Loading...
HomeMy WebLinkAbout5.1014 Original ContractAGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE THE CITY OF PORT ANGELES AND EXELTECH CONSULTING, INC. PROJECT 05 -31 RELATING TO: CONSULTANT SERVICES FOR DRY CREEK BRIDGE AND TRAIL PHASE 2 THIS AGREEMENT is made and entered into this aKj day of F4Y1.1.A2 1/` 2010, by and between THE CITY OF PORT ANGELES, a non charter code city ()t State of Washington, (hereinafter called the "CITY and EXELTECH CONSULTING, INC., a Washington Corporation (hereinafter called the "CONSULTANT WHEREAS, the CITY desires engineering, consulting, and planning assistance related to civil and structural engineering services; and WHEREAS, the CITY desires to engage the professional services and assistance of a qualified consulting firm to perform the scope of work as detailed in Exhibit A, and WHEREAS, the CONSULTANT represents that it is in full compliance with the statutes of the State of Washington for professional registration and /or other applicable requirements, and WHEREAS, the CONSULTANT represents that it has the background, experience, and ability to perform the required work in accordance with the standards of the profession, and WHEREAS, the CONSULTANT represents that it will provide qualified personnel and appropriate facilities necessary to accomplish the work; NOW, THEREFORE, in consideration of the above representations and the terms, conditions, covenants, and agreements set forth below, the parties hereto agree as follows: I SCOPE OF WORK ,1 The scope of professional services to be performed and the results to be achieved by the CONSULTANT shall be as detailed in the attached Exhibit A and shall include all services and material necessary to accomplish the work. The CITY may review the CONSULTANT'S work product, and if it is not satisfactory, the CONSULTANT shall make such changes as may be required by the CITY. Such changes shall not constitute "Extra Work" as related in Section XII of this Agreement. The CONSULTANT agrees that all services performed under this Agreement shall be in accordance with the standards of the engineering profession and in compliance with applicable federal, state and local laws. The Scope of Work may be amended upon written approval of both parties. PW 0410_01 Professional Services Agreement Page 1 of 8 [Revised [05/12/06] II OWNERSHIP OF DOCUMENTS Upon completion of the work, all documents, exhibits, photographic negatives, or other presentations of the work shall become the property of the CITY for use without restriction and without representation as to suitability for reuse by any other party unless specifically verified or adapted by the CONSULTANT. However, any alteration of the documents, by the City or by others acting through or on behalf of the City, will be at the City's sole risk. III DESIGNATION OF REPRESENTATIVES Each party shall designate its representatives in writing. The CONSULTANT'S representative shall be subject to the approval of the CITY. IV TIME OF PERFORMANCE The CONSULTANT may begin work upon execution of this Agreement by both parties and the duration of the Agreement shall extend through December 31, 2010. The work shall be completed in accordance with the schedule set forth in the attached Exhibit D. V PAYMENT The CITY shall pay the CONSULTANT as set forth in this section of the Agreement. Such payment shall be full compensation for work performed, services rendered, and all labor, materials, supplies, equipment and incidentals necessary to complete the work. A. Payment shall be on the basis of the CONSULTANT'S cost for actual labor, overhead and profit plus CONSULTANT'S direct non -salary reimbursable costs as set forth in the attached Exhibit C. 1. Labor costs shall be based on the hourly rates shown in Exhibit C. Hourly rates shall be based upon an individual's hourly wage, times the total number of hours worked, times a multiplier of 2.9027. The multiplier shall include overhead, CADD, computer and profit. General clerical time shall be considered an overhead item, except where specific work items are involved that require one hour or more continued effort, in which case time will be charged on the basis of hours worked. 2. The direct non salary reimbursable costs are those directly incurred in fulfilling the terms of this Agreement, including, but not limited to, travel, subsistence, telephone, reproduction and printing, supplies and fees of outside services and consultants. No overhead and profit may be added to direct non salary reimbursable costs. B. The CONSULTANT shall submit invoices to the CITY on a monthly basis. Invoices shall detail the work, hours, employee name, and hourly rate; shall itemize with receipts and invoices the non -salary direct costs; shall indicate the specific task or activity in the Scope of Work to which the costs are related; and shall indicate the cumulative total for each task. PW 0410_01 Professional Services Agreement Page 2 of 8 [Revised [05/12/06] C. The CITY shall review the invoices and make payment for the percentage of the project that has been completed Tess the amounts previously paid. D. The CONSULTANT invoices are due and payable within 30 days of receipt. In the event of a disputed billing, only the disputed portion will be withheld from payment. E. Final payment for the balance due to the CONSULTANT will be made after the completion of the work and acceptance by the CITY. F. Payment for "Extra Work" performed under Section XII of this Agreement shall be as agreed to by the parties in writing. VI MAXIMUM COMPENSATION Unless otherwise agreed to in writing by both parties, the CONSULTANT'S total compensation and reimbursement under this Agreement, including labor, direct non -salary reimbursable costs and outside services, shall not exceed the maximum sum of $164,780.94. The budget for each task is as set forth in the attached Exhibit B. Budgets for task(s) may be modified upon mutual agreement between the two parties, but in any event, the total payment to CONSULTANT shall not exceed $164,780.94. VII INDEPENDENT CONTRACTOR STATUS The relation created by this Contract is that of owner independent contractor. The Contractor is not an employee of the City and is not entitled to the benefits provided by the City to its employees. The Contractor, as an independent contractor, has the authority to control and direct the performance of the details of the services to be provided. The Contractor shall assume full responsibility for payment of all Federal, State, and local taxes or contributions imposed or required, including, but not limited to, unemployment insurance, Social Security, and income tax. VIII EMPLOYMENT Employees of the CONSULTANT, while engaged in the performance of any work or services under this Agreement, shall be considered employees of the CONSULTANT only and not of the CITY, and claims that may arise under the Workman's Compensation Act on behalf of said employees while so engaged, and any and all claims made by a third party as a consequence of any negligent act or omission on the part of the CONSULTANT'S employees while so engaged, on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT. In performing this Agreement, the CONSULTANT shall not employ or contract with any CITY employee without the City's written consent. IX NONDISCRIMINATION The CONSULTANT shall conduct its business in a manner, which assures fair, equal and non discriminatory treatment of all persons, without respect to race, creed or national origin, or other legally protected classification and, in particular: PW 0410_01 Professional Services Agreement Page 3 of 8 [Revised [05/12/06] A. The CONSULTANT shall maintain open hiring and employment practices and will welcome applications for employment in all positions, from qualified individuals who are members of minorities protected by federal equal opportunity /affirmative action requirements; and, B. The CONSULTANT shall comply with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of non discriminatory requirements in hiring and employment practices and assuring the service of all persons without discrimination as to any person's race, color, religion, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin. X SUBCONTRACTS A. The CONSULTANT shall not sublet or assign any of the work covered by this Agreement without the written consent of the CITY. B. In all solicitation either by competitive bidding or negotiation made by the CONSULTANT for work to be performed pursuant to a subcontract, including procurement of materials and equipment, each potential subconsultant or supplier shall be notified by the CONSULTANT of Consultant's obligations under this Agreement, including the nondiscrimination requirements. XI CHANGES IN WORK Other than changes directed by the CITY as set forth in Section I above, either party may request changes in the scope of work. Such changes shall not become part of this Agreement unless and until mutually agreed upon and incorporated herein by written amendments to this Agreement executed by both parties. XII EXTRA WORK The CITY may desire to have the CONSULTANT perform work or render services in connection with this project, in addition to the Scope of Work set forth in Exhibit A and minor revisions to satisfactorily completed work. Such work shall be considered as "Extra Work" and shall be addressed in a written supplement to this Agreement. The CITY shall not be responsible for paying for such extra work unless and until the written supplement is executed by both parties. XIII TERMINATION OF AGREEMENT A. The CITY may terminate this Agreement at any time upon not less than ten (10) days written notice to the CONSULTANT. Written notice will be by certified mail sent to the consultant's designated representative at the address provided by the CONSULTANT. B. In the event this Agreement is terminated prior to the completion of the work, a final payment shall be made to the CONSULTANT, which, when added to any payments previously made, shall compensate the CONSULTANT for the percentage of work completed. PW 0410_01 Professional Services Agreement Page 4 of 8 [Revised [05/12/06] C. In the event this Agreement is terminated prior to completion of the work, documents that are the property of the CITY pursuant to Section II above, shall be delivered to and received by the CITY prior to transmittal of final payment to the CONSULTANT. XIV INDEMNIFICATION /HOLD HARMLESS CONSULTANT shall defend, indemnify and hold the CITY, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the CONSULTANT in performance of this Agreement, except for injuries and damages caused by the sole negligence of the CITY. The CITY agrees to indemnify the CONSULTANT from any claims, damages, losses, and costs, including, but not limited to, attorney's fees and litigation costs, arising out of claims by third parties for property damage and bodily injury, including death, caused solely by the negligence or willful misconduct of the CITY, CITY's employees, or agents in connection with the work performed under this Agreement. If the negligence or willful misconduct of both CONSULTANT and CITY (or a person identified above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense shall be shared between the CONSULTANT and the CITY in proportion to their relative degrees of negligence or willful misconduct and the right of indemnity shall apply for such proportion. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the CONSULTANT, the CITY, and the officers, officials, employees, and volunteers of either, the CONSULTANT'S liability hereunder shall be only to the extent of the CONSULTANT'S negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the CONSULTANT'S waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. However, the CONSULTANT expressly reserves its rights as a third person set forth in RCW 51.24.035. XV INSURANCE The CONSULTANT shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the CONSULTANT, its agents, representatives, employees or subcontractors. No Limitation. CONSULTANT'S maintenance of insurance as required by the agreement shall not be construed to limit the liability of the CONSULTANT to the coverage provided by such insurance, or otherwise limit the CITY'S recourse to any remedy available at law or in equity. PW 041001 Professional Services Agreement Page 5 of 8 [Revised [05/12/06] A. Minimum Scope of Insurance Consultant shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage; and, 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, and personal injury and advertising injury. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City; and, 3. Workers' Compensation coverage as required by the Industrial Insurances laws of the State of Washington; and 4. Professional Liability insurance appropriate to the Consultant's profession. B. Minimum Amounts of Insurance Consultant shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. 3. Professional Liability insurance shall be written with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability, Professional Liability and Commercial General Liability insurance: 1. The Consultant's insurance coverage shall be primary insurance as respect the City. Any insurance, self- insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not contribute with it. 2. The Consultant's insurance shall be endorsed to state that coverage shall not be cancelled, suspended or materially changed by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. PW 0410_01 Professional Services Agreement Page 6 of 8 [Revised [05/12/06] 3. Any payment of deductible or self- insured retention shall be the sole responsibility of the CONSULTANT. 4. The CONSULTANT'S insurance shall contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. XVI APPLICABLE LAW This Agreement shall be construed and interpreted in accordance with the laws of the State of Washington, and in the event of dispute the venue of any litigation brought hereunder shall be Clallam County. XVII EXHIBITS AND SIGNATURES This Agreement, including its exhibits, constitutes the entire Agreement, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following exhibits are hereby made a part of this Agreement: Exhibit A Scope of Work Exhibit B Budget for Each Task Exhibit C Consultant Labor Costs and Non salary Reimbursable Costs Exhibit D Schedule for the Work PW 041001 Professional Services Agreement Page 7 of 8 [Revised [05/12/06] IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and year first written above. CITY OF PORT ANGELES if/ TITLE: NaGVIesnk CONSULTA T ATTEST: PW 0410_01 Professional Services Agreement Page 8 of 8 [Revised [05/12/06] APPROVED AS TO FORM: A l J WILLIAM E. BLOOR, CITY ATTORNEY 04/ CITY CLERK `k.liessa. i4uArEt Exhibit A Scope of Services for City of Port Angeles Dry Creek Pedestrian Bridge Trail Project January 27, 2010 Prepared by: Exeltech Consulting, Inc 8729 Commerce PI Dr NE Suite A Lacey, WA 98516 e x e 1 t e c h I. BACKGROUND 1 II. PROJECT SCHEUDLE 1 III. ASSUMPTIONS 2 IV. SCOPE OF SERVICES, PHASE I PRELIMINARY DESIGN 3 TASK 1 PROJECT MANAGEMENT 3 TASK 2 SITE SURVEY MAPPING AND PROPERTY IDENTIFICATION 4 Task 2.1 Compile Control Data 4 Task 2.2 Set Up for Field Crew 4 Task 2.3 Horizontal and Vertical Control Traverse 4 Task 2.4 Topographical Mapping 4 Task 2.5 Deed and Boundary Survey Research 5 Task 2.6 Field Data Reduction and Quality Control 5 Task 2.7 Topographic Map Production 5 Task 2.8 Preparation of Digital Files 6 Task 2.9 Professional Land Surveyor Review 6 Task 2.10 Boundary Analysis 6 Task 2.11 Project Coordination and Meetings 6 TASK 3 GEOTECHNICAL STUDY 6 Task 3.1 Field Exploration 6 Task 3.2 Laboratory Testing 7 Task 3.3 Engineering Analysis and Report 7 Task 3.4 Project Coordination and Meetings 8 TASK 4 HYDRAULICS 8 Task 4.1 Bridge Site Inspection 8 Task 4.2 Bridge Hydraulic Analysis 9 Scope of Services January 27, 2010 TABLE OF CONTENTS Page City of Port Angeles Dry Creek Pedestrian Bridge Trail Project Task 4.3 Bridge Deck Drainage Analysis 9 Task 4.4 Bridge Hydraulic Memos and Report 9 Task 4.5 Project Coordination and Meetings 10 TASK 5 ENVIRONMENTAL SERVICES AND PERMITTING 10 Task 5.1 Data Gathering and Field Reconnaissance 10 Task 5.2 SEPA and Permitting Support 10 Task 5.3 Cultural Resources Documentation Support 11 TASK 6 AESTHETICS 11 Task 6.1 Trail Aesthetic Feature Design 11 Task 6.2 Project Coordination, Meetings and Public Meeting 11 TASK 7 BRIDGE AND ROADWAY ENGINEERING 12 Task 7.1 Bridge Site Inspection 12 Task 7.2 Collection and Review of Existing Data 12 Task 7.3 Develop Design Criteria and Identify Issues 12 Task 7.4 Bridge Type and Size Selection 12 Task 7.5 Preliminary Design 13 Task 7.6 Bridge Procurement Contract Support 13 Task 7.7 Final Design 13 Task 7.8 Bid Support Services 14 Scope of Services January 27, 2010 Pagel! During the term of this Agreement, Exeltech Consulting, Inc., hereinafter referred to as the "Consultant will perform professional services for the City of Port Angles hereinafter referred to as "City The Consultant will be supported by subconsultants Krazan Associates (Geotechnical), Wengler Surveying (Surveying), MP Stormwater Engineering (Hydraulics) and Lindberg Smith Architects (Aesthetics). This scope of services is for site survey, geotechnical, hydraulics, environmental and permitting services, and bridge and roadway engineering services for the Dry Creek Pedestrian Bridge Trail Project. The Consultant will actively coordinate and manage the work, identify and resolve issues in a timely manner, communicate effectively, and maintain the accuracy and overall quality of the work and work products. The Consultant will be responsible for the performance of the services described hereinafter, furnishing materials and information as needed to accomplish the work tasks. This document will be used to plan, conduct and complete the work for the Project. I. BACKGROUND Scope of Services for Dry Creek Pedestrian Bridge Trail Project City of Port Angeles Port Angeles, WA The Dry Creek Pedestrian Bridge Trail Project involves design of a 200 foot -long, 10 foot -wide pedestrian bridge across Dry Creek and design of a short trail connection improvement to tie the new bridge to the existing gravel surfaced trail. The bridge will serve pedestrian traffic and various utilities, including future sewer, electrical, and telecommunications. The bridge will be positioned on the southern portion of the right of way to provide 12 feet of clearance to a future 32 foot wide arterial vehicular bridge to be positioned on the northern portion of the right of way. This project is part of the development of the Olympic Discovery Trail in the vicinity of Dry Creek. The Olympic Discovery Trail (ODT) crosses Jefferson and Clallam Counties from Port Townsend to Lake Crescent and meet the Dry Creek ravine on the west boundary of Port Angeles and trail users must detour along 4 miles of roads. A pedestrian bridge over Dry Creek will connect the two ODT trail segments and eliminate the current detour route. 11. PROJECT SCHEDULE Notice to Proceed Bridge Type and Size Selection Advertise, Pre Fabricated Bridge Procurement Contract Preliminary Design Completion Award Pre Fabricated Bridge Procurement Contract Final Design Completion Scope of Services January 27, 2010 February 24, 2010 March 26, 2010 April 19, 2010 April 30, 2010 May 10, 2010 May 14, 2010 Page 1 City of Port Angeles Dry Creek Pedestrian Bridge Trail Project Advertise for Construction Bids June 7, 2010 Award Construction Contract July 12, 2010 Delivery Prefabricated Bridge September 13, 2010 Construction Complete October 31, 2010 III. ASSUMPTIONS 1. The City will provide copies of all available background information. 2. The plans, specifications, and estimates will be prepared, to the extent feasible, in accordance with City of Port Angeles current standards at the time of contract execution. 3. The new bridge structure is assumed to be a pre- fabricated steel truss bridge, with an approximate span length of 200 feet. 4. The replacement bridge structure will be constructed just to the south of the existing railroad grade centerline. 5. Roadway design will be limited to designing approximately 50 feet of approach roadway to match into the existing gravel surfaced trail. 6. The plans will be prepared using AutoCAD software and will include an assumed 20 plan sheets total, to include the following: 1. Title Sheet Index and Summary of Quantities* 2. Plan, Profile and Typical Sections* 3. TESC and Site Access Plan 4. Contour Grading Plan 5. Bridge Layout, Plan, Elevation and Section, and General Notes* 6. Foundation Layout and Bridge Construction Sequence* 7. Abutment Piers 1 and 3 and Walls 8. Interior Pier 2 9. Bridge Bearing, Utility, and Expansion Joint Details* 10. Slab Reinforcement Plan and Bar List Only those plan sheets denoted with an will be included in Preliminary Design. All plan sheets will be included in Final Design. 7. The project will be developed using English units of measure. 8. All construction work will be within the existing right -of -way, no new right -of -way will be required. 9. The City will secure any and all required rights of entry. 10. The project will be scheduled to be constructed in one construction season. 11. A total of three (3) geotechnical test borings will be drilled. 12. Chemical analysis or other environmental investigation and disposal of test borings drilling cutting from the site is not included. Scope of Services January 27, 2010 Page 2 City of Port Angeles Dry Creek Pedestrian Bridge Trail Project 13. There are no hazardous materials or wastes in the project area. 14. The project will not require any construction or work below the ordinary high water elevation of Dry Creek and therefore will require no permits from the US Army Corps of Engineers and the Washington Department of Fish and Wildlife. 15. Draft SEPA documentation (approximately 50% complete) for the project will be provided by the City. 16. Cultural /archaeological resources investigations and consultation will be performed by the City. 17. NPDES Permit Notice of Intent and Stormwater Pollution Prevention Plan will be prepared by the City. 18. Endangered Species Act documentation will not be required. 19. There are no wetlands within the project area; wetlands will not be impacted by the project. 20. The project will not change the existing overflow conditions, and will not cause any significant changes to existing facilities upstream or downstream of the bridge. 21. A Reach Assessment is not required. 22. The City will lead all public involvement efforts. 23. Timely reviews of submitted deliverables at mutually agreed upon times and consolidation of all review comments into one review document prior to returning to the Consultant. 24. Construction Management/Support Services are not included and will be negotiated at a later date. IV. SCOPE OF SERVICES, PHASE I PRELIMINARY DESIGN TASK 1 PROJECT MANAGEMENT This task includes services necessary to plan the work, understand the needs of the City and project, gain endorsement of the design process and planned work scope, schedule and budget. Project management involves controlling scope, schedule, and budget during the course of the project, by communicating with project team members. Communications include electronic and hard copy documentation control, monthly invoicing and progress reports, coordination of project design criteria, sharing project design technical information, and coordinating the completion and submittal of project deliverables with project team members and the City. The Consultant will schedule a Kickoff Meeting for the project design team upon Notice To Proceed (NTP). The meeting will include representatives from the Subconsultants and the City. The Consultant will also schedule up to six (6) regular Project Meetings with design team members, which will include a Preliminary Design Meeting, Final Design Meeting. The purpose of the meetings will be to ensure coordinated efforts and clear task assignments, track action items, and track project scope, schedule, and budget. The meetings will include the Consultant Project Manager, the City's Project Manager, and other team members as required by the agenda. Scope of Services January 27, 2010 Page 3 City of Port Angeles Dry Creek Pedestrian Bridge Trail Project The Consultant will attend one public meeting. Up to two conceptual level graphics may be prepared. The Consultant's Project Manager, Environmental Lead and Aesthetics Subconsultant will attend the meeting. Assumptions: Kickoff Meeting, regular Project Meetings and Public Meeting will be held in Port Angeles and will be approximately two hours in length. Deliverables: Project Scope of Services Project Budget Project Schedule Monthly Invoices Monthly Progress Reports Meeting Agendas Meeting Minutes TASK 2 SITE SURVEY MAPPING AND PROPERTY IDENTIFICATION The Consultant will identify and obtain available existing mapping /research of the project area, and perform topographic mapping and preparation of accurate base maps design of the project. Task 2.1 Compile Control Data The Consultant will compile horizontal and vertical monument control records from the files within our office. The horizontal datum will be referenced to the Washington coordinate system grid, north zone, North American datum of 1983, 1991 adjustment (NAD83/91). The vertical datum will be referenced to the North American Datum of 1988 (NAVD88). Task 2.2 Set Up for Field Crew The Consultant will provide the field crews with digital files for downloading into data collector and providing hard copies of survey maps and control diagrams for use when surveying and mapping. Task 2.3 Horizontal and Vertical Control Traverse The Consultant will perform a horizontal and vertical control traverse originating from existing horizontal and vertical control monuments or survey traverse points to the job site and back. Task 2.4 Topographical Mapping The Consultant will provide Topographic Surveying, which will consist of but not limited to the following: Mapping the former railroad right -of -way (ROW) for a length of approximately 400 feet: The 400 feet will consist of approximately 200 feet of the proposed bridge location in addition to approximately 100 feet on each side. The width of the Scope of Services January 27, 2010 Page 4 City of Port Angeles Dry Creek Pedestrian Bridge Trail Project mapping will include the total width of the former 100 -foot railroad right -of -way in addition to 15 feet on both sides for a total width of 130 feet. Mapping Dry Creek and its channel: The centerline and approximate limits of ordinary high water of Dry Creek will be mapped. In addition, the limits of the exposed and scoured rock on both sides of said creek will be mapped. Mapping of the creek channel will extend 200 feet upstream and downstream for a total of 400 feet, to an elevation approximately 15 feet above the centerline of the creek. Mapping of Utilities: All utilities within the limits of the areas defined above will be mapped. Mapping of said utilities will be based on above ground observations and those delineated by representatives of various utility firms. One call utility locate services will be requested by calling 1- 800 -424 -5555. Mapping of significant trees: Trees over 8" diameter at breast height (DBH) will be located. Task 2.5 Deed and Boundary Survey Research The Consultant will perform the necessary deed and boundary survey research to determine the location of the former railroad right -of -way in the vicinity of the project area. Deliverables: ROW Base Map Task 2.6 Field Data Reduction and Quality Control The Consultant will download, verify and reduce electronic data collection files. The Consultant will process said files to compute the coordinates of the mapped points to be used to generate a topographic map. Task 2.7 Topographic Map Production The Consultant will prepare the Topographic Map. The final map will include but not be limited to the following: Contours at a 2 -foot intervals. Elevations on hard surfaces to 0.01 feet when shown. Elevations on ground surfaces to 0.10 feet when shown. The location of all mapped utilities. The location of former railroad right -of -way. Reference to the horizontal and vertical datum used to produce the map. All dimensions will be in U.S. survey feet. The final topographic survey will be plotted on a standard 24" x36" D size transbond paper Deliverables: Scope of Services January 27, 2010 Page 5 City of Port Angeles Dry Creek Pedestrian Bridge Trail Project Topographic Survey Base Map Task 2.8 Preparation of Digital Files The Consultant will compile and provide a final map in Auto Cad file format in 3d. Task 2.9 Professional Land Surveyor Review The Consultant will oversee, direct work and review all data and maps produced during the course of this project. Task 2.10 Boundary Analysis The Consultant will analyze all deed and boundary research items performed under Task 2.5 to determine the location of the former railroad right -of -way. Task 2.11 Project Coordination and Meetings This task is to account for any meetings or calls for project coordination during the project. The following meeting is anticipated: Preliminary Design Meeting TASK 3 GEOTECHNICAL STUDY The Consultant will conduct geologic reconnaissance, subsurface field explorations (field test borings), assessments, and design studies for the new bridge. Task 3.1 Field Exploration Based on review of previous geotechnical reports for the vicinity, we understand the upper soils in the subsurface may vary considerably due to the wide variety of depositional environments that have historically been present at the site. Up to two (2) feet of fill is anticipated, and it is considered likely that sand, gravelly sand, and silty sands will be encountered during advancing of boreholes. The Consultant will explore the subsurface conditions for the bridge abutments and the support on the east side of the proposed bridge by conducting a total of three (3) test borings at the project site. All test borings would be drilled to a depth of approximately twenty -five feet below the existing ground surface (BGS) or refusal on sound bearing strata, whichever occurs first. If potentially liquefiable loose sands were encountered, one of the borings would be advanced to a depth of approximately fifty feet below the existing ground surface (BTS) or refusal on sound bearing strata, whichever occurs first. The Consultant will also conduct a hand auguring investigation in the steep (western slope bank) support area where no access is available for heavy equipment. The hollow stem auger borings would be advanced through the on -site soils utilizing a 4' inch inside diameter hollow stem auger. Samples of the subsurface material will be taken with a two (2) inch O.D. split spoon sampler driven to 18 inches. The sampler will be driven into the various strata using a 140 -pound hammer falling 30 inches. The number of blows required to advance the sampler each successive 6 inch increment would be recorded. The total number of blows required to advance the sampler the second and Scope of Services January 27, 2010 Page 6 City of Port Angeles Dry Creek Pedestrian Bridge 1 Trail Project third 6 inch increments is the penetration resistance (N value). This test is called the standard penetration test (SPT) described by ASTM D 1586 method. Disturbed and undisturbed samples of the materials encountered in the test borings will be collected at two and one -half (2 1 /2) foot intervals to a depth of 10 feet, whereupon samples will be collected in 5 foot intervals. If problem soils are encountered between sampling intervals, then additional samples may also be collected. Each additional sample would be collected at a charge of $40.00. A Call Before You Dig and a private utility clearance will be obtained prior to initiating any test borings at the project site. All soils samples retrieved from the borings will be screened by a Photo Ionization Device (PID) for the presence of volatile organic compounds. If any aromatic hydrocarbons are detected in the cuttings, then we will drum the cuttings and discuss the scope of work and cost estimate for laboratory analyses to identify the contaminant's presence in the cuttings and their concentration. These analyses would also be required for waste stream characterization for disposal of the cuttings to an appropriate disposal facility. This proposal does not include the cost for any chemical analyses or other environmental investigation and disposal of the cuttings off site. Task 3.2 Laboratory Testing An experienced soils engineer engineering geologist will visually classify soil samples obtained in the field. The Consultant will conduct laboratory testing to determine the physical and engineering properties of the on -site soils. The testing schedule will be dependent upon the type of soils encountered at the site within the test borings, and as engineering analyses and laboratory testing proceeds. The laboratory- testing schedule may consist of the following tests: Tests ASTM Designation Natural Water Content D2216 Particle Size Analysis D422 Liquid Plastic Limits (Atterberg Limits) D4318 Consolidation (if required) D2435 -90 Task 3.3 Engineering Analysis and Report The Consultant will conduct the necessary engineenng analyses utilizing the data acquired from the test borings and subsequent laboratory testing to develop foundation, drill shaft and spread footing design parameters, earth work concerns, soils type, presence and depth of groundwater and its impact on the proposed construction, and suitability of existing soils to support the proposed structural Toads. In addition to the geotechnical engineering analyses, the report will include a section addressing the geological setting of the site and associated geologic hazards. The report will include the results of our field exploration and laboratory tests, engineering analyses, and relevant design parameters. At a minimum, our report will address the following information: Scope of Services January 27, 2010 Page 7 City of Port Angeles Dry Creek Pedestrian Bridge Trail Project Test boring layout plan, comprehensive test boring logs including soil stratification and classification, and groundwater levels where applicable Recommended foundation type for structures will be evaluated, including drilled shafts and spread footings for abutments and one interior pier Recommendations for foundation capacity will be provided in general conformance with the American Association of State Highway and Transportation Officials (AASHTO) and Load and Resistance Factor Design (LRFD) methods Allowable foundation bearing pressure, anticipated settlements (both total and differential), coefficient of horizontal friction for footing design, and frost penetration depth Lateral shaft capacity will be provided in the form of LPILE or DFSAP parameters Liquefaction analysis if loose /soft liquefiable soils are encountered at the site Recommendations for seismic design considerations including site coefficient and ground acceleration Recommendations for the use, placement, and compaction of on -site soils and imported fill materials in the abutment areas Washington State Department of Transportation (WSDOT) guidelines for geotechnical analysis, design and construction, and materials requirements will be followed Deliverables: 30% Preliminary Foundation Recommendations for Bridge Type and Size Selection and Preliminary Design Memo 90% Draft Geotechnical Report 100% Final Geotechnical Report Task 3.4 Project Coordination and Meetings This task is to account for any meetings or calls for project coordination during the project. The following three (3) meetings are anticipated: TASK 4 HYDRAULICS Preliminary Design Meeting Meeting with the Hydraulic Subconsultant to discuss soils Final Design Meeting Task 4.1 Bridge Site Inspection The Consultant will perform a site inspection to establish conditions upstream and downstream of the proposed crossing to observe and record the following: Establish highest flood waterline or 100 Year Flood Elevation relative to the proposed pedestrian bridge. Scope of Services January 27, 2010 Page 8 City of Port Angeles Dry Creek Pedestrian Bridge Trail Project Hydraulic control sections upstream and downstream of pedestrian bridge. Bed and bank features including hydraulic friction values, material sizes, and vegetation. Potential channel migration and stability upstream and downstream of crossing based on existing bed and bank features. During the site inspection, a photo log of the bridge and field notes will be created. Task 4.2 Bridge Hydraulic Analysis The purpose of this task is to understand the hydraulic conditions at the existing site, in order to establish the hydraulic design parameters for proposed pedestrian bridge. The creek's cross sections upstream and downstream of the bridge will be used in the hydraulic analysis to assess the local stability of the existing creek and the need for any scour protection of the pedestrian bridge. The Consultant will establish water surface elevations and determine local velocities in the creek under flooding conditions, using HECRAS bridge hydraulic modeling with available flood information. Using a 100 MRI (years) storm frequency, the Consultant will design for flow passage using a 500 MRI (years) storm frequency, check for high flow damage, and also include Normal High Water elevation for construction if necessary. Existing cross sections 200 ft upstream and 200 ft downstream will be used to assess the flow characteristics. Task 4.3 Bridge Deck Drainage Analysis The Consultant will work to understand the pedestrian bridge deck drainage conditions at the existing site and to establish hydraulic design parameters for the proposed project. A discussion of the design standards for each bullet item listed below for the new drainage system including stormwater applicable exemptions, design storms used for storm drains, inlets, ditches etc will be provided. Hydrology: establish existing and proposed conditions to derive runoff values. Hydraulic /Conveyance design: provide calculations and analysis for runoff to size drains and other conveyance systems for bridge. Water Quality and Quantity design: provide technical data to justify exemptions. Drainage Plans, Profiles and Details, will be included in the report. Other Reports and Studies: will be included or referenced in the report and attached in the appendix. Task 4.4 Bridge Hydraulic Memos and Report The Consultant will prepare a Hydraulic Report (summary report) covering project existing site conditions, developed conditions, hydraulic design and, photo log, field notes, hydraulic model input and output, flow rates and water elevations. The Hydraulic Report Scope of Services January 27, 2010 Page 9 City of Port Angeles Dry Creek Pedestrian Bridge Trail Project will be in accordance with the current design standards in the Washington State Department of Transportation (WSDOT) "Highway Runoff Manual" (HRM), "Hydraulics Manual and local jurisdictional requirements if local requirements are more stringent than those set forth in the aforementioned manuals. Deliverables: 30% Preliminary Hydraulic Recommendations for Bridge Type and Size Selection and Preliminary Design Memo 60% Draft Hydraulic Report 90% Draft Hydraulic Report 100% Final Hydraulic Report Task 4.5 Project Coordination and Meetings This task is to account for any meetings or calls for project coordination during the project. The following three (3) meetings are anticipated: Preliminary Design Meeting Meeting with the Geotechnical Subconsultant to discuss soils Final Design Meeting TASK 5 ENVIRONMENTAL SERVICES AND PERMITTING Task 5.1 Data Gathering and Field Reconnaissance The Consultant will gather available data necessary to identify natural resources and /or critical areas that may be affected by the project and to identify all required regulatory permits and approvals. The Consultant will obtain relevant data regarding.the project area and associated regulated features to include but not be limited to: Priority Habitats and Species List; US Fish and Wildlife Service listing of Threatened and Endangered Species in Clallam County; and Critical Areas Maps from the City of Port Angeles and /or Clallam County. The Consultant's biologist and permitting specialist will visit the project site to identify and evaluate the presence and condition of Critical Areas and Priority Habitats and Species. The Consultant will note relevant habitat features in sufficient detail to assess potential impacts to regulated resources resulting from project design and construction. The Consultant will gather photo documentation of the project area and relevant habitat features for inclusion in the Project's environmental compliance package. Task 5.2 SEPA and Permitting Support The Consultant will provide support to the City of Port Angeles permitting staff in preparation of Critical Areas Permit applications and environmental documentation. The Consultant will review and augment the Draft SEPA Environmental Checklist prepared by the City for the purpose of incorporating bridge related information, including potential environmental impacts and measures to minimize and avoid impacts. Supporting documentation will be limited to documents prepared under this Scope of Work. It is Scope of Services January 27, 2010 Page 10 City of Port Angeles Dry Creek Pedestrian Bridge Trail Project assumed that the SEPA review will result in a Determination of Non significance and no Environmental Impact Statement or Environmental Assessment will be required. Deliverables: Draft electronic copies of the SEPA documentation will be provided to the City for review. Final electronic and printed copies of SEPA documentation will be provided to the City. Task 5.3 Cultural Resources Documentation Support The Consultant will provide support to the City's staff archaeologist in preparation of Cultural /Archaeological Resources documentation. The Consultant will provide pertinent design and construction information necessary for the City's archaeologist to assess potential project impacts to culturally sensitive resources. Deliverables: 90% Design and Construction Information Memo 100% Design and Construction Information Memo TASK 6 AESTHETICS Task 6.1 Trail Aesthetic Feature Design The Consultant will develop trail aesthetic feature designs and details in the vicinity (within 200 feet of each end of the Dry Creek Bridge) consistent with the City of Port Angeles Dry Creek Bridge and Trail Planning Study on the Olympic Discovery Trail, June 2009. Representative features include: bollards, interpretive signs, signage, and benches in coordination with the design team and the City. The Consultant will provide schematic designs, and after review and comment by the City of Port Angeles, final construction plan details, including associated specifications and opinion of probable construction cost, will be developed. Deliverables: 30% Preliminary Schematic Design 100% Design Construction Plan Details Task 6.2 Project Coordination, Meetings and Public Meeting This task is to account for any meetings or calls for project coordination during the project. The following three (3) meetings are anticipated: Preliminary Design Meeting Final Design Meeting Public Meeting Scope of Services January 27, 2010 Page 11 City of Port Angeles Dry Creek Pedestrian Bridge Trail Project Renderings and /or hand outs will be developed to support the Public Meeting. TASK 7 BRIDGE AND ROADWAY ENGINEERING Task 7.1 Bridge Site Inspection A bridge site inspection will be performed as a first order of work to establish what the bridge site conditions are and to evaluate bridge constructability. Task 7.2 Collection and Review of Existing Data The Consultant will initiate data collection activities as a first order or work. During this task, the Consultant will review existing available technical data provided by the City, including: City of Port Angeles Dry Creek Bridge and Trail Planning Study on the Olympic Discovery Trail, June 2009 Right of Way Plans in the project area Utility Routings (sewer, gas, water, cable, telephone) in the project area During this task, the Consultant will review the information obtained at the project site visit and Kickoff Meeting with the City and information provided by the project team members, including: Survey Topographical Base Map Survey Hydraulics Analysis Geotechnical Analysis Aesthetics Recommendations Task 7.3 Develop Design Criteria and Identify Issues The Consultant will review the relevant bridge and roadway site data, and develop design constraints, design considerations, and design criteria for development of the Project. The Consultant will evaluate the bridge site and feasible alternatives and develop issues and approaches with benefits for the feasible bridge alternatives. Task 7.4 Bridge Type and Size Selection The Consultant will prepare a screening matrix to evaluate a superstructure consisting of either a one or two span steel truss bridge and a substructure consisting of either cast in place concrete shafts or cast in place concrete spread footings. These alternatives will be evaluated based on impact on right of way, impact on the environment, impact on existing utilities, construction period, long -term maintenance cost, aesthetics, accommodation of the alignment and profile, abutment and interior pier foundations, construction cost, and any other issues that are raised under Task 7.3. After preparing a screening matrix for bridge alternatives, the Consultant will present their findings to the City and recommend a preferred alternative. The Consultant will work with the City to refine the preferred alternative and obtain the City's approval. Scope of Services January 27, 2010 Page 12 City of Port Angeles Dry Creek Pedestrian Bridge Trail Project Deliverables: Alternatives Screening Matrix Task 7.5 Preliminary Design The Consultant will prepare preliminary design (approximately 30% design) for the bridge, with approximate span length of 200 feet, and for the gravel approach roadway for approximately 50 feet beyond each bridge abutment, for the recommended bridge alternative, as approved by the City. The Consultant will prepare plans to show the bridge type, size and location, horizontal and vertical alignments, and typical sections. The plans will be accompanied by a preliminary design bridge opinion of probable construction cost. Preliminary design will include ongoing collaboration with the City and the documentation of the project design constraints, considerations, criteria, issues and approaches. Geometric calculations will be performed to completely define the bridge geometrics. Preliminary structural design calculations will be performed to conceptually size the structural members. The Consultant will prepare the preliminary design bridge opinion of probable construction cost using approximate quantities of materials for some bid items and lump sum estimates for some bid items, depending on the degree of design completed. Historical bid unit prices for projects in Western Washington will be used to determine appropriate unit bid prices for the preliminary design bridge opinion of probable construction cost. Deliverables: 30% Bridge Plans and Opinion of Probable Construction Cost Task 7.6 Bridge Procurement Contract Support The Consultant will work with the City to prepare a procurement contract advertisement for purchasing the pre- fabricated steel truss bridge superstructure for the Dry Creek Pedestrian Bridge Trail project. The Consultant will provide support to the City during the procurement contract advertisement. The Consultant will address Contractor requests for information and interpretations of the procurement contract documents. The Consultant will provide Bid Item quantity checks, process updates to the Contract Provisions and Contract Plans for any Addendums. The Consultant will review the Contractor bids and provide recommendations to the City regarding the award of the procurement contract. Upon transmittal by the City, the Consultant will review the design calculations and shop drawings for the pre fabricated structure, as provided by the selected manufacturing company. Task 7.7 Final Design The Consultant will prepare final design (100% design) for bridge and roadway elements for the recommended bridge alternative. Scope of Services January 27, 2010 Page 13 City of Port Angeles Dry Creek Pedestrian Bridge Trail Project The Consultant will prepare a complete plans, specifications and estimates (PS &E) package. This involves complete bridge structural design, checking and CADD plan sheet preparation in accordance with City of Port Angeles current standards at the time of contract execution. The substructure will be fully documented with design check and calculations. The superstructure will be designed by the pre- fabricated steel truss fabricator and their design calculations will be reviewed and spot checked by the Consultant. The plans and calculations will be stamped and signed. The plans will be hard copy (11" x 17 paper. The Consultant will prepare the final design opinion of probable construction cost using approximate quantities of materials for some bid items and lump sum estimates for some bid items, depending on the degree of design completed. Historical bid unit prices for projects in Western Washington will be used to determine appropriate unit bid prices for the bridge opinion of probable construction cost. The Consultant will provide a plans -in -hand constructability review in the field, using the final 90% bridge plans. Results will be incorporated into the final design and detailing of the structure. The Consultants internal QA/QC procedures will be utilized throughout the design effort on this Project. Independent check of the structural design calculations and CADD plan sheets will be performed. Checks will also be made of computer program input as well, to insure the accuracy of the results. Drawings and details will be reviewed for constructability and for conformance to drawing standards. The Consultant will work with the City to prepare a construction contract advertisement for construction of the Dry Creek Pedestrian Bridge Trail Project. Deliverables: 90% Plans, Specifications and Opinion of Probable Construction Cost 100% Plans, Specifications and Opinion of Probable Construction Cost Task 7.8 Bid Support Services The Consultant will provide support to the City during the project advertisement. The Consultant will address Contractor requests for information and interpretations of the contract documents. The Consultant will provide Bid Item quantity checks, process updates to the Contract Provisions and Contract Plans for any Addendums. The Consultant will review the Contractor bids and provide recommendations to the City regarding the award of the contract. Scope of Services January 27, 2010 Page 14 Task DRY CREEK PEDESTRIAN BRIDGE I 1. PROJECT MANAGEMENT 1 2. SITE SURVEY MAPPING AND PROPERTY IDENTIFICATI 2.1 Compile Control Data 2 2 Set Up Field Crew 2.3 Honzontal and Vertical Control Traverse 2.4 Topographical Mapping 2.5 Deed and Boundary Survey Research 2 6 Field Data Reduction and Quality Control 2.7 Topographical Mao Production 2.8 Preparation of Digital Files 2.9 Professional Land Surveyor Review 2 10 Boundary Analysis 2.11 Proiect Coordination and Meetings 3. GEOTECHNICAL STUDY 3.1 Field Exploration 3.2 Laboratory Testing 3.3 Engineering Analysis and Report 3 4 Project Coordination and Meetings 4. HYDRAULICS 4.1 Bridge Site Inspection 4 2 Bndge Hydraulic Analysis 4 3 Bridge Deck Drainage Analysis 4.4 Bridge Hydraulic Memos and Report 4.5 Proiect Coordination and Meetings 5. ENVIRONMENTAL SERVICES AND PERMITTING 5.1 Data Gatherinq and Field Reconnaissance 5.2 SEPA and Permitting Support 5.3 Cultural Resources Documentation Support 6. AESTHETICS 6.1 Trail Aesthetic Feature Design 6.2 Proiect Coordination. Meetings and Public Meeting 7. BRIDGE AND ROADWAY ENGINEERING 7.1 Bndae Site Inspection 7.2 Collection and Review of Existing Data 7.3 Develop Design Cnteria and Identify Issues 7 4 Bridge Type and Size Selection 7.5 Preliminary Design 7.6 Bridge Procurement Contract Support 7.7 Final Design 7 8 Bid Support Services Subtotal' Direct Costs' Escalation' TOTAL' Exhibit B Summary of Cost Per Consultant Exeltech $4.017.09 51.848.18 $2,182.56 $2.182.56 $3.076.57 $1.801.04 $1.254.79 $2.948.78 525.424.44 510.254.57 $36.349.49 53,153.29 $94,493.34 52.712.50 597,205.84 Wangler 5291.04 $436.56 52.427.60 512,138.00 5582.08 53,492.48 55.820.80 5582.08 52,057.68 51.398.08 5727.60 529,954.001 59,608 99 510,000.00 59,160.00 51.500.001 56,777.11 $475.00 5100.00 531,454.001 516,386.10 510,475.00 $9,260.00 Page 1 of 4 I Krazan $1.815.09 5339.10 56,033.69 51,421.11 1 MP Stormwater I Lindberg-Smith 51.500.00 53,000.00 51.000.00 53.000.00 $1.500.00 55,930.00 53.230.00 Total $4,017 09 5291.04 $436.56 52,427.60 512,138.00 $582.08 $3,492.48 55.820.80 5582.08 $2,057.68 51.398.08 $727.60 51.815.09 5339.10 56.033.69 $1,421.11 51,500.00 53.000.00 51.000.00 53,000.00 $1,500.00 51,848.18 $2.182.56 $2,182.56 55.930.00 $3,230.00 53,076.57 $1,801.04 51.254.79 $2,948.78 525,424.44 $10,254 57 536,349.49 53,153.29 $153,216 33 511.564.61 5164,780.94 Task DRY CREEK PEDESTRIAN BRIDGE 1. PROJECT MANAGEMENT 2. SITE SURVEY MAPPING AND PROPERTY IDEN 2.1 Comoile Control Data 2.2 Set Uo Field Crew 2.3 Honzontal and Vertical Control Traverse 2.4 Topographical Maiming 2.5 Deed and Boundary Survey Research 2.6 Field Data Reduction and Quality Control 2 7 Topographical Mao Production 2.8 Preparation of Digital Files 2.9 Professional Land Surveyor Review 2.10 Boundary Analysis 2.11 Proiect Coordination and Meetings 3. GEOTECHNICAL STUDY 3.1 Field Exploration 3.2 Laboratory Testing 3 3 Engineering Analysis and Report 3.4 Project Coordination and Meetings 4 HYDRAULICS 4.1 Bridge Site Inspection 4.2 Bridge Hydraulic Analysis 4.3 Bndge Deck Drainage Analysis 4.4 Bridge Hydraulic Memos and Report 4.5 Proiect Coordination and Meetings 5. ENVIRONMENTAL SERVICES AND PERMITTINJ 5.1 Data Gathennq and Field Reconnaissance 5.2 SEPA and Permitting Support 5.3 Cultural Resources Documentation Support 6. AESTHETICS 6.1 Trail Aesthetic Feature Design 6.2 Proiect Coordmahon. Meetings and Public Meeting 7. BRIDGE AND ROADWAY ENGINEERING 7 1 Bridge Site Inspection 7.2 Collection and Review of Existing Data 7 3 Develop Design Criteria and Identify Issues 7.4 Bridge Type and Size Selection 7.5 Preliminary Design 7 6 Bndge Procurement Contract Support 7 7 Final Design 7.8 Bid Support Services TOTAL' 12 8 2 2 2 8 8 8 8 58 Exhibit B Hours Sheet 6 3 8 2 6 2 4 2 16 2 80 2 60 2 120 12 21 306 Page 2 of 4 2 20 60 82 Exeltech Labor Hours e 0 0 0 a c W 0. .0 N J C c 3 V d c E E o al 2 c 0 C w f1 i 3 7. C C 0 9 8 8 8 24 8 12 12 32 120 120 240 9 27 16 20 20 19 12 8 20 230 70 310 20 772 Task DRY CREEK PEDESTRIAN BRIDGE 1 PROJECT MANAGEMENT 2. SITE SURVEY MAPPING AND PROPERTY IDEN 2.1 Compile Control Data 2.2 Set Uo Field Crew 2.3 Horizontal and Vertical Control Traverse 2.4 Topographical Mapping 2 5 Deed and Boundary Survey Research 2.6 Field Data Reduction and Quality Control 2.7 Topographical Mao Production 2.8 Preparation of Digital Files 2.9 Professional Land Surveyor Review 2.10 Boundary Analysis 2.11 Proiect Coordination and Meetings 3. GEOTECHNICAL STUDY 3.1 Field Exploration 3.2 Laboratory Testing 3 3 Enaineenna Analysis and Report 3.4 Proiect Coordination and Meetings 4. HYDRAULICS 4.1 Bridge Site Inspection 4.2 Bndge Hydraulic Analysis 4.3 Bridge Deck Drainage Analysis 4.4 Bridge Hydraulic Memos and Report 4.5 Proiect Coordination and Meetings 5. ENVIRONMENTAL SERVICES AND PERMITTING 5.1 Data Gathering and Field Reconnaissance 5.2 SEPA and Permitting Support 5.3 Cultural Resources Documentation Support 6. AESTHETICS 6.1 Trail Aesthetic Feature Design 6.2 Proiect Coordination. Meetings and Public Me 7. BRIDGE AND ROADWAY ENGINEERING 7.1 Bridge Site Inspection 7.2 Collection and Review of Existing Data 7.3 Develop Design Criteria and Identify Issues 7.4 Bndge Type and Size Selection 7.5 Preliminary Design 7 6 Bndge Procurement Contract Support 7.7 Final Design 7 8 Bid Support Services 10 8 TOTAL 18 2 3 4 24 40 4 5 82 10 50 Exhibit B Hours Sheet Wengler Surveying 10 50 60 I 60 Page 3 of 4 4 3 m v 0 0) 0 f/f II 2 3 20 100 4 24 40 4 4 14 8 5 224 4 4 Q 12 24 15 51 Krazan Associates 18 18 8 8 e 0 A o cn S 0 o 0 a 0) w c i w Y 9 9 N o 8 4 8 20 20 4 62 15 101 Task DRY CREEK PEDESTRIAN BRIDGE 1. PROJECT MANAGEMENT 2 SITE SURVEY MAPPING AND PROPERTY IDEN 2.1 Compile Control Data 2.2 Set Uo Field Crew 2.3 Horizontal and Vertical Control Traverse 2.4 Topographical Mappjn i 2.5 Deed and Boundary Survey Research 2.6 Field Data Reduction and Quality Control 2.7 Topographical Mao Production 2.8 Preparation of Digital Files 2.9 Professional Land Surveyor Review 2.10 Boundary Analysis 2.11 Proiect Coordination and Meetings 3. GEOTECHNICAL STUDY 3.1 Field Exploration 3 2 Laboratory Testing 3.3 Engineering Analysis and Report 3.4 Project Coordination and Meetings 4. HYDRAULICS 4.1 Bridge Site Inspection 4.2 Bridge Hydraulic Analysis 4.3 Bndge Deck Drainage Analysis 4.4 Bridge Hydraulic Memos and Report 4.5 Proiect Coordination and Meetings 5. ENVIRONMENTAL SERVICES AND PERMITTING 5.1 Data Gathennq and Field Reconnaissance 5.2 SEPA and Permitting Support 5.3 Cultural Resources Documentation Support 6. AESTHETICS 6.1 Trail Aesthetic Feature Design 6.2 Proiect Coordination. Meetings and Public Me 7. BRIDGE AND ROADWAY ENGINEERING 7.1 Bridge Site Inspection 7.2 Collection and Review of Existing Data 7.3 Develop Design Criteria and Identify Issues 7.4 Bndge Type and Size Selection 7.5 Preliminary Design 7.6 Bridge Procurement Contract Support 7.7 Final Design 7.8 Bid Support Services Exhibit B Hours Sheet MP Stormwater'Lindberg Smith Architects' 15 15 30 30 10 10 30 30 15 15 TOTAL' 100 100 Page 4 of 4 58 34 92 10 10 Y V 0 .0 5 J C E 0 m o a 0 5 J y 4 O= 1g. 68 34 102 27 2 3 20 100 4 24 40 4 14 8 5 20 4 62 15 15 30 10 30 15 16 20 20 68 34 19 12 8 20 230 70 310 20 1,299 Port Angeles Dry Creek Pedestrian Bridge City of Port Angeles Task DescriF Engineenng, Environmental Subconsultant Fee Determination Subconsulta Exeltech Consulting, Inc Code Classification Man Hours LABOR Hours Rate Project Manager Deputy Project Manager Sr Bridge Engineer Bridge Engineer Environmental Lead Environmental Support Sr CADD Tech Administration Total Hours Total DSC Increase of Work Labor Escalation for '11 0 0 Escalated Total DSC Overhead (OH Cost including Salary Additives) OH Rate x DSC of 160 27% x Fixed Fee (FF) FF Rate x DSC of 32 00% x Reimbursables Itemized Meals and Lodging Mileage Reproduction and Pnntmg Computer Charge (Drafting) Computer Charge (Engineering) Postage and Supplies Ferry Fare Reimbursables Total Exeltech Subtotal Subconsultant Costs (See Exhibit G) Grand Total Exhibit C Prime Consultant Fee Determination Quantity 10 3,750 500 Units each each copies hours hours 10 Est 58 x $62 41 21 x $55 65 306 x $48 30 82 x $45 15 24 x $50 44 32 x $28 60 240 x $27 68 9 x $32 40 772 Start Date End Date Exeltech Project COPA Project Dollars 3,619 90 1,168 65 14,779 80 3,702 30 1,210 61 915 26 6,642 72 291 60 32,330.84 0 00 32,330.84 $32,330 84 51,816.63 $32,330 84 10,345.87 Rate In Scope $20 00 200 00 $0 550 2,062 50 $0 50 250 00 $10 00 0 00 $15 00 0 00 $20 00 200 00 $25 00 0 00 2,712.50 97,205.84 67,575.10 164,780.94 Exhibit C Subconsultant Fee Determination Wengler Surveying Port Angeles Dry Creek Pedestrian Bridge Start Date City of Port Angeles Task Description: Surveying End Date Subconsultant Fee Determination Exeltech Project Subconsultant: Wengler Surveying COPA Project Classification Hours Labor Rate Dollars Project Surveyor 18 x $64 25 $1,156 50 Office Technician 82 x $53 50 $4,387 00 Party Chief 60 x $53 50 $3,210 00 Chainman 60 x $35 75 $2,145 00 Clencal 4 x $28 50 $114 00 Total Hours 224 Total Direct Labor Cost $11,012.50 Labor Escalation for 11 Increase of Work 0 0 Escalated Labor Cost $0 00 $0.00 Overhead (OH Cost including Salary Additives) OH Rate x DSC of 140 00% x $11,012 50 $15,417.50 Fixed Fee (FF) FF Rate x DSC of 32% x $11,012.50 $3,524.00 Reimbursables Quantity Itemized Units Rate In Scope Mileage each $0 550 $0 00 Meals and Lodging each $15 00 $0 00 Reproduction and Printing 25 each $2 00 $50 00 Field Equipment Rental 1 each $1,450 00 $1,450 00 Reimbursables Total $1,500.00 Grand Total $31,454.00 Prepared By Jim Wengler Date January 11, 2010 Port Angeles Dry Creek Pedestrian Bridge City of Port Angeles Task Description: Geotechnical Subconsultant Fee Determination Subconsultant: Krazan Assoc Classification Reimbursables Quantity Itemized Mileage DnIling Costs Private Utility Locates Laboratory Testing Mobilizations Between Hok Bentonite PID Misc Reimbursables Total Prepared By Labor Escalation for '11 Exhibit C Krazan Associates Subconsultant Fee Determination Sr Geotech Eng Project Engineer /Geology Consultation Eng Draftsman Field Eng /Sr Geologist Total Hours Ronald Nance Hours Start Date End Date Labor Rate 4 x $49 04 51 x $37 27 18 x $45 12 8 x $25 50 20 x $33 35 101 Total Direct Labor Cost Increase of Work 0 0 Escalated Labor Cost Overhead (OH Cost including Salary Additives) OH Rate x DSC 122 20% x $3,780 09 Fixed Fee (FF) FF Rate x DSC 32% x $3,780 09 Units Rate 364 each $0 550 1 lump sum $4,950 00 1 lump sum $520 00 1 lump sum $220 00 2 Est $150 00 15 each $25 00 2 each $95 00 1 each $22 12 Exeltech Project COPA Project $196 16 $1,900 77 $812 16 $204 00 $667 00 Grand Total $16,386.10 Date January 14, 2010 Dollars $3,780.09 $0 00 $0.00 $4,619.27 $1,209.63 $200 00 $4,950 00 $520 00 $220 00 $300 00 $375 00 $190 00 $22 11 $0 00 $6,777.11 Exhibit C Subconsultant Fee Determination MP Stormwater Engineering Port Angeles Dry Creek Pedestrian Bridge City of Port Angeles Task Description: Hydraulics Subconsultant Fee Determination Subconsultant: MP Stormwater Classification Hydraulic Engineer Total Hours Labor Escalation for 11 Overhead (OH Cost including Salary Additives) OH Rate x DSC of 0 00% x $10,000 00 $0.00 Fixed Fee (FF) FF Rate x DSC of 0% x Start Date End Date Exeltech Project COPA Project Hours Labor Rate Dollars 100 x $100 00 $10,000 00 x 100 Total Direct Labor Cost $10,000.00 Increase of Work 0 0 $0 00 Escalated Labor Cost $0.00 $10,000 00 $0.00 Reimbursables Quantity Itemized Units Rate In Scope Mileage 500 each $0 550 $275 00 Meals and Lodging each $75 00 $0 00 Reproduction and Prin 4 each $50 00 $200 00 Field Equipment Rental each $0 00 $0 00 $475.00 Grand Total $10,475.00 Prepared By Rose Peralta Date January 11, 2010 Fixed Fee (FF) Exhibit C Subconsultant Fee Determination Lindbert-Smith Architects Port Angeles Dry Creek Pedestrian Bridge City of Port Angeles Task Description: Aesthetics Subconsultant Fee Determination Subconsultant: Lindberg -Smith Architects Classification Labor Escalation for 1 t FF Rate x DSC of 0% x Start Date End Date Exeltech Project COPA Project Hours Labor Rate Dollars Architect 92 x $95.00 $8,740 00 Administration 10 x $42.00 $420 00 Total Hours 102 Total Direct Labor Cost $9,160.00 Increase of Work 0 0 $0 00 Escalated Labor Cost $0.00 Overhead (OH Cost including Salary Additives) OH Rate x DSC of 0.00% x $9,160 00 $0.00 $9,16000 $0.00 Reimbursables Quantity Itemized In Scope Units Rate In Scope Mileage each $0 585 $0 00 Reproduction (b /w) 200 each $0 10 $20 00 Reproduction (color) each $0 89 $0 00 Postage and Supplies 4 each $20 00 $80 00 Reimbursables Total $100.00 Grand Total $9,260.00 Prepared By Charlie Smith Date January 11, 2010 EXHIBIT D PROJECT SCHEDULE Notice to Proceed February 24, 2010 Bridge Type and Size Selection March 26, 2010 Advertise, Pre Fabricated Bridge Procurement Contract April 19, 2010 Preliminary Design Completion April 30, 2010 Award Pre Fabricated Bridge Procurement Contract May 10, 2010 Final Design Completion May 14, 2010 Advertise for Construction Bids June 7, 2010 Award Construction Contract July 12, 2010 Delivery Prefabricated Bridge September 13, 2010 Construction Complete October 31, 2010 ,Ac CERTIFICATE OF LIABILITY INSURANCE OP ID BH DA 05/25 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: It the certiticate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. It SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER ACEC /MARSH 701 Market St., Ste. 1100 St. Louis MO 63101 Phone:800- 338 -1391 Fax :888- 621 -3173 INSURED COVERAGES Exeltech Consulting, Inc. 8729 Commerce Place Dr. Ste. A Olympia, WA 98516 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS LLTR TYPE OF INSURANCE GENERAL LIABILITY 1 COMMERCIAL GENERAL LIABILITY I CLAIMS -MADE X OCCUR GEN'L AGGREGATE LIMIT APPLIES PER POLICY I X 1 E I LOC AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS UMBRELLA LIAB EXCESS LIAB DEDUCTIBLE CERTIFICATE HOLDER ACORD 25 (2009/09) OCCUR CLAIMS -MADE EXEL -02 INSURER(S) AFFORDING COVERAGE INSURER A New Hampshire Insurance Co INSURER B I INSURER C INSURER D INSURER E INSURER F CERTIFICATE NUMBER: REVISION NUMBER: ADDt SUtih INSR WVDI POLICY NUMBER City of Port ,Ange a.. Pilblic Works and Utihtres d Ark Engineering Services Cm ME RETENTION WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y N ANY PROPRIETOR/PARTNER/EXECUTIVG OFFICER/MEMBER EXCLUDED? I N A (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below A Professional 33054731 -02 Liability DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) City of Port Angeles Public Works Utilities Dept 321 East Fifth Street PO Box 1150 Pop't Angeles WA 98362 -0217 CITYOF I NAME YHUNt (A/C, No, Ext). t -MAIL ADDRESS YKUJVt.�K CUSTOMER ID tr. POLICY EFF POLICY EXr (MM /DD/YYYY) (MM /DD/YYYY) 05/26/11 05/26/12 CANCELLATION AUTHORIZED REPRESENTATIVE LIMITS EACH OCCURRENCE 1$ DAMAGL I U NLNTEu PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL ADV INJURY GENERAL AGGREGATE I$ PRODUCTS COMP /OP AGG I (A/C, No) COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) ITORY LIMITS I I U ER EACH OCCURRENCE AGGREGATE E L EACH ACCIDENT E L DISEASE EA EMPLOYEE' E L DISEASE POLICY LIMIT Claim Aggregate 5,l01q I$ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS $2,000,000 $2,000,000 C R 'CO rights reserved. The ACORD name and logo are registered marks of ACORD NAIC