05/01 Task 1.b.1 Project management 04/03/01 1,500 Task 1.b2 Critical materials, purchasin[,I assistance 04/03/01 4,000 Subtotal, Project lb 5,500 Project lb - Expenses Expense 1 .b.1 Travel/Iod~in~ I 04/03/01 j 500 Subtotal, Project 1b ExpensesI 500 Total, Project lb Labor and Expenses I[ 6,000 Project lc - Bacld)one Bidding Process begin 06/01/01 Task 1 .c. 1 Project management 08/07/01 1,000 Task 1.c2 Installation bid call 06/15/01 3,000 Task 1 .c.3 Installation bid evaluations, recommendations 07/23/01 3,752 Task 1 .c.4 Installation contract awards 08/07/01 ind in 1.c.2, 1 .c.3 Subtotal, Project 1c 7,752 Project lc - Expenses Expense 1.c.1 Travel/lod~in~ [ 08/07/01I 748 Subtotal, Project lc Expenses 748 Total, Project lc Labor and Expenses fl 8,500 Total, Project la, lb, lc Labor and Expenses II 166,882 1 City of Port Angeles page 11 1/26/2001 Exhibit B - Scope of Work, Detail Task Descriptions Task Name Description Task 1.a.1 Project management 1. Oient liason communications Task 1.b.1 2. C((ent representation Task 1,c.1 3, Client requested in-person meetings (up to 2/mouth) 4. Client reports and project documentation fi. Work planning, team management and administrabon 6. Work oversight, performance monitoring and quality assurance ?, Work budgets and schequles 8, Prepare and maintain project critica~ path schedules Task 1.a.2 Design materials, analyses, fieldwork 1. Review of prior studies, including backbone business p~an Z, Applicable city base maps r/w and utility maps 3, Obtain City cdteria and design requirements 4. Determination of user settees and applications required 5. Fiber type and count anal~es 6, Special design situations, e,g, substatiofl connections. 7. Previsior~ for other network interconrmctions ~e,g. ~zv,'~s t, NoaNet, C~aJlam Co PUD, etc.) 8. Wireless network interconeections 9, "Meet -me" facility provisions 10. Field surveys and digital photo log of routes, obstructions, existing other utilities 11. Advise City re make ready pole and new conduit requirements 12, Node site conditions and requirements Task 1.a.4 25% design review with City 1. For each review, following materials will be submitted: Task 1.a.5 50% design review with City a. Four copies of 1 Ixl 7' drawing sets tor City review Task t,a.6 90% design review with City b. Electronic pdf format copy of other documents for City review Task 1.a.8 Design approval c. Updated project cost estimate £. In-~erso~ meeting with C~ as required 3. Nodity design documents per renew comments Task 1.a,3 C~tical materials 1. Fiber system and route design s~dent for quantity take-~ material list, quant/~es & specs 2. Haterials purchase document in pdf format ready for City printing 3. Natedals cost estimate 4. In-~erson meeting with City as required Task t.a.7 Construction ptans & technlcal specs I. industry standard, City format, B~CSI certified, design documents Task 1.a.9 installation, contract documents, ready for bidding 2, Final submittal, incorporating all City comments will consist of: a. Camera ready plans for City printing b. Technical specltications, contract documents in elect ronic pdf format c. Typicai drop standard detail drawings (2 ea - aerial and underground) d Updated project cost estimate 3. In-~erson meeting with C~ as recruited Task 1.b2 Critical materials, purchasing assistance 1. Provide contacts and assist City in locating and purchasing project optical fiber cable Task 1 ,c2 Installation, bid call 2. For bidding process, provide consultation and answer questions in bid period Task 1.c,3 Installation bid evaluations, recommendations 1. Evaluate bids, provide evaluation report, recommend award Task 1.c.4 Installatio~ contract awards 2. Prepare total project construction (TPCC) and total project cost (TPC) report City of Port Angeles page 12 1/26/2001 Exhibit C - Assumptions and Conditions PROJECT TASKS BY CiTY The City of Port Angeles will provide the following: 1, Base map information including horizontal and vertical control. 2, Utility maps and available as built documents. 3. Provide City criteria and design requirements 4, Identify all network termination and demarcation IDeations at City sites and other user site locations, 5. Provide sample contract document from a recent project as a model for th~s pro~ect 6. Prompt review of materials submitted for City comment 7. Print the bidding documents including the camera ready plans provided by the Consultant, BACKBONE CONSTRUCTION PLANS Consultant's drawings will be produced using AutoCAD 2000 format 1. Standard drawing flame size shall be 11 inches by 17 inches. 2. Plans shall be at a scale of 1 inch equals 200 feet. 3. A pre{iminary drawing list shall include at a minimum the following sheets: a. Cover Sheet b. Location Hap, Drawing Index, General Notes c. Overall Route Nap and Drop Site Index d. System Logic Diagram e. Plan Sheets, number as required f. Drop Site Plans and Details, 100 sites g. Typical drop standard detail drawings (2 ea - aerial and underground) h. Standard Details i. Miscellaneous Details 4. All review and final drawings will be certifed by BICSI/RCOD Designer City of Port Angeles page 1 3 1/26/2001 Attachment C Fiber optic backbone cost estimate (current request shaded) A. Professional Services 2000 2001 2002 2003 Total Telecommunications needs and interests assessment~ 40,000 40,000 Fiber-optic backbone business plan (stages 2 & 3 not included)l 35,000 35,000 Fiber-optic backbone and 100 core drops, design services 152,382 152,382 Critical materials, advance pUrchase 6,000 6,000 BackbOne and core drops bidding process 8,500 8,500 Professional Services Sub-Total $5,000 $241,882 $246,882 B. Fiber-Optic Infrastructure 2000 2001 2002 2003 Total Fiber-optic backbone cable (25 miles/48 strands estimated)~ $400,000 $400,000 Fiber-optic distribution to core drops TBD TBD Fiber-optic backOone installation (splicing~ nodes)' 1,000,000 1,000,000 Fiber-optic distribution installation TBD TBD Stage 2 and 3 Fiber-optic distribution installation TBD TBD TBD Fiber-Optic Infrastructure Sub-Total $1,400,000 $1,400,000 C. Network Activation Equipment 2000 2001 2002 2003 Total Backbone and 100 Fiber optic prospective core customers TBD TBD Stage 2 and 3 TBD (requirements unknown) TBD TBD Network Activation Sub-Total TBD Sub-TotalA~ By and C $5,000 $1,641,882 $1,646,882 5% Contingency $250 $82,094 $82,344 Total Cost Estimate $5,250 $1,723,976 $1,729,226 tPreviously authorized by City Council and included in 2001 budget ProviderS F~ber-opfic backbone project timeline