HomeMy WebLinkAbout5.429 Original Contract
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN THE
THE CITY OF PORT ANGELES
AND
R.W. BECK & ASSOCIATES
.5, </,;) q
~
RELATING TO: EDIZ HOOK/USCG SEWER FACILITIES DESIGN SERVICES PROJECT 92-11
THIS AGREEMENT IS made and entered Into this 14~ay of March 1997 by and between THE CITY OF PORT ANGELES, a non-charter code city of
the State of Washington, (hereinafter called the "CITY") and R W BECK & ASSOCIATES a Washington Corporation (hereinafter called the
"CONSULTANT').
WHEREAS, the CITY deSires to develop a deSign for Ediz Hook and USCG Sewer FaCilities, 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, condlllons, covenants and agreements set forth below, the parties hereto
agree as follows:
SCOPE OF WORK
The scope of profeSSional services to be performed and the results to be achieved by the CONSULTANT shall be as detailed In the attached Exhibit A, and
shall Include all services and matenal necessary to accomplish the work
The CITY may review the CONSULTANTS work product, and if It IS not satisfactory, based on the crltena set forth in Exhibit A, the CONSULTANT shall make
such changes as may be required by the CITY. Such changes shall not constitute "Extra Work" as related in Section XI of thiS Agreement
The CONSULTANT agrees that all services performed under thiS Agreement shall be In accordance with the standards of the profeSSion and In compliance
With applicable federal, state and local laws '
The Scope of Work may be amended upon written approval of both parties
II OWNERSHIP OF DOCUMENTS
Upon completion of the work, all documents, exhibits, photographic negatives, or other presentations of the work shall become the property of the CITY for use
Without restriction and Without representallon as to suitability for reuse by any other party unless specifically verified or adapted by the CONSULTANT
However, any alteration or reuse of the documents, by the City or by others acting through or on behalf of the City, Will be at the City'S sole risk
III DESIGNATION OF REPRESENTATIVES
Each party shall designate Its representatives In writing. The CONSULTANTS representative shall be subject to the approval of the CITY
IV TIME OF PERFORMANCE
The CONSULTANT may begin work upon execution of thiS Agreement by both parties. The work shall be completed In accordance With the schedule set forth
In the attached Exhibit 0
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 CONSULTANTS cost for actual labor, overhead and profit plus CONSULTANTS direct non-salary reimbursable
costs as set forth in the attached Exhibits Band C, respectively.
Labor costs shall be based on the hourly service rates shown in Exhibit B.
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, micro computer, CADD computer, reproduction and printing, supplies and fees of outSide services and consultants Ten
percent (10%) overhead and profit may be added to direct non-salary reimbursable costs
City of Port Angeles - March 1997
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
rtemlZe With receipts and inVOices the non-salary direct costs; shall Indicate the specific task or activity in the Scope of Work to which the costs are
related, and shall Indicate the cumulative total for each task.
C. The CITY shall review the InVOices and make payment for the percentage of the project that has been completed less the amounts previously paid.
D. The CONSULTANT inVOices are due and payable Within 30 days of receipt In the event of a disputed billing, only the disputed portion Will be withheld
from payment.
E Final payment for the balance due to the CONSULTANT Will be made upon the completion of the work and acceptance by the CITY
F Payment for "Extra Work" performed under Section XI of thiS Agreement shall be as agreed to by the parties In writing.
VI MAXIMUM COMPENSATION
Unless otherwise agreed to In wrrtlng by both parties, the CONSULTANTS total compensation and reimbursement under thiS Agreement, Including labor, direct
non-salary reimbursable costs and outSide services, shall not exceed the maximum sum of $103,600.00.
VII EMPLOYMENT
Employees of the CONSULTANT, while engaged In the performance of any work or services under this Agreement, shall be considered employees of the
CONSULTANT only and not of the CITY, and claims that may anse 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 CONSULTANTS 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 wntten consent.
VIII NONDISCRIMINATION
The CONSULTANT shall comply With all applicable federal, state and CITY nondlscnmlnatlon regulations and With the CITY'S Equal OpportUnity/Affirmative
Action clause, which IS set forth In the attached Exhlbrt E
IX SUBCONTRACTS
A. The CONSULTANT shall not sublet or assign any of the work covered by this Agreement without the wrrtten consent of the CITY.
B The CONSULTANT Will be uSing the firms submitted WIlh its proposal as subcontractors. Subcontractors other than those listed shall not be permrtted
WIlhout the wntten consent of the CITY
C. In all solicrtation either by competitive bidding or negotiation made by the CONSULTANT for work to be performed pursuant to a subcontract, Including
procurement of matenals and eqUipment, each potential subconsultant or supplier shall be notified by the CONSULTANT of Consultant's obligations
under thiS Agreement, Including the nondlscnmlnatlon reqUirements
X CHANGES IN WORK
Other than changes directed by the CITY as set forth In Section I above, erther 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 wrrtten amendments to thiS Agreement executed by both
parties
XI EXTRA WORK
The CITY may desire to have the CONSULTANT perform work or render services In connection With this project, in addition to the Scope of Work set forth In
ExhIbit A and mInor reVISions to satlsfactonly completed work Such work shall be conSidered as "Extra Work" and shall be addressed In a wntten supplement
to thiS Agreement The CITY shall not be responSible for paying for such extra work unless and until the wrrtten supplement IS executed by both parties
XII TERMINATION OF AGREEMENT
A The CITY may termInate thiS Agreement at anytime upon not less than ten (10) days wrrtten notice to the CONSULTANT. Wntten notice Will be by
certified mall sent to the consultant's deSignated representatIve at the address prOVided by the CONSULTANT
B In the event this Agreement IS terminated pnor to the completion of the work, a final payment shall be made to the CONSULTANT, whiCh, when added to
any payments preViously made, shall compensate the CONSULTANT for the percentage of work completed
C In the event this Agreement is terminated pnor 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 pnor to transmrttal of final payment to the CONSULTANT.
XIII INDEMNIFICATION/HOLD HARMLESS
The CONSULTANT agrees to Indemnify the CITY from any claims, damages, losses, and costs, including, but not limited to, attorney's fees and litigation
costs, arising out of claims by third parties for property damage and bodily injUry, Including death, caused solely by the negligence or Willful misconduct of the
CONSULTANT, CONSULTANT employees, affiliated corporations, officers, and subcontractors In connection wrth the work performed under this Agreement
City of Port Angeles - March 1997
The CITY agrees to Indemnify the CONSULTANT from any claims, damages, losses, and costs, Including, but not limited to, attorney's fees and Iltlgallon
costs, anslng 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 nght of Indemnity shall apply for such proportion
Should a court of competent Junsdlctlon determine that thiS Agreement IS subject to RCW 424 115, then, In the event of liability for damages anslng out of
bodily Injury to persons or damages to property caused by or resulting from the concurrent negligence of the CONSULTANT and the CITY, ItS officers, offiCials,
employees, and volunteers, the CONSULTANTS liability hereunder shall be only to the extent of the CONSULTANTS negligence It IS further speCifically and
expressly understood that the indemnification prOVided herein constitutes the each party'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 nghts as a third person set forth In RCW 51 24035.
XIV INSURANCE
The CONSULTANT shall procure and maintain for the durallon of the Agreement, Insurance against claims for Injunes to persons or damage to property which
may anse from or In connection with the performance of the work hereunder by the CONSULTANT, its agents, representatives, employees or subcontractors
The CONSULTANT shall prOVide a Certificate of Insurance eVidenCing
1. Automobile Liabllltv insurance with limits no less than $1,000,000 combined Single limit per aCCident for bodily injury and property damage; and,
2. Commercial General Liabllitv Insurance wntten on an occurrence basis With limits no less than $1,000,000 combined Single limit per occurrence and
$2,000,000 aggregate for personal inJUry, bodily injUry and property damage. Coverage shall Include but not be limited to blanket contractual;
products/completed operations, broad form property damage; explOSion, collapse and underground (XCU) If applicable, and employers liability; and,
3 Professionalllabllltv Insurance with limits no less than $1,000,000 limit per occurrence
Any payment of deductible or self Insured retention shall be the sole responsibility of the CONSULTANT.
The CITY shall be named as an additional insured on the Commercial General liability Insurance policy, as respects work performed by or on behalf of the
Consultant and a copy of the endorsement naming the CITY as additional insured shall be attached to the Certificate of Insurance The CITY reserves
the nght to review a certified copy of all required Insurance poliCies In the CONSULTANTs office.
The CONSULTANTS 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 Insurers liability
The CONSULTANTS insurance shall be pnmary Insurance as respects the CITY, and the CITY shall be given thirty (30) days pnor wntten notice of any
cancellation, suspension or matenal change In coverage
XV APPLICABLE LAW
ThiS Agreement shall be construed and Interpreted In accordance with the laws of the State of Washington, and In the event of dispute the venue of any
litigation brought hereunder shall be Clallam County
XVI EXHIBITS AND SIGNATURES
This Agreement, including ItS exhibits, constitutes the entire Agreement, supersedes all prior wntten or oral understandings, and may only be changed by a
wntten amendment executed by both parties. The follOWing exhibits are hereby made a part of thiS Agreement.
Exhibit A - Scope of Work
Exhibit B - Consultant Labor Costs
h
E~hltJt C . Non-salary Reimbursable Costs
" Exhlbli D -:. St;hedule for the Work
ExhlDlt E - Eq~al Opportunity/Affirmative Action/FaCilities Nondlscnmlnatlon
In WITNESS T!-!EREOF, the parties hereto have executed thiS Agreement as of the day and year first wntten above.
CR
CONSULTANT
-4~ ~ c.fFo
TITLE: 1>~::I IMAt..)F\f.€2..
ATTEST.
.8~~~~ LdrfuA
BECKY UP,., CLER
Disc: n IproJects\92-11 \consultlagrmnt gwk
City of Port Angeles - March 1997
EXHIBIT A
CITY OF PORT ANGELES
SCOPE OF WORK
Ediz Hook Wastewater Facilities and
USCG Base Wastewater Improvements
PROJECT DESCRIPTION
The City of Port Angeles is contracting for engineering design and construction
administration serviU:::J for the Ediz Hook Wastewater t-aClllties and USCG Base
Wastewater Improvements, to provide wastewater service to existing and future
facilities on the USCG Base and along Ediz Hook Road,
PROJECT TASKS BY CONSULTANT
TASK 1.
PROJECT MANAGEMENT
A project management plan will be preparea by the Consultant at the start of the
project that establishes the standard for performance for the work. Scope. budget,
schedule, staffing assignments. milestones, documentation, and monitoring will be
rip-fined. This Scope of Work will be incorporated into the project management plan.
Communications and coordination bt::Lween the City, Consultant staff, and
subconsultants will be maintained by the Consultant. Communication with outside
agencies, groups. or individuals necessary for the work associated with this
Agreement will hp. m~intained by the Consultant and ooordinated with the City.
Project status repUll~ and invoices will be prepared monthly, and budget and
schedule will be monitored regularly to assure the project is on track.
TASK 2.
EV ALUA TION
The Consultant will review existing information provided by the City and evaluate
this information in the preparation of materials to be used in a workshop with
personnel from the City, Consultant, outside agencies, and other groups as deemed
necessary by the City and the ConsultcmL
Evaluation will consider the available alternatives and design elements for providing
service to the Ediz Honk facilities and the USCG Base, identifying advantages and
disadvantages of the various alternatives and design elements, identifying issues
clOd areas of concer r! of the workshop partiCipants, and to establish preliminary
design criteria to be used in the evaluation of alternativp. design elements.
2128/97
170 'd
GL617t17P90c 'ON X~~
~038 M~ W~ tc;60 IH3 L6-8G-833
The Consultant will coordinate with the City for scheduling a workshop at CIty
faoilitic~ to review the illrulfllation prepared and summarized as part of the
evaluation phase. The purpose of the workshop is:
a) to summarize the Consultant's understanding of the Issues and concelll~ of the
workshop participants;
b) to provide a forum for piill ticipants to raise any other Issues and concerns related
to the project;
c) to review preliminary alternatives and design elements identified by the
Consultant for llse in the proposed faoilities;
d) to provide a forum for workshop participants to identify other alternatives and
design elements that might be considered in the project;
e) to review and modify, as necessary. preliminary d~sion criteria to be used in tho
evaluation of the alternatives and design elements;
f) to review potential for generation and release of odors from alternatIve
components.
A summary of the workshop discussions, issues, concerns. alternl=ltives, etc. will be
prepared by the Consultant and distributed to workshop participants for review and
comment The Consultant will incorporate review comments from the particIpants
into a final workshop summary for distribution to the participants.
On the same day as the workshop. the workshop p.:.rticlpants will visit the site of the
proposed facilities. The USCG representative will provide access to the USCG base
to allow the Consultant the opportunity to examine the site for potential facility
locations. The Consultant anticipates to take pictures of proposed facility locations
for future reference. I hIS will include locations of eXisting septic systems, potential
electrical connection locations. existing ~ervic.e exits from existing buildings, etc.
Off-base facilities will be examined also for the same conditions, The eXisting
Daishow3 pump station and facilities will be examined as well as existing City Pump
Stations #2 and #3.
TASK 3A. DEVELOP ALTERNATIVES FOR OFF-BASE FACILITIES
Based on the resull:s of the workshop, the Consultant Will develop at least two
alternatives to serve the planned facilities. These altematives will incorporate tho
issues and concerns previously discussed, as well as incorporate the necessary
rip-sign elements related to that alternative. The desIgn alternatives will be
developed based on the design criteria discussed and approved at the workshop
However, If during the development of the alternatives, it becomes apparent that the
design crIteria must be modified due to a design condition, this change in criteria will
be discussed with the City and noted in the body of the text of the written alternative
discussion.
2
2/28/97
SO 'd
cL6~t~v90c 'ON X~3
~038 M~ W~ VG:60 I~j L6-8c-83j
The alternative analysIs will include an estimate of probable construction cost for the
alternativ~~t as well as a summary of the anticipated operation and maintenance
costs of the alternatives. The written text will describe how the alternative meets tho
design criteria and how it addresses the issues and concerns of the wor1<shop
Ji~rticipants.
l1le illformation related to the eXIsting Daishowa Pump Station and the City Pump
Stations #2 and #3 will be reviewed at this time. Recommendations will be
developed related to these pump stations regarding pump station capacity. condition
of the stations, recommended improvements, ~l(,;. Estimates of probable
construction costs for the upgrades of these stations to meet current criteria will be
prepared.
The information will be submitted to the stakeholders at least two days prior to the
scheduled date ofthe Stakeholders meeting, in order to prOVide time to review the
information.
The Consultant will C'.oorninate with the City for scheduling a stakeholder's IIIf;:l;ting
at City facilities to review the information prepared and summarized as part of this
task. The purpo:5e of thl; meeting is:
a) to review the proposed alternatives, and
h) select a preferred alternative to proceed into preliminary design.
c) review information related to the existing pump stations and decide if
improvements will be made to these stations as part of this design project.
The decisions made at the stakeholder's meeting will be documented in a letter
prepared by the Consultant and submitted to UII; City.
TASK 38. DeVELOP ALTERNATIVES FOR USCG BASE FACiliTIES
Based on the results of the workshop, the Consultant will develop at least two
alternatives to serve tile ~xi~ting and planned Ut;CG facilities. These alternatives
will incorporate the issues and concerns previously discussed, as well as
Incorporate the necessary design elements related to that alternative. The design
alternative~ will be developed based on the design criteria discu::s::sed and approved
at the workshop. However, if during the development of the alternatives, it becomes
appdlt:::/Il lhat the deSign crltena must be modified due to a design condition, this
change in criteria will be discussed with thp. City and noted in the body of the text of
the wntten alternative discussion,
The alternative analysis will include an estimate of prObable construction r:osf for the
alternatives, as well as a summary of the anticipated operation and maintenance
costs of the alternatives The written text will describe how the alternative meets the
3
2128/97
90 'd
GL6vlvP90G 'ON X~~
~038 M~ W~ PG:60 I~j L6-8G-83j
design criteria and how it addresses the issues and concerns of the workshop
participants.
The information will be submitted to the stakeholders at least two days prior to the
sr:hP.duled date of the Stakeholders meeting, in order to provide time to review the
information.
The Consultant will coordinate with the City for ~(lhedllling a stakeholder's meeting
at City facilities to review the information prepared and summarized as part of this
t~sk. The purpose of the meeting is:
a) to review the proposed alternatives, and
b) select a preferred alternative to prnC".eed into preliminary design.
The decisions made at the stakeholder's meeting will be documented in a letter
prepared by the Consultant and submitted to the City.
TASK 4A PRELIMINARY DESIGN OF OFF-BASE FACiliTIES
Preliminary design will proceed for the off-base facilities to thA 35% design level.
This level of design will include plans identifying the alignment of facilities and
proposer! rrofiles, if required; General layouts of the facilili~~ will be Included,
however details will not be developed at this time. Infonnation (cut sheets) of
propo::if:'d equipment will be submItted for review. An outline of the proposed
technical sections for the contract documents will be submitted at this stage of
design.
Four copies of 11.inch by 17-inch size drawings will be submitted for review.
An update of the planning leVAI p.stimate will be made 3t thiG time.
Design of upgrades and impruvements to the City Pump Stations #2 and #3 are not
included in this estimate at this time. Costs associated with This work would be
adaed by a supplemental agreement if the City decides to proceed with this work as
part of this Contr:lr:t
The City will IIi.we one week to revIew this submittal The Consultant will attend a
meeting with the City to discuss review comments to the 35% submittal.
TASK 48 PRELIMINARY DESIGN OF USCG BASE FACILITIES
Preliminary design will proceed for the USCG Base facilities to the 35% design level
following notice to proceed hy the City. This lovel of design will include plans
identifying the alignment of facilities and proposed profiles, if required. General
4
2/28/97
LO 'd
GL6PtP~80G 'ON X~~
~038 M~ W~ SG:60 [~3 L6-8G-833
layouts of the facilities will be included, however details will not be developed at thIs
time. Information (t;ut sheets) of proposed e~U1pment will be submitted for review.
An outline of the proposed technical sections for the contract documents will be
submitted at this stage of design.
Four copies of 11-inch by 17 -inch size drawings will be submitted for review.
An update of the planning level estimate will be made at this time.
ThP.' City and USCG personnel will have two weeks to review this submittal. The
Consultant will attend a meeting with the City and USCG to discuss review
comllltmts to the 35% submittal.
TASK 5A PREPARE FINAL DESIGN OF OFF..BASE FACILITIES
Final design will proceed for the off..base facilities to the 95% desif,:ln level. This
level of design will include all plans, details, and sections required to provide
sufficient detail for construction Contract Document technical sections will be
submitted for review.
Four copies of 11-inch by 17.jnch size drawings will be submitted for review, along
with two full-size (22-inch by 34-inch) sets.
An update of the probable construction cost estimate will be submitted.
The City will have one week to review this submittal The Con~IJlt~nt will attend a
meeting with tl1e City to discuss review comments to the 95% submittal.
Following receipt of the City comments. final Contract Documents technical sections
will l;t: prepared Inccrporating the comments and submitted to the City. This fmal
submittal will consist of camera ready plan~ ~nd technical specifications in electronic
form in Microsoft Word 6.0.
TASK 58 PREPARE FINAL DESIGN OF USCG BASE FACILITIES
Final design will proceed for the USCG Base faoilities to the 950/.J design level. Tlli~
level of design will include all plans, details, and sections required to provide
sufficient detaIl for construt;lion. Contract Document technical specifications will be
submitted for review.
Four caple!; of 11-inch by 17 -inoh size drawings will be ::Jubmitted for review, along
with two full-size (22-inch by 34-inch) sets.
An update of the probable construction C".ost estimate will be submitted.
:)
2128/97
80 'd
GL6vlvv90G 'ON X~~
]038 M~ W~ SG:60 [~~ L6-8G-83~
The City and USCG will have two weeks to review this submittal The Consultant will
attend a meeting with the City and USCG to discuss review comments to the 95%
submIttal.
Following receipt of the City and LJ~CG comments, final Contrect Documents will be
prepared incorporating the comments and submitted to the City. This final submittal
will consist of cornere ready plans and technical specifications in electronic form In
Microsoft Word 6.0.
TASK SA BIDDING ASSISTANCE FOR OFF-BASE FACILITIES
The Consultant will be available to answer questions from potential bidders and the
City during the bidding period. The Consultant will not be required to attend a pre~
bid conferAn('.@ or the bid opening. The Consultant will review bidder information
submitted to the City, as requested.
TASK 68 BIDDING ASSISTANCE FOR USCG BASE FACILITIES
The Consultant wiH be available to answer queslions from potential bidders and the
City during the bidding period. The Consultant will not be required to attend a prA-
bid (;onference or the bId opening. The Consultant will review bidder information
submitted to the City, as requested.
TASK 7A CONSTRUCTION ADMINISTRATION FOR OFF-BASE FACILITIES
The Consultant will be available to review shop drawings and attend construction
meetings as requestP.rl by the City. For budget purposes, it is aflLicipated that the
Consultant will review up to 10 submittal packages totaling 40 hours of effort.
/\ttcndance at fOUl <.:onstructlon meetmgs is anticipated. including the pre-
construction conference and a final walk-through with the City and Contractor.
rhese meetings will be conducted by the City. The Consultant's surveying
subcommltant will establish approximately 12 conlrol points along the alignment of
construction at approximate 1000 feet intervals for the use by the contractor in
locating cmd installing the facilities.
TASK 78 CONSTRUCTION ADMINISTRATION FOR USCG BASE FACILITIES
The Consultant will be available to review shop drawings and attend construotion
m~tings as requested by the City. For budget purposes, it is anticipated that the
Consultant will review up to 5 submittal packages totalillg 24 hours of effort.
Attendance at three construction meetings is anticipated, including the rm~~
construction oonference ctnd a final walk-through with the City, USCG, and
Contractor. The Consultant's surveying subcon~lIltant will establish approximaltdy 5
6
2/28/97
60 'd
GL6P[Pv90G 'ON X~j
~038 M~ W~ 9G:60 l~j L6-8G-833
control pOints along the alignment of construction at approximate 1000 feet intervals
for the use by tile contractor In locating and installing the faciiities.
PROJECT TASKS BY CITY
The City of Port Angeles will provirfe the following:
1. Base map information including horizontal and vertical control.
2. Utility maps and available as-built documents.
3, Available geotechnical reports for facilities in the area of the project.
4. Available USCG p.xisting utility mapping including existing seplic tank and
system information, existing electrical system information, and existing water
supply system information.
5. Infonnation on the City's current alarm and telemAtry system for wastewater
pumping stations and information on any plans to upgrade or change the
systAm.
6. Provide sample contract document from a recent project for use as a basis of
pI ~paring the contract documents for this project.
7. Prompt review of submitted materials for City comment.
8. Prepare the Project Manual bidding documents, including Part 1 Bidding
Requirements, Part 2 Contract FOnllS, Part :3 Standard SpeCifications and
Amendments, and Part 4 Special Provisions for Division 1 - Gp.m~ral
Requirements.
9. Print the required bidding dO(:\Jments including the comera ready plans provided
by the Consultant.
10. Advertise, issue bidding documents, prepare and Issue addenda. receive and
open bids, and award the construction contract.
11. Provide full time inspection during the construction of the Project.
12. Construction Project Management.
13. Preparation of as-constructed drawings.
14. City to contrac;l for and provide the services of an archeological observer during
construction, as required.
7
2128197
o l 'd
GL6vlvP90G 'ON X~~
~a38 M~ W~ LG:60 I~j L6-8G-83j
DeSIGN 'CONSIDERA TIONS
OFF-BASE FACILITIES
The evaluation and design of the off-base facilities may include the following:
1. Provisions for connections for flows from the City Park outside the USCG Gate;
from the Port Angeles Pilafs Building; from the Lower Elwha Tribal Longhouse;
rlUrn the Marina; and from the Fisherman's Terminal.
2. Provide a standardized submersihle pump station design for the City, if a new
submersible type pump station is required for this project.
3. Connect to and extend the existing 4.inch dIameter forcemain as required to
connect to the new pumping stations.
4. Evaluate the appropriate size required for the forcemain. Evaluate whether a
smaller forcemain can ::Ind should be installed inside the existing forceflJain.
5. Install clean outs along the alignment of the forcemain as required.
6. Evaluate capacity and wmJition 01 the existing LJaishowa pump station currently
owned and operated by Daishowa. Determine future C".apacity requirements.
Determine if the forcemain should discharge to this station or downstream of the
station, and make recommendation to the City whether lflt:! City should acquire
the station.
7. evaluate cOIltJilion and capacity ot the City Pump Station No.2. Determine
future capacity requirements. Make recommend::.tions for improvements to the
station and adjacent facilities.
8. EV::tluate condition and capacity of the City Pump StatIon NO.3. Determine
future capacity requirements. Make recommendations for improvements to the
sll:llion and adjacent facilities.
9. If the decision is made to upgrade or modify the Daishowa pumping station,
provide the site civil. structural, mechanical, and electrical design for the facility
based on the standardized sublll~rsible design,
1 C.lf the decision is made by the City to upQrade or modify eithp.r of the City
pumping stations #2 or #3, these improvements will be designed as part of a
supplemental agrep.ment to the Contract.
11. Subcontract with Polaris Engineering and Surveying, Inc. to provide detailed
surveying, al:l re4ui,~d, and to provl(:2e 12 total control points along the forcemain
alignment for use by the Contractor during construction. 24 hours of surveying
crew effort is included in the estimate for additional detailed surveying which may
be required during the course of design or con~truction. ThiS Includes both office
and field work required.
12, Geoteclmi~1 recommendations will be based on revIew of existing published
data and reports available for the ~rea. Additional field investigations are not
anticipated.
8
2/28/97
r t '0
GL6PtPP90G 'ON X~~
~038 M~ W~ LG:60 I~~ L6-8G-83J
USCG BASE FACILITIES
The evaluation and desIgn of the USCG base facilities may include the following:
1_ Evaluation of use of a standardized City design for submersible pumping stations
for base facilities.
2. Evaluation of use of individual pumping units for each facility, including grinder
pump system and STEP systems..
3. Sizln~ and design of a shiJ1 off.loading holding tank and pumping sys(ttrn.
4 Initial sewer service to existing facilities consisting of the new Medical Facility,
the Exchange, T.Pier, Group Storage. AdminIstration Building, Hanger, and Navy
Building. The previous USCG report had identified ttlP. use of up to three
separate submersible pump stations to serve these areas.
5. Provide provision~ for future connections from the proposed re:rcilities consisting
of Shipping, Receiving, & Consolidated Storage; Floating Boat House; SARDET
Administration & Waterfront Storage; MSO Office; Recreation Building; and
Transient Quarters Duplex.
6. Design is based on total flow discharges of approximately 8,300 gallons per day
from the USCG Base.
7. Subcontract with Polaris Engineering and Surveying, Inc. to provide detailAn
surveying, as required, and to provide 5 total control points along the forcemain
alignment for use by the Contractor during construction. 16 hours of surveyiny
crew effort is included in the estimate for additional detailed surveying which may
be required during the course of design ur construction. This includes both office
and field work required.
a. Geotechnical recommendations will be based on review of existing published
data and reports availahle for the area. Additional field in"estigalions are not
anticipated.
CONTRACT DRAWINGS
a. Drawings will be produced using AutoCAD Release 12 format.
b. Standaru drawing frame sIze shall be 22-inches by 34-inches.
c. Base map information shall be as provided by the City.
d. Plans shall be at a scale of 1-inch equals 50 feet.
Po Profiles of the existing and plann~u forcemains are not anticipated except for
areas required to clartfy construction details.
f. A preliminary drawing list is as follows:
1 Cover Sheet
2 Location Map and Drawing Index
3 Plan Sheet 1 - Off-Base Facilities
4 Plan Sheet 2 . Off-Base Facilities
9
2/28197
Gl 'd
cL6~lvv90G 'ON X~~
~038 M~ W~ 8G:60 (~3 L6-8c-833
5 Plan Sheet 3 - Off-Base Facilities
6 Plan Sheel4 - Off-Base Facilities
7 Plan Sheet 5 - USCG Base Facilities
8 Plan Sheet 6 - USCG Base Facilities
9 Plan Bheet 7 - USCG Base Faoilities
10 Standard Pump Station Details
11 Standard Sectiuns and Details
12 Off-Base Facilities Site Plans and Details
13 Off-Base Facilities Site Plans and Details
14 USCG Base Facilities Site Plans and Details
15 USCG Base Facilities Site Plans and Details
16 Miscellaneous Details
17 Electrical Details
18 Miscellaneous Electrical Details
CONTRACT DOCUMENTS
a, We are assuming that separate C".nnstruction contracts will be prepared for the
off-base facilitIes and the USCG Base facilities,
b. Contract Oooument5 will be prepi:lred using the City'S standard documents.
The sample project manual for the Mill Creek Pump Station Improvements
shall be used as a reference. Consultant will provide technical specifications
only.
c. Specifications will be based on the WSDOT/APWA Standard Specifications
1006 Edition (APWA Supplement Section 1-99 included) as modified by the
City. Divisions 1 through 9 of the APWA Standard Spp.cifications will be
supplemented with our CSI format specifications to adequately address
special con~tnlction issues not covered by WSDOT/APWA.
ITEMS NOT INCLUDED
1. Printing and distribution of the biddIng documents.
2. Field geotechnical investigations are not included.
3. Additional surveying services over what is outlined above.
4. ArcheoloOiC".a1 investigations orc not included. Th~ field representative to
observe construction activities shall contract directly with the City.
5. Provi&ions for odor and corrosion control facilities are not included in this scope
of work.
6. Design of improvements to City Pump Stations #2 and #3.
10
, 2128/97
S l 'd
cL6vlvv90c 'ON X~j
~038 M~ W~ 8c:60 I~3 L6-8c-833
ADDITIONAL SERVICES, PER SUPPLEMENTAL AGREEMENT
1. Additional surveying required above the allowances provided in the scope of
work, if requested by the City.
2. If requested by the City, the Consultant will contr::lr.t for the services of the field
representative for the observation for archeological items.
3_ If rAiJuested by the City, Consultant shall provide the design of improvements to
City Pump Stations #2 and/or #3.
4. An~r the completed collection and pumping system is in operation, if requested
by the City, Consultant will provide ~amplin9 and testing services of the
wastewater flows to determine the potential for odor and corrosion problems in
the system. Sampling of ship off-loading wastes can also be provided. Based
on the findings of the sampling, testing, and monitoring, and the asse~"'ment of
thiS data, the <.;onsultant will provide design services for odor and corrosion
facilities, if required and if 'AiJuested by the City.
11
2/28/97
vI 'd
cL6vlvv90c 'ON X?j
]038 M~ W~ oc:60 I~j L6-8c-83j
EXHIBIT B
CITY OF PORT ANGELES
SERVICE RATES
Ediz Hook Wastewater Facilities and
USCG Base Wastewater Improvements
TITLE
HOURLY
SERVICE RATE
Project Manager. . . . . . . .
. . . ~ .. , . . - - . . ~ . . . , . ~
..........$ 118.00
Project Engineer ........................................... HU.OO
Electrical Projecl Engineer. - . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . _ . . 70.00
Mechanical Project Engineer. . . . . . . . . . . . . , . . . . . . . . . . . . . . .. '" 90.00
PrOject Administration. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . _ _ . . . . . 85.00
CAD. . . . . . . . . . . . . . . . . .. . . ........................,..... 60.00
Word Processing. . . . . - . . . . . . . . - . . . . . . .. ......... _ . . . . _ . . . . . 50.00
Cler!cal. . . . . . . . . . " ................. _ . . . . . . . . . . . . . . . . . . . . . 35.00
12 2/28197
S I 'd
GL6~1~~90G 'ON X~~
~038 M~ W~ 6G:60 I~~ L6-8G-83j
EXHIBIT C
CITY OF PORT ANGELES
NON-5ALARY REIMBURSABLE COSTS
Ediz Hook Wastewater Facilities and
USCG Base Wastewater Improvements
ITEM
COST (1)
Travel. . . . . . . . . . . . . . . . . . . . . . - . . . . . . . . . . . . . . . . . . . . . . . . . . . . .$ 1,253
Subsistence .. . . . . . . . . . . . . . . . . - ......... _ . . . . . . . . . . . . . . . . . 462
Telephone & FAX . ........................... _ ........... 187
Postage and Shipping . .. ..... _ . .
. . . . . . . . 9 . . . . . . I. . . . .
100
Micro Computer. . . . . - . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 2,354
CAD computer. . . . . . . . . . . . - . . . . . . . . . . . . . . . . _ . . . . . _ . . . ... 1,831
Reproduction and Printing. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 388
Supplies . . - . . . . . . . . . . . . . . _ - . . . _ . . . .. ..... _ . . . .. ., 33
Su bconsu It;mts
. . . . . . .. . . . . . . . . . . . . . . . . . . . . . . "' . . . I
~
TotCjI
$ 10,237
(1) I ncl udes 1 0 % Overhead a nd Profit
13
2128197
81 'd
GL6~I~v90G 'ON X~~
~038 M~ W~ O€:60 [~~ L6-8G-83j
EXHIBIT 0
CITY OF PORT ANGELES
SCHEDULE FOR THE WORK
Ediz Hook Wastewater Facilities and
USCG Base Wastewater Improvements
ACTIVITY
DATE (1)
Notice to Proceed. . . , . . . . . . . . . . . . . . . . . . . . . . . . . _ . .. March 5,1997
Site Visit and Workshop . . . . . . . . . . . . . . . . . . . . . . . . . . .. March 13, 1997
Stakeholder's Meeting. . . . . . . . . . . . . . . . . . . . . . . . . . _ .. March 27, 1997
Submit 35% np.!'\ion for Review. . . . . . . . . . . _ . . . . . . . . .. April 11 , 1997
City Comn,ents Review Meeting . . . . . . . . . . . . . . .. .... April 22, 1997
Submit 95% Design for Review. . . . . . . . . . . . . . . . . _ . . .. May 16, 1997
City Comments Review Meeting. . . . . . . . . . . , . . . _ . . . .. May 28, 1997
Submit Final Documents. . . . . . . . . . . .
June 6, 1007
Advertise for Bid. . . . . . . . . . . . . . . . . _ . . . . . . . . . . . . . . .. June 10, 1997
Bid Opening. . . . . . . . . . . . . . . . . . . . . . _ . . . . . . . . . . . . .. July 15, 1997
Construction NotIce to Proceed. . . . . . . . . . . . . . . . . , . . .. August 4, 1997
(1) For Off-Base design and construction.
14
2/28/97
L l 'd
GL6~1~v90G 'ON X~~
~J38 M~ W~ OE:60 I~j L6-8G-83j
e
EXHIBIT E
EQUAL OPPORTUNITY/AFFIRMATIVE ACTION/FACILITIES NONDISCRIMINATION
(The following clause is applicable unless, and to the extent that, this contract is exempt under the rules, regulations, and
relevant orders of the Secretary of labor, including 41 CFR, Ch. 60.)
During the performance of this contract, the Consultant/Contractor agrees as follows:
a. The ConsultanUContractor WIll not dlscnmlnate against any employee
or applicant for employment because of race, color, religion, sex,
Vietnam era veteran status, disabled veteran condition, physical or
mental handicap, or national ongln The ConsultanUContractor WIll
take affirmative action to ensure that applicants are employed, and
that employees are treated dunng employment, WIthout regard to their
race, color, religion, sex, or national ongln The ConsultanUContractor
WIll take affirmative action to employ, advance In employment, and
otherWIse treat qualified special disabled or Vietnam era veterans and
handicapped Individuals WIthout dlscnmlnatlon based upon their
disability or veterans' status or physical or mental handicap In all
employment actions. Such actions shall include, but not be limited to,
the follOWIng 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 The ConsultanUContractor agrees to post In
conspIcuous places, available to employees and applicants for
employment, notices to be provided by the local United States
Department of Labor Office setting forth the provIsions of thiS Equal
Opportunity/Affirmative Action clause.
b. The ConsultanUContractor WIll, in all solicitations or advertisements
for employees placed by or on behalf of the ConsultanUContractor,
state that all qualified applicants WIll receive consideration for
employment WIthout regard to race, color, religion, sex, physical or
mental handicap, or national ongin, and that the ConsultanUContractor
IS under the legal obligation to take affirmative action to employ,
advance in employment, and otherWIse treat qualified special disabled
or Vietnam era veterans and handicapped IndiViduals WIthout
dlscnmlnatlon based upon their disability or veterans' status or
physical or mental handicap In all employment actions. All suitable
employment openings eXisting at contract award or occurnng dunng
contract performance Will be listed at the state employment source
office In the locality where the opening occurs, provided that thiS
listing requirement shall not apply to openings that the
ConsultanUContractor Intends to fill from Within ItS own organIZation or
under a customary and traditional employer-Union hlnng agreement
c. The ConsultanUContractor WIll send to each labor union or
representative of workers WIth which he has a collective bargaining
agreement or other contract or understanding, a notice, to be provided
by the agency Contracting Officer, adVising the said labor union or
workers' representative of the ConsultanUContractor's commitments
under thiS Equal Opportunity/Affirmative Action clause, and shall post
copies of the notice In conspIcuous places available to employees and
applicants for employment.
d The ConsultanUContractor Will comply With all prOVisions of Executive
Order No 11246 of September 24, 1965, and of the rules,
regulations, and relevant orders of the Secretary of Labor, Including,
but not limited to, the rules, regulations and orders ISSUed by the
Secretary of Labor under the Vietnam Era Veterans' Readjustment
Assistance Act of 1972, and the Rehabilitation Act of 1973 (29 USC
793), as amended.
e The ConsultanUContractor will furnish all information and reports
required by Executive Order No. 11246 of September 24, 1965, and
by the rules, regulations, and orders of the Secretary of Labor, or
pursuant thereto, and WIll permit access to his books, records, and
accounts by the contracting agency and the Secretary of labor for
purposes of Investigations to ascertain compliance WIth such rules,
regulations and orders.
The ConsultanUContractor WIll not, on grounds of race, color, religion,
sex, physical or mental handicap, or national ongln:
Deny an IndiVidual any services or other benefits provided under
this agreement;
2. Provide any servlce(s) or other benefits to an IndiVidual which are
different, or are provided In a different manner from those
provided to others under thiS agreement;
3 Subject an IndiVidual to segregation or separate treatment In any
manner related to the receipt of any servlce(s) of other benefits
provided under thiS agreement,
4 Deny any Individual an opportunity to partiCipate in any program
provided by thiS agreement through the prOVision of serviceS or
otherWIse, or afford an opportunity to do which is different from
that afforded others under this agreement The
ConsultanUContractor, In determining (1) the types of services or
other benefits to be provided or (2) the class of IndiViduals to
whom, or the situation In whiCh, such services or other benefits
WIll be provided or (3) the class of IndiViduals to be afforded an
opportunity to participate In any services or other benefits, WIll not
utilIZe cntena or methods of administration which have the effect
of subjecting Individuals to dlscnmlnatlon because of their race,
color, sex, religion, national ongin, creed, or the presence of any
sensory, mental or physical handicap
g. In the event of ConsultanUContractor noncompliance With the
nondiscnminatlon requirements of thiS contract or WIth any of the said
rules, regulations, or orders, thiS contract may be canceled,
terminated or suspended, In whole or In part, and the
ConsultanUContractor may be declared ineligible for further
government contracts In accordance WIth procedures authonzed In
Executive Order No 11246 of September 24, 1965, and such other
sanctions may be Imposed and remedies Invoked as prOVided In
Executive Order No 11246 of September 24, 1965, or by rule,
regulation, or order of the Secretary of Labor, or as otherWIse prOVided
bylaw
h The ConsultanUContractor WIll include the prOVISions of paragraphs a
through g In every subcontract unless exempted by the rules,
regulations, or orders of the Secretary of Labor.
city of Port Angeles - [month and year)