Loading...
HomeMy WebLinkAbout5.735 Original Contract S. 7-35 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE THE CITY OF PORT ANGELES AND EXEL TECH CONSULTING, INC. (Project 05-18) RELATING TO: LAURIDSEN BLVD. BRIDGE WIDENING/REPLACEMENT ENGINEERING SERVICES THIS AGREEMENT is made and entered into this 5th day of July, 2005, by and between THE CITY OF PORT ANGELES, a non-charter code city of the State of Washington, (hereinafter called the "CITY") and EXEL TECH CONSULTING, INC., a Washington Corporation (hereinafter called the "CONSULTANT''). WHEREAS, the CITY desires engineering and planning consulting services related to bridge widening or replacement, and WHEREAS, the CITY desires to engage the professional services and assistance of a qualified consulting firm to perform the scope of work as detailed in Exhibit A, and WHEREAS, the CONSULTANT represents that it IS in full compliance with the statutes of the State of Washington for professional registration and/or other applicable requirements, and WHEREAS, the CONSULTANT represents that it has the background, experience, and ability to perform the required work in accordance with the standards of the profession, and WHEREAS, the CONSULTANT represents that It will provide qualified personnel and appropriate facilities necessary to accomplish the work; NOW, THEREFORE, in consIderation of the above representations and the terms, conditions, covenants and agreements set forth below, the parties hereto agree as follows: SCOPE OF WORK The scope of professional services to be performed and the results to be achieved by the CONSULTANT shall be as detailed in the attached Exhibit A and shall include all services and material necessary to accomplish the work. The CITY may review the CONSULTANT'S work product, and If It IS not satisfactory, the CONSULTANT shall make such changes as may be required by the CITY. Such changes shall not constitute "Extra Work" as related in Section 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 wntten 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 venfied 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 and the duration of the Agreement shall extend through December 31,2005. The work shall be completed in accordance with the schedule set forth in the attached Exhibit C. V PAYMENT The CITY shall pay the CONSULTANT as set forth in this section of the Agreement. Such payment shall be full compensatIon for work performed, services rendered, and all labor, matenals, supplies, equipment and Incidentals necessary to complete the work. A. Payment shall be on the basis of the CONSULTANT'S cost for actual labor, overhead and profit plus CONSULTANT'S direct non-salary reimbursable costs as set forth in the attached Exhibit B. 1. Labor costs shall be based on the hourly rates shown in Exhibit B1. Hourly rates shall be based upon an individual's hourly wage, times the total number of hours worked, times the multipliers shown on EXHIBIT B1. The multipliers shall include overhead, CADD, computer and profit. General clerical time shall be considered an overhead item, except where specific work items are involved that require one hour or more continued effort, in which case time will be charged on the basis of hours worked. 2. The direct non-salary reimbursable costs are those directly incurred In fulfilling the terms of this Agreement, including, but not limited to, travel, subsistence, telephone, reproduction and printing, supplies and fees of outside services and consultants. No overhead and profit may be added to direct non-salary reimbursable costs. B. The CONSULTANT shall submit invoices to the CITY on a monthly basis. Invoices shall detail the work, hours, employee name, and hourly rate; shall itemize with receipts and Invoices the non-salary direct costs; shall indicate the specific task or activity in the Scope of Work to which the costs are related, and shall indicate the cumulative total for each task. C. The CITY shall review the invoices and make payment for the percentage of the project that has been completed less the amounts previously paid. D. The CONSULTANT invoices are due and payable within 30 days of receipt. In the event of a disputed billing, only the disputed portion will be withheld from payment. E. Final payment for the balance due to the CONSULTANT will be made 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 wntlng. VI MAXIMUM COMPENSATION Unless otherwise agreed to in writing by both parties, the CONSULTANT'S total compensation and reimbursement under this Agreement, including labor, direct non-salary reimbursable costs and outside services, shall not exceed the maximum sum of $53,500.00. The current available funding for this project is limited to $50,000.00. Advance written authorization will be required for any services in excess of this limit. 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 to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT. In performing this Agreement, the CONSULTANT shall not employ or contract with any CITY employee without the City's written consent. 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 ongln. 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. 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 ten (10) days written notice to the CONSULTANT. Wntten notice will be by certified mail sent to the consultant's designated representative at the address provided by the CONSULTANT. B. In the event this Agreement is terminated prior to the completion of the work, a final payment shall be made to the CONSULTANT, which, when added to any payments previously made, shall compensate the CONSULTANT for the percentage of work completed. C. In the event this Agreement is terminated prior to completion of the work, documents that are the property of the CITY pursuant to Section II above, shall be delivered to and received by the CITY prior to transmittal of final payment to the CONSULTANT. XIII INDEMNIFICATION/HOLD HARMLESS 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. 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 Industnallnsurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. However, the CONSULTANT expressly reserves ItS rights as a third person set forth in RCW 51.24.035. 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 anse from or In connection with the performance of the work hereunder by the CONSULTANT, its agents, representatives, 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 the Consultant and a copy of the endorsement naming the CITY as additional insured shall be attached to the Certificate of Insurance The CITY reserves the nght 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. 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 pnor wntten or oral understandings, and may only be changed by a written amendment executed by both parties The follOWing exhibits are hereby made a part of this Agreement: Exhibit A - Scope of Work Exhibit B - Task Cost Summary Exhibit B1 - Consultant Labor and Non-salary Reimbursable (Direct) Costs Exhibit C - Schedule IN WITNESS WHEREOF, the parties hereto have executed thiS Agreement as of th written above. \lQ4J CONSULTANT ~ "T uStJ c... -r, ....<;, ''''' C . '2fi,2.7A. PA1e~Op.J'f UoJ..>tN G:> l- '""(......, PIA, WA "8 ~2 (3~o):;57 82.89 TITLE: :SANTCStt ~,euvlL...LA P~S'O~'T ATTEST: CITY OF PORT ANGELES RICHARD A. HEADRICK, MAYOR APPROVED AS TO FORM: ~< ~~ BECKY J. UPTON, CITY CLERK /- WILLIAM E. BLQOR;CITY ATTORNEY EXHIBIT A SCOPE OF SERVICES LAURIDSEN BOULEVARD PEABODY CREEK BRIDGE REHABILITATION OR REPLACEMENT CITY OF PORT ANGELES EXHIBIT A TABLE OF CONTENTS Draft Scope of Services City of Port Angeles Lauridsen Boulevard Peabody Creek Bridge Rehabilitation or Replacement Version Date: May 6, 2005 100. GENERAL 101. Prepare Scope and Budget 102. Project Description 103. Project Logistics 104. Collection of Available Data 200. PROJECT MANAGEMENT 201. Project Guide 202. Monthly Progress Reports 203. Project Schedule Report 204. Coordination 205. Project Management Deliverables 300. ALTERNATIVES ANALYSIS AND RECOMMENDATIONS 301. Prepare Project Objectives 302. Bridge Inspection 303. Intersection Design Analysis 304. Surveying 305. Geotechnical Analysis 306. Load Capacity/Demand Analysis 307. Develop Preliminary Set of Reasonable Alternates 308. Evaluate Alternatives 309. Conclusions and Recommendations 310. Scour Evaluation (Additive Item) 400 QUALITY ASSURANCEIQUALlTY CONTROL 401. Intra-Interdiscipline QC Review 402. Calculation Quality Control Review 6/23/05 2 EXHIBIT A Draft Scope of Services City of Port Angeles Peabody Creek Bridge on Lauridsen Boulevard 100. GENERAL 101. Prepare Scope and Budget The project work will be planned and performed to Include alternatives analysis and providing conclusions and recommendations for rehabilitation or replacement of the Lauridsen Street bridge. 102. Project Description This project will evaluate and document the structural integrity and load carrying capacity of the existing bridge over Peabody Creek at the intersection of Lauridsen Boulevard and Race Street. The evaluation will be conceptual in nature and include analysis of geometrics of the vertical and vertical roadway alignment for compliance with MSHTO standards and prepare a cost estimate for the replacement or rehabilitation of the bridge. A general design parameter is to match the cross section of Lauridsen Boulevard west of the bndge and to improve the intersection characteristics of Race Street and Lauridsen Boulevard. This project consists of conducting an Intersection Operation and Design Analysis, Surveying, Geotechnical Analysis, Bridge Load Capacity/Demand Report, Bridge Inspection Report, Bridge Candidate Worksheet, Bridge Funding Program Funding Questionnaire, and as an additive item, a Scour Analysis of Peabody Creek. 103. Project Logistics The City will provide overall direction for the Project. The Consultant shall accomplish studies as may be pertinent and necessary as approved and requested by the City to provide as documented within this scope of work. When alternatives are being considered, the City will have the nght of selection. To faCilitate an orderly and efficient preparation of contract documents, the Consultant will coordinate work with the City's project engineenng office. The Consultant shall provide labor and services necessary to complete the work of this agreement as described in this scope of services, including supplies, equipment, incidentals and materials, except as designated elsewhere in this agreement. 104. Collection of Available Data Upon receipt of notice-to-proceed, the Consultant shall initiate the Project related activities as follows: 1. Review pertinent information and technical data generated and provided to date by the City and other agencies. This is to gain detailed familiarity with the Project for the purposes of public outreach. 2. Assemble Project data available and Identify that which is needed. 6/23/05 3 EXHIBIT A 3. Conduct a kick off meeting close to the site. 4. Confirm design criteria to be utilized in the development of the design. Design criteria and standards will be developed in accordance with AASHTO and FHWA Guidelines, City of Port Angeles guidelines, and WSDOT manuals and practices. These standards will include channelization requirements, design speed, side and back slopes, bndge design standards, clearance windows, and traffic control req uirements. Data collection Items to be provided by the City will include (as available): A. As-Built or As-Designed Roadway Plans B. City Street Standards C. Any available traffic Data D. City Redevelopment Design Plans and Criteria Standards E. Maintenance Data F. Right-Of-Way Mapping G. Existing Survey Control Data H. Existing Environmental Documents I. Any available Environmental Data J. City-owned Utility Routing K. Other pertinent project data as may be available Data collection items (as available), which will be requested by the Consultant from other agencies, include: A. Power, Telephone, fiber optics, water, sewer, storm and TV Utility Routings (From Respective Utility Owner) B. School Bus Routes C. Emergency Vehicle Routes D. Local and Regional Transit Agencies E. Environmental Data (GIS, critical areas, regulations and mapping) F. Other Pertinent Project Data (as may be available) Consultant will: A. Develop scope of work, anticipated budget and work assumptions to carry out the tasks of the project. 200. PROJECT MANAGEMENT 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 design effort. This task shall Include the preparation of monthly progress reports and monthly schedule reports. 6/23/05 4 EXHIBIT A 201. Project Guide (Primary Responsibility - Exeltech) In order to closely monitor, define, and schedule work products, the Consultant will prepare a Guide that summarizes significant Project activities. The Guide will be developed with chapters devoted to the following: Project Plan, Directory, Budget Baseline, Schedule Baseline, Scope Baseline, Deliverables Log, Communications Plan, Change Control Plan, CADD Management, Project Closeout, and Cost Management, including electronic schedule using Primavera Suretrak Scheduling software. Assumption: Primarily a one-time setup activity using an existing template. 202. Monthly Progress Reports (Primary Responsibility - Exeltech) Monthly progress reports shall be prepared to document work occurring by each discipline member. Monthly reports shall be forwarded to the project manager for review and shall form the basis for tracking the progress of work throughout the Project life. Deliverable: Anticipate four (4) Monthly Progress Reports 203. Project Schedule Report (Primary Responsibility - Exeltech) The Consultant shall provide a schedule report that provides a concise statement of the status of the work and critical Project milestones. The Consultant shall use a single graphic to show both a summary schedule in bar-chart form and a progress curve that allows comparison earned value of actual work done to the baseline budget and the actual expenditures. The main elements of work completed shall be covered in more detail in the body of the monthly narrative report. These reports shall be forwarded to the project manager by the 10th of each month for the previous month's activities. The Consultant shall make these reports available in electronic format using Primavera (Suretrak) scheduling software. 204. Coordination (Primary Responsibility - Exeltech) The Consultant shall provide thorough and continuous coordination to ensure the overall success of the Project. The Consultant shall hold monthly meetings or conference calls with the City's project manager to provide an overall briefing of project actiVities. Coordination meetings shall be required as part of thiS Project. Assumptions: Project period will be 4 months. Two (2) presentations, five (5) hours required to prepare each. Deliverable: Written summaries of all contacts/meetings and coordination efforts Action item log that identifies actions or needs and resolution date and type 205. Project Management Deliverables (Primary Responsibility - Exeltech) The Project Guide will outline all the Project Management deliverables for the project. It will provide the details that Will be included for each of the following items. A. Project Plan B. Project Team Directory ~2~05 5 EXHIBIT A C. Budget Baseline D. Schedule Baseline E. Scope Baseline F. Deliverables Log G. Communications Plan H. Change Control Plan I. CADD Management Plan J. Project Closeout Plan K. Other Deliverables . Schedule - Monthly Updates . Budget Tracking (task and deliverables log) . Meeting Minutes Documentation . Documentation Management Log . Action Item Log · Project Archival Records · Subconsultant Monthly Progress Reports and Invoices · Monthly Progress Reports . Monthly Invoices Assumption: Direct expenses for mileage will be reimbursed at the current Washington State Private Owned Vehicle Rate Deliverable: Monthly invoices will be per WSDOT LAG Manual requirement for a cost plus fixed contract. 300. ALTERNATIVES ANALYSIS AND RECOMMENDATIONS 301. Prepare Project Objectives (Primary Responsibility - Exeltech) In cooperation with the City, develop objectives of the project that will serve as the basis for development of design alternatives and design elements. Submit to the City approval. Assumptions: Presumes project could either be a rehabilitation or replacement of the existing bridge. Alternatives will include conceptual evaluation of bridge types, and vertical and horizontal roadway alignment improvement. Deliverable: Draft project Objectives. 302. Bridge Inspection (Primary Responsibility - Exeltech) Review current Bridge Inspection Report, inspection performed by WSDOT for Annual Routine Inspection purposes. Consultant shall conduct an inspection for the implicit purpose of data collection for performing a conceptual level bridge rehabilitation or 6/23/05 6 EXHIBIT A replacement design Field inspection will generally conform to the following documents. Most restrictive criteria in the current version of these documents will apply: · AASHTO Manual for Condition Evaluation of Bridqes, 1994 Second Edition, Section 3.2.2 . The National Bridge Inspection Standards, Title 23, Code of Federal Regulations, Part 650, Subpart C. In addition bridge inspection work shall also be conducted in accordance with the following: o Federal Highway Administration Report No. FHWA-PD-91-015, Bridqe Inspector's Traininq Manual 90, July 1991 (Revised March 1995). o Federal Highway Administration Report No. FHWA-PD-91-020, Safety Inspection of In-Service Bridqes (Volumes I, II, and III), May 1994. o Federal Highway Administration Report No. FHWA-ED-89-044, Recordinq and Codinq Guide for the Structural Inventory and Appraisal of the Nation's Bridqes, December 1998 and December 1995. o U.S. Forest Service, Pacific Northwest Region AlE Guidelines for Routine Bridqe Inspections & Ratinq of Existinq Bridqes, March 2003 Deliverable: Report of Findings of Field Inspection for Bridge Replacement or Rehabilitation 303. Intersection Design Analysis {Primary Responsibility - Exeltech Intersection analysis will include conceptual level evaluation of turning movements for large truck, relocation of signal poles, design of new signal mast arms, and validation of signal operation at relocated positions. A conceptual level intersection plan for approval will be prepared for the Lauridsen Boulevard/Race Street Intersection. The design will include analysis for left turn lane channelization on both Lauridsen Blvd. and Race Street. Widening of Lauridsen Blvd. or Race Street may require relocation of the existing signal and illumination systems. Possible relocation will be identified. Modifications of the existing signal systems to accommodate left turn movements will be identified. Assumption: Detailed Signal system design modification will not be provided as part of this scope of work. Intersection design analysis recommendation to be included in the Preliminary Bridge Report 304. Surveying (Primary Responsibility - Wengler Surveying) All Surveying shall be the responsibility of the Consultant. The Consultant shall review as-built data and produce additional field surveys as requested by the project Engineer, which may include but not be limited to the following: A. Horizontal and vertical control for topographic mapping: Using existing City of Port Angeles control points the Consultant will establish all necessary horizontal and vertical control in the vicinity of the project. The horizontal datum will be referenced to the Washington coordinate system grid, north zone, North 7 6/23/05 EXHIBIT A American datum of 1983, 1991 adjustment (NAD83/91). The vertical datum will be referenced to the North American Datum of 1988 (NAVD88). B. Topographic Surveying: Topographic surveying will consist of but not limited to the following: 1. Centerline, edge of pavement, and limits of sidewalk on the existing bridge. 2. Centerline, edge of pavement, sidewalks, structures, utilities, houses and any other features within 50 feet north and south of the centerline of Laundsen Boulevard for a distance of 300 feet westerly of the west limits of the bridge and 300 feet easterly of the easterly limits of the bridge; and to include 50 feet on each side of Race Street for a distance of 300 feet north and south of Lauridsen Blvd. 3. Topography under the existing structures for 200 feet north and south of the centerline of the bridge including but not limited to the following: a) Existing structure foundations. b) Utilities (surface and subsurface), including rim elevations for manholes, valve boxes and inverts for storm and sanitary sewers. The location of all overhead lines and where they connect. c) Drainage including direction of flow and elevations at any drainage ditch crossings. d) Ordinary high water mark of Peabody creek and 100 year flood plain if applicable. e) Trees over 8" DBH Assumptions: None Deliverable: 1. Final Map Production: The final map will include but not be limited to the following; a. Contours at a 1-foot interval on Lauridsen and Race Streets b. Contours at 2-foot interval along Peabody Creek profile and cross sections at 50 foot intervals. c. Contours interpolated at 2-foot Interval on slopes of Peabody Creek ravine. d. Elevations on hard surfaces to 0.01 feet when shown. e. Elevations on ground surfaces to 0.10 feet when shown. f. Elevations of all high and low points of paved surfaces. g. Location of existing right-of-way for Lauridsen Boulevard and Race Street. 6/23/05 8 EXHIBIT A h. Reference to the horizontal and vertical datum used to produce the map. I. All dimensions will be In U.S. survey feet. 2. Hard copy of topographic Survey on standard 24" x36" 0 size transbond paper 3. Digital AutoCad release 2000 format file in 3D 4. Any other electronic support files including any ortho digital files. 5. Digital information will be provided on a CD-ROM. 305. Geotechnical Analysis (Primary Responsibility - PanGeo) A geotechnical engineering study to support the rehabilitation of replacement recommendation will be conducted that includes the following elements: 1. Obtain and review readily available surface and subsurface information, including geologic data from various sources, including the U.S. Geologic Survey and the Washington Department of Natural Resources. 2. Perform a site reconnaissance of the bridge site. 3. Prepare a Technical Memorandum containing the results of our geotechnical review and analysis to support preparation of the rehabilitation or replacement recommendation, including descriptions of surface and subsurface conditions based on existing, available information. The memorandum will provide preliminary geotechnical engineering recommendations pertaining to the following items: a) Conceptual and feasible foundation types for the substructure elements of the bridge widening, b) General load ranges anticipated for the identified foundation types, c) Constructability issues and concerns. Assumptions: This scope does not include estimates or scope for preliminary or final geotechnical design, or geotechnical construction support services. Participate in not more than one meeting held at Exeltech's offices in Olympia, WA. No soils borings will be required as part of this task. The proposed scope of work does not include evaluation of chemical properties of soil and groundwater, or the potential presence of hazardous materials on site. The geotechnical analysis does not include assessment of the presence or absence of wetlands at the project site. Deliverables: Geotechnical Analysis Memorandum 306. Load CapacitylDemand Analysis (Primary Responsibility - Exeltech) 6/23/05 9 EXHIBIT A Based on the results of the Field Inspection and utilizing general assumptions for concrete strengths and condition, perform a conceptual level Load Capacity/Demand Analysis to determine load carrying capacities of both primary and secondary members utilizing AASHTO Load Combinations for both service and seismic load cases. Assumptions: Presumes project could either be a rehabilitation or replacement of the existing bridge. Purpose of alternatives will include evaluation of vertical and horizontal roadway alignment and potential bridge types. Load Capacity determination will be based on the following documents: . AASHTO LRFD Bridge Design Specifications · WSDOT Bridge Design Manual M 33-50 307. Develop Preliminary Set of Reasonable Alternatives (Primary Responsibility - Exeltech) A preliminary set of one (1) bridge rehabilitation and widening alternate and one (1) replacement alternative that meet the project objectives will be developed. Assumption: Bridge rehabilitation and widening alternative will most likely consist of deck replacement and the addition of post- tensioning for superstructure strengthening, and conceptual level recommendations for substructure strengthening and rehabilitation. Generally assumptions may potentially be conservative in nature to account for minimal field investigation, data collection, and material condition verification information. Bridge replacement alternative will most likely consist of a three span prestressed concrete alternate, three span steel girder alternative, single span super girder concrete alternative, or single span steel alternative. Bridge Aesthetics and bridge rail considerations will generally be beyond the scope of this work. 308. Evaluate Alternatives (Primary Responsibility - Exeltech) In cooperation with the City, develop evaluation criteria based on existing available literature and collected field data. Criteria will include, but not be limited to: traffic; water quality; disruptions and relocation; aesthetics; cost; land use and other criteria discovered during the reconnaissance and public process. 6/23/05 Assumptions: Up to four (4) alternatives will be initially evaluated and screened. Traffic analyses and hazardous materials research will not be conducted. Evaluation analysis will be conducted based on existing documentation, reports and inventories. 10 EXHIBIT A Deliverable: Technical Memorandum summarizing the screening process. 309. Conclusions and Recommendations (Primary Responsibility - Exeltech) One rehabilitation and one replacement concept will be developed and provided on a conceptual drawing These conceptual level bridge alternates will be reviewed and confirmed based on the following criteria: . Cost . Functionality . Length of the crossing · Impacts to Peabody Creek . . Foundation material, liquefaction potential and sub-surface characteristics · Seismicity - Performance Category C · Conceptual Level Aesthetic Issues · Environmental Issues during construction (fisheries, traffic-impact, driveway access, noise and long term maintenance issues) · Construction Staging and Site Constraints Deliverables: Draft and Final Bridge Replacement I Rehabilitation Report, including: o Conceptual Level Intersection Design o Conceptual Level Vertical and Horizontal Alignment Design o Current Bridge Load Rating Summary o Bridge Load CapacitylDemand Report o One (1) schematic drawing for Replacement and Rehabilitation Alternate o Conceptual Level Cost Estimates, Life Cycle Cost Analysis and Recommendations for Bridge Rehabilitation or Replacement o Bridge Funding Questionnaire for BRAC Application ADDITIVE ITEM 310. Scour Analysis (Primary Responsibility - Exeltech) The bridge has a scour code (WB76-80) of a "6". This code means that the bridge has not had a required scour evaluation performed. The scour evaluation will be completed and the correct code will be submitted to the city for forwarding to WSDOT. Assumptions: Presumes that 100 year flood line will be below the limits of existing substructure and footings, so a HEC-RAS will not be req u ired Deliverable: Scour Evaluation Report 400. QUALITY ASSURANCE/QUALITY CONTROL 6/23/05 11 EXHIBIT A The quality assurance/quality control (QAlQC) program activities for the project shall follow Consultant's QAlQC process outlined in Its Quality Assurance/Quality Control Program Manual. Each member of the consultant team will be expected to subscribe to Section QAP-600 - Quality Control Reviews and QAP-700 - Quality Assurance Measurement. The quality assurance/quality control activities described herein will be conducted in the project. The specific elements of the program activities include: 401. Intra-Inter Discipline QC Review (Primary Responsibility - Exeltech) Section QCP-601 of the QAlQC Manual provides guidelines for intra/inter- discipline checking of drawings, calculations and specifications for technical and formal review. This procedure applies to all projects unless otherwise specified by the Project Manager. The intra-dIscipline review process outlines procedures for the Originator, Checker, Originator Follow-up Procedure (Backchecking) and Rechecker. The inter-discipline review procedure is to verify consistency throughout project disciplines. Project standards will be provided to all disciplines that will provide the desired quality product. The process for inter-discipline reviews include: inter discipline coordination review meeting preparation; inter disciplinary coordination review meeting; client submission; and review and revision after receipt of comments. Assumption: Conceptual level of review of plans and reports. 402. Calculation Quality Control Review (Primary Responsibility - Exeltech) Calculations should be of professional quality preparation of design calculations shall follow Section QCP-620 of the QAlQC Manual, which sets for the procedures for calculation preparation and review. Design calculations shall conform to all applicable code regulations established or adopted by the City of Port Angeles and shall form a complete record. Assumption: Conceptual Level calculations only END OF SCOPE OF WORK 6/23/05 12 EXHIBIT B TASK COST SUMMARY TASK NO. DESCRIPTION FEE 100 GENERAL $ 0.00 200 PROJECT MANAGEMENT $ 4,144.03 300 ALTERNATIVES AND RECOMMENDATIONS $44,225.06 310 SCOUR EV ALU A TlON (ADDITIVE ITEM) $ 3,553.49 400 QUALITY ASSURANCE/QUALITY CONTROL $ 902.80 DIRECT COSTS $ 674.62 TOTAL $53,500.00 Exhibit B-1 Consultant Fee Determination - Labor and Non-salary Reimbursable (Direct) Costs (Lump Sum, Cost Plus Fixed Fee, Cost Per Unit of Work) Lauridsen Boulevard Bridge Replacement or Rehabilitation Project Start Date July 5, 2005 City of Port Angeles Task Description: Environmental through Construction End Date December 31, 2005 Fee Determination Consultant: Exeltech Consulting, Inc. Exeltech Project # Port Angeles Project # Code Classification Man Hours LABOR Hours Rate Dollars 05 ProJect Manager 26 x $56.00 1,456.00 15 5tructural Lead 34 x $53.00 1,802.00 20 Structural Engineer 1 124 x $44.76 5,550.24 25 Structural Engineer 2 0 x $32.00 0.00 30 Planner Lead 6 x $45.00 270.00 35 Planner Support 0 x $23.76 0.00 40 CIvil Lead 24 x $43.20 1,036.80 45 CIvil Engineer 1 84 x $35.88 3,013.92 55 Construction Management Lead 0 x $39.52 0.00 55 Construction Engineer 1 0 x $31.20 0.00 55 Construction Engineer 2 0 x $28.08 0.00 55 ProJect Controller 4 x $24.00 96.00 55 Admin Support 1 6 x $24.20 145.20 55 Admin Support 2 0 x $14.00 0.00 55 Document Editor 4 x $23.76 95.04 55 CADD Tech 1 60 x $23.48 1,408.80 55 CADD Tech 2 0 x $17.80 0.00 Total Hours 372 TotalDSC 14,874.00 % Increase % of Work Escalation for '06 0 0 0.00 Escalated Total DSC 14,874.00 Overhead (OH Cost -- Including Salary Additives) OH Rate x DSC of 162.35% x $14,874.00 24,147.94 Fixed Fee (FF): FF Rate x DSC of 28.50% x $14,874.00 4,239.09 Reimbursables Itemized Quantity Units Rate Meals and Lodging 4 each @ $15.00 60.00 Plans - Plotting / Repro 0 each @ $4.50 0.00 Mapping/Photos/Surveys 0 each @ $3.50 0.00 Reproduction and Pnntlng 0 copies @ $0.15 0.00 Field Equipment Rental 0 Lump Sum 0.00 Construction Field Office Rental 0 months @ $250.00 0.00 Postage and Supplies 0 Est @ $2.00 0.00 Ferry Fare 1 $8.00 8.00 Travel 999 miles @ $0.41 404.60 Reimbursables Total 472.63 Exeltech Total 43,733.66 Subconsultant Costs 9,766.35 GRAND TOTAL 53,500.00 Prepared By: Santosh Kuruvllla & Bernie Date: Apnl 27, 2005 6/23/2005 Exhibit 8-1 Consultant Fee Determination - Labor and Non-salary Reimbursable (Direct) Costs Lauridsen Boulevard Bridge Replacement or Rehabilitation Start Date July 5, 2005 City of Port Angeles Task Description: Geotechnical End Date December 31, 2005 Subconsultant Fee Determination Subconsultant: Pa n Geo Exeltech Project # Port Angeles Project # Classification Direct Labor Hours Rate Dollars Principal Geotechnical Engineer 2 x $55.28 = $110.56 Geotechnical Project Manager 10 x $42.93 $429.30 Senior Geotechnical Engineer 0 x $35.51 $0.00 Senior Engineering Geologist 12 x $31.12 $373.44 Project Geotechnical Engineer 8 x $30.05 = $240.40 Staff Geotechnical Engineer 24 x $27.73 $665.52 Administrative Assistant 6 x $20.42 = $122.52 Total Hours 62 Total DSC $1,941.74 % Increase % of Work Escalation for '06 0 0 = $0.00 Escalated Total DSC = $1,941.74 Overhead (OH Cost -- including Salary Additives) OH Rate x DSC of 126.79% x $1,941.74 = $2,461.93 Fixed Fee (FF): FF Rate x (DSC) of 10.00% x $1,941.74 $194.17 Reimbursables Itemized Quantity Units Rate Mileage 400 mile @ $0.41 = $162.00 Ferries 2 round trip @ $20.00 = $40.00 SubSistence & Lodging 0 days @ $107.00 $0.00 Dnlllng Subcontractor 0 L.S. $26,400.00 = $0.00 Traffic Control/Flagging 0 L.S. $2,300.00 $0.00 Laboratory Testing 0 L.S. $2,400.00 = $0.00 Field Consumables 0 L.S. $200.00 $0.00 Field Equip Rental (H20 Level indicator) 0 day @ $15.00 $0.00 Reimbursables Total $202.00 Grand Total $4,799.85 Prepared By: Robert E. Klmmerling Date: Apnl 22, 2005 6/23/2005 Exhibit B-1 Subconsultant Fee Determination - Summary Sheet Consultant Fee Determination - Labor and Non-salary Reimbursable (Direct) Costs Lauridsen Boulevard Bridge Replacement or Rehabilitation Start Date City of Port Angeles Task Description: SurveYing Subconsultant Fee Determination Subconsultant: Wengler Classification May 1, 2005 End Date December 31, 2005 Exeltech Project # Port Angeles Project # Dollars Party Chief Chainman Pnnclpa I \ProJect Manager Cadd Operator Clencal Total Hours Total DSC Escalation for '06 Escalated Total DSC Overhead (OH Cost -- including Salary Additives) OH Rate x DSC of 0.00% Fixed Fee (FF): FF Rate x DSC of 0.00% Reimbursables Itemized Meals and Lodging Plans - Plotting / Repro Mapping/Photos/Surveys Reproduction and Pnntlng Field Equipment Rental Computers Postage and Supplies Outside Computer Outside Consultants Reimbursables Total Man Hours Rate 24 x $66.00 24 x $66.00 6.5 x $81.00 16 x $66.00 4 x $54.00 74.5 % Increase % of Work 0 0 $1,584.00 $1,584.00 $526.50 $1,056.00 $216.00 $4,966.50 $0.00 $4,966.50 x $4,967 $0.00 x $4,967 $0.00 Quantity Units Rate $0.00 0 each @ $2.00 $0.00 0 each @ $2.00 $0.00 0 copies @ $2.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 Est @ $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 $0.00 $4,966.50 Grand Total Prepared By: James Wengler 6/23/2005 Date: Apn126,2005 ID 1 Task Name Duralton I Start I Finish 100. GENERAL I 20 days i Wed 6/22/05 [ Tue 7/19/05 101 Prepare S"pe -aod BOd,,,110 daY' r-- Vii," 6122/05[- -tu, 7/5/05- ---- -___~______'__________L ____ 102 Project Descnplton ! 10 days; Wed 6/22/0S II - Tue 7/S/0S I i - ---i03ProjectLogiStlcs ------ ~ -: HfOdaYsi-wed 6/22/0S r Tue7/S/0S- -+ i I -fO.<kCollectlon of Available Data I-BdaySfh --Fn7/87651----rue7l19/os 200. PROJECT MA.fAGEMEiiT----f-- i '6..". r-'ii 7/",,+ ""2/30105 ---w1-P,ol'ClG",d"-- - ~ -- - - t-~ -"'7161051- - Toe 1/19105 I i I --202. MonthlyProgre-ssReports t-11-0 days 1- --r;fon 8/1!05j --Fri 12130/05 I ; d "- '03 P'OI'dS"','ul, ",port I 5 daY' i 'Fi'7101051-~ Thu 7/14/05 --204 Coordinallon--------------- ----l--120dayst-Fi17/8i65IThU12/22/0S I I I , i I L, I 300-: ALTERNATiVES ANALYSISANOTI --"18- daysr ----Fri -71Si051-rue 12/20/05 : i J --301~Prepare-Proiect ObjeCltVes-['- Tfdays t - --FrI7/81051-H uFrI7/'X2765 I I i I I i ~02 Bndge inspection -- ----r-I - -1-1daysli=il771576sr--Fri7/29/0S I 1 - - - 30TTiltersectIOrlDesignAnai"ysii-1--- 30--daYS-r- Mon 7/1876"5+- --- FnS/26/0S- i 304 Surveying ---- ----------- 20 days1-Wedm%st---tUe8/16/05- I i I - 30'-Geoi"""<iiAiialy,,, - -~r20 daY' r -livedmOi051" TU'8I16105 I I __ _______ I i ____ ____ 306 Load Capacity/Demand Analys I 20 days! Wed 7/20/0SI Tue 8/16/0S ! ! i _ ~_~---1-__1_ _____ 307 Develop Set of Reasonable Alt, I 33 days i Wed 8/17/0S I Fn 9/30/0S I ' ' I i I -30e-EValuate Alternatives --1- 1fdaYSIMOn 107370stMon 1O/17/0S , I 1 - -309a~ Draf(Repracemerit/RehaV~1ta1-- - 20 days! Tue10118/051 Mon 11/14/0S- I I I --30gb Final Replacement/Rehablllta [-- 26 dayS! Tue 11/15701- -Tue 12/20/0S 310 SOO", Analy", (Add"'" li'mjl~ - '5 da"t- W," 7/20::/0+S I Tue 8/23/0S 400. QUALITY ASSURANCE/QUALITY I[ 120 days! Wed 7/6/05 Tue 12/20/05 I i I I - - -401 Intra-lnterdiSclphne ac ReView 120 daysT ~ Wed 7/6/05 ! Tue f2/20/05 I I I --1---- 120 days i Wed 7/6/0SI Tue 12/20/0S I I 2 3 4 S 6 7 8 1S 16 17 18 19 20 21 22 23 24 2S 26 27 28 29 30 31 402 Calculation Quality Control Re\ I I Exhibit C . Project Schedule Lauridsen Boulevard Over Peabody Creek Bridge Rehabilitation or Replacement Project 1 Jul 'os I Aug 'os 1 Sep 'os 1 Oct 'os 1 Nov 'os I Dec 'os 1 Jan '06 1 Feb '06 6/1216/1916/261 7/3 17I10T7/1717/2417/31 1 8/7 18/1418/2118/2819/4 19/1119/1819/2sI10/2110/9110/16110/23110/30111/6111/13111/20111/271 12/4112/11112/18112/2SI 1/1 1 1/8 11/1s11/2211/2912/s 12/1212/19 '" .., 100. GENERAL [1 n 1101. Prepare Scope and Budget 1102. Project Description Ii 03. Project Logistics 1104. Collection of Available Data -... 200. PROJECT MANAGEMENT I 201. Project Guide D D o o o u b 203. Project Schedule Report I 204. Coordination ,.- ..... 300. ALTERNATIVES ANALYSIS AND RECOMME f--~. j301. Prepare Project Objectives 1 302. Bridge Inspection 1 303. Intersection Design Analysis I 304. Surveying I 305. Geotechnical Analysis ~ 306. Load Capacity/Demand Analysis .l.. 1 I- 07. Develop Set of Reasonable Alternatives h308. Evaluate Alternatives 1 I, r09a. Draft ReplacementlRehavilitation Evaluation Report I " I ---.r j 310. Scour Analysis (Additive Item) .... ..... 400. QUALITY ASSURANCE/QUALITY CONTROL 1 401. Intra-Interdiscipline QC Review I 402. Calculation Quality Control Review Page 1 ~~~ exeltech transmittal memo DATE: JUNE 23, 2005 RE: LAURIDSEN BRIDGE TO: GARY KENWORTHY CITY OF PORT ANGELES 321 EAST FIFTH STREET PORT ANGELES, W A 98362 JOB# THE FOllOWING IS TRANSMITTED: 0' As REQUESTED 0' FOR YOUR USE o FOR APPROVAL o FOR CORRECTION & RESUBMITTAl 0' FOR REVIEW/COMMENT o COPIES DATE No. DESCRIPTION 2 JUNE 23, LAURIDSEN BRIDGE REHABILlTATION/REPL.ACEMENT EVALUATION 2005 HERE ARE TWO SIGNED CONTRACTS FOR YOUR APPROVAL AND SIGNATURE. PLEASE CAll WITH ANY QUESTIONS BERNIE CHAPLIN SIGNED: Bernie@xltech.com c: ~c--LP~- --- \-- c.>.---- ~'l _ _ J-.....-c:. f - \ d> _:-"\ lJ ,--- b m OL YMPIA OFFICE 0 SEATTLE OFFICE 2627 A PARKMONT LANE S. W. 615 2ND A VENUE, SUITE 660 OLYMPIA, WA 98502-5751 SEATTLE, WA 98104-2228 360.357.8289 206.623.9646 FAX 360.357.8225 FAX 206.623.9658 DATE: To: FROM: SUBJECT: 'NfGJe; l'l~ , "" ~'~.!~ , ' :f "j',,"- ,,~ .,;"" ".~ . ""h WASHINGTON, U.S.A. CITY COUNCIL MEMO July 5, 2005 CITY COUNCIL Glenn A. Cutler, Director of Public Works and Utilities EXELTECH CONSULTANT AGREEMENT, LAURIDSEN BLVD. BRIDGE WIDENING, PROJECT 05-18 Summary: Exeltech has been selected to provide professional services related to analysis of the existing Lauridsen Blvd. Bridge over Peabody Creek at Race Street. The analysis will provide support for pursuing of Grants and Loans to assist in funding of the bridge widening or replacement. This is the first project towards an alternate US 101 route which will remove truck traffic from the downtown area. The design effort is a funded 2005 Government Fund Project (TR42-99). Recommendation: Authorize the Mayor to sign an Agreement for Professional Services with Exeltech, for an amount not to exceed $53,500.00. Background/Analysis: The project will evaluate and document the structural integrity and load carrying capacity of the existing Lauridsen Boulevard bridge over Peabody Creek. The evaluation will be conceptual in nature and will include an analysis of Lauridsen Blvd./Race Street intersection as an alternate routing for US 101. These engineering evaluations and analysis are needed to develop alternates and cost estimates to pursue grant and loan funding for this project. This bridge widening or replacement is the next project toward an alternate traffic route through the City. The next projects toward the alternate US 101 route would be the Lincoln/Lauridsen intersection revisions and the eastbound connections to the Tumwater Truck Route (SR 117) at US 101. When the bridge widening and following projects are completed the majority of truck traffic would be eliminated from the downtown area. Due to their knowledge regarding the project and our satisfaction with past performance Exeltech was selected to complete the engineering evaluation for replacement or rehabilitation of the bridge. Staff has reviewed the scope and fee for the professional services agreement and recommends approval ofthe agreement in the not to exceed amount not to exceed $53,500. The approved 2005 Government Fund budget for this phase is $50,000. The agreement contains a stipulation that advance written authorization will be required for any services in excess of the approved budgeted funds for this project.