Loading...
HomeMy WebLinkAbout5.511 Original Contract 5.511 AMENDMENT NO. 13 to Agreement for Architectural, Engineering and Construction Review Services The Agreement made between Clallam Transit System, a municipal corporation, together with the City of Port Angeles, a non-charter code city of the State of Washington, and Krei Architecture (formerly known as Merritt + Pardini), a professional Corporation, dated July 1999 for the purpose of providing planning, site selection, environmental assessment, architectural, engineering, and construction review services in the design and construction of the Port Angeles International Gateway Transportation Center is amended to extend its term from May 31, 2009, to June 30, 2009. Services provided by Krei during that period of time shall be in accordance with the terms of the 1999 agreement, as amended, and services shall be provided upon request of, or prior approval by, the City and CTS. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their respective officers on the dates indicated below. City of Port Angeles By: ~ ~L-J I~___ .. May Date signed: (p - J lJJ - [) q Date ~igned: Approved as to form: &-/5"-01 .. Attest: bOJl'X>'P_J)pinA Becky Upto City of Port Angeles Clerk Date signed: IfI-M-[R ~ Board Chair Date signed: t --/'J~O q d~~ ~/__ William Bloor Attorney to the City of Port Angeles Date signed: (p-~-oq 5.5/ I AMENDMENT NO. 12 to Agreement for Architectural, Engineering and Construction Review Services The Agreement made between Clallam Transit System, a municipal corporation, together with the City of Port Angeles, a non-charter code city of the State of Washington, and Krei Architecture (formerly known as Merritt + Pardini), a professional Corporation, dated July 1999 for the purpose of providing planning, site selection, environmental assessment, architectural, engineering, and construction review services in the design and construction of the Port Angeles International Gateway Transportation Center is amended to extend its term from March 31, 2009, to May 31, 2009. Services provided by Krei during that period of time shall be in accordance with the terms of the 1999 agreement, as amended, and services shall be provided upon request of, or prior approval by, the City and CTS. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their respective officers on the dates indicated below. City of Port Angeles L-/ .-J By: /~)d()~ Mayor Date signed: <I-~~ - 04 By: Attest: h~,,-~~ /Y. .j l~-,\. Becky up~ - <1 . -' y.&..l. ,City of Port Angeles Clerk Date signed: 4- t:l7 - D tj Clallam Transit System W~~ BO~ Chair Date signed: '-I ;20/0c; I ' .~~ ~L--. William Bloor Attorney to the City of Port Angeles Date signed: I( -;1-7 - Or AMENDMENT NO. 11 to Agreement for Architectural, Engineering and Construction Review Services The Agreement made between Clallam Transit System, a municipal corporation, together with the City of Port Angeles, a non-charter code city of the State of Washington, and Krei Architecture (formerly known as Merritt + Pardini), a professional Corporation, dated July 1999 for the purpose of providing planning, site selection, environmental assessment, architectural, engineering, and construction review services in the design and construction of the Port Angeles International Gateway Transportation Center is amended to extend its' term from December 31,2008 to March 31, 2009. Services provided by Krei during that period of time shall be in accordance with the terms of the 1999 agreement, as amended, and services shall be provided upon request of, or prior approval by, the, City and CTS. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their. respective officers on the dates indicated below. City of Port Angeles Clallam Transit System B~h Boara Chair -- Date signed: l.='l-I s:- J1JO<f' By: /;j~ l?~;~' '~ Date signed: JA. / '0 - OR Kre~ecture By: ~~ Date signed: I Z ,.. ~t? ... e;tf; Approved as to form: Craig Mil r Attor to the Clallam Transit System /Z/I.f)O! I I d ~ ~ (-- ,;~ ~--;., ~--- 'Alilliam BierI Williarii: E. Bloor Attorney to the City of Port Angeles Date signed: 10$/<78 / Attest: ~&tP ,1~_ City of Port Angeles Clerk Date signed: ~. :;J~-/JR' 'I;, .,'f? JAN-20-2009 TUE 02:24 PM CLALLAM TRANSIT SYSTEM FAX NO, 360 452 1316 P. 07 AMENDMENT NO. 10 to Agreement for Architectural, Engineering and Construction Review Services The Agreement made between Clal/am Transit System, a municipal corporation, together with the City of Port Angeles. a non-charter code city of the State of Washington, and Krei Architecture (formerly known as Merritt + Pardini), a professional Corporation, dated July 1999 for the purpose of providing planning, site selection, environmental assessment, architectural, engineering, and construction review services in the design and construction of the Port Angeles International Gateway Transportation Center is amended to reflect the attached scope of work and budget for the period July 1, 2008, through December 31, 2008, at a cost not to exceed $90,960. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their respective officers on the dates indicated below. City of PDrt Angeles Clallam Transit System BY:~~ Datesigne - '.:ffrb l~ <(' By: !.10"^B';;ard~~ Date signed: 1- l-J. 01; By: 7-tl- tJ~ ~,~ William Blore Attorney to the City of Port Angeles Date signed-ri' - J., S - 05 ApprDved as to form: . .' -. Atte'~k.:..< BeckY Upt Cit(nf p'ort Angeles Clerk Date signed: 8- ~ ~ - /) 8' PARAMETRIX Clallam Transit System Port Angeles International Gateway Transportation Center L, ::r> :z: I I\.) o I I\.) o o co -3 C [TJ o I\.) I\.) .p,. I:l ::s:: o r- :r> r- r- :r> ::s:: -3 ;;0 :r> :z: If.I ~ -3 If.I -< If.I -3 [TJ ::s:: .- Arr1Iu1\ Aqustmem SubIDlII Elq>>enses Expense Mm~ ~I ~ SIAl Matk~ SubIWl Total 100."" 10.0% 10.!I%' . - Phas.e TasIl. DesaipIioo: ORG 4_lm No. No_ 14 f---- 0n-C.iI11 tonsil' Admin --- -. _. ------ --- '-~_._. -- - -- _.. -- -. -- .-- ---'. G1 KJei-=-~ Managemenl. 138,357 138.351 1741 S7~ 1815 ~'}! --. -- ----- "--.--- -. -- - -- -- -~- Kn:~=-~~ .. '7.416 -- $7..78 $741 $74 5815 ~--_. ._---- ---p~~ _n_ --- - - - ------ - 1----- 03 Paramelrix - CMI _..$4.69,4 __u 14.89' 1516 $52 1568 1~.462 ~~~~~ -- --- -. ---- ------ --. .--~- ..--- -- -=- -~)~ - .. - -~- -- _._~,62a $5,628 1534 153 15&7 --- - --- ...-- 05 ~~tE~______ 12:5.000 12.500 r27.500 m ,500 ---- -- ...- -" - -.. - - --- -- -- --~-- ~_" Smith A1tH.el:ts _ $2.~!.1. S2a8 SJ, '_65 13.185 .. .--. - -.--- -.-.--....-.. -- h - .-- -.- _.01_ Tres WU5\ . _--.-!~~~ $105 s 1.1:15 '1.~S5 --- .. -- -. -- --- --~- --. -- u_ -..- __h -- '-- -- -- h_ -- -- "--- - .- ----- u --- --- _.. ..~--_. .- -- - ".-. _._-~ - - --_. -- -.--- --- - --- -. - ~ - u_". - -- -- ----- - _h -- - .h --- .. .. - --- --- ----- --.- h _ --- -- - -- -- -- ----------. -- -- -- - --- . "---- -- .- - .------ - -- ..-- -- - ---- -- .- ----- .u - -- -. -- ---- -- ------ '.--- ----- -- - -- .'.- - .- --- --- - ---- -- .--- - -.--- --. h_ .,.. ... .. - ..-- --- ~-_. ... -- ----- ... -- - -- ...- e--- - .'-'- -- .-- -'--.. --.-- -- -.-.. -- .- .-- - n - -------- --- -- . -- -- - -- u -- -_. .. -- .. - -~-- -- --- - - -- - n -.-- .--- -- --. _u -- - '- -. - h_ .-- --. n. --- - -- -- - _h. - - -- --- ~---.- .- - - u '-- --- ... -- ---- I---. ..-- u_ .-.. __n -._---- n -- -. -- --- -- - -_.. -- -- . ---- ------ -.---- 1---- -- - --.. --- --- '-. -- - -- _n ..-. -.----- -- --- -----. -'- .... - -'---- ..' ..-- .- -..... - ... - -- --- -- - .----. -.--.--- --- -"- 1---.---- .------- - ----.. ...--- 1--- -- -... f--- -.-'-'- -- n -- .~--- ._~_..~ - -- -' --- .-. ... --- --- I----u --- .--..- -.---. -- - -- -- .- '- ---~ - --.. --- -_... - -- -.-.---. - -- --' - -- TOTAL J56,J51 i2.5Jt $2 -- 12tl.921 il,fm Jr;::,'-';.f"'''33111Z1J I 190,9601 .-1"" .::'..,.~ ;...~ '. . -. .- '"T] :r> X :z: p w 0) o .p,. U1 I\.) w 0) Go2l1 Multtplters. Labor. "',' "~' ; c:~10. &pense. ~'.. 1,.10 Subconsultants . J.to I:l Profed Manager. Date Divism Man.ager -- Dale PIlncipaI - Da1e = CO Pwjcd Dcliv€ry System Page 1 of l - SU~MAAY File Name: ArneOO 1o-Bu(i!~(.~7100llJds (M!e Pnn\cd: 7/10.'2000 JAN-20-2009 TUE 02:22 PM CLALLAM TRANSIT SYSTEM , FAX NO. 360 452 1316 p, .02 21Q? North Pl!Iarl Street. Suite 301 Tacoms, Washington 98406 tBlllpilone 253 752 9862 facsimile 253 752 9665 krel architecture March 4, 2008 Mr. Terry G. Weed General Manager Clallam Transit 830 W Lauridsen Boulevard Port Angeles, W A 98363-2300 Re: Port Angeles Gateway Additional Scope of Work Landscaping Revisions at Transit Mall Dear Terry, Following Is our request for added scope fees for landscaping revisions at the Transit Mall requested bye-mail through Ingo Goller of Exeltech on February 28.2008. The request was to mOl/e the landscaping a minimum of six feet from the curb to gain more bus stopping areas. Our fees are based on the attached sketch prepared by Krei Architecture on March 4, 2008. ArchiteQural Revlsion$ 1. Revise sheet AO.04, Upper Site Plan. 2. Prepare background for other disciplines. Civil Revisions 1. Support architectural drawing AO.04 for grades at building and sidewalk. Landscape Revisions 1. Revise Planting Plans L 1.01 and L 1.02 per architectural changes. 2. Revi~e Irrigation Plans L2.01 and L2.02 per architectural changes. The attached spreadsheet breaks down these revisions by Individual and discipline. The total fee proposed to be included in Amendment NO.9 is $7,000.00. If you accept this proposal please sign this letter and return the original to us. Please contact me directly at (253) 752-9862 with any questions or if you require additional documentation. ITl Dugan ~ rjncipal~jn-Charge Krel Architecture Approved: , ~~c>O Terry G. Weed General Manager Clallam Transit cc: Sandi Barnhart, Clallam Transit Jim Mahlum, City of Port Angeles Diane LenIus, parametrix Peter Battuello. Parametrix Stan Cruse, Parametr(x JAN-20-2009 TUE 02:22 PM CLALLAM TRANSIT SYSTEM FAX NO. 360 452 1316 a z ~ - '" ~ - F I I ...: ., . L . t.. . r :~ I: , t I [, :0. '~. ! ....... .. '''7 ...,.,~. . ,"'"' . i~ '.~ I :' .--.-. ..;~:.., '1- I I i ~ f ' I W/tIJ., - I lo;~ I;--~ -.. .... ..1.; RlfAl+ r i'~, eu..e. ',II :.,.,__Lb. I u.~. r f r . ~r:r.._"". p.,~s FilU'~tJ6 '-4....8 ~NP ~~. P. 03 f ~ Q . V . '" ~ ,.... ~ ~ ~ ~ ~ ~ PARAMfTRIX FMIl 01.PNll/Rev. OII17/{Ja <j" o Clallam Transit System Port Angeles International Gateway Transportation Center n.: labor jn~ation Am1>Ullt AdjUSlment co 80.0% (Y) Phase Task No. No. Description (\j LD 14 01 flropt~llagI:rnert_ S174 Sl $176 $1 SO Sf <j" 14 01 OAiOC W3 $2 $275 $5 ._$1 S6 0 - ___u. __ _ . .__ ---- .--- co 14 03 .. ~d1itectural O':'Sfgil $547 S4 $51 $79 $12 S91 (Y) ---. -. 14 L!4 An:llifechital CAD $695 S6 !T02 54 51 $5 -- -..-....-....,-- - ~~ - ci 14 05 Ci'll1 DES~il__ S168 S6 sm 579 512 $91 z 14 iJij CillilCAO $464 54 S46a $4 $1 $5 x 14 07 LandSQijJe Ollsign $2Ms 521 ng,]OO 579 $12 591 <I: l.L.. ... ~----_. -.. 14 08 1a1J~~~~ w'4 54 S468 sa S1 59 -- - -- ..-- n 09 Al!~mi!~!ive ~uPf'Oll___ S57a $5 $582 S5 S1 55 5m -_.~ US1 16-42 ~- ~--- -- ..- S701 U&S $47:1 u.m $417 --'. ------ S5aa :c I..L.l f- Ul >-- Ul f- ~ Ul Z <I: 0::: f- :c <I: .....l .....l <I: .....l U :c 0... (\j (\j (\j o I..L.l :::J f- m o o (\j I o (\j I Z <I: >-:J TOTAL Goal Multipli&rs: $6.643 S5J $254 labor: Subco nsulta nts: 11.000 Hilt PrOjectt.1a ! r i j J r'miect ~i\'1'!'1 !)'/$!em DiviSNln Manager. Date ., !,.. - :I~.'~};!.: ,: ::--'.-' File Name Landscaping Revisio<1s 3-{J4-{)a~ls "'~I\~Illt.lI'(IA Form 01.PM9!RW. Of (11ma l.D o Clallam Transit System Port An eles International Gatewa Trans ortation Center LABOR 0.: N l.D o;;r o (0 (Y1 P~se-Tasl( Ciltego Jl . I landscape D' N~ Architect E e:: ArchltVd.ural Jensng CAD S1an Cru.se SWe Soil KugEn . nson SJ6.00 $tr1.61 landscape CM! CAD Admini$fIativlI CAD S~jIjlcrt (0 (Y1 llescripOOn ci z X <C t..L. 14.0/ .~~Mait.lg~~_ ___ 14-02 (lAJ{X; 2 . n "_n,_. '_.__ _n_._ . 14.{}3_ Ai~~rnI~, 4 14-Q4 Artli~CAO -----.---. ... ----.- --.!~ Ci\'i~_.__ _'n. 14-00 CilifCMl "-""-'--.. --......- ---... --- '-~. -.. _t~.~~~____ n 144J~ __~~~D____ _n_ 1J.O~. ~.is~~e ~~If _on ____ n__ ..._ _ _ ..___. ___. 12 -.. -. n_. .--. _._ .._ "_n "_" __. --.. ._. __.. n_. ". 273.18 545.55 696,35 767.66 464.23 ._--,- . . 2.678.62 4G4n 577.7<, 6 . --. ._. n__. .__"_ B L: LLJ t- U1 >- U1 t- U1 Z <C ~ t- ~ <C -I -I <C -I U ~ 0.. (Y1 N N o LLJ :::> t- O) o o N I o N I Z <C >-:> 24 -.---- _n _n"_ "__ a 6 ~ ._n ._ _. _u__ . _ .__ _ __ ._~__. -"--'--... - -- -'-'--"- om.~ _n._ --"'-"-'.-- "-.----. ---.- .--- n. __n ..._ '__'_'_ ---....---.-.. ".- .....-.- -- - - -- - - -- TOTAL 6 24 8 11 , 6,643,02 Project ~ivery System P20e 4 of E LABO,q File Name: Lalldscopmg Revisi(1ns 3-M-NJ,xls r Ai'(AM E.TRIX fwn OI.PD-39!H.;v, OIIl!,AJ,3 co o n..: co (Y'J Clallam Transit System Port An eles International Gatewa Trans ortation Center EXPENSES 2:(j 10 4- so .~~~~~ ..~~~I~- C\J LD o;:t o co (Y'J Cal?go' UfliI Price Phase- T asll Oesaiption 1~~Ma~~_ _,_l+c~ ,~q<: _ " _ 14-03 ~~l,gesign '.. 145 14.04 Architedu1al CAD ~-,.._., . ----...-....-- 14-05 Cw.J!Desi~,_,__ 145 1+06 Civ~CAD ,.,_,___~ _, 1W,_~~pa~ign' 145 14-03 lar.ostape CAg '_,_ 17.0!lAdmlni~~Support,_ - 4 B(I 1 1.00 5.00 1!i-2:3 4.00 79.2:1 -'.- .-' 4,00 .- 79,23 a.OO 4.~ c5 z x <r: I..L. 6Q 4 --_. ---.- L: LLJ E- tf.l >- tf.l E- ~ tf.l Z <r: ~ E- L: <r: -l -l <r: -l () L: 0.... (Y'J C\J C\J o LLJ ::l E- m o o C\J I o C\J I Z <r: -., 8 70 . ----- .-- -- -.. .------~.. TOTAL 435 ~o 20 264.18 Project Delive-l'f Sysf~m r~:~:3-,~ c/ G [,'".r)~.l;=~,- ~~e Name: Landscaping Revisions ~4-08,lls ~ , / "" AMENDMENT NO.8 to Agreement for Architectural, Engineering and Construction Review Services The Agreement made between Clallam Transit System, a municipal corporation, together with the City of Port Angeles, a non-charter code city of the State of Washington, hereinafter referred to collectively at "Client," and Krei Architecture (formerly Merritt+Pardini), a professional corporation, hereinafter referred to as "Consultant," dated July 1999 for the purpose of providing planning, site selection, environmental assessment, architectural, engineering and construct/on review services in the design of the Port Angeles International Gateway Transportation Center. The Agreement IS amended to reflect the changes to scope of services and performance for construction review services. The changes are defined in the attached Exhibit "A" letter dated September 14, 2006 from the City of Port Angeles to Krei Architecture. Per article 4 of this Agreement this letter shall be attached and made part of the original Agreement. The changes scope of services and performance reflects that the City of Port Angeles will perform the Construction Administration Phase defined by Article 3.3.6. of the Agreement and Krel Architecture and their subconsultants will support their effort with "On-call" services The timeline for these services will extend to assumed final completion date of July 2008 The budget for bidding support and construction administration "On-call" services will be at a cost not to exceed $321,768 See attached budget Exhibit "8". IN WITNESS WHEREOF, the parties have caused this agreement to be executed by their respective officers on the dates Indicated below C1al71 Transit A..~ By ~ ,( r;:vv'1 H oard Chair Date signed: -1 0 ,. I~ ' 010 Date signed: 10- ~Oh ~pred ~Sm- V~ __ William Blare Attorney to the City of Port Angeles Date Signed: J{) -~~ -()~ . /~ Attest: Date signed: 5.511-~ . , .r,'.:" ~ORTANGELES I WAS H lNG' TON, U. S. A. Public Works & Utilities Department e~H en- l\ A " . .........~:'.::...:.:.. clij~; ./~.-, : l~~;, ..~. ~\ ~J" ':-.': ~~,~ir~ t, r'~' I' f~~: ~~ l: ...,: ~.. :;, . ',' ~ ili)l ;~?~;';I> ~.'~~: ell ~~"'''.t ~F.: ~ ,"} Ooj. ~!Ill ;~;:;-c,2};~!' . ..., ", . ." .. .- " ." .. e 'j" ~ J'" , , .. ~ >\ .. September 14, 2006 Krei Architecture 5814 Graham Avenue, Suite 200 Sumner, Washington 98390 Attn: Diane Lenius, President Re: Changes to Scope of Services and Performance Project: Port Angeles International Gateway Transportation Center ("Gateway Project") Project No. 701-3116-001 Subject: Agreement - Changes per Article 4 Dear Diane, As we discussed at out meeting at Clallam Transit office on September 7, 2006, we are amending our Agreement for Architectural, Engineering and Cpnstruction Review Services dated July 19,1999. We are required by Article 4 to change in writing and to be signed by all parties. It is our intent to change the scope of services for the Construction Administration Phase defined by Article 3.3.6. The City of Port Angeles and Clallam Transit System and/or their Consult(s) will perform the day to day Construction Administration Phase that is defined by Article 3.3.6. in the existing agreement. It is the intent of the City of Port Angeles and Clallam Transit System that Krei Architecture and its Sub consultants will perform "On-call" services which will consist of but not limited to responding to requests for information, substitution requests, submittal reviews, shop drawings and samples, periodic site observation visits and reports, final punchlists, review project closeout documents, etc.. Per Article 12 of the existing Agreement, Ownership of Documents, if the City of Port Angeles and Clallam Transit System and/or its Consultant during construction chooses to interpret, alter, or otherwise change the Construction Documents, The City of Port Angeles agrees to hold harmless, indemnify and defend Krei Architecture and its Subconsultants against all claims for damages, real or alleged, arising from the use of the altered Contract Documents. Phone: 360-417-4805/ Fax: 360-417-4542 Website www.cltyofpa.us/ Email: publicworks@cityofpa.us 321 East Fifth Street - P.O. Box 1150/ Port Angeles, WA 98362-0217 . , j . Per Article 17 of the existmg Agreement, Hold Hannless and Indemnification, 17.1 the ,"Client" shall as a result of this change in scope and Amendment No. 8, includ~ any Consultant(s) which may perfonn the Construction Administration Services for or with the City of Port Angeles and Clallam Transit System in this section. , . The City of Port Angeles and Clallam Transit will enter into Amendment No.8 with Krei Architecture and its Subconsultants, which will reflect the estimated maximum cost of "On-call" services based on the construction schedule indicated in the bid docmnents for Base Bid and all Additives. This will assume the final completion date in July of 2008. Ifthis is acceptable please indicate by signature below arld're~::for2our reCords. Please call if you have any questions regarding this change in scope of services. ~~ Sincerely, Gary Kenworthy, Project Manager City of Port Angeles Date: cc: Terry Weed, General Manager, Clallam Transit System Sandie Barnhart, Project Manager, Clallam Transit System Jim Dugan, Project Manager, Krei Architecture Stan Cruse, AlA, LEED v.2 AP, Corporate Architect N'\PROJECTS\97-20 GatcWay\CONSUL1\PA Gateway A&E Agreement Changes 9-14-06 doc ! ' I ". PARAMETRIX Form 01-P~OIRev 01106 ~ 11 t! ~!; I: " 1 I Clallam Transit System Port Ane;eles International Gateway Transportation Center BUDGET SUMMARY Rates EXHIBIT B p~:se T~~k ITEM DesaJpbon Org -=~1-~-=~-_ ~ OM _ _ ~lddln~ ~~'p~_-=-_~'=~_-=-==~_~j.L.}:~~ t~~)'ji&F.r.;- ~ ~f.fkr;t:iJYJ ~1'ift~ :;:~!~ ~ ~tr1if~:7! ~\~-' ~Z~~ ~r~~ ~ -JfjY l(t~-~ lA Not Used -- ---- -- iA- -- - Ktel Architecture --- -- ----- ___ _ _ _l~~fO ~~:- _ =-~13 ------3/' --- -Undberg&SmlthAiChiiec~-- -. 4A ~ri9ht E~~!!...niL n ___ _ -= _.-_ -~ =-- _~-::__ _ _ _ - - - -- --- - --- - SA Tres Wesl Engmeenng - Mechanical 6A Tres Wes'- EngJneerlng-=-SectiiCil--- ----- - - 7A Paramelr"'Clvll------ .------- - ~=_E~~ $61 SA Par;.nietrixi,a~capirig.::.::_~~_=_=.::::...:-_ _ _ _._ _ __ _~~ __ ---_-_E_ 9A Bill Acker Consun Se", - Cost Estimate $2.756 - - - -- $413 -- -- --- --- -- - - - -- --- --$42,552 ----- - ----- --- - - --- -- -- $4,500 - - ---$4"50 $4,950 $4~950 _ _ __~~~:::-::..::.::: ":':_~-:-~16}~ ______il~6~ ----::::~~~238 --::$~~~ $2,660 $266 $2,926 $2,926 - -." . =-~-===___ ----~=$~~6~ - --$~ -_.-_~_ 52:"92"6 - -- "$2.926 ----S7,723 ---- =-==-~_~:::-::-::::- -...:~:=----- - __~:::-_- ..:.:_:__- ---- -- -- : ::::_!4i:! lB 2B 3B 4B 5B 6B 7B 68 98 Construction Support ...... ,~v~;-;f" 'iffi },.~ j:.~::I ~ /'fl":::1~ ....W j ~~ 0.dn-' ~" Y. ;.JI''','~'% ~7."t'.~ t4,~,;J;:: '~g~'Yt ?,~ .__.-__-'b~, ;r...ff',"'Vf.'J5;;.';./iJ,;..~Y_ i8,i':Jf,':~:~:;;, '~~~'f. ~.t~Vr,1r;f)~~P -t~. ~NotUS~--='---~----~--- ~ ~r~..:::~,,~ ~)~'~~7x:.""i\';,?~.;.~!:.? ,",,2:-:~ fl'''' ...........u_.x:~ ~- -.......-_....___~~ K'niiAlChltecture - ------ -------- ~~6!l.9I~::_:_----$?4~_ _$4):i8-~==-="1~______ __~_~ --$86,527 Lm_rg & sriiiih AlChltiicis ----- - ------ $16.500 -- ----- -$(650 $16,150 -$18.150 ~~~~t E~~~~~~=-==_~ ~~_--- -~_.. --=~ _:. ~ ~.=-~~ ~ _ __ __ - __ --~ -~_=~ - u -- i22:"1~ -~~=$$2~-.:2121'4~ -~v---$2~~3-,:-36!~6- --~ .-$2$234-,,404366=~ Tres W.~t !,npI..!!~.'!!>ll..:. ~a~"-,,.!...-__ _ _ ______ ______ ____ _ ____ _ __ _ ____ _: _~-_~-- s~~~ Ires. ""est E'!!l.!.~'!!'9.:E'ectrlca!.. _ _ _ _ $25,327 -- -- $2,533 --- $27,650 --S27:1i6O Parametrix ClvU $46,542 $372 ---- - ------- --- - -- --- -- ---- - - - - --- --- $46;914 Pa..ameti1x-L8nd~----- '---$~~. _~ ~ ~sj6M $211---- ---532 --- --.------- -*- ---- - "--- --$9.848 Bill Acker cOOsunServ:coSl Estimate --- ___ ___ ____ ___ _ -~-- ---==::~_= - :~-::_-_-:::-::~"~ ~-~ ._ $4~ -_~ _ _ !'!~ - _- - ~.~ :-~i3:'-_ TOTAL $164,148 $1,473 7,285 1,093 $116,154 11,615 $127,nO $321,766 T olals Bidding Construction $79.748 $242,020 PIOJed Delivefy System Page 1 0/1 - SUMMARY File Name Anal PA Gateway Bid & Construction Budget On.CaD CS 1()..()5..()6 xls Date Pnnled 101512006 "'- PARAMETRIX Form 01-PD-401Rev 01106 Clallam Transit System Port Angeles International Gateway Transportation Center LABOR Categorle Senior Landscape Project PrOject Des'lln Word Proc CADD FIELD Landscape Architect Architect Engineer Engineer Engineer SUPPORT Techald Multlpllsr 1$ 3 1 Cost Rates S42.38 S34 62 $44 85 S44 00 S29 76 $2.240 S1800 $35.00 $23 75 Burdened Rates S13138 S10732 $139 04 S13640 $92 26 S69 44 S55 80 S10850 Phase.Task ITEM Descnpbon ;~~~ ~tff:~~' ~l}ff#~~~ ~$~~~~ - ~:ff----- - -- Bidding Supperf - - --- - ---- $ijlfji~#1 !~Yc2t~ lE'::~&f.:~: r~t:A~}~11~ ~:awt~ ~W~ ~JtC~~ ~~~;t~ i~1'~f; 1.~~~1ff. ~y~~ ~~~~ ~wt~t!ti ;{ili~~ !F~~ f~~~~ ~~ ,f~~~~ ~~;.; -.-~1A-'-~-1A-- Not Used -------- --- -- -:'-2i\ -- 2"-: i<rel Architecture -- - - ----195 ---:3A~--3A. Uridberg & SmIth ArctuieCis---- --~ -- -- : 4;;: - -4"A--srigill -Engl,;eem;g-- -- - - -- -- - ----- --- - - - --- - - - - --- :~-5A-. Tres West Engineering-:MeChanlcal ~ - -- -". - ----- --- --. SA-- -- 6A -TresWesl i:nglneering.-EiBCiiicai------ - -----:7A - ---j A: - Parametrlx CM'--- ~_.. - ~ . ~ - --~- ~-- -~ ~- _~=I~-~~~~~;;~;:I~~~ct;~~~~tE~~~~~=~ ~~--~ - ~- -- ----- --~:.:=-=___-_24 ------56 ----- - n --- ------45 - -- -- - -- - $39.070 -- --24 - -- a--------. 16 - - -. --S -.- ----32 - ~~---- --- - --- ----- ---$1]62 ------- -- '-_5:4.~ -- -4 ------- ----:-28----28- -K~IArchlleciiJ~-n--- - -- --- 285 - --- --- ---.- -~==-_ :"::"'::--':65 - --- 75 125 u_ --~ _ = __=~~....:. -=~~=-- --- ----- :.:___~__ -===- ------ =-.::_~ -_~.J~6.~!.~ ----:~ -38: 'jJndbe;:g-ismllh iirChltilCiS--- -------- -- - -- -_-:~~:~-='=4B~- _B.rlg".! ~n.w~~:':-=== ~=__..=__-.:.: _~---.-- --_ ~-- _-=-~~ _~ ~B....::_ T~es West EnQi~~'ng - M!.~~!~~_M_.__ _ _ ~ .~__ __ _ ___ _ . .68 68 - Tres West Engineering - Electrical ---:76--78-- Pari.in;,~iX-cM1-------- ----- -- - --.--- - _h_ - - -- 80 - -- - - 120 =--:-.--:i~_=:.:~=Pa..-ni.tr.(L1i~iI~Q _=--=-:--_--::-= - .._.:..::::: ~-_ -=-=::...2~ ~- __~_~e.. 8i1I.A~er~0-"suILS~rv:9<>SIE~I!.IT1a~__ _ _ _.__ ___ ---160 ----iO--- -iO ----32---- - ----- ----.- - - 40 --40.- -- - - ---- - - --~ - - -- -- -- - ------ - --- ----6 -------- --- -- - ----.-- - -- ~ H -- -- -----~- -.----~ --- -- ----s4'6:542 ______ __ __ _____ ______ __==_:..:.--- -- __ =:.:~=_= -_-.._~9:~ i' !' TOTAL 480 42 104 128 160 161 167 245 210 $184,148 .' , Project Delivery System Page 3 of 4 . LABOR FRe Name Final PA Gateway 81d & Construction 8udget On-Call CS 10-05-06 xis Date PrInted 101512006 ..... PARAMETRIX Form 01 PO-401Rev 01106 Phase- ITEM Task Descnpllon Port An EXPENSES ortation Center Categorll ~ "~- ~.''''''-- -- ~ -- ~'<""E"f';7iL;;;-~' >;;-;"",",~-,,""'-r' ,,,:;rT~~;;'1:;:;sj;:';--::;;jJI]~&\'El~l'l1:i"lf6-&~~Iif.<~"?f~:T,I~i;;;'t~~o;&,; -:-,a iB.--NOtUsei-~-- - -.- -- - - '--' -~l -...-... ~..... -"'"- ..-.-. - -~ -.28 - - 29:-" Krei Architecture - ~ ~ ---- ----~-1500 --- 15000 2400 ---500 h '~~J;~~ ~-~~~~t~;~~~e~:~_:.~-=~-- ~~-_ _~~~ =~~~- ~---- -- . H -- _-~i-~ iL~~~~;~-~f:i~~ --::~~ ;~ =~~~~r::~~;~~~:~--- _ ____. ._ _~ f~:~~ ,__ _ _ ~_ ~!il~~21 : I I! I --S37~i65I--$i:--- --,-;:,ro:-.l----...7 --s.7:i601 S821---- -1 --- ----$"Oooi-- s500I 5116,154! ,~ ~1~ -.- ~~; -~:~~!upport + :;1:-: tH~~l~~~:t~~:,~~~~;[:~~-=--,-- ----- .6A 6A. Tres West Engtneel'ing . Eleclncal - ; 1A 7A - parariiell'tX c",. - -- - -- --- -- 1__ :~=_ ~ -_~;r~elnxCandSeaPing ._-~-_~~ ~~ 9A.. _f!i1I~~8!~IISe_~- ~I ~stlf!l8le__ -- .. -i5lXil- -- -i2j~ - - --$211 _..__I_M_~___I__~_"'___ - - -1----~--'---s104 TOTAL 2900 25120 3606 734 500 57,389 " , ""'ect Delivery System Page 4 of 4 . EXPENSES File Name Anal PA Gateway BId & Construction Budgel On-CaD CS 1().05.06 xts Dale Pnnted 1C115J2OO6 - ,/ . / 5.51 ,-7 .....1 . 1-800-858-3747 W A 830 W. Lauridsen Blvd. FAX (360) 452-1316 Port Angeles, WA 98363 . www clallamtrans t Passenger ASSistance: I com (360) 452-4511 July 21,2006 1[iJI~~~O~~ n 11n~ JUL 24 2006 U lull l Gary Kenworthy City of Port Angeles PO Box 1150 Port Angeles, W A 98362 Dear Gary: Enclosed is your copy of Amendment No. 7 to the Krei Contract. Rega(~S, Ok~ Sandie Barnhart Administrative Services Manager Enc. il r . ~ - - \ / \.~ // ',''- / .. 5814 Graham Avenue, SUite 200 Sumner, Washington 98390 telephone 360 377 0014 facsimile 360 479 5961 krel architecture June 9, 2006 Mr. Terry G. Weed, General Manager Clallam Transit System 830 W. Lauridsen Slvd. Port Angeles, Washington 98363 Re: Approval for Assignment and Subcontracting of services Project Port Angeles International Gateway Transportation Center ("Gateway Project") Project No. 701--311-6-001 Dear Terry, As we discussed, this letter is to request written approval for assignment and subcontracting of services in accordance with Section 6.5 of our contract. Our contract states the following: Article 6 Responsibility of Consultant, Item 6.5 Assignment and/or Subcontracting. The performance of all activities contemplated by this Agreement shall be accomplished personally by Consultant, persons, and subcontractors identified in the submittal. Consultant shall not assign or subcontract performance to others unless specifically authorized in writing by Client in advance. All terms and conditions of this Agreement shall apply to any approved subcontract or assignment related to this Agreement. Given the extended duration of the contract and the expedited schedule of the design modifications we are proposing the follOWing team assignments to complete this work. Lindberg & Smith Architects will be responsible for the design, construction, and bid documents for the building and structure identified as the "Pavilion" and "Clock Tower". These projects are new to the design and will be identified as Alternate Sid items "S" and "C" and will stand alone. Krei Architecture will be responsible for management of the Consultant, Lindberg & Smith Architects, and coordinating the required interfaces of the Sase Bid documents. Parametrix, Incorporated Will complete the landscaping modifications as a result of the new Plaza design Parametrix can provide a qUIcker response because of the use of AutoCAD draWings, which will benefit the overall project in construction and future facility documents. We are also subcontracting with Belay Architecture (former Kret Architecture employees) of Tacoma to provide drafting support. IndiViduals at Belay Architecture have knowledge of the project and we have current agreements for similar services on other projects It thiS is acceptable please Indicate by signature below. Please call It you have any questions regarding this request. Sincerely, APPROVED ~C ~ ~~.c-tJ ~~ru:e, ;IA, L~ED v.2 AP Terry G. \^feed, General Manager Corporate Architect Clallam Transit System Krel Architecture Date: & /if/Of> cc Sandie Barnhart, Project Manager, Clallam Transit System Diane Lenius, Vice President, Parametrix, Incorporated APPROVED www krelarchltecture us AMENDMENT NO.7 to Agreement for Architectural, Engineering and Construction Review Services The Agreement made between Clallam Transit System, a municipal corporation, together with the City of Port Angeles, a non-charter code city of the State of Washington, and Krei Architecture (formerly known as Merritt + Pardini), a professional Corporation, dated July 1999 for the purpose of providing planning, site selection, environmental assessment, architectural, engineering, and construction review services in the design and construction of the Port Angeles International Gateway Transportation Center is amended to reflect the attached scope of work, timeline, and budget at a cost not to exceed $308,500. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their respective officers on the dates indicated below. City of Port Angeles Date signed: By: Date signed: Approved as to form: C/ /1 /'Uo( I I Attest: B " U ~ ec,<y- pion City of Port Angeles Clerk Date signed: If) -.:J.7 - /)(,p Clallam Transit System BY:/'t/(. fA41~ Boprd Chair Date signed: b /' I~' Ob h~ /k-- William Blare Attorney to the City of Port Angeles Date signed: tb /9--7/ d I / . . SCOPE OF WORK Clallam Transit System Port Angeles International Gateway Transportation Center Redesign and Construction Documents The Scope of Work and Budget covers the anticipated effort to complete the redesign and constructIOn documents for the followmg project: Project Description Clallam Transit System and City of Port Angeles have requested the "Gateway" project, which consisted of a transportation center, visitor center, plaza over existing parking area, and a design/build parking structure, be redesigned to replace the viSitor center with an outdoor Pavilion and Clock Tower. The change is a result of public input to have a more community friendly and multmse faCility. The transportation center building will be reconfigured as result of removing the viSitor center. The plaza structure will need to be modified to support the new Pavilion and Clock Tower and new landscaping arrangement. The City of Port Angeles has requested the project be broken into 4 (four) packages for bidding, Base Bid - transportation center (building and transit lanes), plaza and parking below, sidewalks, landscaping, Alternate A - design/build parking garage, Alternate B - Pavilion, and Alternate C - Clock Tower. The City has requested that local Architects Lindberg and Smith be responsible for the PavilIon and Clock Tower. Lindberg and Smith are currently Subconsultants to Krei Architecture therefore their Contract will be amended to assign the design and construction documents to them. PHASE 09 - PROJECT MANAGEMENT Task 01 - Project Scoping Measurable Task Objectives Provide a Scope of Work document which covers all project elements and that supports the project Schedule and Budget. Project has been broken into bidding packages, Base and 3 (three) Alternatives A (Design/Build Parkmg Garage), B (Pavilion), & C (Clock Tower). The Scope of Work reflects the request for alternative bid documents and potentIal phasing. Approach Prepare preliminary scoping document to discuss with design team. Obtain buy in from design team as to roles and responSibilItIes. EstablIsh Phases and Tasks that align with existing Contract and translate into Schedule and Budget descriptions for work to be performed. Assumptions There will be no additional Owner revisions to the existing verbal directIOn received at meeting on May 22, 2006. Clallam TranSlf System Port Angeles InternatIOnal Gateway TransponatlOn Center RedeSIgn and Constrltc/lOn Dowme/lls J PrOject No 70I-3116-00I June 2. 2006 SCOPE OF WORK (CONTINUED Deliverables Subnnt Scope of Work document with Schedule and Budget for approval. Task 02 - Project Budget Measurable Task Objectives The Budget Phases and Tasks are to match the Scope of Work document for defining labor and expenses for each. Approach Use the standard Parametrix Project Delivery System Budget form. Assumptions The Budgets for each Phase will be a guaranteed maxImum fee and will be billable to the maximum. Deliverables Initial Budget for Approval by Clallam Transit System and the City of Port Angeles. Task 03 - Project Schedule Measurable Task Objectives Define the Project Schedule based on expectations of the CIty of Port Angeles requirement for Advertising for Bids on August 27, 2006, at a meeting on May 22, 2006. Approach Define the major tasks as Project Management, Base BId, Alternatives A, B, & C to simplify process and accent the major milestones for an aggressive schedule. Assumptions QNQC - Design reviews as mdicated by City of Port Angeles at May 22, 2006, are to be "over the shoulder", occur in the Project Office of Krei Architecture and/or selected consultants by City of Port Angeles and/or Clallam Transit, or review current documents on the FrP Site, and will be for one day Clalll1m Transll System Pon Angeles /nIema/wnI11 Gateway Transpona/lOn CenIer RedeSIgn and Construc/lOn DOLUmenl> 2 ProJea No 70/-3116-001 June 2. 2006 SCOPE OF WORK CONTINUED) only as indicated on the schedule. Date is subject to change plus of mmus one day as approved by all parties. Deliverables Project Schedule for approval. Task 04 - Contract Amendments - Owner & Consultants Measurable Task Objectives Complete the Contract Amendments m a timely manner using process from previous Amendments. Approach In order to expedite the approval process use existing Amendment language and forms. Assumptions Because of the aggressive schedule Krei Architecture will be gIven an advanced Notice to Proceed (NTP) pnor to the signature approvals for Contract Amendment. Deliverables Scope, Schedule, and Budget Documents provided as support to Contract Amendment prepared by Clallam Transit System. Task 05 - Meetings Measurable Task Objectives Maximum of 3 ( three) off site meetings for the purpose of Owner or Consultant coordination. Approach Schedulmg, other than reviews established, will be based on discussing issues that may arise during design process that can not be handled without face to face contact. Clal/am Tran.nt System Pon Angeles InternatIOnal Gateway TransponatlOn Center RedeSIgn and ConstructIOn DoLltmenl~ 3 ProJeu No 70I-3116-00I June 2.2006 SCOPE OF WORK CONTINUED) Assumptions These represent the off site reviews for either "over the shoulder" or consultant coordination. Deliverables Attend meetmgs as scheduled. Document as required for coordination. Task 06 - QA/QC - Reviews Measurable Task Objectives , Scheduled "over the shoulder" reviews and review of documents uploaded to the FTP site on a bi-weekly basis. Approach Utilize the most efficIent process for reviewing documents, because of aggressive schedule. Documents will be revIewed wIth an emphasis on constructibility. Assumptions No formal reVIews or written comments requiring responses. Deliverables One set of KreI Architecture or consultant's current documents at the reVIew site or Owner download plans for printing by the City of Port Angeles and/or Clallam Transit. Task 07 - Owner Correspondence Measurable Task Objectives Written correspondence, that covers the requirements of our current and amended Contract. Approach Use Contract language and items to define the execution of the project. ClaI/am TranvlI System Pon Angeles /nternatlOnal Gateway TransponatlOn Center RedeSIgn and ConslrltctlOn Documents 4 Projea No. 70/.3/ /6.00/ June 2. 2006 SCOPE OF WORK (CONTINUED) Assumptions Owner will provIde written responses to all Contract correspondence. Deliverables Letters, letter emails to support the Contract and the project delIvery. Task 08 - Consultant Correspondence Measurable Task Objectives Written correspondence, that covers the project requirements and Subconsultant Agreements. Approach Use Contract language and Scope of Work items to define the execution of the project. Assumptions Consultants will document all correspondence that indicates or appears to be Scope of Wark revisions. Deliverables Letters, letter emails, memorandums, transnuttals to support the Contract and the project delivery. Task 09 - Deliverables Coordination Measurable Task Objectives EffiCIent use of electronic technology to speed the design process and reduce travel time. Approach Use of FTP sIte and emails for efficient use of time. Clallam TranSll System Pon Angeles /nternatlOnal Gateway TransponatlOn Center Redestgn and ConstruUlOn Dowments 5 PrOject No 70/-3116-00/ June 2. 2006 SCOPE OF WORK CONTINUED) Assumptions Owner and Consultant can and will use this approach. Deliverables Design review and final bid/construction documents. Task 10 - Administration Support Measurable Task Objectives EfficIent use of administrative staff. Approach Use designated staff for the length of the project. Assumptions Short duration of services. Deliverables Letters, monthly billings, mailing, delIvery coordination meetmg scheduling, document controls. Task 11 - Monthly Billings Measurable Task Objectives Pre-bills and Billings completIOn per Company guidelines Owner is educated on the system. Approach Billing person(s) responsible for Client Contact and Consultants related to billing questions. Clallam Tran.flt System Port Angeles International Gateway TransportatIOn Center RedeSIgn and ConstmLlIO/l Dowment~ 6 PrOjeCl No. 701-3116-001 June 2. 2006 SCOPE OF WORK (CONTINUED) Assumptions Use designated staff for the length of the project. Deliverables Pre-bills to Krei Architecture and final billings to Client. PHASE 10- BASE BID & ALTERNATIVE A - DESIGN REVISIONS & CONSTRUCTION DOCUMENTS This work involves redesign of Plaza and its structure to support the reconfiguration of the Transit Center ; building and interface of the addition of Alternate B Pavilion and Alternate C Clock Tower. It also modifies the drawings to designate the Design/Build Parking Garage as Alternate A. Task 01 - Krei Architecture Measurable Task Objectives Overall project management Program CoordinatIOn with Clallam Transit Redesign of Plaza and reconfiguration of the Transit Building. Civil and Landscaping redesign coordination Coordination of Bid Documents QAlQC - Constructibility Reviews. Coordination of cost estImate Approach Per requirements set forth by the City of Port Angeles, accommodate the addition of Pavilion and Clock Tower. The accommodation will include bidding alternatives for potential phasing. Assumptions Clallam TralJ.Ht System Port Angeles InternatIOnal Garewav TransportatIOn Center RedesIgn and ConstructIOn Dowment' 7 Project No 701-3116-001 June 2. 2006 SCOPE OF WORK (CONTINUED There will be no changes to the exterior design of the Design/Build ParkIng Garage, modifications to drawings is for designation of Alternate Bid item Deliverables VarIOUs AutoCAD backgrounds for all Consultants to modify and design elements under their responsibility. Bidding/Construction documents for Base Bid and Alternate A. Task 02 - Bright Engineering Measurable Task Objectives Plaza structure redesign Transit Center BuIlding reconfiguration structure design and coordmation Pavilion structure design, plaza interface and coordination Clock Tower structure design, plaza interface and coordination Plaza structure penetration of utIlIties coordInation Structural Calculations SpecifIcatIOn update and reVIsions Cost estimate support Approach Per reqUIrements set forth by the City of Port Angeles, accommodate the addition of Pavilion and Clock Tower. The accommodation will include bidding alternatives for potential phasing. Assumptions KreI Architecture to provide the necessary coordination and backgrounds for Consultants. No structural design involvement in Design/Build Parking structure. Clal/am TrUllSlt System Port Angeles InlematlOnul Gateway Transportation Cenler Redeirgn and ConstructIOn DOLumenli 8 ProJea No 701-3116-001 June 2, 2006 SCOPE OF WORK CONTINUED) Deliverables Structural design and coordination for completion of bidding /construction documents. Structural calculations. Task 03 - TresWest Engineers - Mechanical Measurable Task Objectives Transit Center HV AC revisiOns . Pavilion design support Clock Tower design support Fire protection revisions and redesign Revised Plaza drainage Coordination with landscape design for water supply Water requirements for Pavilion Revised energy calculations Specifications update and revisions Cost estimate support Approach Per requirements set forth by the City of Port Angeles, accommodate the addition of Pavilion and Clock Tower. The accommodation willmc1ude bidding alternatives for potential phasing. Assumptions Krei Architecture to provide the necessary coordination and backgrounds for Consultants. Cla/lam Tran.nt System Port Angele., International Gateway Trallsportallon Center RedeSIgn and Construt/lOn Dowment' 9 Project No 70J-3JJ6-00I June 2, 2006 SCOPE OF WORK CONTINUED Deliverables Mechanical design and coordination for completion of bidding /construction documents. Energy CalculatIOns. Task 04 - TresWest Engineers - Electrical Measurable Task Objectives Transit Center revisions Pavilion design support Clock Tower design support Plaza and bUIldings lightlOg design and energy calculations Power revisions and additions Coordinatlon with landscape desIgn New video/security camera design support Specifications update and reVIsions Cost estlmate support Approach Per requirements set forth by the City of Port Angeles, accommodate the addition of Pavilion and Clock Tower. The accommodation willlOc1ude biddlOg alternatives for potential phasing. Assumptions Krei Architecture to provide the necessary coordlOation and backgrounds for Consultants. Deliverables Electrical design and coordination for completion of bidding /construction documents. LightlOg Energy CalculatIOns. Clallam Tran."t S)'stem Port Angeles IntemlJllOnal Gateway Transportallon Center RedeSign and ConstructIOn DOLl/ment~ 10 PrOject No 70J-3//6-001 June 2, 2006 SCOPE OF WORK (CONTINUED Task 05 - Parametrix - Civil Measurable Task Objectives . Attend 2 project team meetings. . Revise site grading and details of civil improvements outside of the proposed building. . Coordinate and reVIse water, sewer, and storm dramage utility design with other disciplines. . RevIse technical specifications. . Coordinate with construction cost estimating sub-consultant and other team members. . QA/QC of design changes. . Project admimstration assIstance with civIl design elements of the project. Approach Krei Architecture will provide Project Management and desIgn mformation for completing the Civil Scope of Work per Schedule and Budget. Assumptions There will be no additIOnal Owner revisions to the existing verbal direction received at meeting on May 22, 2006. Deliverables Revised and update bid/construction documents per Schedule. Task 06 - Parametrix - Landscaping Measurable Task Objectives Parametrix will design revisions and additions to the landscape plans reflecting changes to the project layout and addItIOnal planting areas. Prepare landscape, irrigation drawings and revised specifications. Clallam TrwlSIt System Pon Angeles Internal/onal Gateway TransponatlOn Center RedesIgn and ConstmL/wn Dowments 11 PrOject No 701-3116-001 June 2, 2006 SCOPE OF WORK (CONTINUED) Approach Select and design layout of trees, shrubs and groundcover plants suitable for urban conditions which enhance the streetscape and plaza area. irrIgation wIll be designed to be a funy automatic system with pop-up spray heads and or low water use dnp Imgation components. Will revise landscape related specifications as needed. Assumptions One SIte viSIt and one review meeting with City. Deliverables One plan and one detail sheet each for planting and inigation for a total of four sheets. Revise specification sections for soil preparatIOn, plantmg, and irrigation. Task 07 - Bill Acker Consulting Services - Cost Estimating Measurable Task Objectives Provide revised and new Alternative estimates. Approach Update existing estimate and provide new estimates for Alternatives. Assumptions Krei Architecture to provide Bid/ConstructIon Documents approximately 95% complete. Deliverables Final estimate broken into 4 (four) Bid packages Base, and Alternatives A, B, & C. Clallam Transll System Pan Angeles InternatIOnal Gateway TranspanatlOn Center RedeSIgn and ConstruLtlOn Doamlent, 12 Project No 70I-3116-00I June 2, 2006 SCOPE OF WORK CONTINUED PHASE 11 - ALTERNATIVE B - PAVILION - DESIGN & CONSTRUCTION DOCUMENTS Task 01 - Lindberg & Smith Architects Measurable Task Objectives DesIgn and constructIOn documents Program requirements coordinatIOn with City of Port Angeles Consultant coordmation Code reVIews and coordination Plaza interface coordination Specification input and coordmatIOn Cost esumate support Approach Per requirements set forth by the CIty of Port Angeles, accommodate the addition of Pavilion and Clock Tower. The accommodation WIll mclude bidding alternauves for potential phasing. Assumptions Krei Architecture to provide Plaza background and interface details for phasing. Deliverables Biddmg/Construction documents for Alternate B - Pavilion. Task 02 - Bright Engineering Measurable Task Objectives Pavilion structure design, plaza mterface and coordinauon. Approach Coordinate with Lmdberg & Smith to support there PavilIon design and interface wIth Plaza. Clallam Tran.Hl System Port Angeles InternatIOnal Gateway TransportatIOn Center RedeSIgn and ConstrtlalOn Documents 13 ProJea No 701-3116-001 June 2. 2006 SCOPE OF WORK CONTINUED} Assumptions Dimensioned buIlding layouts to be provided by Lindberg & Smith for structural design of Pavilion and Plaza . Deliverables Bidding/Construction documents for Alternate B - Pavilion. Task 03 - TresWest Engineers - Mechanical Measurable Task Objectives Water and Fire Protection design for the Pavilion and interface with Plaza and Transit Building. Approach Coordinate with Lindberg & Smith to support there Pavilion design and interface with Plaza. Assumptions Backgrounds of Pavilion drawings as required to complete Mechanical design. Deliverables Biddmg/Construction documents for Alternate B - Pavilion. Task 04 - TresWest Engineers - Electrical Measurable Task Objectives Power and Lighting design for the Pavilion and interface with Plaza and Transit Building. Approach Coordinate with Lindberg & Smith to support there Pavilion design and interface with Plaza. Assumptions Backgrounds of Pavilion drawings as required to complete Electrical design. Clallam TrwlSIt System Port Angeles InternatIOnal Gateway TransportatIOn Center RedesIgn and ConstructIOn Dowment; 14 PrOject No 701.3/16-001 June 2, 2006 SCOPE OF WORK CONTINUED) Deliverables Bidding/Construction documents for Alternate B - Pavilion. Task 05 - Bill Acker Consulting Services - Cost Estimating Measurable Task Objectives Prepare Cost Estimate for Alternative B - Pavilion. Approach Coordinate with Lindberg & Smith and Consultants to provide accurate estimate. Assumptions Lmdberg & Smith to provide 95% complete Bid/Construction Documents. Deliverables Alternative B - PavilIon Cost Estimate. PHASE 12 - ALTERNATIVE C - CLOCK TOWER - DESIGN & CONSTRUCTION DOCUMENTS Task 01 - Lindberg & Smith Architects Measurable Task Objectives Design and construction documents Program requirements coordination with City of Port Angeles Consultant coordination Code reviews and coordination Plaza interface coordination SpecificatIon input and coordination Clallam TranSlI System Port Angeles InternatIOnal Gateway Transportallon Center Rede~lgn and ConstructIOn Dowments 15 ProJea No 701-3]]6-00J June 2, 2006 SCOPE OF WORK (CONTINUED) Cost estimate support Approach Per requirements set forth by the City of Port Angeles, accommodate the addition of Pavilion and Clock Tower. The accommodation will include bIdding alternatives for potentlal phasing. Assumptions Krei Architecture to provide Plaza background and interface details for phasmg. ( Deliverables Bidding/Construction documents for Alternate C - Clock Tower. Task 02 - Bright Engineering Measurable Task Objectives Clock Tower structure design, plaza interface and coordination. Approach Coordinate with Lindberg & Snnth to support there Clock Tower design and interface with Plaza. Assumptions Dimensioned building layouts to be provided by Lindberg & Smith for structural design of Clock Tower and Plaza . Deliverables Bidding/Construction documents for Alternate C - Clock Tower. Task 03 - TresWest Engineers - Mechanical Measurable Task Objectives Water and/or FIre Protection desIgn for the Clock Tower and interface with Plaza and Transit Building Insert your text here. Cla/lam Tran <II System Port Angeles IntemutuJnal Gateway TransportatIOn Center RedeSIgn and Con,truLTlOn Dowment' 16 ProJea No 701-3116-001 June 2. 2006 ,. SCOPE OF WORK CONTINUED) Approach Coordinate wIth Lindberg & Smith to support there Clock Tower design and mterface with Plaza. Assumptions Backgrounds of Clock Tower drawmgs as required to complete Mechanical design. Deliverables BIddmg/Construction documents for Alternate C - Clock Tower. Task 04 - TresWest Engineers - Electrical Measurable Task Objectives Power and lighting desIgn for the Clock Tower and interface with Plaza and Transit Building Insert your text here. Approach Coordinate with Lindberg & SIIllth to support there Clock Tower design and interface with Plaza. Assumptions Backgrounds of Clock Tower drawings as required to complete Electrical design. Deliverables Bidding/Construction documents for Alternate C - Clock Tower. Task 05 - Bill Acker Consulting Services - Cost Estimating Measurable Task Objectives Prepare Cost Estimate for Alternative C - Clock Tower. Approach Coordinate with Lindberg & SIIllth and Consultants to proVIde accurate estimate. Clallam Tran.Ht System Port Angeles InternatIOnal Gateway TransportatIOn Center RedesIgn and Construt/lOn Dowment' 17 Project No 70I-3IJ6-001 June 2, 2006 SCOPE OF WORK (CONTINUED) Assumptions Lindberg & Smith to provide 95% complete Bid/ConstructIOn Documents. Deliverables Cost Estimate for Alternate C - Clock Tower. PHASE 13 - BIDDING & CONSTRUCTION MANAGEMENT Task 1 A - TO BE DETERMINED Clallam Trall.nt System Pun Angeles InternatIOnal Gateway TranspunatlOn Center RedeSIgn and Construt/lOn Documents 18 PruJea No 701-3116-001 June 2, 2006 PARAMETRIX Clallam Transit System Port Anl?;eles International Gateway Transportation Center EXPENSES Subconsultants Categone ~ Rates $0445 $005 $100 $100 $500 $100 Phase- ITEM Descnptlon 7#1 - - Task ,~ 9- Project Management 9 - 1 Project Scoptng 35 --.!? 9.2 Project Budget m a 9.3 PrOject Schedule 15 --,11 9-4 Contract Amendments 100 20 $25 9- 5 Meetings 200 -~ 9- 6 QAlQe . ReVIews 200 $69 9-7 Owner Correspondence -~ 9-6 Consultant Coordination 200 200 100 9.9 Dehverables CoorthnatlOn 9.10 AdminIStratIOn Support 9-11 Monthly Billings - d 10- Base Bid & Alternate A :"'~"'_7;; -1 Krel Architecture "W':"~_",; A Project Management 8 ScoprngfCntena Development C DeslQn --s300 D CADlOraftlng 300 E SpecJflCabon CoordmatlOn 25000 $1.250 F ReVIeWS 200 -~ G Meetings 200 $69 H Estimate 2500 $125 I AdministratIOn ~$125 J CalculatIOns 2500 K Code ReVIeWS & CoordinatIOn -5 Parametrot. eM! " " " ;;~ q, ~.. .. - . A Pro ect Management 20 $20 - 8 ScoplOgJCnlena Development ---s;- C Design 10 0 GAD/Drafting 50 4 $70 E Speclfteatlon Coordlllatlon ~~ F ROV1eWS 5 G Meetings 300 --~ H EstlOlate 10 $1 I AdmmlSfratlOll 10 25 -~ J CalculatIOns ---= K Code RevIeWS & CoorthnatlOn -6 Parametnx - Landscaping . <- .. j - A Pro ect Management - 8 ScoplOg/Critena Development C Design 400 $176 - 0 CAOlDrafbng 40 40 $42 E SpeclfjcatwJn CoorthnatlOn 200 $10 - F ROV1eWS - G Meetmgs 400 $176 H Estmate 1 Administration ~- - J CalculatIOns K Code ReVIeWS & Coonhnabon --- - 11- - Alternate e Pa\1lbon . -A Pro ect Management -- -8 ScoplnglCrrteria Development -C Design -- - 0 CAOlDrafbng -- - E SpeclflC3bon Coonlmabon -- - F ROV1eWS - - G Mee1lngs -- - H Esbmate -- -I Adrnlnrstrabon - .J Calculations . K Code ReVIeWS & CoordlflatlOn -- - 12- - Alternate C Clock Tower ~"" " , "eI; , .- ~ - -A ProJect Management -- -8 ScoDmglCntena DeveloDrnent -C Design -0 CAO/Orafbng -- - -E SpeClflcatJon Coorthnatlon -F ReVIeWS - -G Meetlllgs -- - -H Estrmate -- -I AdminIStration -J Calculations --- -- -K Code ReVIeWS & CoordinatIOn -- 13 - 8ddllllJ Support t& , " -A Pre-SKi Conference --- - 8 Addendums -- - C 8d ROV1eWS -- 13- ConstructJon SUDDOrt ; .' u, - -A Pre-Construction Conference -- -8 RFrs -- -c SubrnittaJ ReVIeWS -- -0 Change Order Support -- .E PenodlC Site ObservatIOn - F Construcb:m Meebngs -- . G PunchllSts --- -H As-bullts -I Project Closeout -- -- TOTAL 2100 30750 490 30 4 50 -_.~ Project DelIVery System A h Bnght Englneenng Tres West MechanICal Tres West Electncal S rc Itects Archrtecture eMCes la~r ~ ~~r ~ la~ ~ l~ ~ la~r ~ la~r ~ ~ ,/ $24 $96 $1,20 $25.13 $6.05 $6.45 $37.63 $10.15 $1.56 $2.60 $24.36 $36.67 $120 $1.16 $75 $3,11 $2.16 $96 $3.12 $75 $1.32 $1.76 $3,63 $44 $44 $6.90 $7.76 $50 $11 $61 $1.20 $44 $1.64 $22 $44 $66 .~ . ......-.7"';.: t'" ;r:.g~.;z ;..~':\t~~~);;" , . , i:;-i' ,w 1r""'- -' ~ '- $5.00 $401 $1,20 $50 $13 $51> $50 $6.23 $60 $24 $1.04 $4. $14,90 $6 $4.30 $24.30 $11.2 $7.61 $13 $1.3 $20.24 a.5 $2 $11 $2.67 $2.0 $11 $11 $2.22 $1.2 $75 $11 $11 a.17 $6 $11 $22 $93 $4.60 $11 $4.11 $11 $11 $1,501: $22 $22 $1.94 ." ~ - ~ - , $1.25 $10 $1.20 $50 $13 $13 $500 $4.31 $6 $11 $71 $2.50 $3.32 $3 $1.66 $7.66 $3.0 $1.30 $9 $54 $4.93 $5C $11 $ $67 $3 $11 $11 $52 $60 $75 $11 $11 $1.57 $30 $11 $11 $52 $1,50 $11 $1.61 $3 $22 $22 $74 >. . >' ~ ;S. ,,~ , , . ..-I C, , #' . - ~ " $44.15C $50 $69,479 $l.50C $16.94~ $1.75 $24.765/ $1.7so1 $24.6401 $500 $6.900 $500 $195.57S Page 1 of 1 - EXPENSES Form 01 PD-401Rev 01106 l~ File Name PA Gateway Budget 6-05-06 .x!s Date Pnnted 61612006 Clallam Transit System Port Angeles International Gateway Transportation Center Design & Construction Document Schedule 10 i I Task Name I Duration Start Finish ~ _______________- I June 2006 ------~-~------~______________________ -----------------_____J________ ____________~______________'~~ T JT: F ~~!1rIL TIF 1~; M T I 1 i PROJECT MANAGEMENT 70 days Man 5/22106 Fri 8/25/06 --2---: !is Scope-Schedule-Budget 10 days Mon 5/22/06 Fn 6/2/06 I ---3----1 !is Contract Amendments 5 days Mon 6/5/06 Fn 6/9/06 -- 4- -I !D Notice to Proceed 3 days Mon 6/5/06 Wed 6/7/06 ---5---' mI Overall Project Management 57 days Thu 6/8/06 Fn 8/25/06 -------1 6 J mI QA/QC - Design Review 1 1 day Thu 6/22/06 Thu 6/22/06 ---7----1 mI QA/QC - Design Review 2 1 day Thu 7/20/06 Thu 7/20/06 ----1 8 I nm QA/QC - Design Review 3 1 day Thu 8/10/06 Thu 8/10/06 ---9-J rg Specification Coordination 32 days Mon 7/10/06 Tue 8/22/06 10 I nm Deliver Bidding Documents 1 day Fri 8/25/06 Fri 8/25/06 -:'-1-1 BASE BID 59 days Man 6/5/06 Thu 8/24/06 12 I nm Design 17 days Mon 6/5/06 Tue 6/27/06 --T31 fII Construction Documents 38 days Tue 7/4/06 Thu 8/24/06 14 I m Plaza Background 1 day Wed 6/28/06 Wed 6/28/06 15 I fII Building Backgrounds 1 day Mon 7/3/06 Mon 7/3/06 16 IImi Reflected Ceiling 1 day Thu 7/6/06 Thu 7/6/06 17 ALTERNATE A - PAVILION 34 days Thu 7/6/06 Tue 8/22106 18 i fII Revise Documents 34 days Thu 7/6/06 Tue 8/22/06 19~ ALTERNATE B - PAVILION 57 days Man 6/5/06 Tue 8122106 20 I! Design - Plaza Coordination 9 days Mon 6/5/06 Thu 6/15/06 21 fII Building Background 3 days Fri 6/16/06 Tue 6/20/06 22 J I! Reflected Ceiling 5 days Wed 6/21/06 Tue 6/27/06 23 i [B Construction Documents 51 days Tue 6113/06 Tue 8/22/06 24 ALTERNATE C - CLOCK TOWER 59 days Man 6/5/06 Thu 8/24/06 25 fD Design - Plaza Coordination 9 days Mon 6/5/06 Thu 6/15/06 26 i fD Tower Background 8 days Wed 6/21/06 Fri 6/30/06 27 fD Construclion Documents 39 days Mon 7/3/06 Thu 8/24/06 Project PA Gateway 5-25-06 Date: Thu 6/1/06 Task I ~ ~ ~ ~ ~ ~ ~ ~ ~ U ~ ~ ~ ~ ~-~ ~l Progrest I~ -.----- - ___~1!!y_.?006 _______ _____----_--~.9lJ.~t1QQQ____ _ ___ ____. I 18 25 :2 '9 16 ~ '30 i6 '13 120 :21 TJF SiS MITI iT1Fl~j$J~~TIF~~ M)l :IIElliISiM T:....:.LF S SII'vtL_m.ElliL~M1ILJI:EjffiISiMtrIJJiF S~'Il _.1::FlsJ~TLjJ1F~~ ::rlf~ .... ..... '-"'.-..--- . . . r+' --j .._w______...._._.___.___________._ ,------------..----- ".-- --------. .--------...-----. .- - - - . . - - - - . ~ . . . . ~ . . . . . . ~ . ~ . . . . ~ -. . _ . . ~. .. . . . . . . . . . ~ . . . . . . . . . . . Split MIlestone . Summary \. Project Summary ~ Page 1 ..._..........a..... .. . a.a._a._a.__ __ _ ...__.___.._..__a ____ . . . . - ~ - .. ....... - .. . - - . a _ . a . .. _ a. _. _ _ _ _ . _ . . _ _ _ . _ . . . _ _ a a _ _ _ _ __ ____ a___.__..___._..._ ___.a ..___.a_'_"_...a._a. . . .-..--......-.....-...-.-......-..........-.-..-.......--....--.--.-.-.---....-...---....---- __._a_._ _________ __ ._ ....__.... .....___ _._____ ___.__.___ ___._______.________ _.___ .......-- """'-' .-----.-.-....-.-.--..-----..-....... .. .--..--.-.----.-...-....-..--.-- - .......--..------.---...-......---.--.----...-.-.--------...--..-----.--....---. .--....----...-.-.- -.-. -..-..----.-.---..--.-.....--.--...-----.-....-.----..-.--- ...-._.-..-- .----...__.-. '1-oj :::::-:::.::::::::::::::::.::::::::::::::::::::::::::::.:::::::::::::::_::::::::::-::::::.::::::::-:::::- .. Extemal Tasks .. Extemal Milestone .. Deadline F'" ,,/ ~ ~ PARAMETRIX Form 01-PD-40/Rev 01/06 Clallam Transit System Port Angeles International Gateway Transportation Center LABOR "... , Architect Architect En Ineer En !neer Ennlneer Amount Multlpllefls 3 1 Cost Rates $4238 $3638 $44 85 $4400 $2976 $1800 $2240 $1800 Burdened Rates $13138 $11278 $139.04 $136.40 $9226 $5580 $69.44 $55.60 Phase-Task ITEM DescMption 9. Protect Manaoement { 9-1 Project ScoOlna 32 10 $4,762 9-2 Project Budoet 24 12 $3,823 9-3 Project Schedule 20 -~ 9-4 Contract Amendments 24 10 6 $4,128 9-5 Mee!!""s 12 $1,577 9-6 QA/QC - Reviews 24 $3,153 9-7 Owner Corresoondence 20 6 $3,044 9-8 Consultant Coordlnatlon 40 8 6 $6,145 9-9 Dellverables Coordination 32 14 12 $5,819 9-10 Administration Suooort 24 10 $3,847 9-11 Monthl Blllin;;s 12 12 $2,246 10- Base Bid & Altemate A -1 Krel Architecture A Pro ect Manaoement 20 $2,628 B Scoolnn/Crllena Develonment 10 10 $1,872 C Dest n 36 $4,730 0 CAD/Dra/tino E Specification Coorchnatlon 44 28 $7,725 F ReViews 12 $1,577 G Meeh-;;;;s 8 $1,051 H EstImate 10 $1,314 I Administration 12 $833 J Calculations 6 $788 K Code Reviews & Coordination 4 $526 -5 Parametrlx . Civil " "it ~"t~ ' , . ~ 'j' , ttJ~~~~Bt ~k.l ,. " " A Pro act Manaaement 4 $556 B ScoDlnOtCnteMa Develooment 4 2 $741 C Deslnn 8 4 40 $5,348 0 CAD/Draftlno 32 $2,952 E Specification Coordination 2 4 4 $l,lE~ F ReViews 2 8 2 $1,554 8 ~--- =--:-_- $ '!.~ G Meetings H Estimate 4 $369 I Administration 2 2 n $390 J Calculations 4 $369 K Code ReViews & Coordination - 6 Parametrix . landscaplno ' , , ' lffi " 1t, ,J\. :!t " '"'~ Wt~~"'1i t: ~'rc, -~1f{' ~, ~€ A Prolect Management 4 $451 B Scontw;ICrttena DeveloDment 2 --- - $228 C DeSign 60 -- --- --$6,767 0 CAD/Draft/;;;;- 10 60 -----swB E Specification Coordination 12 4 $1,631 F RevIews -- -- G Meetlnas 8 $677 H Estimate 4 $451 I Administration 2 $139 J Calculations -- K Code ReViews & Coordination 11- Alternate B Pavllllan ,.;~ ~ " , " ',; ~f4}1<. . ~ ::~!F.Wpel~~4~ f~~;~~~'\t -A Pro/ecl Manaoement - 8 Sco ,;;QfCMterla Develooment -C Deslon -0 CAD/DraftIOn' -E Sneclficatlon Coordlnatlan - -F ReViews -G Meetlnns --- -H Estimate -I Administration -~ -J Calculations -K Code Reviews & Coorchnatlon -- 12 - Altemate C Clock Tower , ,~ - Jhd'~ -A Pro eet Mananement -B Sconlno/CrlteMa Develanment -- ----- -C DeSign ---~-- -0 CAD/Draftlnn --- ~- - E Specification Coordination ---- - F ReVIews __n_ ----- -G Meetlnas --- -H Estimate --- -I Administration -J Calculations ----- -K Code Reviews & Coardlnatlon -- ~---- ---- -- --- - ---- 13 - Blddlnn Sunnar! " , ,~~.i1w, , -, ~\<~~fi:[;'~:" .- ^ 1< $i,( :~i7"'~\' "*',>-i}~1'--; :t- ~-sg,\Z-_ -A Pre-BId Conference - 8 Addendums - ---- -- -- ---- --- ----- ------ -------- - -C Bid Reviews -- ----- 13 - Construction Supnor! .- -.. !i\.~"Ii~ '.. " -, '1ir?_ w- -A Pre-Construction Conference -8 RFl's --- ----- ---- -- -- ~- - ------ -C Submittal ReViews -- 1----- -- -D Chance Order SUODOr! - --------- -~- ------ - - E Penodlc Site Observation --- - F Construction Meetlnas ------ -G PUnchllsts n_ -H As-bullts --- -I Pro ect Closeout 1----- -- -- TOTAL 414 98 22 16 96 60 88 16 60 $89,892 Project Delivery System Page 1 of 1 - LABOR File Name PA Gateway BudgeI6-05-06 xis Date Pnnted 6/612006 PARAMETRIX Form 01.PD.40/Rev 01/06 Clallam Transit System Port Angeles International Gateway Transportation Center BUDGET SUMMARY if~- Amount Adjustment Expenses Expense Mark-up Subconsultants Sub Mark-up Sub Totals Total Rares 800% 150% 100% Phase Task ITEM DeSCription O~ 40% No No 9 Project Management " v Ut t > ~- "I "'" : ~", ] , , 9 1 Project Scoplng 7000 $4,762 $2 $0 $4,764 9 2 Project Budget 7000 $3,823 $2 $0 $3,824 9 3 Project Schedule 7000 $2,628 $1 $0 $2,628 9 4 Contract Amendments 7000 $4,128 $25 $4 $4,156 9 5 Meetings 7000 $1,577 $89 $13 $1,679 9 6 OAlOC - ReViews 7000 $3,153 $89 $13 $3,255 9 7 Owner Correspondence 7000 $3,044 $3,044 9 8 Consultant Coordination 7000 $6,145 $199 $30 $6,374 9 9 Dehverables Coordlnalion 7000 $5,819 $5,819 9 10 Administration Support 7000 $3,847 $3,847 9 11 Monthly Bllhngs 7000 $2,246 $15 $2 $2,263 10 Base Bid & Alternate A 1 Krei Architecture 7000 A Project Management $2,628 $5,680 $568 $6,248 $8,876 B Scoplng/Crlteria Development $1,872 $1,200 $120 $1,320 $3,192 C DeSign $4,730 $37,630 $3,763 $41,393 $46,123 0 CAD/Drafling $300 $45 $38,676 $3,868 $42,544 $42,889 E Specification Coordination $7,725 $1,250 $188 $3,110 $311 $3,421 $12,583 F ReViews $1,577 $89 $13 $3,120 $312 $3,432 $5,111 G Meelings $1,051 $89 $13 $3,830 $383 $4,213 $5,366 H Estimate $1,314 $125 $19 $7,780 $778 $8,558 $10,016 I Administration $833 $610 $61 $671 $1,504 J Calculations $788 $125 $19 $1,640 $164 $1,804 $2,736 K Code ReViews & Coordination $526 $660 $66 $726 $1,252 5 Parametrlx - CIvil 2300 ,- ~' " $: tl '" ~~ A PrOject Management $556 $20 $3 $579 B Scoplng/Crlteria Development $741 $741 C DeSign $5,348 $1 $0 $5,349 0 CAD/Drafling $2,952 $70 $11 $3,033 E Specification Coordination $1,193 $1,193 F ReViews $1,554 $5 $1 $1,560 G Meetings $738 $134 $20 $892 H Esllmate $369 $1 $0 $370 I Admlrllstratlon $390 $26 $4 $419 j Calculations $369 $369 K Code ReViews & Coordination Parametnx - Landscaping 5500, , '" , ~p$ , ,- , #^ .~:~ if.< 6 " ,. 4, A Project Management $451 $451 B Seoplng/Crlterla Development $226 $226 C DeSign $6,767 $178 $27 $6,971 0 CAD/Draftlng $1,128 $42 $6 $1,176 E Specification Coordination $1,631 $10 $2 $1,643 F ReViews G Meetings $677 $178 $27 $881 H Esllmate $451 $451 I Admlrllstration $139 $139 J Calculations K Code ReViews & Coordination 11 Alternate B Pavllhon ,',,' , , ., . ~ it~ A Project Management $8,230 $823 $9,053 $9,053 B Scoping/Crlteria Development $1,040 $104 $1,144 $1,144 C Design $24,300 $2,430 $26,730 $26,730 0 CAD/Draftlng $20,248 $2,025 $22,273 $22,273 E Specification Coordination $2,875 $288 $3,163 $3,163 F Reviews $2,220 $222 $2,442 $2,442 G Meetings $2,170 $217 $2,387 $2,387 H Estimate $930 $93 $1,023 $1,023 I Administralion $4,110 $411 $4,521 $4,521 J Calculations $110 $11 $121 $121 K Code Reviews & Coordination $1,940 $194 $2,134 $2,134 12 Alternate C Clock Tower J<fY': ~ ~l~"~ t ' '. "'~~ !lIi,~ "N , ~~~~ ,,;., A Project Management $4,310 $431 $4,741 $4,741 B Scoplng/Crlterla Development $710 $71 $781 $781 C DeSign $7,885 $789 $8,674 $8,674 0 CAD/Draftlng $4,930 $493 $5,423 $5,423 E Specification Coordination $675 $68 $743 $743 F Reviews $520 $52 $572 $572 G Meellngs $1,570 $157 $1,727 $1,727 H Esllmate $520 $52 $572 $572 I Admlrllstration $1,610 $161 $1,771 $1,771 J Calculallons -- f-- K Code ReViews & Coordlnallon $740 $74 $814 $814 13 Bidding Support ~~~~t~~~;i~r III ,~ .. . '~ , }W]' ~'Il lil: "" < ~\~'~~r. Y, y '" ~!il\'% : ~ {"'II;. to A Pre-Bid Conference B Addendums C Bid ReViews - - Construcllon Support h~~a~ ~$~~~ 'd ~~~111~'\ 13 " - A Pre-Construction Conference - B RFl's - C Submittal ReViews - 0 Change Order Support - E Periodic Site Observation F Construction Meetings - G Punchllsts H As-bullts I Project Closeout I TOTAL $89,892 $0 $3,062 $459 $195,579 $19,558 $215,137 $308,550 Project Dehvery System Page 1 of 1 - SUMMARY Signatures Project Manager - Date - - ~- ~ ------~ ----_.;4_____..":1 _ ~_~_ File Name, PA Gateway Budget 6-05-06 xis Date Printed 6/612006 iiiiiiiiiiII ' ,~ ~ cere '{ _ 04L1 <-- 5. 51 I .{, " - ,,-- C{a{{am rrransit System 830 W. Lauridsen Blvd. Port Angeles, WA 98363 (360) 452-1315 1-800-858-3747 WA FAX (360) 452-1316 Passenger Assistance: (360) 452-4511 July 7, 2004 D IECIEDVIE JUL - 8 2004 Gary Kenworthy City of Port Angeles PO Box 1150 Port Angeles, W A 98362 Dear Gary: -"---=-~ Enclosed for your file is a fully executed ~opy of Amendment No. 91 to our Agreement with Krei Architecture. C ___--- -" ._..........~..~ ..,_..-....~.... R1~ Sandie Barnhart Administrative Services Manager Encs. .; \' o' AMENDMENT NO.6 to Agreement for Architectural, Engineering, and Construction Review Services The Agreement made between Clallam Transit System, a municipal corporation, together with the City of Port Angeles, a non-charter code city of the State of Washington, hereinafter referred to collectively at "Client," and Merritt+Pardini, a professional corporation, hereinafter referred to as "Consultant," dated July 1999 for the purpose of providing planning, site selection, environmental assessment, architectural, engineering and construction review services in the design and construction of the Port Angeles International Gateway Transportation Center is amended to reflect the attached scope of work for the revised parking and transit lane design (Exhibit A) at a total cost not to exceed $41,970. This amount includes a subconsultant markup as follows: . Consultant shall be compensated for the cost of subconsultants in an amount equal to ten percent (10%) of the subconsultants' fees. The total amount of this markup shall not exceed $1,080. IN WITNESS WHEREOF, the parties have caused this agreement to be executed respective officers on the dates indicated below. ::fup(}ML Mayor Date signed: (J) - J<.J - [) <I- ( by their +0 K...e.-. Clallam Transit By: f1", .., ~ ...... . ~tdCh(;i~ 5-/7-;).00 Y A ,~&-h; te<-hu' e If I tJ 't) Date signed: ::1.. HJ4 Date signed: A.!'Pj'>ved as to FonrJ ~ /t.J~~ ~ Craig 1("t'Jt36n WU..l..1 PcJ^. 5L.OOR. Attorney to the City of Port Angeles Date signed' lJ> - 15 - 6<1 Attest 6oe1P~ .L1p-Of.. Becky UPt~ City of Port !-r:!.geles Clerk "" .."t' . ,...-f,UUIPPlcP ~ - , \,,- _ c~~ " \)1" P 0 .~, ,.......\\~\..\ eO" ~B,~DOO/'? /' ".r~~ ........ '\. " . .~' ,'';. 00 '~;, , " .. .,. (. 0: "}" .- : '0. '.' l~ . oe>.-;~ I:: ... ;.', 0' ~ .. ;;:I.J.': (,,'~'ff':'li"'>" ':,CP'; ~ \:r:: 112~ .!{~ 044 ; F ~ f!.: ~ ::-.. '<4'..4 of) rq ~ .:.: ~ "0 -tf1.it ; ~ .0 c., ~ "';. \~.\~ '. ~, .~~\I',...~ ~ l~. ~:".. .". ':.{,' ~.' (: '," '-" ...{ f 0".... ~' " ~. /"",'- fll N (, '\ (J ,,:,-,,\ . fIIJ:q,nnt1' t'" er y to the Clallam Transit System te signed: S- - /& - ;)Ooq Date signed: to - 1"1:;.,, .. {J <j EXHIBIT A Scope of Work Revised Visitor's Center Design and Design-Build Parking Structure The revised scope of work for which Merritt+Pardini and its consultants will provide architectural and engineering services includes the following: 1. Provide permitting / construction documents and specifications for revised Visitor's Center design. 2. Provide illustrative drawings and performance specifications for parking structure to be constructed as a design-build project. 3. Utility stub-outs for parking structure to be provided in base design. 4. Eliminate extended parking area under transit lane. 5. Provide on-grade, two-way transit lane to extend from Front Street to Railroad Avenue. 6. Reconfigure bus shelters to accommodate revised transit lane design. 7. Adjust Chamber of Commerce Building to accommodate new transit lane design. 8. Reconfigure landscape design to accommodate new transit lane design. 9. Eliminate single-lane road with parallel parking stalls along western edge of new parking area connecting Front Street to Railroad Avenue. 10. Extend western property line 28 feet. Revise legal description and survey to reflect change. 11. Provide geotechnical assessment of new design-build parking area. 12. Provide estimating services to encompass revised design. Attachments: . Schedule . Final Design Scope of Work/Budget Port Angeles International Gateway Transportation Center FINAL DESIGN SCOPE OF WORK/BUDGET Architectural & Engineering Services M+P ~, Parametrlx NWT Erickson, " Tres West Bright' '" Acker Consulting Landau l ' <', 'J'>' < , , ' , Architects, ' " EnvlronJClvilJTransp. Survey/Civil Consl Admin. Landscape/Urban Design , MechJEJec. Structural Cost Estimating Geotechnical TOTAL " " ",< ,'<~ -s :' " l/; 'l l!', .) , ' !', , Labor DollarS' Hours Labor Dollars i d' e ~Hours <~,,' : L~~ Dollars' Hours : Labor Dollars , Hours . Labor Dollars , Hours , Labor Dollars Hours : Labor Dollars ,'{ , , " , ' ,Hours , Hours ! Labor Dollars : TASK 1.0: PROJECT MANAGEMENT 0 0 ! TASK 2: Schematic Design Revisions 0 0 SchematiC DraWings DeSign Presentation Meeting DeSign ReView Meebng EnVironmental Report TASK 3: CONSTRUCTION DOCUMENTS 30,090 6,000 4,200 600 0 40,890 Perrmt DraWIngs , QC/QA ReView ! , Perrmttlng Coordlnabon , Subtotal Labor 0 0 0 30,090 0 0 0 0 6,000 0 0 0 4,200 0 600 0 40,890 Subconsultant Mark-up (10%)" 1,080 1,080 Reimbursable Expenses 0 I TOTAL COMPENSATION 0 1,080 0 30,090 0, 0 0 0 0 6,000 O' 0 0 4,200 0 600 41,970 I NOTES: 1 Compensation may be redistributed between tasks upon Owner's approval 2 Subconsultant mark-up does not Include fee for Parametnx I I 040804-Pt Angeles Amendment 6 Memtl+ Pard'nI 41812004 /, / '...... Port Angeles International Gateway Transportation Center Schedule ~ DATE: 03/15/04 Tasks Duration in Consecutive Days 436 03/22/04 06101/05 "fr~ -:.~;2tj~~Mlri:~Xift~ <::".[t.,~,.,r,.~-~ ~\I~Uy.1"'t"::0oi!1-.L-<<'"^Y &\-7 '2:-~~~ i~A~j-;; 1 Team Meeting 0 03/22/04 03/22/04. ~J8ml:!tl__~~~-:t:*~~~";->;!.-",~ .~~~t~ 2 Drawings to Team 0 03/22/04 03/22/04. ~~~~~~~~?2-~'j, ;.~':. <"I' 'Zl! ~:~"5'~t%..~#"17;c;; "- U. ~~ :lE:..y>eiti'~a~:~~;;; 3 Construction Drawings 98 04/05/04 07/12/04 :;' i~:;;;;;;;;;b;'~;:-'~~~"""''"~~ 0 !ll!:~:;;/04x", ll[,~~ ~!lIlIIIi~!~I",! ~.~\lB;'.r ~~~~~ ~i1$t;~1~ i- .-.. ~~_:v ..j-~~:~'lIIRi~;~i~~~ 5 Drawings to Owner 05/10/04 05/10/04 ;: E. E r=:=:~:::=- :: -~:~~= ~'~ . :I:=E~ -- ... ~- ~~ =""~w_._~ ,.~~ .." _ ~~_;_I~~ 9 Port Angeles Status Presentation (06/03/04 06/03/04 ~ . E . ~ .- .~~~~ f.!'f4.~ ..ti1J~ "'~'t( 10 Coordination Meeltng 06/04/04 06/04/04 -1 --1 ;. dIf" - l'Bi".~lLiJY,~l~ ~ itIl.r-"" ---=--- ~~lIIIi:i~~i1BiIEIIII'lI 11 Final Estimate 06/21/04 07/05/04 ~ . , """""" """"",,-~J(';V4"'~ ~ -.." 'nDI': 12 OA / QC 7 06/21/04 06/28/04 ~ ~iIT ~~~~- ~....,_,...-..-....,.,..,...".. 13 Final SpeCifications Due 0 06/21/04 06/21/04 -- m~ r -il ~ 14 100% DraWings and Calculaltons Due 0 07/12/04 07/12/04 ~"W~_""..."""'''''........ _ _~~ ~a~~ Z'.u.....__ MI\ ~- ~ 15 PermItting 25 07/05/04 07/30/04 ~:~'lt~~'tJl.:j;,~~~'i'''''O ,~~~~ 16 Bidding :28 08/02/04 08/30/04 ~.., ~ ..."'~~~~~ .,~~.~ --~"%~ ~ 17 Advertise for Bid 0 07/21/04 07/21/04 E . ~"~.-..rrl_""","'_'~fill<~~:t~ ~ ~~~_mr ~~m:tlf 18 Prebld Walk-Through 07/30/04 07/30/04 ~~..--.r__"'"",L~~{Z';~~ ~~~~:~ 19 Addendum 08/13/04 08/13/04 ~~"~~~~?_,.ii~~ffig'~,,,,"'X~~~~~ :i~~~ ~~~~~ 20 Bid Opening 08/27/04 08/27/04 ~-~~~~i"l~9'<~...l1"'fCi&:l!'~{'~ ~'ftIiE .........-.,. ~""''''1!!I2'i'''~"'''''~ 21 Bid Award 0 09/01/04 09/01/04 ~_ _<r...~;_ -~dM~~0f~ ~~~;mc.;rir'~ ~~_~lII105........ 22 Contract NegotIatIons 30 09/01/04 1 % 1/04 ~~~'13t: ~~jfJ"~'i.f:!i?>>J.;;~~:.-:m'::~~~ ~~~~~~ 23 Notice to Proceed 0 10/01/04 10/01/04 -- i30~~~~"""a:J.~~,',;C~t~l?'; ~~~~"f~:~ 24 Construction 243 10/01/04 06/01/05 ; "Rf!I:""'~_"~.di'tM!fatl.w;.~~"y.-~V-;:::,,,,,"~.ili.1$~,.':"'1I;!J~ ~~-:W ~~ ~ ! ~'.dL~~~~~R!f~ ; March Start April May Fimsh June July August September 8/9 8/16 8/23 8130 9/6 9/13 9/20 9/27 10/4 10/1110/1810/2 11/1 11/8 11/15 11/22 11/29 12/6 12/13 12/20 12/2 3/22 3/29 4/5 4/12 4/19 4/26 5/3 5/10 5/17 5/24 5/31 6J7 6/14 6/21 6/28 7/5 7/12 7/19 7/26 8/2 1 ; ; i ~I ~ . 1 , ; . , : E 1 ; i -,- 1 1 :i~:~i: ' ' _~__ T .,' ~=I m:......,j""""" i ,- ~ E' . ~~_~_.nr ~i-:-;~ . "i . BIIE~m!!'I~1 -:::I:I::t:;:~:l-;~j~I~~~ ~1~!~I: ~'~:I~:~l!':~ ~l~~~:~I~:~I~!~!~ E, . ~~~1~~~ E ~E~;mRllm :1:1:1: ';. :;'.: .; ~~I~~' , : -! 1 , 1 1 , , , l l ! ~ -. , 1 . :I:t ~E!iIiIl!l1~:!!lm: . . : 1 T 1 j , ~ ; '. ! : ; ~ : ' E i ~ 1 j j , October November , ; : 1 , ! 1 1 ~j:"~~~ E :!iM! ; : ; ; 1 ~ . ; ~ . . ~ ~ : : ~ ; , : . . ~ ; l 1 1 , , 1 ; E ; ~ ~ E . . , : l ; : ~ . , ; 1 , iIm~_1il!1ii1:_ !II!ft;Hill:liillit1lill i 1 1 ! .... -~:~I!lliiII'il:-E~E-~i~j~j-i\'iB1Jll: . '. . . . . . . . . !!l'lIIl:ftIII!:_i.. ~:i?l!Ill~~i~~BlZ .~_i, '!ilil.~"W ~:iliIlB,_;tmll[ . 'r"""'T"-" ; 1 j ; ,i iili'iiE _~~&ll1: . : , ; 26 27 128 129 [~_,;;:~;v<~-'A.l'}:;';:'~~'~w,:-\,y....~~~;&~ ~~~~Jf.Ci ~c~~ ~ i E : ; E 1 T 1 , ; 1 ; ; . ~ ~ ~ ~"i!"1>"."~~&'~~":~'1~~~ T T 1 . i ; ~~~"\",~'.c~~iT~~~~ ~~~ ~ ~l~j !HiIj._!....~ '~~".~ ~ .. . T . ~""' !!ftt~~f"".........~~-~?:f~~:l::;:u~~~~~~}~~.....~_.- ~~.~;r~ ~ .~~~~~~. ^~~.~~ 131 - = ",j",,,,,,,,;,,,-,=:~ 1 , j ~T~- ~1~'==j--~ ~:~j~1-'-u ~..a' ~..1~~Jyv""i~~~~Y"~,, -'~".... ~W!.'~~~~;;;k:::;:r ~~~lill:..< i:ll~~~ ~,~:n"<<<:~ ~~-L{ -;t?+ ~r~~~:~~~ ~jli:.~.G:..:ii:U:~~~ ~~~i~-=~~ ~:~~~i~ ~i~i~i~:~ 32 ; ;; ",. E E E. E !; E; l ~'t'"".:2'~,-,> ~t~""": 1":S:J-r ~,<""~.",-~--=: ::.:L,",'M:'__~::"'~: iE';0r~~ ~~~~ ~,,::'~~ ~i~i~i~ EtZ:j'lb2::!s:::::r~i~ ~i~!~E~ ~~:'li::3El~r:~~ ~~ITE:ET';;:!==--!~ c '",ILc"~ ;.; -~- ~ -- ~,--- =---=:~.::::::.- :..:: .:...:-=-=:--= -- ---- =---=-=- -~ ~~:=::._--::::- : ~ 7_;',= ---= ___: !:::-;---- ~::;:.::;::~ :;:':'=~==1=--=~==~== ==1--==- --=- : --C z::=;-------=j-::.:=f2" ------..:.;-:5~~~==~== C=::;::'-'=f- ~~-~~~~==~=--~;~~~;-~-- -~=:.~;~--~~~ ~-:.- ---~-:.~-~~~--- ~~~~;-:. ~- ~---::~-_:~. ~--: --; ~~=~~!~=~:~~:~~~~I=- :.!;~-;~=-i -~- --==;;~~;---;~~ ~ ~~~~~':~ =:~~ ~=I~~~::--";::~]---~ ~~:~'- - 36 :. . '" =:::. ~=~~-~- _::...-_-=--=-=---=- _-~.:..:::...---.- -=--=-=-_ -=.--:-.-= ==--~ - _ -=-.- _ ~. :::::.-=-~ _-=-=- - --=-_=--=--=-=- -- ._ -- _ -- .-- -:-~~;--= =__~ =-=-=_:-___. _ __ _h _-=;-==::=-==;=-_-_=_ =_-=-==== ~=:== =:.-=-i=-==~=- -~. _ ~ December May-OS Jun-05 , :t~ 5/2 5/9 5/16 5/23 5130 6/6 6/13 6/20 6/27 : ::1= ; ; 1 " ,:~llI[ i T T +.~!! ~ . 1 ! , 1 ~ -,- ~~I~~!~; , ~ "'-='- E , : , , ;;~ , ; ~ j ':<l~ _j_:iII1IlI111'!il1il1_ ; ; i ~ ~ j i ~- T i ; 1 i ; . ; 1 . i E ; : ~i!it1l!l!l!I!IIIli'I~1l!B . i' : " :.: -';;'j'~" ~;I'ii'a~I'!fi;_ ~~~~~.~!I!!lli!\:i ~i~~_;U'B '~ E 'E E E" ".;1!".: """"'ir~~~~~iD' ~f'~~1'er"['Tf^'l!'!i.,g ~~~.l!';"'~!~ ~;;m~~;~;!'.ft, ~j~:~'~~~ ~;TI~~I''-~:~7iI -)~--_ ::i:~~~~~ :l:i~c_~~;~!~ :1~~~;:I~ . .c ,. c_~J-' .~ i: F(~ ..~' . C:~~i. ~ ~~..-""~~~~.l\!'~~'*''<;j aI:\IB~llEi!I~ ~1~;m!"1~ i ~ i 37 701-3116..Q01 ~ ;=---t~:r-~~_ _~ -~ .-- ---. - - - : ; ~ ~ ~ -'..' X',-.'" . ~~~j~F~ -,- - _L ~L2~~ ;8c~;~:E~~ :!:i=:[:~ -, ;- - -j.- -.-- ~:-_-:... -- -.~-- =--- .,.:-- ~:..,..- 4/8/2004 ~ '~ ..,.,.."""",,,,~ .(iI'. i I I J I ~I . .15\:Ill Port Angeles International Gateway Transportation Center Schedule DATE: 03115104 Tasks April I May I June July 0~2~9~~~OY11~~lm~~~~mm2m9~ August I September I October 1 November 812 BI9 8118 Bfl3 8130 9J6 an3 Ql20 9IZT 1014 101f110t181onJ t1N 1118 11115 11/22 11 1218 12/13 12/20 1 Start Finish March ~ _ '- :s-.. 19 05r.9KM o 06/28104 ~ _l December I ~''r -I~ 11~:;;~"ttt 04I2SI04 .mE i '6"'~ :-=E5 . i ,"'-I"""'F'T ~J-i~ .~ .....: ~~~I~~= 19 05110104 ~5r.9/04 11)li!!:!l",,- . !it"~ 061\)3104 06103104 I '" OOKMI04 06IIl4I04 I .~- .~ . ,;;:liJ'i&"I::mlF';:;~I""""""""'''' I ~ # .-'1' I ~.;p:t:t:I~~' """-i$ll I I l-i-~~bm,[ i . ~.'" ~ -""''''~ . ....""""", . i ~"I.~ ~- '.. ~-il~~~~ '26 ~li<f I........""""""'"'~ ! I",_nm-i ~.j~~ i !~ '1SiIO;::;:. I i I I I I ,-..., _. ! I I ... ,=-:~J- I I 71)1..3116-001 r- r---CT;. T'] ;;:~ I I ..-", ,"'.."", q "j- i ~"";.,, ""'~ l- -~ ,,,....,k.... i 418/2004 . \ C[a[[am rrransit System 830 W. Lauridsen Blvd. Port Angeles. WA 98363 (360) 452-1315 1-800-858-3747 WA FAX (360) 452-1316 Passenger Assistance: (360) 452-4511 August 4, 2003 Gary Kenworthy City of Port Angeles PO Box 1150 Port Angeles, WA 98362 Dear Gary: ~ Enclosed is a fully executed copy~6f Amendment No. 5 t~)he Agreement for Architectural Services for the G'ateway.project-forYOCfffile. RL Sandie Barnhart Administrative Services Manager Encs. ." .' AMENDMENT NO.5 to Agreement for Architectural, Engineering and Construction Review Services The Agreement made between Clallam Transit System, a municipal corporation, together with the City of Port Angeles, a non-charter code city of the State of Washington, hereinafter referred to collectively at "Client," and Merntt+Pardini, a professional corporation, hereinafter referred to as "Consultant," dated July 1999 for the purpose of providing planning, site selection, environmental assessment, architectural, engineering and construction review services In the design and construction of the Port Angeles International Gateway Transportation Center is amended to reflect the attached scope of work for the revised parking and transit lane design (Exhibit A) at a total cost not to exceed $251,032. ThiS amount includes a subconsultant markup and reimbursable expenses as follows: · Consultant shall be compensated for the cost of subconsultants in an amount equal to ten percent (10%) of the subconsultants' fees The total amount of this markup shall not exceed $10,615. · Consultant shall additionally be compensated for reimbursable expenses. Client and Consultant agree that the estimated maximum amount for reimbursable expenses required for this Additional Service is $9,850, which includes, but IS not limited to, document printing and reproduction. Travel time and reimbursable expenses shall be incurred in a manner that is most productive and least expensive for the Client. The maximum will not be changed without the prior written consent and approval of the Client. IN WITNESS WHEREOF, the parties have caused this agreement to be executed by their respective officers on the dates indicated below. City of Port Angeles _ By' ~?7-~ -- Mayor / Date signed: ? - /" (-c::> .3 ' I Approve:to.Form/~ Craig Knutson ....... ~ Attorney to the City of Port Angeles Date Signed: 7/2-/0 ~ , / Bscl{y UptOFl C. a ro l City of Port Angeles CI By: Date signed: Date signed: 7-Cl- 1- O~ Craig Mill Attorne 0 the Clallam Transit System signed: 7 / ~I ) D "> I ( Date signed: ?/O 0/0_:3 '. EXHIBIT A SCOPE OF WORK FOR ENLARGED PARKING AREA AND REVISED TRANSIT LANE DESIGN The revised scope of work for which Merritt+Pardini and its consultants will provide architectural and engineering services includes the following: 1. Develop schematic drawings (plans and sections) showing additional parking area and revised transit lane. 2 Expand the existing below-grade parking area between Front Street and Railroad Avenue 120 feet to the west. 3. Provide structural lid over new parking area. 4. Relocate transit lane to top of structural lid over new parking area and reconfigure to allow loop access from Front Street. Provide stops for six buses. 5. Reconfigure bus shelters to accommodate revised transit lane design. 6. Reconfigure Chamber of Commerce Building to accommodate new transit lane design. 7. Reconfigure landscape design to accommodate new transit lane design. 8. Provide new single-lane road with parallel parking stalls along western edge of new parking area connecting Front Street to Railroad Avenue. 9. Extend western property line 28 feet. Revise legal description and survey to reflect change. 10. Provide geotechnical assessment of new parking area. 11. Provide revised environmental data for submittal by Clallam Transit. 12. Provide estimating services to encompass revised design. Attachments: . Schedule . Final Design Scope of Work/Budget Port Anaeles International Gatewav TransDortation Center FINAL DESIGN SCOPE OF WORK/BUDGET ~c' ~, ll!Jln~' " "', , , > i, , '~,' , ' " ,,', <'?' ',' { ff' diJ,' k'>,: TASK 1.0: PROJECT MANAGEMENT I TASK 2: Schematic Design Revisions Schematic DraWIngs DeSign Presentation Meetmg DeSign ReView Meeting EnVironmental Report ,> t 'Hours > ' Dollars 208 16,833 98 7,071 6 545 16 2,049 metriX ' NWT ~ ""Jira~p.. ' SUrvey/Civil Canst. i '~A ;f~ ,,:k :~, A,~, ,>..,: ^, > ~ i Labof...OOUarS; a -' ~Hoursk&,*kLabor~ ' I w, ~!f~' 2,,'"'' f{"'% ~i~~'A' ~";' :;~\ff;;" ~ri(:k$o " ,We$tt ' ' ;k4ri,9bt . '>! 'Z'f{A(:~r ns,~~ing : u ' ',,, ,,7; > " >., ape(U " .' ,hJEI~. ,:" ,',St~ral '.; C imatlng .',', I, : TC;>TAL ' " :s :$k> ~,~ ~ a ': " ',>j}'''~^ ;, AA ;:"';A' ~v:: , ">. ,>-'A '- ' ,""", ,_ .. ,~ ,~ ,J!!,;di!.""""...~, ~'"""""'" ."_. "" c. c,~' L 208 16,833 120 11,665 TASK 3: CONSTRUCTION DOCUMENTS Permit Drawmgs QC/QA ReView Permlttmo Coordination 1,418 74 16 2,000 0 29,468 90,988 6,910 938 125,334 0 31 ,468 6,500 1,000 7,703 139,537 0 32,468 o 700 121 10,350 48 4,200 428 39,677 80 10,000 11 9,750 ___~l ----->~ 2,116 20.?~ -- Subtotal Labor Reimbursable Expenses Subconsultant Mark-up (10%) 1,836 o 700 121 10,350 800 48 4,200 800 428 39,677 500 80 10,000 250 11 9,750 2,444 233,479 : - 9,850 7,703 9,750 251,032 TOTAL COMPENSATION 1,836 o 700 121 11,150 48 5,000 428 40,177 80 10,250 11 NOTES: I 1 Compensation IS hourly not-to-exceed Hourly amounts shown are an estimated averages only 2 Reimbursable expenses and travel are eslimated and actual expenses Will be billed 3 Compensalion may be redlstnbuted between tasks upon Owner's approval I PortAngelesBudgel worklng-dCorrecled Memtt+Pardlnl 6/24/2003 5. 5/1 - ~' Merritt+Pardini A Pamlll~tllX CqlllpallY Architecture l)rban Oeslgn Plannlnlj Intenor Oeslgn RECEiVlEO .Il.l N 2 5 2003 June 24, 2003 Mr. Dan OIQuillQ Qeneral Manager Clallam Tn~nsit 830 W es~ Lalmdsen Boukvard Port Angeles, W A 98363 Rc: RClll#cst fvr Additional Scrviccs Port Angeles InternatIOnal Gateway TransportatIOn Center Merntt+Pard1l11 701-311 ()-OO I Dear Dan, The enclosed additIOnal services request represents the cqrrecled Amen<,iment No.5 to our eXisting Agreement for An:hitectural, Englneenng and Construction ReView ServH:es dated July 1991J. It Includes the reVised scope of work, tee proposal, and estimated sche<,iule tQr the addltwnal services reqUired tl) complete the Port Angeles Internatll)nal Gateway project. As you review the Intormatlon, ted tree to call me If YOu have any questions. If you approve, pkase l,lblall1 the necessary signatures on both COplt'S and return them to me. We wlll1hen senq yl,lU a fully exewleu copy tor your n:corus. _ -' - J I apologize for any Inconvemence and Wish to restate that we have enjoyed i)aruclpatlng In " thiS slgniticant prl)Ject to n,Jrther l,ieve1op qQwntown Port Angeles ~nd, along wllh YQU, ,~re IOQklng tQrward to llS completIOn. Greg Benton Project Manager 1119 PaCifiC Avenue Encl Suite 1600 Tacoma, WA 96402 (253) 363.6700 (253) 363.6726 Fax 414 Olive Way SUite 300 Seattle, WA 96101 (206) 622.9450 (206) 622.9462 Fax Members of The Amencan Inslltule 01 Architects 7 ( k r t 5.511 ~q. A U.A:t::~ ~ JJr I Merritt+Pardini AFtlTinerlx~ AId1it8::lure Urben Design :;;Uerbr~, 1119 Pacific Avenue Sutl& 1 flOO TatlOma. WA tl8402 (253) S8S-8TOO (253) 3ll3-8m Fax 414 orM! Way SuM 3JO s.eIIfe. WA 98101 (2!XS) 622-6<l5O (206) 622~ Fe Uembels at The AmerQn lnaOlUle of AIdllteds April 28, 2003 Mr. Dan DiGuiIio Clallatn Transit 830 West Lauridsen Boulevard Port Angeles, W A 98363 Re: Request for Additional Services Port Angeles Gateway Project Merritt+Pardini Project 701-3116-001 ~ear Dan, As requested by Clallam Transit, this letter outlines our scope and fee for providing computerized graphics for the Gateway Project. Scope and Deliverables Merritt+Pardini will provide computerized graphics depicting both the original transit center design and the revised design. These graphics will include the additional underground parking to the east with the transit lane above. Deliverables will consist of the following: · Si~ (4) 24- X 36-in. color-mounted presentation boards showing three (3) views of the revised design from different angles · Computer IDes (i.pegs) of the mount~ views plus four (4) additionalj.pegs of internal close-up views of the pl82'Jl and Chamber of Commerce Building · One (l) fly-through oftbe revised design commencing at East Front and Lincoln, heading down Lincoln, continuing across the plaza toward the north end of the Chamber of Conunerce Building, and descending the stairs at the north end of the transit lane to Railioad Avenue · One (3) panoramic views of the revised design taken from a point 100 feet above the transit lane, Railroad A venue and the comer of Lincoln and Front. · One presentation meeting in Port Angeles (tentatively scheduled for April 21, 2003) · One (1) CD containing all of the above information for your use !' . . Mr. Dan DiGuilio April 28, 2003 Page 2 ~;g Compensation <(l',Z)~ This additional service will be performed for the lump sum of~O. Per our 'Contract dated July 1999, reimbursable expenses are in addition to this amolUlt. If you agree with this, please sign both original letters and return one in the enclosed envelope. We are pleased to provide these images as a vehicle to better visualize this project Sincerely, e:: ji2 Greg Benton Project Manager - Encl 0~03 AMENDMENT NO.3 to Agreement for Architectural, Engineering and Construction Review Services 5.511-3 RECEIVED MAR 1 3 ?nn~ . t The Agreement made between Clallam Transit System, a mUnIcipal corporatIOn, together wIth the City of Port Angeles, a non-charter code city of the State of Washington, and Merritt + Pardini, a professIonal CorporatIon, dated July 1999 for the purpose of providmg planmng, sIte selectIOn, envIronmental assessment, architectural, engmeenng, and constructIon reVIew servIces m the desIgn and constructIon of the Po rt Angeles International Gateway Transportation Center is amended to reflect the attached Traffic SIgnal Improvements (Exhibit A-I) at a cost not to exceed $42,350 and SIgnage Improvements (ExhIbIt A-2) at a cost not to exceed $19,000. IN WITNESS WHEREOF, the partIes have caused this Agreement to be executed by theIr respectIve officers on the dates indicated below. City of Port Angeles Clallam Transit System By: ~ rMaYOr Date signed: :;2 e- /7-- 03 Date signed: Da e signed: ~. S. 0 ~ Approved as to form: ernl illcr ~- ~~~ A rney to the Clallam TransIt System Attorney to the CIty of Port Angeles Date signed: Date sIgned: Ol- 'fI-tJ!!> Attest: 'I .~\qG;.tb7;of"PQrt Angeles Clerk .t,\'~~ y ,Pllt;" "..,.f~4~1" ,,~. (\ \.. fj 0 1"- ....l-""obf... ,\ l,:4,,~<\JJ~ " \) " r , _, ......, "'~_ ..:~~ -,\ ",,<;~~'1Y"d"R/ligni"~ ',<{,~ .~ -...~'" o~ )11~;jfJI.., ot;J4~~~~~ ~?!':1< ;: ,\J :,<' .,;, ~':" J ' 1!~ '0 :', ..... q ~....\,tL~}I~l ':) j . ~.. tr I ~-' rr c ~~':t'~'" ~ ..,. ~ ~ ., .. q + l 'OJ'' .'. ~ rr, -- - -. ') ,r 'I' - ~ . ".. i " !i' ,..~, - - -c> _... _. oj ~ 0.' _ ~ \- ~ v"1J<tk':;i,.J../. :~, i .:.; r.\ <>.7~ '~' J;, O~I Cr) ::. .~ J" ~ I ;':..~ 4~~"'.<h fJ ~.. ~ ~ ": 1:"'; ~"'c '.. .. .\~ ".t-v9 un 1,..... -:- J ....';,l/d~\ ~:'o.)~ao911'\\;\ ~'I',,: ..,~/t")fll'~fG\\! ......'I,! E;/", J~ l) .. .~...\ ~~. f.' e~~^- DOWNTOWN SIGNAL IMPROVEMENTS EXHIBIT A-I SCOPE OF IMPROVEMENTS TRAFFIC SIGNALS The improvements for which Parametrix will provide the services noted in Exhibit B-1 include the following: Improvements are proposed at the following intersection locations: 1. East Front Street and South Lincoln Street 2. East Front Street and South Laurel Street 3. East Front Street and South Oak Street 4. East First Street and South Lincoln Street 5. East First Street and South Laurel Street 6. East First Street and South Oak Street 7. East First Street and South Peabody Street Work at locations 1-6 wIll generally consist of the following: 1. The existmg pole mounted controllers and cabinets will be removed and replaced. New units Will be attached to the same pole as the eXlstmg units. 2. New controllers will be Traconex 390 units meeting the latest Washington State Department of Transportation (WSDOT) Olympic Region specifications. All umts will be mterconnected using the eXIsting system. Existing phasing will be retained. 3. New pole mounted cabmets will be "G" model units with dimensions of 41" high X 25" wide X 16" deep. Cabinets will have sufficIent room for the controller, field terminal strips, 4 channels of standard detection, and 2 channels of emergency vehicle detection. 4. Equipment will be installed to detect vehicles on the side streets (Lincoln, Laurel, and Oak). The signals will rest in GREEN on East Front Street and on East First Street. Detection eqUipment may be wireless or hard wire video cameras, hard wire microwave units, or standard m-street detection loops. Improvements may mclude replacement of the wrre m some existing conduit runs as necessary to msta1l1ead-in wires for new detection units. CIty of Port Angeles Downtown Signal Improvements Exhlbu A - Scope of Improvements 999-2191-999 (04rrI) October 29. 2002 5. Emergency vehicle detection equipment (OPTIC OM) will be installed to detect emergency vehicles from all dIrections at the mtersection. Work may include replacement of the wire in some existing conduit runs as necessary to installlead-m wires for the new detection units. 6. Existing 12"-8"-8" vehicle signals will be replaced wIth 12"-12"-12" units using LEDs for the RED, AMBER, and GREEN faces. Units wIll be replaced m the same locations as existing. Work at the intersection of East First Street and South Peabody Street will generally consist of the following: 1. The existing pole mounted controller cabinet and service cabinet wIll be removed and a standard WSDOT pad mounted controller cabinet and semce cabinet will be installed in the same comer of the intersection as the existmg umt. 2. Detection eqUIpment, as noted in No.4 above, wIll be installed to detect traffic on all four approaches. 3. OPTIC OM equipment exists at the intersection and will be wired into the new controller cabinet. City of Port Angeles Downtown SIgnal Improvements ExhIbit A -Scope of Improvements 2 999-2191-999 (04rrI) October 29. 2002 . EXlDBIT A-2 SCOPE OF IMPROVEMENTS SIGNAGE The improvements mclude revisions and additions to existing destination signage within the City on SR-IOI, Front Street, Lincoln Street, and downtown streets leading to and from the Gateway/Ferry Landing area. City of Port Angeles Downtown Signal Improvements Exhibit A -Scope of Improvements 3 999-2191-999 (04rrI) October 29. 2002 ,,; 15~lce'--s F~~ C{a{{am ~ransit System 830 w. Laundsen Blvd. Port Angeles, WA 98363 (360) 452-1315 , 1-800-858-3747 WA FAX (360) 452-1316 Passenger Assistance: (360) 452-4511 December 24, 2002 R~CE~VED DEe 2 6 2002 Gary Kenworthy City of Port Angeles PO Box 1150 Port Angeles, WA 98362 Dear Gary: Enclosed is the City's copy of Amendment No.2 to the Agreement for Architectural Services for the Gateway project.. Regards, ~"'. : '-- "~ Sandie Barnhart Administrative Services Manager Enc. I (jta l~ I , ,~ ' , , / AMENDMENT NO.2 to Agreement for Architectural, Engineering and Construction Review Services The Agreement made between Clallam Transit System, a municipal corporation, together with the City of Port Angeles, a non-charter code city of the State of Washington, and Merritt + Pardini, a professional Corporation, dated July 1999 for the purpose of providing planning, site selection, environmental assessment, architectural, engineering, and construction review services in the design and construction of the Port Angeles International Gateway Transportation Center is amended as follows: 8.12.1 Travel costs, including reasonable transportation, lodging, subsistence and incidental expenses incurred by employees and subcontractors of Consultant while in a travel status in connection with Project work; provided. that air travel is only by coach class, that local travel is by bus, taxi or compact rental car, and private automobile expense at the rate of $.32 per mile allowed by the Internal Revenue Service. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their respective officers on the dates indicated below. City of Port Angeles , By: ~??'''c-- ---- , / Mayor Date signed: / t1' - /' - d z.-- . , / Merritt + pardi~r",---.._______--/ ~\~ Date Signed:~f{ . ( 5 . Cf?- Approved as to form: Cr' Miller orney to the Clallam Transit System Date signed: ~r~ ,,(,~\i"~~ Attes~~1- \" N \, ;;1' 1~. ~~'::j ,'" " \!.!. v iJ In t ~.V?.. \ ~~;- ",'"'i. t.t.J(t\.c'll:r~,~' ,; ,r '''~ ..~:: ~'''~:..\)r,)n, I \, ~ '" .. :: ""~' ~> " ; rtm:..' k f'f"'"{. , ; ~ .;; _ I j ,D,t;:~ Y U,P.1;"O ~, , '.~' ~ \{ '.) "'0:'t'. ~, ,,-.-;-;: 1\ C ~ .;.; ~ f~) J~! !!X qrPRrt~~ngeles lerk .... l~~'J 0 ..{;.it to', [0':..'1'.... "', <") ,,1{.>, " f ......" -:- \ ~\ \ ,,'~pte sj~n~d~ /0 - 7 - ()~ '" ',0", tl/~,;' < wi \1$ ""," _ ..r ,..... o~ ~ \~o ... ,(11 ,j.f1 "'~r'l.)~l'" \"\~ ~~ ~"'J ~l 15"/11 f'o"\ \) 'I tv....'" " I i 1,'1,., \ ,..t ~ ,'., ....... \ \ Clallam Transit System ~ - By," ~ Board Chair Date signed: /0 -ZI- 0 6- ~'<J~ Craig KnutSon Attorney to the City of Port Angeles Date signed: 10 / ~~r2._ "~4 r 5.5/1 -I AMENDMENT NO.1 to Agreement for Architectural, Engineering and Construction Review Services RECEIVED MAR 1 1 2002 The Agreement made between Clallam Transit System, a municipal corporation, together with the City of Port Angeles, a non-charter code city of the State of Washington, and Merritt + Pardini, a professional Corporation, dated July 1999 for the purpose of providing planning, site selection, environmental assessment, architectural, engineering, and construction review services in the design and construction of the Port Angeles International Gateway Transportation Center is amended to reflect the attached Scope of Work, Timeline, and Budget dated December 19, 2001. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their respective officers on the dates indicated below. City of Port Angeles Clallam Transit System By: - ~ Mayor Date signed: -;;2 - /,q - c> z---- By:~ ~~~~ Board Chair Date signed: ~ / y..- c7 2--- ~14- Date signed: ~~ , .r:i"1_ Approved as to form: , Date signed: / / 7.--g / 0--- / I f2 '(J~ Craig Knu~ Attorney to the City of Port Angeles Date signed: ~/~( /rJ'- I I Attest: ~~,p~O J.Jpro" ....,,",\ql\V 9f g~~.~~'g~Jes Clerk :,' o<\, .p~,,~..o:( / ~. '" " ,<> ',. ~' ';2l ()~ :~:'~,~~.>.Date~igne'9;~.? ,~ -,' - _ ~ ...;. ',; \?'-i.<: II., '~, ~~ ~~ .... ( - ~n .o-~ . co ,"," ~ 'v. q " 11''1 ". <J r tl .,. ~ -". .,.. a 7 t <. .,.,... .,. ;-~ ~~ ~ f\..Jt;. J ~ -^ ~ ~ . ~ :;.. " ':, ":0~","}'-') Q lCq .:: ..' 0 1\"" .~(.., 0 If_ ... '",,; .,\ I> .11.... "i...l.t.r~ <) .." i ......... .. '" 0 ,_ 'r:~ 0 ..... ..~ 1~..Q'Jo ~ I 1"~':<':"""e40", -f,'l .: .. l........~" (,1 oG;(l1l."~"D..;:~ .:," ". "S' -\ ~<. . ... l'iI ~. r " . . " . , 'f" Merritt +Pardini .!' Archrtecture Urban Design Planning Intenor Design December 19, 2001 PORT ANGELES INTERNATIONAL GATEWAY TRANSPORTATION CENTER PROJECT SCOPE OF WORK GENERAL CLARIFICATIONS AND ASSUMPTIONS 1. Scope of Work is based on an anticipated construction budget of a $3.5 million multi-modal transportation center, public plaza, underground parking for approx. 40 cars and related amenities. Projected timeline is attached. 2. Drawings during design will be provided as AUTOCAD drawings. Specifications during Design will be prepared by the Merritt+ Pardini design team and will include coordination and inclusion of Division 0 (General Conditions) from the Owner. TASK 1.0 - PROJECT MANAGEMENT A. Project Setup . Scope of Work preparation . Prepare previous work for presentation at Workshop # 1 . Administer project staff for project duration . Maintain project budget and accounting review . Monthly Project Reports . Maintain Project Correspondence De liverables: 1. Scope of Work 2. Project Schedule 3. Project Reports 4. Invoicing 12/19/01 1 , .,' J TASK 1.1 - PREDESIGN Objective: Evaluate Concept Design and confirm the vision, goals, design criteria, space program, and project budget. A. Workshop #1 (1 day - Concept Evaluation) 1. Present and review concept designs. 2. Confirm project goals and objectives from previous work. 3. Confirm/discuss desired facility image. 4. Confirm general project issues, opportunities, constraints and expectations. 5. Evaluate and test alternatives against building, site, and operations criteria developed in Concept Design. 6. Review conceptual site plan configurations and adjacency diagrams in conjunction with site plan alternatives. 7. Identify overall project budget. 8. Evening workshop for public input. B. Develop Predesign Level Cost Estimates Objective: Develop and evaluate cost estimate for alternative selected in Workshop #1. C. Concept Refinement 1. Refme concepts developed in Workshop #1. De liverables: · Site Plan . Images to convey concepts D. Workshop #2 (1 day - Evaluate Images to Convey Refined Concepts. Select Preferred Concept.) Objective: Evaluate refined concepts. Select preferred concept. 1. Test concept development. 2. Select preferred concept (or combination of elements). 3. Update Cost Model for preferred concept. 4. Evening workshop for public comment and input. 5. City council, PADA, and CTS Board presentation as required. Deliverables: (as a result of workshop) 1. Prepare final site plan drawing(s) of preferred concept showing the proposed development of structures, driveways, landscaping, utilities, storm detention and other significant site elements. 12jl9/01 2 \, . I', 2. Prepare final cost estimates, schedule, drawing package, workshop notes, for inclusion into a Design Report. TASK 2.0 - SUPPLEMENTAL SERVICES A. Environmental/FTA Coordination 1. Confirm all reviewing agencies j departments having jurisdiction. 2. Confirm required site permitting process and adopted standards f ordinances, etc. 3. Confirm drainage requirements. 4. Confirm NEPAjSEPA process and timing as needed. 5. Attend pre-development meetings with review agencies to review preferred site development altemative(s). B. Geotechnical Work (See Landau Scope of Work) 1. Plan and provide field work to include borings, test pits, etc. 2. Provide soils analysis and recommendations for foundations, pavement, drainage, liquifaction, etc., via a soils report. C. Survey 1. Prepare site survey as required to complete contract documents and design including location of all built elements, property boundaries, and topography for subject property to gutter line on far side of adjacent streets. D. Phase 2 Environmental Investigation 1. In combination with geotechnical exploration, investigate site for presence of contaimnatedjhazardous materials. Submit report documenting findings. . TASK 3.0- DESIGN A. Preliminary Design Submittal (30% Complete) Objective: Provide a 30% design level submittalfor review and comment by Review Committee, Authority Board, and City Council. 1. Draft soils report. 2. Survey Coordination 3. Prepare 30% design plans. 4. Submit to Owner for informal review. 5. Prepare 30% cost estimate 6. Preliminary design. 7. Draft Reports (soils, drainage, structural, etc.) 12fl9f01 3 r .,' . ,'. B. Progress Submittal (60% Complete) Objective: Provide a 60% design level submittal for review and comment by Review Committee and/ or staff 1. Progress plans 2. Progress specifications 3. Progress cost estimate 4. Progress submittal review C. Complete Design Submittal/Permit Submittal (95% Complete) ) Objective: Provide a 95% design level submittal for review and comment by Review Committee, Authority Board, and City Council and for permit submittal. 1. 95% complete plans (Permit level) 2. 95% complete specifications (Owner to provide Division 0 "boiler plate" portion of specs) 3. Calculations as needed for each discipline will be provided (Pavement calcs., structural calcs., lighting, energy, etc.) 4. 95% complete cost estimate 5. 95% design submittal review 6. Final Reports (soils, drainage, structural, etc. for permit level) Drawings, specifications, reports, etc., will be submitted by the Merritt+Pardini team. The Merritt+Pardini team will be responsible for all permit applications, submittal handling and delivering, contact with plans examiners, coordination, etc. Merritt+Pardini will provide support in answering questions, responding to review comments according to the level of effort outlined in compensation matrix. D. Final Submittal - Bid Documents (100% Complete) Objective: Provide a 100% design level submittal for review and comment by Review Committee, Authority Board, and City Council. 1. Final plans 2. Final specifications 3. Final cost estimate Final documents may not reflect responses to permit submittal due to timing of plan review. E. Contract Document Bidding Objective: To provide bidding services to Owner as outlined below: 12/19/01 4 . " 1. Respond to questions and clarifications from bidders. 2. Respond to substitution requests. 3. Prepare and distribute addenda to plan holders as needed. 4. Attend one pre bid meeting at project site or City facilities. 5. Assist Owner in evaluating bid results and in evaluation of low bidder credentials. TASK 4.0 - CONSTRUCTION ADMINISTRATION Objective: To provide construction administration services as required to confirm conformance with the contract documents. Scope of work: 1. Weekly site visits and weekly structured meetings, at least through the critical construction times, and bi-weekly otherwise. Meeting minute recording at site meetings are assumed to be provided by General Contractor (GC) or Owner. 2. Review of submittals and shop drawings 3. Response to Contractor's request for information and clarification 4. This task will be performed on a on-call as needed basis and will be billed on a time and material. 12/19/01 5 Port Anaeles International Gatewav TransDortatlon Center FINAL DESIGN SCOPE OF WORK/BUDGET Arc.hltectural & Engineering Services M" parametrb: L....dbergAtd1!tKts Nn Nakano DennlJ TruWut ...... GNO ...... . Atchl.cb EnvlronJCIvlIJrran!Jp local ArchJConstr Mgr SurveylCMI Conn Admin LandJCapel\JrbanDnlon MKhJElac ,""'.... CO$lhllmatlng Geotechnical TOTAL """" ,-""'"" "~ LIIborDolbf$ """" ~""'"" """" LaborOolbf$ """" LaborOollaf$ """" ,-"""" """" LaborDollaIS """" I LaborOOlbIS """" Labor Dollars I - i-ASK 1 0 PROJECT MANAGEMENT - 84 9240 30 3300 56 .'60 1------. 170 1870000 TASK 11 CONCEPT DESIGN t- 236 24,98000 w p", ,. '440 4 480 i W'"" .1- Confirm PrnnIPrFIhm Concenl 24 3000 12 1.... Refine Gonce tls\ 40 3600 12 " W'"" .2 - OevekJo Cont:erts 24 3000 12 ,... I FinalIZe Conce 48 4560 12 1320 12 1140 12 1,080 20 -61 CounCIl PresentatIOn I. 2000 4 480 I I I I ! ASK 2 0 SUPPLEMENTAL SERVICES 37,44000 EnVlronJFTA CoordinatIOn 8 880 24 2880 f-- Phase 2 Enwonmental I Geotechmcal Reoort 12 1320 ~ 14400 SUM" ,. 1760 '.200 I -- f-- - '---- -' I I ~o-oo TASK 38 FINAL DESIGN SERVICES 2140 DesllJn30% 96 8640 " 3040 " 2880 20 1.800 40 3800 112 10640 1-- DeslOn sook 124 11160 48 4,560 56 5040 24 2160 5. 5320 142 13,490 -- Deslon 95% 156 14040 56 5320 52 4880 " 2880 12 .... 164 15,580 Deslon 100% 112 10080 40 3.800 24 2,160 I 24 2160 56 5320 124 11780 Soet:lficallons 42 3780 12 1,140 24 2160 12 1080 24 2280 32 3,040 - 1---' Inlenor Deslan 40 3800 12 1080 .1-- I- Cost Esllmales 24 2160 0 0 0 641 7680 Permrtbno 12 1080 8 880 48 4.560 4 360 0 0 ad 1. 1440 8 880 36 3,420 4 360 12 1320 12 1,320 1:: I -f== SUBTOTAL I- 282,11000 CONSTRUCTION ADMINISTRATION 36 3420 84 I- TASK .. 120 10,800 3420 240 21,600 " 3040 36 7.980 16 1,520 564 51,78000 I .-- -- .r: Subtotallabot 1030 1 97 780 306 30,540 624 I 58,720 0 16,200 164 14920 ~ __ 702 63 830 _ 72 f----lEBOOO ~ 15920 3,110 333,890 GO Subconsultant Mar1l;-up (10%) 23611 I - I 500 I 2361100 Reimbursable Ex nses .500 2.200 I 2500 800 I 800 ~~ -- --- 13,55000 I I TOTAL COMPENSATION 1030 127,891 50. 32740 .241 61,220 01 16200 164 ! 15,720 2961 29,100 702 64,330 72; 7930 1.1 15,920 371 051 00 -- --- - - -- -- NOTES 1 CompensatJon IS hourly nol-to-exceed Hourly amounts shown are an estimated averages only -. -- -- -- 2 Rell11~rsable expenses and travel are eSllmat-ed and actual exoenses Wid be b~led - -~ -- --- - ---- -- ----- 3 Compensation may be redlslnbuled between tasks upon Oovne(s approval ___n ----- I PortAngelesBudgelrev rl$ UemtI.P.nhnl 12/19/2001 ,- , . Port An~eles International Gatewav Transportation Center DRAFT SCHEDULE I October 2001 I January 2002 1 April 2002 I July 2002 1 October 2002 I Januarv 2003 I Apnl 2003 10 Task Name Duration Start Finish 9/23110/28112/21 1/6 12/1013/1714/21 15/2616/301 8/4 I 9/8 110/13111/17112/2211/261 3/2 1 4/6 15/11 1 PROJECT MANAGEMENT 199 days Thu 11/1/01 Tue 8/6/02 I I ; 2 CONCEPT DESIGN 36 days Tue 1/1/02 Tue 2/19/02 I I , 3 Workshop Preparation 12 days Tue 1/1/02 Wed 1/16/02 ~ 4 Workshop #1 o days Thu 1/17/02 Thu 1/17/02 : ,~ 5 Refine Concepts 9 days Thu 1/17/02 Tue 1/29/02 [ ,II 6 Workshop #2 o days Thu 1/31/02 Thu 1/31/02 7 Finalize Concepts 14 days Thu 1/31/02 Tue 2/19/02 , 8 SUPPLEMENTAL 107 days Mon 9/24/01 Tue 2/19/02 I 9 Geotechnical 32 days Mon 9/24/01 Tue 11/6/01 ! i 10 Survey 32 days Mon 1/7/02 Tue 2/19/02 I I ~ j ,- ! 11 FINAL DESIGN 141 days Wed 2/20/02 Wed 9/4/02 i [ I . 1 12 30% Design 24 days Wed 2/20/02 Mon 3/25/02 r&-m I -~ 13 60% Design 30 days Mon 4/8/02 Fri 5/17/02 , I I I ~l. 14 95% Design 36 days Mon 6/3/02 Mon 7/22/02 , i I i CT ReView Tue 7/23/02 Fri 8/9/02 [ I 15 14 days " I " j 16 Bid Documents 18 days Mon 8/12/02 Wed 9/4/02 ! - , I 17 BID/NEGOTIATION 22 days Wed 9/4/02 Mon 1017/02 : I r ~ 18 Advertise o days Wed 9/4/02 Wed 9/4/02 , I ~ 19 Bid Period 16 days Thu 9/5/02 Thu 9/26/02 I 20 Award o days Mon 10/7/02 Mon 10/7/02 I ~ 21 CONSTRUCTION 171 days Mon 1017/02 Mon 6/2/03 I Il. I 22 Construction Period 150 days Mon 1017/02 Fri 5/2/03 , ~'lU:'iJiJ!.~'i" - ,.', :m~'-"~:Mrn,T '""'h I , "'"~!l;it ~~ ;j,<!t.:~...';'it-4 I '. , 11 ,..f"-<"'. 23 Closeout 21 days Mon 5/5103 Mon 6/2/03 I r~:I:?(~ I Task - Summary I I Rolled Up Progress Project Summary ~.U;,':1itJl: ~i~;lti-::'8'!.,o;:(f.R.l~l~l~ Progress Rolled Up Task ~ Split 111111111""'11111111111""11111111 Milestone . Rolled Up Milestone 0 External Tasks I.!t '-::, ~i';&~,f~~e::~'f1;"Ei€;t'Jd Draft Schedule-rev Merritt+Pardlni Wed 12/19/01 ;,:ro F7J4~R'"'''' ,..... ~~.. .,,--......., .~ ....~~......~_..........................._.. ~ :. COR \J t. 0 . N H 1: : C ~< ~, ~ n: L td l ..\ ~~ ~~ ( Filed at the Request of: 2005 AUG 30 Ar'j 9: 03 @ City of Port Angeles City Clerk's Office P. O. Box 1150 Port Angeles, W A 98362 11111 1111 II IIU III III ~ I ~ I 2005 1163926 ~~~~~ ll1terlocalAgreernent City Clerk File No.: t; 'SJJ Agreement between the City o[Port Angeles and ~ ~;)~ purpose:1fU ~D ~J' CtJ<<- Datedr/21rh ~h;;/41 . C[a[[am Transit System 830 W. Lauridsen Blvd. Port Angeles. WA 98363 (360) 452-1315 1-800-858-3747 WA FAX (360) 452-1316 Passenger Assistance: (360) 452-4511 July 20, 1999 Lee Pardini Merritt+Pardini 1701 Commerce Tacoma, WA 98402-3207 Dear Lee: This letter will serve as your notice to proceed with the Agreement for Architectural, Engineering, and Construction Review Services as of July 19, 1999. A copy of the fully executed Agreement is enclosed for your records. We look forward to working with you on this exciting project. General Manager DAD/sb Ene. cc: V&~ Kenworthy, City of Port Angeles Theresa Morse, FT A 5.5 J I Agreement for Architectural, Engineering and Construction Review Services TIllS AGREEMENT is entered into between the Clallam Transit System, a municipal corporation, together with the City of Port Angeles, a non-charter code city of the State of Washington, hereinafter referred to collectively as ("Client"), and Merritt+Pardini, a professional corporation, hereinafter referred to as ("Consultant"), for the purpose of providing planning, site selection, environmental assessment, architectural, engineering, and construction review services in the design and construction of the Port Angeles International Gateway Transportation Center ("Gateway Project"). RECITALS A Client intends to construct a new free standing Transit Center with tenant space, parking, and related improvements to be located in downtown Port Angeles on a site to be selected. The facility will be referred to as the Port Angeles International Gateway Transportation Center ("Gateway Project"). The proposed facility is to be a joint development by the City of Port Angeles and Clallam Transit System. B. Client desires the services of Consultant, utilizing the identified Project team, to undertake services for the planning, site selection, environmental assessment, architectural, engineering, and construction administration for the Project. Consultant desires to provide such services and assume all related responsibilities pursuant to the schedule attached as Appendix A and as set forth in its Response to Client's Request For Qualifications ("Response to RFQ"). Both Appendix A and Consultant's Response to RFQ are incorporated by reference into this Agreement as if fully set forth herein and shall control to the extent they are not inconsistent with the terms and conditions set forth below. THEREFORE, Client and Consultant agree that Consultant shall perform Architectural and Architectural related services on the following terms and conditions: ARTICLE 1 PREDESIGN SERVICES 1.1 Consultant shall perform Architectural and Architectural related services for selection of a site and development of a program and limited schematic plan for the Project. The program established for the Project shall be consistent with Client's construction budget for the Project. ("Client's Budget"). Upon their completion and approval by Client, the Program 201677 02 1 Requirements shall become a part of and incorporated into this Agreement. Consultant shall be compensated for these Predesign services as part of the fixed fee as stipulated in Article 8. 1.2 The scope of the predesign services to ~ performed by Consultant are as follows: 1.2.] Project Start-up 1.2.1.1 Project Setup/Mobi}ization 1.2.1.1.1 Scope of Work preparation and meetings 1.2.1.1.2 General project setup and administration 1.2.1.1.3 Collect and review existing drawings, surveys, reports and studies 1.2.1.1.4 Prepare previous work for presentation at Workshop #1 1.2.1.2 FTA Review (See attached DSV Scope of Work) 1.2.1.3 Routing Analysis (See attachedDSV Scope of Work) 1.2.1.4 Deliverables: Scope of Work 1.2.2 Predesign 1.2.2.1 The objective of the Predesign Phase Services is to establish the vision, goals, design criteria, space program, and project budget. Also develop financing plan and economic development plan. Evaluate and select a preferred site and preferred alternative design for subsequent direction into environmental work and Design Phase. 1.2.2.2 Community Outreach Planning and Implementation 1.2.2.2.1 The community outreach planning approach will utilize many forms of advertisement and public outreach methods. Consultant will strategize with Client's Review Committee to determine the most effective community outreach approach for this project. 1.2.2.2.2 Create a Strategy Memorandum outlining goals, objectives, and action plan. 1.2.2.2.3 Assist in implementation of an action plan. 1.2.2.2.4 The community outreach planning includes attendance and presentation at two (2) group meetings. 207b7702 2 1.2.2.3 Workshop #1 (1-2 days-Site and Concept Identification) 1.2.2.3.1 Present and review project givens 1.2.2.3.2 Confirm project goals and objectives from preVIOUS work 1.2.2.3.3 ConfIrm/discuss desired facility image 1.2.2.3.4 ConfIrm general project Issues, opportunities, constraints and expectations 1.2.2.3.5 Summarize information for use m programmmg document 1.2.2.3.6 Identify potential funding opportunities/strategies 1.2.2.3.7 Evaluate potential sites and determine preferred site 1.2.2.3.8 ConfIrm all current and projected crew and staff to be accommodated at facility 1.2.2.3.9 Identify overall project budget 1.2.2.3.10 Evening workshop for public input 1.2.2.4 Documentation ofIssues 1.2.2.4.1 Collate information for use in Predesign report and at next workshop 1.2.2.4.2 Document decisions made for subsequent use 1.2.2.5 Workshop #2 (1-2 days-Alternative Concept Evaluation! Refinement) 1.2.2.5.1 The objective of the second workshop is to explore and test potential site plan configuration alternatives incorporating required program elements including structures, parking areas, future development opportunities, storm detention, off-site work, etc. 1.2.2.5.2 Evaluate and test alternatives against building, site, and operations criteria developed in Workshop #1. Reduce alternatives to minimum workable solutions (2) for subsequent cost evaluation. .., 201677 rn oJ 1.2.2.5.3 Revi w conceptual site plan configurations and adja ncy diagrams in conjunction with site plan alte tives. 1.2.2.5.4 Eval te alternatives against proposed financing and econ mic development plans. 1.2.2.5.5 Eve 'ng workshop for public input. 1.2.2.6 Develop Prede ign Level Cost Estimates and Life Cycle Costs (See C3MG Sc pe) 1.2.2.6.1 The objective at this stage is to develop and evaluate cost models for each site development alternative sele ted in Workshop #2. It is anticipated that foll wing Workshop #2 there will be two or three basic site development alternatives, each with potential sub ptions. The cost model and life cycle cost will be dev loped and presented in Uniformat for 2-3 alte atives as follows: 1.2."".6.1.1 I 1.2.2.6.1.2 I 1.2.2.6.1.3 I 1.2.2.6.1.4 1.2.L.1.5 I 1.2'r.1.6 1.2.2.6.1.7 I 1.2.2.6.1.8 I 1.2.2.6.1.9 I 1.2.:2.6.1.10 I 1.2.:2.6.1.11 I 207677 02 4 Foundations (footing, piling, etc.) Substructure (concrete slabs, base, etc.) Superstructure (structural frame system) Exterior Closure (siding, windows, doors, etc.) Roofing (roof materials, flashing, gutters and downspouts) Interior Construction (wall construction, surfaces, accessories, etc.) Conveying Systems (elevators, lifts, etc.) Mechanical (HV AC, plumbing, drainage, oil/water separation, etc.) Electrical (power, lighting, generators, communications, alarms, etc.) General Conditions (Contractor's Overhead and General Condition Costs) Equipment/Fumishings 1.2.2.6.1.12 Site Work (utilities, storm drainage, site grading, landscaping, surfacing, etc.) 1.2.2.7 Concept Refinement 1.2.2.7.1 Develop alternative concepts and funding/financing! econ. Development plans further for evaluation at Workshop #3 1.2.2.8 Workshop #3 (1-2 days-Evaluate Alternative Concepts/Select Preferred Alternative( s)) 1.2.2.8.1 The objective of workshop #3 is to evaluate development costs and Life Cycle Costs for the two potential site alternatives determined in Workshop #2. Evaluate refined alternatives of the two preferred. Select preferred alternative concept(s). 1.2.2.8.2 Evaluate costs for previous alternatives 1.2.2.8.3 Concept Development 1.2.2.8.4 Select Preferred Concept (or Combination of Elements) 1.2.2.8.5 Test preferred concept against proposed financing and economic development plans 1.2.2.8.6 Update Cost Model and Life Cycle Costs for prefyrred concept 1.2.2.8.7 Evening workshop for public comment and input 1.2.2.8.8 City Council, PADA, and CTS Board presentation as required 1.2.2.9 Deliverables as a Result of Workshops 1.2.2.9.1 Prepare final site plan drawing(s) of preferred concept showing the proposed development of structures, driveways, roadways, landscaping, utilities, storm detention and other significant site elements. 1.2.2.9.1 Prepare final cost estimates, Life Cycle Costs, Project Costs, Schedule, drawing package, workshop notes, for inclusion into a Predesign Report 1.2.2.10 Financing/Funding Plan (see DSV scope of work) 207677 02 5 1.2.2.11 1.2.2.12 1.2.2.13 1.2.2.14 207677 02 Economic Development Plan (See Ravenhurst scope of work) Preliminary Site CiviVSurveyingffrafficlEnvironmenta1 (See PMX and NTI scope of work) Agency Review and Permitting 1.2.2.13.1 Research/Confirm Agency Requirements 1.2.2.13.2 Confirm all reviewing agencies/departments having jurisdiction 1.2.2.13.3 City, state, etc. 1.2.2.13.4 Confirm required site permitting process and adopted standards/ordinances, etc. 1.2.2.13.5 Confirm drainage requirements 1.2.2.13.6 Confirm critical areas information and requirements 1.2.2.13.7 Confirm zoning and existing site permitting (i.e., nonconforming or conditional use, etc.) 1.2.2.13.8 Confirm Land Use Permitting 1.2.2.13.9 Confirm NEPA/SEPA process and timing as needed 1.2.2.13.10 Work with review agencies to evaluate site development alternatives 1.2.2.13.11 Attend predevelopment meetings with review agencies to review preferred site development altemative( s) 1.2.2.13.12 Schedule: Confirm target dates for presentations, land use permit submittals, predesign, completion, and design! construction phases Committee Study Sessions/Council Meetings/CTS Board Meetings Decision 1.2.2.14.1 Attendance and presentation at two (2) committee study sessions during scoping and workshops 6 1.2.2.14.2 Attendance and presentation at two (2) council decision meetings and two (2) CTS board meetings 1.2.2.15 Geotechnical Work (See Landau Scope of Work) 1.2.2.15.1 1.2.2.15.2 1.2.2.15.3 Prepare preliminary data from available geotechnical and geological data Plan and provide field work to including borings, test pits, etc. Provide soils analysis and recommendations for foundations, pavement, drainage, liquefaction, etc. via a soils report 1.2.2.16 Predesign Summary Report 1.2.2.16.1 1.2.2.16.2 207677.02 The objective of the summary report is to offer a "Predesign Summary" Report documenting all information and decisions resulting from workshops and programming. The report will establish the preferred direction for proceeding with the formal design phase. The Report will be the minimum preparation of resulting documents, drawings, etc. from workshops. The report will generally contain the following: 1.2.2.16.2.1 Executive Summary 1.2.2.16.2.2 Introduction 1.2.2.16.2.3 Programming and Space Criteria 1.2.2.16.2.4 Preferred Concept Site Development 1.2.2.16.2.5 Project Budget and Schedule 1.2.2.16.2.6 Design Criteria-Site and Building( s) 1.2.2.16.2.7 Funding/Financing Plan and Integration Strategy 7 1.2.2.16.2.8 Economic Development Plan and Integration Study 1.2.2.16.2.9 Appendices 1.2.2.16.3 The report will include the following: 1.2.2.16.3.1 Draft Predesign Report and drawings for Client's review and comment. (Number of copies: (12) comb bound) 1.2.2.16.3.2 Final Predesign Report and drawings. (Number of copies: (12) three-ring bound ARTICLE 2 ENVIRONMENTAL SERVICES (SEE PMX, NTI, DSV, AND EYSAMAN SCOPES OF WORK) 2.1 Environmental Documentation 2.1.1 The objective of this phase of Consultant's Services is to conduct environmental analysis and prepare documentation to comply with NEP A, SEP A, FT A, and Endangered Species Act (ESA) guidelines 2.1.2 Environmental review for the project will be conducted to comply with NEP A, SEP A, FT A, and ESA guidelines, and other applicable regulations. Environmental review would involve a variety of technical analyses, reporting, and coordination with Clallam Transit, City of Port Angeles, P ADA, FT A, ESA, other agencies, and the public. This process is based upon completion of the Predesign phase with preferred and alternative development concepts. 2.1.3 Recommend EnVironmental Process. The appropriate environmental process will be determined through a review of any existing relevant environmental reports, meeting with client and staff to discuss and confirm a preliminary scope for the environmental analysis, and further development of the preliminary scope through agency coordination. 2.1.4 NEP A regulations and FT A guidelines for NEP A compliance (UMT A C 5620.1) will be the primary detenninants of the scope of environmental review. Coordination with FTA will be required to determine if the project is considered a Class 1,2 or 3 action. Class I actions normally have a significant impact on the environment and thus require an Environmental Impact Statement (EIS). Class 3 actions are those for which the significance of the impacts on the environment are not clearly established and for which an Environment Assessment (EA) is prepared to determine the probable impacts. Class 2 actions would not entail significant impacts and would require neither an EIS nor an EA. These are called Categorical Exclusions (CE). 207677 02 8 2.1.5 For the purposes of this Agreement, it is assumed that the project would be considered a Class 2 action and will require preparation of a Documented Categorical Exclusion. However, there is potential that an EA with supporting documentation may be required depending on the environmental impacts. It is also expected that SEP A requirements can be met through the adoption of the NEP A document. An EA is not included as part of this Scope of Work. 2.2 Historic Building Inventory (See Eysaman & Company Scope of Work) 2.2.1 Provide a historic building inventory that covers the area from the west side of Lincoln to the east side of Valley Street, from the water's edge on the north to the bluff on the south. ARTICLE 3 BASIC SERVICES 3.1 Consultant shall perform "Basic Services" consisting of the phases described below and including normal architectural, structural, mechanical, electrical, and civil engineering services, and landscape design. Client's written approval will be required for each phase of design prior to the start of work on any subsequent phase. These phases, as defined, are Preliminary Design Submittal (30% complete), Progress Design Submittal ( 60% complete), Complete Design SubmittaJ/Permit Submittal (95% complete), Construction/Bid Documents (100% complete), Bidding and Construction Administration. 3.2 Basic services will be completed within the schedule set out on attached Appendix A, excepting delays due to causes beyond the control of Consultant. 3.3 Basic Services are as follows: 3.3.1 Preliminary Design Submittal (30% Complete) 3.3.1.1 The objective of this phase of Consultant's Services is to provide a 30% design level submittal for review and comment by Review Committee, Authority Board, and City Council. The work in this Phase shall generally include at a minimum outline specifications, drawings and other documents illustrating the scale and relationship of the Program Requirements for approval by Client. The specific tasks to be undertaken by Consultant additionally include the following: 3.3.1.1. 1 Draft Soils report 3.3.1.1.2 Survey Coordination (See NIl scope) 3.3.1.1.3 Tra~c (See Parametrix scope) 3.3.1.1.4 Prepare 30% design plans 3.3.1.1.5 Submit to Client for informal review 201677 02 9 3.3.1.1.6 Prepare 30% cost estimate (See C3MG scope) 3.3 .1.1. 7 Preliminary design review 3.3.1.1.8 Draft Reports (soils, drainage, structural, etc.) 3.3.1.1.9 Review Operational Impacts (See DSV scope) 3.3.1.1.10 Review Design vs. Economic Development Plan (See Ravenhurst Scope) 3.3.2 Progress Submittal (60% Complete) 3.3.2.1 The objective of Consultant's Services during this Phase is to provide a 60% design level submittal for review and comment by Review Committee and staff. The work shall generally consist of drawings and other documents to incorporate the size and character of the entire Project as to structural, mechanical, and electrical systems, materials and such other elements as may be appropriate. The Documents shall additionally include drawings and other documents showing configuration and layout for equipment, noting equipment specifications calculations and sizing requirements of equipment, and such other elements as may be appropriate. All elements and aspects of the Progress Submittal Phase documents and design shall meet the Program Requirements and be consistent with Client's approved Preliminary Design Submittal and Budget. 3.3.2.2 The Progress Submittal Services shall also specifically include: 3.3.2.2.1 Preparation of Progress plans 3.3.2.2.2 Preparation of Progress specifications 3.3.2.2.3 Preparation of a Progress cost estimate 3.3.2.2.4 Preparation of a Progress submittal review 3.3.2.3 As a part of the Progress Submittal Phase, Consultant shall provide Client with proposed Geneml Conditions (AIA Document A201), Supplementary Conditions and Division 1: General Requirements of the Contmct for construction and form of Agreement between Client and Contmctor. 3.3.2.4 In the event the Cost Estimate during this Phase exceeds Client's Budget by five percent (5%), Consultant shall in consultation with Client revise at no additional charge the Project as part of basic services so that the estimate does not exceed Client's Budget. 3.3.3 Complete Design SubmittallPermit Submittal (95% Completion) 3.3.3.1 Following Client's approval of the Progress Submittal Phase work, Consultant shall prepare for approval by Client, Construction Documents providing a 95% design 207677 02 10 level submittal for review and comment by Review Committee, Authority Board, and City Council and for permit submittal. The Documents and Work shall include: 3.3.3.1.1 95% complete plans (Permit level) 3.3.3.1.2 95% complete specifications (Client to provide Division 0 "boiler plate" portion of spec.) 3.3.3.1.3 Calculations as needed for each discipline will be provided (pavement calcs., structural cales., light, energy, irrigation, etc.) 3.3.3.1.4 95% complete cost estimate 3.3.3.1.5 95% design submittal review 3.3.3.1.6 Final Reports (soils, drainage, structural, etc. for permit level) 3.3.3.2 Drawings, specifications, reports, etc. will be submitted by Consultant's team, who will be responsible for all permit applications, submittal handling and delivering, contact with plans examiners, coordination, etc. 3.3.3.3 Consultant will provide support in answering questions, responding to review comments according to the level of effort outlined in compensation matrix. 3.3.3.4 The 95% Construction Documents shall be prepared in accordance with all applicable governmental laws, codes, rules, ordinances and regulations, including, without limitation, those pertaining to zoning, building, environmental protection, barriers to the handicapped, fire safety, conservation and parking, and all conditions, covenants and restrictions affecting the Project. 3.3.3.5 Consultant shall also assist legal counsel for Client preparing the necessary bidding information, including standard bidding forms, and finalize the General and Supplementary Conditions and Division 1: General Requirements of the Contract for Construction, and form of Agreement between Client and Contractor, which (as amended by Client and combined with the Construction DQcuments) are referred to herein as the "Contract Documents. " 3.3.3.6 Consultant shall advise Client of any adjustments to Probable Construction Cost, including those indicated by changes in requirements of general market conditions and any changes in the scope of the Project. 3.3.3.7 Consultant shall assist Client in filing the required documents and obtaining the approval of governmental authorities having jurisdiction over the Project and shall assist Client in obtaining all building permits and special pennits related to building construction and for permanent improvements. Client will pay filing and permit fees. 207677.02 11 3.3.3.8 Consultant shall select and specify interior finishes, subject to Client's review and approval. 3.3.4 Final Submittal-Construction/BidDocuments (100% Complete) 3.3.4.1 Consultant shall provide a 100% design level submittal for review and comment by Review Committee, Authority Board, and City Council. 3.3.4.2 Consultant shaltprepare Final plans. 3.3.4.3 Consultant shall prepare Final specifications. 3.3.4.4 Consultant shall prepare a Final cost estimate. 3.3.4.5 Final documents may not reflect responses to permit submittal due to timing of plan review. Any additions or changes necessary shall be added as addenda during the bid period. 3.3.5 Bid Phase 3.3.5.1 Consultant, following Client's approval of the 100% drawings and specifications shall provide complete bidding services to Client as outlined below and in AlA B 141, including assisting Client in obtaining bids and assisting Client and Client's counsel in awarding and preparing the Agreement between Client and Contractor. 3.3.5.2 Consultant shall print and distribute bid documents, collect bid set fees, and return fees to Client 3.3.5.3 Consultant shall respond to questions and clarifications from bidders 3.3.5.4 Consultant shall respond to substitution requests 3.3.5.5 Consultant shall prepare and distribute addenda to plan holders as needed 3.3.5.6 Consultant shall attend one prebid meeting at project site or City facilities 3.3.5.7 Consultant shall assist Client in evaluating bid results and in evaluation of low bidder credentials 3.3.5.8 Consultant shall provide plans and specifications to successful bidder 3.3.6 Construction Administration Phase 3.3.6.1 The Construction Phase of this Agreement will commence with the award of the Contract for Construction and, together with Consultant's obligation to provide 201677 02 12 Basic Services under this Agreement, will terminate when final payment to Contractor is due, or in the absence of a final Certificate for Payment or of such due date, sixty days after the Date of Substantial Completion of the work, whichever occurs first. 3.3.6.2 Consultant shall provide Administration of the Construction Contract. 3.3.6.3 Consultant, as a representative of Client during the Construction Phase, shall advise and consult with Client. All instructions to Contractor shall be issued through Consultant pursuant to the Contract Docmnents. 3.3.6.4 Consultant will at all times have access to the Project. 3.3.6.5 During Construction, Consultant and its consultants will make sufficient visits to the site to be familiar generally with the progress and quality of the "Work" (as defined in the Contract Documents) and to determine in general if the Work is proceeding in accordance with the Contract Documents. On the basis of onsite observations, Consultant will endeavor to determine that the Project is being constructed in conformance with the plans and specifications for the Project. Consultant will not be responsible for construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the Work, and will not be responsible for Contractor's failure to carry out the Work in accordance with the Contract Documents. Consultant, during on-site visits, will observe the Work and will notify Client and Contractor in writing of work observed not to be in conformance with the Contract Documents. 3.3.6.6 Consultant shall attend weekly progress meetings with Client and Contractor to discuss jointly such matters as procedures, progress, problems, and scheduling. 3.3.6.7 Consultant shall review Contractor's Progress Schedule as construction progresses, will identify potential variances between scheduled and probable completion dates and will advise Client of any potential delay indicated by those schedules. 3.3.6.8 Based on observations at the site, and on Contractor's Applications for Payment, Consultant shall determine the amount owing to Contractor and shall issue Certificates for Payment in such amounts. The issuance of a Certificate for Payment shall constitute a representation by Consultant to Client that, to the best of Consultant's knowledge, information and belief, the work has progressed to the point indicated, the quality of the work is in accordance with the Contract Documents, and that Contractor is entitled to payment in the amount certified. By issuing a Certificate for Payment, Consultant shall not be deemed to represent that it has made any examination to ascertain how and for what purpose Contractor has used the monies paid on account of the Contract sum. 3.3.6.9 Consultant shall advise Client on the requirements of the Contract Plans and Specifications. Consultant shall render interpretations necessary for the proper execution or progress of the Work. Consultant will advise Client with regard to disputes between Client and Contractor, including any proposed or pending change order. 207677 02 13 3.3.6.10 Interpretations of Consultant shall be consistent with the intent of and reasonably inferable from the Contract Documents and shall be in written or graphic form. Consultant's advice in matters relating to artistic effect shall be final if consistent with the intent of the Contract Documents. Consultant's advice on any other claims, disputes or other matters, including those in question between Client and Contractor, shall be subject to methods of dispute resolution as provided in this Agreement and in the Contract Documents. 3.3.6.11 With the consent of Client, Consultant shall have authority to reject Work that does not conform to the Contract Documents. Whenever, in its reasonable opinion, Consultant considers it necessary or advisable for the proper implementation of the intent of the Contract Documents, to the extent provided in the Contract Documents, it will have authority to require and shall observe special inspection or testing of any Work in accordance with the provisions of the Contract Documents whether or not such Work be then fabricated, installed or completed. 3.3.6.12 Consultant shall review and approve or take other appropriate action with respect to shop drawings, samples, and other submissions of Contractor for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents. Such action shall be taken within ten (10) working days of receipt by Consultant 3.3.6.13 Consultant shall negotiate and prepare Change Orders which shall be submitted to Client for approval and execution in accordance with the Contract Documents. Consultant shall have authority to order minor changes in the Work not involving an adjustment in the Contract Sum or an extension of the Contract Time which are not inconsistent with the intent of the Contract Documents, otherwise all changes are subject to review and approval by Client. 3.3.6.14 Consultant shall determine and recommend to Client the Dates of Substantial Completion and Final Completion, shall prepare punch lists, shall follow-up with Contractor and report to Client on punch list work status, shall receive and review manuals, written guarantees and related documents assembled by Contractor, and shall thereafter issue a final Certificate of Completion and Certificate of Final Payment, all as provided in the Contract Documents. 3.3.6.15 Consultant shall revise the contract documents and drawings to reflect changes made due to ambiguous, unclear, defective or conflicting drawings prepared by Consultant or due to errors, omissions or other acts of Consultant. 3.3.6.16 Consultant, as part of the Project close out process anticipated by the Contract Documents, shall provide guidance and advice to Client and Contractor, on such matters as initial start-up or testing, adjusting and balancing, preparation of operation and maintenance manuals, training personnel for operation and maintenance, and consultation during operation. Normal guidance and advice in this regard shall be Basic Services. 3.3.6.17 In the event of default by Contractor necessitating continuation of the Project by Client, Consultant shall continue to provide Basic Services. 20767702 14 3.3.6.18 Consultant shall, if necessary, require Contractor to furnish satisfactory evidence and shall review the evidence as to the kind and quality of materials and equipment provided in accordance with the Contract Documents. 3.3.6.19 Consultant shall review Contractor's requests for extensions of time and shall make recommendations to Client concerning those requests. 3.3.6.20 Consultant shall review and make appropriate recommendation on Contractor's schedule of values. 3.3.6.21 Consultant shall review Contractor's claims for additional cost and shall make recommendations to Client concerning those claims. 3.3.6.22 Consultant shall administer force account change orders. 3.3.6.23 Consultant's advice, recommendations and interpretations will be made and all other actions taken with reasonable promptness so as to avoid delay in the construction. 3.3.6.24 Consultant will provide and coordinate design services for all items of material and finish specified in the Work. 3.3.6.25 Consultant will review and forward to Client, with appropriate comments and recommended changes, record drawings submitted by Contractor. ARTICLE 4 ADDITIONAL SERVICES/CHANGES 4.1 Either party may request changes to the scope of services and performance to be provided hereunder, however, no change or addition to this Agreement shall be valid or binding upon either party unless such change or addition be in writing and signed by both parties. Such amendments shall be attached to and made a part of this Agreement. 4.2 Consultant shall respond in writing to Client's requests for additional services or changes, indicating cost and schedule impacts, if any. The effect of these impacts upon this Agreement shall be negotiated by Client and Consultant prior to the performance of the services requested. 4.3 Consultant shall proceed with Additional Services only after notification in writing by Client that it has agreed to the performance of the services; services performed without this approval and without the proscribed process being followed shall be at Consultant's own expense. 4.4 For the purposes of this Section, the following services shall be considered Additional services of Consultant under this Agreement: 4.4.1 Providing services to make measured drawings of existing facilities or to verify the accuracy of existing conditions shown on drawings or other information fumishe4 by Client. l07617 02 15 4.4.2 Providing design services relative to future facilities, systems and equipment which are not intended to be constructed as part of the Project. Life Cycle costing shall be an additional service. 4.4.3 Providing detailed quantity surveys or inventories of material, equipment and labor. 4.4.4 Making reVISIOns of Drawings, Specifications or other documents following award of a construction contract when such revisions are inconsistent with written approvals or instructions previously given by Client, or required by the enactment of revisions of code, laws or regulations subsequent to the preparation of such documents or are due to other causes not within the control of Consultant. 4.4.5 Preparing supporting data and other services in connection with Change Orders requested or approved by Client to the extent the change is not due to ambiguous Construction Documents, unclear or conflicting drawings prepared by Consultant, or errors, omissions, or other acts of Consultant. 4.4.6 Consultant shall provide Client with two (2) sets of reproducible prints showing all significant changes to the Construction Documents during the construction Phase and shall also provide Client with two (2) sets of reproducible as-built drawings for Client's file. 4.4.7 existing facilities. Making investigations involving detailed appraisals and valuations of 4.4.8 Providing consultation and basic Architectural services concerning replacement of any work resulting from fire or other cause during construction not the fault of Consultant. 4.4.9 Providing professional services made necessary by the default of Contractor, or by major defects or deficiencies in the work of Contractor or by failure of performance of either Client or Contractor under the Contract Documents except to the extent a major default or defect was due to an error or omission by Consultant. 4.4.10 Providing services after issuance to Client of the recommendation and notice of Final Completion. 4.4.11 Preparing to serve or serving as an exrpert witness in connection with any arbitration proceeding or legal proceeding, except to the extent caused by any error, omission, fault or neglect of Consultant. 4.4.12 Providing services of professional consultants for other than the normal environmental, civil, structural, mechanical and electrical engineering and landscape design services for the Project. 4.4.13 Providing interior design and other similar services required for or in connection with the selection, procurement or installation of furniture, furnishings and related equipment. 207677 02 16 4.4.14 Specifically omitted from this Agreement are all design and construction review services relating to Contractor's safety precautions or to means, methods, techniques, sequences or procedures required for Contractor to perform its Work but not relating to the final or completed structure; omitted services include but are not limited to shoring, scaffolding, underpinning, temporary retainment of excavations and any erection methods or bracing. 4.4.15 Specifically omitted from normal structural engineering basic services included in this Agreement is Dynamic Analysis. In the event Dynamic Analysis is required, it shall be provided by the Structural Engineering consultant as an Additional Service and shall be compensated for by the Client. 4.4.16 Value Engineering (to be performed by others between 30% and 60% submittals) 4.4.16.1 Consultant will provide coordination and administration services only in coJtiunction with outside consultant (i.e., describing project to VB team, answering VB team questions, reviewing VB recommendations with Client, meeting with consultants to discuss and evaluate VB team recommendations) 4.4.17 3-D Computer Graphics (See Aspen scope of work) 4.4.17.1 Consulting meeting attendance 4.4.17.2 Adjacent existing conditions coordination 4.4.17.3 Computer modeling from Merritt+Pardini provided drawings 4.4.17.4 Draft progress drawings of selected views 4.4.17.5 Final colored images of 4-5 views as selected by Client 4.4.18 3-D Study Model (by Consultant) 4.4.18.1 Chipboard/cardboard study model of preferred concept 4.4.18.2 Draft versions and progress drawings of selected views 4.4.18.3 Final colored images of 4-5 views as selected by Client 4.4.19 Additional Coordination! Administration 4.4.19.1 Coordination and Administrative efforts for additional services consultants 4.4.19.2 Aspen Computer Graphics. The computer graphics require additional coordination meetings and communication with consultant performing the work, the Client, and other parties involved. This time is in coordinating details of views, sending and receiving information from consultant, color coordination, etc. of 3-D graphics. Since we 207677 02 17 recommended this service as additional, we proposed our related efforts as an additional service as well. 4.4.19.3 3-D Study Model. Similar to above, the 3-D model will require additional coordination meetings and communication within Consultant's organization, with the Client, and with other parties involved. 4.4.20 Compensation for Additional Services shall be as follows: 4.4.20.1 When compensation is based on hourly rates, the following rates shall apply. These rates are effective until April L 2000. Consultant reserves the right to modify hourly table after this date. Staff Level 1: $ 151.59 /hr. Staff Level 2: $ 83.36 /hr. Staff Level 3: $ 79.67 /hr. Staff Level 4: $ 53.81 /hr. Staff Level 5: $ 100.00 /hr. Staff Level 6: $ 85.00 /hr. Staff Level 7: $ 48.95 /hr. Staff Level 8: $ 60.96 /hr. Staff Level 9: $ 30.03 /hr. Principal-in-Charge Project Manager Project Manager Project Architect Project Consultant Project Consultant Intern Consultant'Drafter Clerical Support Clerical Support ARTICLE 5 PERSONNEL AND CONSULTANTS Consultant represents that it has, or will obtain, all personnel and subconsultants necessary to perform the services required under this Agreement. Key project personnel, including key consultant personnel, are subject to the approval of Client and are identified by name and responsibility in Consultant's Response to RFQ. Consultant agrees that the personnel so identified shall be committed by Consultant to this Project for its duration. Consultant agrees the same key personnel shall be made reasonably available to perform Additional Services. Substitution or replacement of key personnel and/or subconsultants and their personnel shall be subject to approval by Client following written request by Consultant. All services required under this Agreement shall be performed by Consultant, its employees, agents or representatives, or by authorized subconsultants. Consultant shall remove from the Project or have removed from the Project, any of its or its consultant's personnel assigned to the Project if, after the matter has been thoroughly considered by Client and Consultant, Client considers such removal necessary in the best interests of the Project and so advises Consultant in writing. ARTICLE 6 RESPONSIBILITY OF CONSULTANT 6.1 Consultant shall be responsible for the professional quality, technical accuracy, timely completion and the coordination of all studies, analyses, designs, drawings, specifications, reports and other services performed by Consultant under this Agreement. Consultant shall, without additional compensation, correct or revise any errors, omissions or other deficiencies in its plans, 20767702 18 designs, drawings, specifications, reports and other services. Consultant shall perform its services to conform to the professional planning, architectural and engineering consultant standards for design and construction of transit facilities and commercial facilities in this region, and the program requirements of Client and shall prepare plans and specifications that are in accord with Client's Budget. 6.2 Any approval by Client under this Agreement shall not in any way relieve Consultant of responsibility for the technical accuracy and adequacy of its services. Except as otherwise provided herein, neither Client's review, approval or acceptance of, nor payment for, any of the services shall be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement to the full extent of the law. 6.3 Consultant shall be and shall remain liable to the full extent of the law for all damages to Client caused by Consultant's errors, omissions and/or negligent performance of any of the services furnished under this Agreement. 6.4 The Consultant shall be responsible for costs associated with change orders if found to be due to errors and omissions on the construction documents. Such costs will include omission of code requirements in force at the time of the construction document phase unless preliminary research by the consultant with reviewing agencies indicates no project requirements are impacted by code review and other information from reviewing agencies. Client recognizes that contract documents are prepared by the Consultant consistent with the professional standard of care practiced by design professionals in the area. It is understood that a contingency budget is allocated by Client for typical project change orders. Enforcement of this Subsection will be at the discretion of the Clients' governing bodies after assessment of circumstances related to the discrepancy. 6.5 Assignment and/or Subcontracting. The performance of all actIVItIes contemplated by this Agreement shall be accomplished personally by Consultant, persons, and subcontractors identified in the submittal. Consultant shall not assign or subcontract performance to others unless specifically authorized in writing by Client in advance. All terms and conditions of this Agreement shall apply to any approved subcontract or assignment related to this Agreement. 6.6 Safeguarding Client Information. Consultant agrees that confidential information obtained from Client shall not be disclosed except upon the written consent of Client. 6.7 Independent Consultant Relationship. The parties intend that an independent relationship will be created by this Agreement. Client is interested primarily in the results to be achieved; the implementation of services will lie solely with Consultant. No agent, employee, servant, or representative of Consultant shall be deemed to be an employee, agent, servant, or representative of Client for any purpose, and the employees of Consultant are not entitled to any of the benefit Client provides to its employees. Consultant will be solely and entirely responsible for its acts and for the acts of its agents, servants, subcontractors, or representatives during the performance of this Agreement. 2076n 02 19 6.7.1 In the performance of the services herein contemplated, Consultant is an independent contractor with the authority to control and direct the performance of the details of the work, however, the results of the work contemplated herein must meet the approval of Client and shall be subject to Client's general rights of inspection and review to secure the satisfactory completion thereof 6.8 Conservation. Consultant shall recognize mandatory standards and policies relating to energy efficiency which are contained in the Washington State Energy Conservation Plan issued in ~ompliance with the Energy Policy and Conservation Act (42 US.c. Section 6321 et seq.). 6.9 Environmental Violations. For all contracts and subcontracts in excess of $100,000, Consultant agrees to comply with all applicable standards, orders, or requirements issued under Section 306 of the Clean Air Act, as amended, 42 US.c. Subsection 7401, et seq. Section 508 of the Clean Water Act (33 US.c. 1368), Executive Order 11378, and Environmental Protection Agency (EPA) regulations (49 C.F.R., Part 15) which prohibit the use under nonexempt federal contracts, grants or loans, of facilities included on the EP A List for Violating Facilities. Consultant shall report violations to FT A and to the appropriate EP A regional office. 6.10 Safety and Health Standards 6.10.1 It is a condition of this Agreement, and shall be made a condition of each subcontract entered into pursuant to this Agreement, that Consultant and any subcontractor shall not require any employee employed in performance of the Contract to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his/her health or safety, as determined under construction, safety and health standards promulgated by the United States Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (83 Stat. 86). 6 11 Government Obligation. Client and Consultant acknowledge and agree that, notwithstanding any concurrence by the federal government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the federal government, the federal government is not a party to this Agreement and shall not be subject to any obligations or liabilities to Client, Consultant, or any other party pertaining to any matter resulting from the underlying contract. 6.11.1 Consultant agrees to include the above clause in each subcontract financed in whole or in part with federal assistance provided by FT A. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. 6.12 The Consultant agrees to comply with all applicable federal, state, county, or municipal standards for the licensing, certifications, operation of facilities and programs, and accreditation and licensing of individuals, if any. 207677 02 20 ARTICLE 7 CLIENT'S DUTIES AND RESPONSffiILITIES TO CONSULTANT 7.1 Client shall provide full information regarding requirements for the Project. 7.2 Client shall designate, when necessary, a representative authorized to act in its behalf with respect to the Project to the extent of the representative's authority granted in accordance with Section 7.10 below. Client shall examine documents submitted by Consultant and shall render decisions pertaining thereto promptly, to avoid unreasonable delay in the progress of Consultant's servIces. 7.3 Client will provided Consultant with a certified land survey(s) as appropriate. 7.4 Client shall furnish a geotechnic investigation report for the construction site 7.5 Client shall pay for structural, mechanical, chemical and other laboratory tests, inspections, approvals and reports as required by law or the Contract Documents and obtained by Consultant. 7.6 Project. Client shall furnish all legal and accounting services as may be necessary for the 7.7 If Client becomes aware of any fault or defect in the Project or nonconformance with the Contract Documents, it shall give prompt written notice thereof to Consultant. 7.8 Client shall furnish required information and services and shall render approvals and decisions as expeditiously as necessary for the orderly progress of Consultant's services and of the Work of Contractor. 7.9 To the extent necessary, Client will engage an Industrial Hygienist to perform services related to asbestos removal including preparation of specifications for removal of asbestos. Consultant shall review these specifications for coordination with specifications and plans prepared by Consultant and its consultants for work required of Contractor for the Project. 7.10 No "approval" or "action" of Client shall be of any effect unless such approval or action is taken by Client's designated and authorized representative. ARTICLE 8 COMPENSATION AND PAYMENTS TO CONSULTANT 8.1 Client agrees to pay Consultant for Consultant's Services for the Project on an hourly basis based upon the rate schedule set forth in Article 4 above, but in no event shall the total fee exceed the following amounts for each of the listed phases: Predesign Services $185,375.00 Environmental Services $ 59,950.00 wunm 21 Basic Design Services and Bidding $223,750.00 Construction Administration $ 87,785.00 8.2 Consultant shall be compensated for the cost of Subconsultants in an amount equal to ten percent (10%) of Subconsultant's fees. The total amount of this mark-up shall not exceed $41,500.00. 8.3 Consultant shall additionally be compensated for Reimbursable Expenses and Additional Services. Client and Consultant agree that the estimated maximum amount for Reimbursable Expenses required for the Project is $34,000.00, which includes, but is not limited to, document printing and reproduction. Travel time and reimbursable expenses shall be incurred in a manner which is the most productive and least expensive for Client. The maximum amount will not be changed without the prior written consent and approval of Client. 8.4 Payments for Basic Services shall be made monthly in proportion to services performed on each Phase so that the compensation at the completion of each Phase shall equal the total amount specified for the Phase. During performance of Basic Design Services amounts shall be billed monthly so that following percentages of the total Compensation for this Phase are paid: 8.4.1 Preliminary Design Submittal Phase 30% 8.4.2 Progress Submittal Phase 30% 8.4.3 Complete Design SubmittallPermit Submittal Phase 35% 8.4.4 Final SubmittallBidding Phase 5% 8.5 If the Contract Time initially established in the Contract Documents is exceeded or extended through no fault of Consultant, compensation for any services required for administration of the Contract Documents during the extended period shall be considered Additional Services and compensation will be at Consultant's normal rates plus expenses. Basic Services performed during such period shall not be considered Additional Services. 8.6 Subject to Consultant's obligations to redesign at no additional charge to meet Client's Budget, if, after Client has approved the 95% Complete design, drawings and Specifications it changes the Project in any way which requires redesign of any partes) or element(s) of the Project which represents more than five percent (5%) of Client's Budget, then such redesign services shall be developed and documented as Additional Services. 8.7 Not later than the last day of each calendar month, Consultant shall submit to Client an invoice for payment for all work completed to the date of the invoice, including approved Additional Services, if any. Invoices shall detail the work, for which payment is being requested, and shall itemize, with appropriate documentation, the expenses for which reimbursement is being requested. Information shall be complete and sufficient to substantiate payment and shall be in a form agreed to by Client and Consultant. Client shall pmmptly review the invoice and notify Consultant of any 207677 02 22 deficiencies. Provided that the invoice is approved by Client, Client will pay the amount so approved within 30 days of receipt of invoice. 8.8 In the event that payment is not made in accordance with the time schedule established herein, Client shall pay interest at the rate of 8% per annum. 8.9 Final payment of any balance due Consultant will be made after all of the following: (1) completion of the Services; and (2) execution and delivery by Consultant of a release of all claims for compensation against Client arising under or by virtue of this Agreement. 8.10 Should all or any portions of the Project be deleted or otherwise not constructed, compensation for Consultant's services related to all or such portions of the Project shall be payable only to the extent services are performed. 8.11 Payment for any Project services shall not constitute a waiver or release by Client of any claim, right or remedy it may have against Consultant under this Agreement or by law, nor shall such payment constitute a waiver, remission or discharge by Client of any failure or fault of Consultant to satisfactorily perform services for the Project as required under this Agreement. Acceptance of any payment by Consultant shall not constitute a waiver by Consultant of any claim, right, or remedy it may have against Client under this Agreement or by law. 8.12 Reimbursable expenses are in addition to the Compensation for Basic Services and Additional Services and include actual expenditures made by Consultant, its employees, or its professional consultants in the interest of the Project for the expenses listed in the following subsections to the ex1ent verified by delivery to Client of Copies of receipts. Reimbursable expenses shall include an amount equal to ten percent (10%) of the expenditures. 8.12.1 Travel costs, including reasonable transportation, lodging, subsistence and incidental expenses incurred by employees and subcontractors of Consultant while in a travel status in connection with Project work; provided, that air travel is only by coach class, that local travel is by bus, taxi or compact rental car, and private automobile expense at the rate of $.32 per mile. 8.12.2 The expense of necessary equipment, materials and supplies, including but not limited to: long-distance telephone charges, postage, telegraph and cable expenses; reproduction costs including blueprinting, photographing, telecopying, mimeographing, photocopying and printing; express charges; commercial printing, binding, artwork and models. Reimburseables shall not include costs of CAD programming, operation or other related costs. 8. l2.3 Agency fees paid by Consultant for Client for reviews and/or approvals. 8.13 Maintenance andlnspection of Records 8.13.1 Consultant shall maintain books, records, and documents which sufficiently and properly reflect all direct and indirect costs related to the performance of this Agreement and shall maintain such accounting procedures and practices as may be deemed necessary to assure proper accounting of all funds paid pursuant to this Agreement. These records shall be subject at all reasonable times to inspection, review, or audit by Client, its authorized representative, the State Auditor, Federal Transit Administration (FT A), United States 207677 02 23 Department of Transportation (USDOT), Comptroller General of the United States, or other governmental officials authorized by law to monitor this Agreement. 8.13.2 Consultant shall retain all books, records, documents and other material relevant to this Agreement for five (5) years after its expiration. Consultant agrees that Client or its designee shall have full access and right to examine any of said materials at all reasonable times during said period. ARTICLE 9 CLIENTS BUDGET 9.1 Client's Budget shall be the total cost to Client of all elements of the Project designed or specified by Consultant. It shall not include Washington State sales tax. The Final Client's Budget shall be established at the conclusion of the Complete Design SubmittallPermit Submittal Phase. 9.2 Client's Budget shall not include the cost of labor, materials and equipment furnished by Client. 9.3 Client's Budget does not include the compensation of Consultant and Consultant's consultants, the cost of the land, rights-of-way, or other costs which are the responsibility of Client. 9.4 Client's Budget includes contingencies for design, bidding, and price escalation. 9.5 Consistent with Client's Budget, Consultant shall be permitted to reasonably determine what materials, equipment, component systems and types of construction are to be included in the Contract Documents, to make reasonable adjustments in the scope of the Project with Client's approval and to include in the Contract Documents alternate bids acceptable to Client. A schedule of cost control alternates approved by Client shall be included in the bid documents. 9.6 If the Project has not been advertised for bid through no fault of Consultant within six (6) months of the establishment of Client's Final Budget, Client's Budget shall be adjusted to reflect any change in the general level of prices which may have occurred in the construction industry for the area in which the Project is located. 9.7 If Client's Budget is exceeded by the lowest bona fide base bid, not including sales tax., and not including the additive alternates, if any, Client shall either: (1) give written approval of an increase in such Budget, (2) authorize rebidding of the Project within a reasonable time, (3) abandon the Project or (4) require Consultant to modify the Drawings and Specifications as necessary and rebid the Project in an effort to bring the Construction Cost within Client's Budget. Such modification must be approved by Client and shall be at no additional cost. Because Consultant may be required to modify documents and rebid the Project if bid is over Client's Budget, Consultant shall have reasonable discretion in revising and changing any materials, equipment, component systems, and types of construction and to make reasonable changes in the scope of the Project with Client's approval to reduce construction costs before the rebidding process. 20767702 24 9.8 In the event the Project is rebid and the new lowest bona fide bid, not including sales tax, exceeds Client's Budget and Client is unable to proceed with the Project, Consultant's compensation shall not include payment for the Construction Phase. ARTICLE 10 CONSULTANT'S ACCOUNTING RECORDS All records of Consultant, including those relating to Basic Services, Reimbursable Expenses and Additional Services, shall be kept on a generally recognized accounting basis and shall be available to Client or its authorized representative during the Project and at mutually convenient times for a period of three years after substantial completion of the Project. ARTICLE 11 TERMJNATION OF AGREEMENT 11.1 This Agreement may be terminated by either party upon seven days written notice should the other party fail substantially to perform in accordance with its terms through no fault of the party initiating the termination, or by Client for its convenience. 11.2 In the event of termination due to the fault of Client, or termination by Client for convenience, Consultant shall be paid its compensation for Basic and Additional Services performed to termination date, including Reimbursable Expenses incurred to that date and all termination expenses, as set forth in Section 11.3 below. Abandonment of the Project by Consultant in accordance with Section 11.5, or otherwise, will not be considered as termination by Client for convenience. Additionally, no termination expenses shall be due for termination occurring at any time during the thirty percent (30%) Design Phase. 11.3 Termination expenses shall be an amount compute9. as a percentage of the total compensation for Basic Services and Additional Services performed to the time of termination, as follows: (l) 10% if termination occurs during the Design Development Phase; or (2) 5% if termination occurs during any subsequent phase. 11.4 If the termination is for failure of Consultant to fulfill the contract obligations, Client may complete the work by contract or otherwise and the Consultant shall be liable for any additional cost incurred by Client. If, after termination for failure to fulfill contract obligations, it is determined that Consultant was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Client. 11.5 Upon receipt of a termination notice under Section 10.1 or 10.2 above, Consultant shall (1) promptly discontinue all services affected (unless the notice directs otherwise), and (2) deliver to Client all data, drawings, specifications, reports, estimates, summaries, and such other information and materials as Consultant may have accumulated in performing this Agreement, whether completed or in process. Reasonable additional costs associated with furnishing such items shall be reimbursed in accordance with Article 8, Section 8.2. 11.6 If, because of death, unavailability or any other occurrence, it becomes impossible for any Key Personnel employed by Consultant in Project services to render its services to the Project, Consultant may request this Agreement be terminated, but Consultant shall not be relieved 207677 02 25 of its obligations to complete performance under this Agreement without the concurrence and written approval of Client. If Client agrees to termination of this Agreement under this provision, Consultant's total compensation shall be the total amount for basic services performed to that date plus all amounts for Additional Services and Reimbursable Expenses performed and incurred to that date. ARTICLE 12 O~SHWOFDOCUNlliNTS Client shall be the owner of the Contract Documents, including the plans and specifications, and shall be entitled to unrestricted use of the Contract Documents for construction of the Project and future renovations and remodels of the Project. If Client chooses another Consultant to alter, or otherwise change the Contract Documents in the future, Client will require the new Consultant to become Consultant of Record with respect to such revised documents. In the event Client does choose a new Consultant to alter the Contract Documents, Client agrees to hold harmless, indemnify and defend Consultant and its consultants against any and all claims for damages, real or alleged, arising from the use of the altered Contract Documents. ARTICLE 13 SUCCESSORS AND ASSIGNS Client and Consultant each bind themselves, their partners, successors, assigns and legal representatives to this Agreement and to the partners, successors, assigns and legal representatives of such other party with respect to all covenants of this Agreement. Neither Client nor Consultant shall assign, sublet or transfer its interest in this Agreement without the written consent of the other. ARTICLE 14 EXTENT OF AGREEMENT This Agreement represents the entire and integrated agreement between Client and Consultant and supersedes all prior negotiations, representations or agreements, either written or oral. This Agreement may be amended only by written instrument signed by both Client and Consultant. ARTICLE 15 JURISDICTION AND VENUE 15.1 All claims, disputes and other matters in question arising out of, or relating to, this Agreement or the breach hereof, except with respect to claims which have been waived, may be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association if the parties mutually agree, otherwise in a court of competent jurisdiction in Clallam County, Washington. If the parties agree to arbitrate a dispute, the award rendered by the arbitrators shall be final and judgment may be entered upon it in accordance with applicable law in any court having jurisdiction thereof Pending final decision of a dispute hereunder Consultant and Client shall proceed diligently with the performance of the services and obligations herein. 2U7677 02 26 15.2 Except as otherwise provided in this Agreement, any dispute concerning a question of fact arising under this Agreement which is not disposed of by agreement shall be decided by the Clallam Transit System's General Manager. The General Manager shall reduce his decision in writing and mail or otherwise furnish a copy thereof to Consultant. The decision of the Clallam Transit System's General Manager shall be final and conclusive unless within thirty (30) days from the date of receipt of such copy, Consultant mails or otherwise furnishes to the Clallam Transit System a written appeal. The decision of the Clallam Transit System's duly authorized representative for the determination of such appeals shall be final and conclusive unless determined by a court of competent jurisdiction to have been fraudulent, or capricious, or arbitrary, or so grossly erroneous as necessarily to imply bad faith, or not supported by substantial evidence. In connection with any appeal proceeding under this subsection, Consultant shall be afforded an opportunity to be heard and to offer evidence in support of its appeal. Pending final decision of dispute hereunder, Consultant shall proceed diligently with the performance of the Agreement and in accordance with the Clallam Transit System's General Manager's decision. 15.3 This claim does not preclude consideration of law questions in connection with the decision provided for in this clause, provided that nothing in this Agreement shall be construed as making final the decision of any administrative official, representative, or board on a question oflaw. ARTICLE 16 INSURANCE 16.1 The Consultant shall obtain and keep In force during the full term of this Agreement the following insurance coverages: 16.1.1 Worker's Compensation Insurance in compliance with the laws of the State of Washington covering all employees who perform for the Consultant under this Agreement. 16.1.2 Comprehensive Auto Liability Insurance on all vehicles used in connection with this Agreement whether owned, nonowned, or hired, with limits for bodily injury or death of not less than $300,000 per person and $1,000,000 per occurrence, and property damage limIts of not less than $50,000; or, in the alternative, not less than $1,000,000 combined single limit coverage. 16.1.3 Commercial General Liability Insurance with limits for bodily injury or death of not less than $1,000,000 per person and $1,000,000 per occurrence, and property damage limits of not less than $50,000; or, in the alternative not less than $1,000,000 combined single limit coverage. 16.1.4 Architects and Engineers Professional Liability coverage with limits of not less than $2,000,000 per claim/aggregate throughout the duration of this Agreement and for a period of not less than two years after termination of this Agreement. The policy will have a maximum deductible of not more than $25,000 per claim, or lowest possible deductible offered by professional liability insurance carrier. 207677 02 27 16.1.5 Client shall be specifically named as an additional insured in the insurance coverage required above. A certificate of such insurance or a copy of such insurance policy or policies shall be provided to Client within one (1) week after the execution of the Agreement. The Consultant's insurer shall agree to give Client thirty (30) days' written notice of cancellation or reduction in coverage below the limits set forth herein. Coverage in the minimum amount set forth herein shall not be construed to relieve the Consultant from liability in excess of such coverage. Further, Client reserves all claims or rights of action against the Consultant as if Client were not named in the subject policy or policies. ARTICLE 17 HOLD HARMLESS AND INDEMNIFICA nON 17.1 Client agrees to defend, indemnify and hold harmless the Consultant and its appointed and elected officers and employees from and against any and all liability, loss, cost, damage, and expenses, including costs and attorney fees in defense thereof, because of actions, claims or lawsuits for damages because of personal or bodily injury, including death at any time resulting therefrom, sustained or alleged to have been sustained by any person or persons, and on account of damage to property, including loss of use thereof, asserted or arising or alleged to have arisen directly or indirectly out of or in consequence of Client or its employees' performance of this Agreement or the negligence or willful acts of Client or its employees. 17.2 The Consultant agrees to defend, indemnify and hold harmless Client and its appointed and elected officers and employees from and against any and all liability, loss, cost, damage, and expenses, including costs and attorney's fees in defense thereof, because of actions, claims or lawsuits for damages because of personal or bodily injury, including death at any time resulting therefrom, sustained or alleged to have been sustained by any person or persons, and on account of damage to property, including loss of use thereof, asserted or arising or alleged to have arisen directly or indirectly out of or in consequence of the Consultant or its employees' performance of this Agreement or the negligence or willful acts of the Consultant or its employees. 17.3 Consultant shall indemnify, defend, protect and hold harmless Client and any subsidiary, parent or affiliate corporation of Client, or other persons or entities deSIgnated by Client and their directors, officers, agents, employees and designees (collectively the "Indemnified Parties") from all liability on account of any and all claims under worker's compensation acts and other employee benefit acts with respect to Consultant's employees or its subcontractors' employees. 17.4 The coverage of the indemnification contained in this Section shall include, without limitation, attorneys' fees and court costs incurred by Client in connection with any of the foregoing. Payment by any Indemnified Party shall not be a condition precedent to enforcing such party's rights to indemnification. The indemnity set forth in this Section shall apply during the term of this Agreement and shall survive the expiration or termination of this Agreement until such time as action against the Indemnified Parties on account of any matter covered by such indemnity is barred by the applicable statute of limitations. Consultant shall obtain commercial general liability insurance insuring the indemnity contained in this subsection. By affixing their initials below, the parties acknowledge that this provisions has been specifically discussed Cl1ld mutually negotiated by 207677 02 28 the parties as relates to waiver by Consultant of any immunity it might otherwise have under the Industrial Insurance Act, Title 51, Revised Code of Washington. Client ~t3 Ini als { 14-- ARTICLE 18 CIVIL RIGHTS REQUIREMENTS 18.1 Nondiscrimination. In accordance with Title VI of the Civil Rights Act, as amended, 42 US.C. Section 2000d, Section 303 of the Age Discrimination Act of 1975, as amended, 42 US.C. Section 6102, Section 202 of the Americans with Disabilities Act of 1990, 42 US.C. Section 12132, and federal transit law at 49 US.c. Section 5332, Consultant agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, Consultant agrees to comply with applicable federal implementing regulations and other implementing requirements FT A may Issue. 18.2 Equal Employment Opoortunity. The following equal employment opportunity requirements apply to this Agreement: 18.2.1 Race. Color. Creed. National Origin. Sex. In accordance with Title VII of the Civil Rights Act, as amended, 42 US.c. Section 2000e, and federal transit laws at 49 US.c. Section 5332, Consultant agrees to comply with all applicable equal employment opportunity requirements of US. Department of Labor regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 US.C. Section 2000e note), and with any applicable federal statutes, executive orders, regulations, and federal policies that may in the future affect construction activities undertaken in the course of the project. Consultant agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of payor other forms of compensation, and selection for training including apprenticeship. Consultant also agrees to comply with any implementing requirement the Federal Transit Administration may issue. 18.2.2 Age. In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 US.c. Subsection 623 and federal transit law at 49 US.C. Section 5332, Consultant agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, Consultant agrees to comply with implementing requirements FT A may issue. 207677 02 29 18.2.3 Disabilities. In accordance with Section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. Section 12112, Consultant agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, Consultant agrees to comply with any implementing requirements FT A may issue. 18.3 Consultant also agrees to include these requirements in each subcontract financed in whole or in part with federal assistance provided by FT A, modified only if necessary to identify the affected parties. ARTICLE 19 DISADVANTAGED AND WOMEN'S BUSINESS ENTERPRISES 19.1 The Federal Fiscal Year goal has been set by Client in an attempt to match projected procurements with available qualified disadvantaged business enterprises (DBEs). Client's goals for budgeted service contracts for DBEs have been established by Client as set forth by the Department of Transportation Regulations 49 C.F.R. Part 23, March 31, 1980, and amended by Section 106(c) of the Surface Transportation Assistance Act of 1987, and is considered pertinent to this Agreement. 19.2 Client has established a goal often percent (10%) of total contract cost for DBE utilization. If Consultant is found to have failed to exert sufficient, reasonable, and good faith efforts to involve DBEs in the work provided, Client may declare Consultant noncompliant and in breach of contract. 19.3 It is the policy of the U.S. Department of Transportation and Client that DBEs, as defined in Title 49 C.F.R. Part 23, and as amended in Section 106(c) of the Surface Transportation Assistance Act of 1987, shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with federal funds under this Agreement. Consequently, the DBE requirements of Title 49 C.F.R Part 23 and Section 106(c) of the Surface Transportation Assistance Act of 1987 apply to this Agreement. 19.4 Consultant and any subcontractors agree to ensure that DBEs have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with federal funds provided under this Agreement. In this regard, Consultant and any subcontractors shall take all necessary and reasonable steps in accordance with the regulations to ensure that DBEs have the maximum opportunity to compete for and perform contracts. Consultant shall not discriminate on the basis of race, color, national origin, religion, sex, age, or physical handicap in the award and performance of subcontracts. 19.5 It is further the policy of Client to promote the development and increase the participation of businesses owned and controlled by DBEs. DBE involvement in all phases of Client's procurement activities is encouraged. 207677 02 30 19.6 Consultant will keep records and documents for a reasonable time following performance of this Agreement to indicate compliance with Client's DBE program. These records and documents will be made available at reasonable times and places for inspection by any authorized representative of Client and will be submitted to Client upon request. 19.7 Client will provide affirmative assistance as may be reasonable and necessary to assist Consultant in implementing its program for DBE participation. The assistance may include the following upon request: 19.7.1 Identification of qualified DBEs 19.7.2 Available listing of Minority Assistance Agencies 19.7.3 Holding bid conferences to emphasize requirements 19.8 DBE Program definitions as used in this Agreement are: 19.8.1 Disadvantaged Business Enterprise means a small business concern: 19.8. 1.1 Which is at least 51 percent owned by one or more socially and economically disadvantaged individuals, or, in the case of any publicly owned business, at least 51 of the stock of which is owned by one or more socially and economically disadvantaged individual; and 19.8.1.2 Whose management and daily business operations are controlled by one or more of the socially and economically disadvantaged individuals who own it; or 19.8.1.3 Which is at least 51 percent owned by one or more women individuals, or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women individuals; and 19.8.1.4 Whose management and daily business operations are controlled by one or more women individuals who own it. 19.8.2 Small business concern means a small business as defined by Section 3 of the Small Business Act and Appendix B Section l06(c) Determinations of Business Size. 19.8.3 Socially and economically disadvantaged individuals means those individuals who are citizens of the United States (or lawfully admitted permanent residents) and States (or lawfully admitted permanent residents) and who are Black Americans, Hispanic Americans, Native Americans, Asian-Pacific Americans, Asian-Indian Americans, or women, and any other minorities or individuals found to be disadvantaged by the Small Business Administration pursuant to Section 8(a) of the Small Business Act. 19.8.3.1 Black Americans, including persons having origins in any of the Black racial groups of Africa; 20767702 31 19.8.3.2 Hispanic Americans, including persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish or Portuguese culture or origin, regardless of race; 19.8.3.3 Native Americans, including persons who are American Indians, Eskimos, Aleuts, or Native Hawaiians; 19.8.3.4 Asian-Pacific Americans, including persons whose origins are from Japan, China, Taiwan, Korea, Vietnam, Laos, Cambodia, the Philippines, Samoa, Guam, the U.S. Trust Territories of Pacific, and the Northern Marianas; 19.8.3.5 Asian-Indian Americans, including persons whose ongms are from India, Pakistan, and Bangladesh. ARTICLE 20 PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS 20.1 Consultant acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.c. Subsection 3801 et seq. and U.S. DOT regulations "Program Fraud Civil Remedies" 40 C.F.R. Part 31 apply to its actions pertaining to this project. Upon execution of the underlying contract, Consultant certifies or affirms the truthfulness and accuracy of any statement is has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FT A assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, Consultant further acknowledges that if it makes or causes to be made a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on Consultant to the extent the federal government deems appropriate. 20.2 Consultant also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the federal government under a contract connected with a project that is financed in whole or in part with federal assistance originally awarded by FTA under the authority of 49 U.S.c. Section 5307, the Government reserves the right to impose the penalties of 18 U.S.c. Section 1001 and 49 U.S.c. Section 5307(n)(I) on Consultant, to the extent the federal government deems appropriate. 20.3 Consultant agrees to include the above twp clauses in each subcontract financed in whole or in part with federal assistance provided by FT A. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. 207677 02 32 ARTICLE 21 GENERAL FEDERAL COMPLIANCE ASSURANCES Consultant agrees to, and shall provide for such methods of administration for the project that are found by the Secretary of Transportation, or the official to whom the Secretary delegates specific authority, to give reasonable guarantee that it, other recipients, sub grantees, Consultants, subcontractors, transferees, successors in interest, and other participants of federal financial assistance under such program will comply with all requirements imposed by, or pursuant to the Act, the Regulations, and this assurance. Consultant agrees to comply with the provisions of the "Common Rule," 49 C.F.R Part 18. Consultant agrees to comply with such instructions the Department may issue to comply with the requirements of United States and Washington State law. Any report or procedure developed by Consultant pursuant to this Agreement shall become public property and shall not be subject to copyright. Consultant agrees that the United States, any agency thereof, the Secretary of Transportation and any of the Secretary's designees, have not only the right to monitor the compliance of Consultant with the provisions of this assurance, but also have the right to seek judicial enforcement with regard to any matter arising under the Act, the Regulations, and this assurance. It is understood by Consultant this assurance obligates Consultant for the period during which federal assistance is ex1ended to the project. ARTICLE 22 INCORPORATION OF FTA TERMS The preceding provisions include in part certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1D dated April 15, 1996, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FT A mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. Consultant shall not perform any act, fail to perform any act, or refuse to comply with any Client requests that would cause Client to be in violation of the FT A terms and conditions. ARTICLE 23 OTHER CONDITIONS OF SERVICES 23.1 Neither party shall hold the other responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the other party's control. 23.2 In the event any provisions of this Agreement shall be held to be invalid and unenforceable, the remaining provisions shall be valid and binding upon the parties. One or more waivers by either party of any provision, term, condition or covenant shall not be construed by the other party as a waiver of a subsequent breach of the same by the other party. 23.3 Except where otherwise provided herein, terms in this Agreement shall have the same meaning as those in AIA Document A201, General Conditions of the Contract for Construction, 1987 edition. 207677 02 33 23.4 Interest of Members of or Delegates to Congress. No member or delegate to the Congress of the United States shall be admitted to any share or part of this Agreement or to any benefit arising therefrom. 23.5 Prohibited Interest. No member, officer, or employee of Consultant during his or her tenure in office or employment of one (1) year thereafter shall have any interest, direct or indirect, in this Agreement or the proceeds thereof IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their respective officers on the dates indicated below. City of Port Angeles Clallam Transit System By: rf/d Ita Date signed: "7/1 tt / q q I ~ Approved as to form: Date signed: 7/0111 I I By: Attest: ~I ~~WPXQn Carol ag , Deputy City of Port Angeles C er~ /' Date signed: f 19,'1 Craig Kn Attorney to t e C0 of Port Angeles Date signed: 7 I z.. /, '1 , / 207677 02 34 CERTIFICATION REGARDING LOBBYING The undersigned certifies to the best of his or her knowledge and belief that: 1. No federally 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 an 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 federally appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any 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 cooperate agreement, the undersigned shaH complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying" in accordance with its instructions (as amended by "Government-wide Guidance for New Restrictions on Lobbying" 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein as been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S. C. 1601, et seq.). 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shaH certify and disclose accordingly. 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 31 US.C. Section 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person makes a prohibited expenditure or fails to file or amend the required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each failure. Consultant certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, <;onsuJtant understands and agrees that the provisions of31 US.c. A 3801, et seq. apply to this certification and disclosure, ifany. By: Date: 20767702 35 -;'t~ ~PORT ANGELES ~'~~~':'INTERNATIONAL GATEWAY ,~>_. -:.::. ~.TRANSPORTATION CENTER TOTAL PROJECT TIMELIHE SCHEDULE Derign phosellnclude owner and 6talceholder review perlodr. I 199+ i 2000 I 2001 I I I J F M A M J J A S NotiCt! to PreCt!d . ! START-UP I i 1 Mobilization I I Information GatherinJl: I -i PREDESIGN i I SitelConceot IdentificationCWSlm ~ I Documentation ofIssues Alternative Concepts Refinement CWS#2) . Refine Concepts Preferred Alternative CWS#3) I Cost Estimate I Economic Develoll!tlent Plan PredesiJI:D Report FINANCING PUN I Limited NTP . Review Prelim FundmJI: I Analvze Existinll Grants Summarize Guidance for FfA $ i StrateJI:V for Grant Use ~-" --. IdentiJY Fundinll Shortfalls StrateJI:V to Secure More $ Coordinate with FfA . - . - - - ENVIRONMENTAL WORK . Draft CE FfAReview I Final CE Ff A Review T FfA Determination I DESIGN ~ Mobilization DesiJI:D 30% Value EnJrineerinJl: m Desism 60% 100% Desism Cost Estimate R.O.W. ACQuisition Complete i . Permittinll RIB IlIf! Bid/Award CONSTRUCTION PHASE Construction Close-out I Pmomd AItonaIo SeIeclod I Fund"Dl8 ~.t. Eav.Ajlproftd I 7_ J~.;~-~ . PORT ANGELES '!'~:.~"'INTERNA TIONAL GA TEWA Y -:j<"~>' -- TRANSPORTATION CENTER TOTAL PROJECT TIMELIHE SCHEDULE Notice to Preceed . I i JFMAMJJAS : START-UP , , , , Mobilization . , , Information Gathering , I , . PREDESIGN , , Site/Concept Identification (wS# 1) , . , , , Documentation of Issues , , , Alternative Concepts Refinement (WS#2) . ! Refine Concepts , ! , , . Preferred Alternative (wS#3) .. I Cost Estimate i Economic Development Plan i II Predesign Report I FINANCING PLAN , I , , Limited NTP , I , . , , Review Prelim Funding . i , . . Analyze Existing Grants , I , , Summarize Guidance for FT A $ , . , , . , . Strategy for Grant Use I I Identify Funding Shortfalls . I I Strategy to Secure More $ , , I Coordinate with FT A -+ I - . - - - . - - . - , - - . - . ~ . ENVIRONMENTAL WORK - Draft CE FT A Review Final CE ! I FT A Review . i FT A Determination I . J DESIGN . , I Mobilization Design 30% Value Engineering I . DesiAA 60% 100% Design Cost Estimate , . , RO.W. Acquisition Complete . . , , Permitting Bid/Award CONSTRUCTION PHASE Construction Close-out Preferred A1temt Selected I Fund1l18 Confirmed &: Env. Approved I I I I Design phases include owner and stakeholder review periods. 7/6199 - \ -- Port Angeles International Gateway Transportation Center - Schedule DATE 06/16/03 Tasks Duration Start Finish June July Al.gust September October November December Jan-04 Feb-04 Mar-04 6/2 6/9 6/16 6/23 6/30 7(1 7/14 7/21 7/28 8/4 8/1 > 8/18 8/25 9/1 9/8 9/15 9/22 9/29 10/6 10/13 10/20 10/27 11/3 11/1011117 11/24 12/1 12/8 12/15 12/22 12/29 1/5 1/12 1/19 1/26 2/2 2/9 2/16 2/23 3/1 3/8 3/15 3/22 Final Design 6/2 - 10/24 , 100 days (20 wks) Mon 6/16 Fri 10/31 " , ; , , , , , , , , , , , , , , , 1 Team Meeting Man 7/7 Man 7/7 . , , ~ , ~ , , , , , , , , , , , , , 2 Design Development Completion 25 days Mon 6/23 Man 7/21 , , , ~ ~ ; , ; . , , ; j j ; : , ~ , . , , , 3 Sets to Consultants Man 7/7 Man 7/7 , , , ~ , , , , , , ; , ; l , l ; 1 , , , , , [ , , , , , , , 4 Sets to Owner Man 7/21 Man 7/21 , 0 , , : ; j , , : j j , , , t::J , , , , , , , , , , , : , , , 5 Owner ReView 5 days Man 7/21 Man 7/28 , , , , , , , , , , , , , , , 5 5 ~ , , , , , , , , , , 6 Owner ReView / Comments Man 7/28 Man 7/28 , O' , , , , , , , , , : , : ; ~ : , , , , , , 7 Consultant Coordination Meetings 5 days Man 7/28 Fn 8/1 - , , , ; ; ; ; ; ~ , l , , , , , ; , , l , , , , ; 8 Construction Documents 30 days Man 7/21 F n 8/29 , , : : ; , ; , ; , l , , 1 , l : : l ; r , , , , , , , ; , 9 Sets to M+P Wed 8/27 Wed 8/27 . i i - - C , ! , , c , 10 Sets to Owner Fn 8/29 Fn 8/29 : , - f f , ~ , , ~ , ~ , ~ ~ , , ! , ~ , f , , ~ '. , 11 Owner ReView 5 days Fn 8/29 Fn 9/5 ; , , [ ; ; ; ; ; j , 1 , ; , , l l 1 , , , l , b , l , , I Port Angeles International Gateway Transportation Center Schedule DATE 06/16103 Tasks Duration Start Rnlsh June July August SaplBmber October November December Jan-04 Feb-04 Mar-ll4