HomeMy WebLinkAbout5.391 Original Contract
{;5.6Q/
"
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN THE
THE CITY OF PORT ANGELES
AND
PARAMETRIX, INC.
RELATING TO:
PREDESIGN OF MUL TIMODAL TRANSPORTATION CENTER and
DOWNTOWN FORWARD
THIS AGREEMENT is made and entered into this ~ I .& day of ~ AI' f~}y ,1995 by and between THE CITY
OF PORT ANGELES, a non-charter code city of the State of Washing n, (hereinafter called the "CITY") and
PARAMETRIX, Inc., a Washington Corporation (hereinafter called the "CONSUL TANT").
WHEREAS, the CITY desires to develop a predesign for a Multimodal Transportation Center and conduct planning in the
CBD, known as Downtown Forward, and
WHEREAS, the CITY desires to engage the professional services and assistance of a qualified consulting firm to perform
the scope of work as detailed in Exhibit A, and
WHEREAS, the CONSULTANT represents that it is in full compliance with the statutes of the State of Washington for
professional registration and/or other applicable requirements, and
WHEREAS, the CONSULTANT represents that it has the background, experience, and ability to perform the required work
in accordance with the standards of the profession, and
WHEREAS, the CONSULTANT represents that it will provide qualified personnel and appropriate facilities necessary to
accomplish the work;
NOW, THEREFORE, in consideration of the above representations and the terms, conditions, covenants and agreements
set forth below, the parties hereto agree as follows:
SCOPE OF WORK
The scope of professional services to be performed and the results to be achieved by the CONSULTANT shall be as
detailed in the attached Exhibit A, and shall include all services and material necessary to accomplish the work.
The CITY may review the CONSULTANT'S work product, and if it is not satisfactory, based on the criteria 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 representation as to suitability for reuse by any
other party unless specifically verified or adapted by the CONSULTANT. However, any alteration or reuse of the
documents, by the City or by others acting through or on behalf of the City, will be at the City's sole risk.
City of Port Angeles - October 4, 1995
Page 1
"
III
DESIGNATION OF REPRESENTATIVES
Each party shall designate its representatives in writing. The CONSULTANT'S representative shall be subject to the
approval of the CITY.
IV TIME OF PERFORMANCE
The CONSULTANT may begin work upon execution of this Agreement by both parties. The work shall be completed in
accordance with the schedule set forth in the attached Exhibit 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 Exhibits Band C, respectively.
1. Labor costs shall be based on the hourly rates shown in Exhibit B. Hourly rates shall be based upon an
individual's hourly wage, times the total number of hours worked, times a multiplier of 3.05. The multiplier
shall include overhead 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, 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.
B. The CONSULTANT shall submit invoices to the CITY on a monthly basis. Invoices shall detail the work, hours,
employee name, and hourly rate; shall itemize with receipts and invoices the non-salary direct costs; shall indicate
the specific task or activity in the Scope of Work to which the costs are related; and shall indicate the cumulative
total for each task.
C. The CITY shall review the invoices and make payment for the percentage of the project that has been completed
less the amounts previously paid.
D. The CONSULTANT invoices are due and payable within 30 days of receipt. In the event of a disputed billing, only
the disputed portion will be withheld from payment.
E. Final payment for the balance due to the CONSULTANT will be made upon the completion of the work and
acceptance by the CITY.
F. Payment for "Extra Work" performed under Section XI of this Agreement shall be as agreed to by the parties in
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 $210,000.
City of Port Angeles - October 4, 1995
Page 2
VII EMPLOYMENT
Employees of the CONSULTANT, while engaged in the performance of any work or services under this Agreement, shall
be considered employees of the CONSULTANT only and not of the CITY, and claims that may arise under the Workman's
Compensation Act on behalf of said employees while so engaged, and any and all claims made by a third party as a
consequence of any negligent act or omission on the part of the CONSULTANT'S employees while so engaged, on any of
the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT.
In performing this Agreement, the CONSULTANT shall not employ or contract with any CITY employee without the City's
written consent.
VIII NONDISCRIMINATION
The CONSULTANT shall comply with all applicable federal, state and CITY nondiscrimination regulations and with the
CITY'S Equal Opportunity/Affirmative Action clause, which is set forth in the attached Exhibit E.
IX SUBCONTRACTS
A. The CONSULTANT shall not sublet or assign any of the work covered by this Agreement without the written
consent of the CITY.
B. The CONSULTANT will be using the firms submitted with its proposal as subcontractors. Subcontractors other
than those listed shall not be permitted without the written consent of the CITY.
C. In all solicitation either by competitive bidding or negotiation made by the CONSULTANT for work to be performed
pursuant to a subcontract, including procurement of materials and equipment, each potential subconsultant or
supplier shall be notified by the CONSULTANT of Consultant's obligations under this Agreement, including the
nondiscrimination requirements.
X CHANGES IN WORK
Other than changes directed by the CITY as set forth in Section I above, either party may request changes in the scope of
work. Such changes shall not become part of this Agreement unless and until mutually agreed upon and incorporated
herein by written amendments to this Agreement executed by both parties.
XI EXTRA WORK
The CITY may desire to have the CONSULTANT perform work or render services in connection with this project, in
addition to the Scope of Work set forth in Exhibit A and minor revisions to satisfactorily completed work. Such work shall
be considered as "Extra Work" and shall be addressed in a written supplement to this Agreement. The CITY shall not be
responsible for paying for such extra work unless and until the written supplement is executed by both parties.
XII TERMINATION OF AGREEMENT
A. The CITY may terminate this Agreement at any time upon not less than ten (10) days written notice to the
CONSULTANT. Written notice will be by certified mail sent to the consultant's designated representative at the
address provided by the CONSULTANT.
B. In the event this Agreement is terminated prior to the completion of the work, a final payment shall be made to the
CONSULTANT, which, when added to any payments previously made, shall compensate the CONSULTANT for
the percentage of work completed.
C. In the event this Agreement is terminated prior to completion of the work, documents that 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.
City of Port Angeles - October 4, 1995
Page 3
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, carused solely by the negligence or willful misconduct of the CONSULTANT , CONSULTANT employees, affiliated
corporations, officers, and subcontractors in connection with the work performed under this Agreement.
The CITY agrees to indemnify the CONSULTANT from any claims, damages, losses, and costs, including, but not limited
to, attorney's fees and litigation costs, arising out of claims by third parties for property damage and bodily injury, including
death, caused solely by the negligence or willful misconduct of the CITY, CITY's employees, or agents in connection with
the work performed under this Agreement.
If the negligence or willful misconduct of both CONSULTANT and CITY (or a person identified above for whom each is
liable) is a cause of such damage or injury, the loss, cost, or expense shall be shared between the CONSULTANT and the
CITY in proportion to their relative degrees of negligence or willful misconduct and the right of indemnity shall apply for
such proportion.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of
liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the
concurrent negligence of the CONSULTANT and the CITY, its officers, officials, employees, and volunteers, the
CONSULTANT'S liability hereunder shall be only to the extent of the CONSULTANT'S negligence. It is further specifically
and expressly understood that the indemnification provided herein constitutes the CONSULTANT'S waiver of immunity
under 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 espressly reserves its rights as a third person set forth in RCW 51.24.035.
XIV INSURANCE
The CONSULTANT shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to
persons or damage to property which may arise from or in connection with 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 Liabilitv insurance with limits no less than $1,000,000 combined single limit per accident for bodily injury
and property damage; and,
2. Commercial General Liabilitv insurance written on an occurrence basis with limits no less than $1,000,000 combined
single limit per occurrence and $2,000,000 aggregate for personal injury, bodily injury and property damage. Coverage
shall include but not be limited to: blanket contractual; products/completed operations; broad form property damage;
explosion, collapse and underground (XCU) if applicable; and employer's liability; and,
3. Professional Liabilitv 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 right to review a certified copy of all required
insurance policies in the CONSULTANT's office.
The CONSULTANT'S insurance shall contain a clause stating that coverage shall apply separately to each insured
against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability.
The CONSULTANT'S insurance shall be primary insurance as respects the CITY, and the CITY shall be given thirty (30)
days prior written notice of any cancellation, suspension or material change in coverage.
city of Port Angeles. October 4, 1995
Page 4
XV APPLICABLE LAW
This Agreement shall be construed and interpreted in accordance with the laws of the State of Washington, and in the
event of dispute the venue of any litigation brought hereunder shall be Clallam County.
XVI EXHIBITS AND SIGNATURES
This Agreement, including its exhibits, constitutes the entire Agreement, supersedes all prior written or oral
understandings, and may only be changed by a written amendment executed by both parties. The following exhibits are
hereby made a part of this Agreement:
Exhibit A - Scope of Work
Exhibit B - Consultant Labor Costs
Exhibit C - Non-salary Reimbursable Costs
Exhibit 0 - Schedule for the Work
Exhibit E - Equal Opportunity/Affirmative ActionlFacilities Nondiscrimination
In WITNESS THEREOF I the parties hereto have executed this Agreement as of the day and year first written above.
CITY OF PORT ANGELES
m
~~y
M YO
AS TO FORM:
ATTEST:
I)Q~)(>~, ~~~
BECKY UPT CI CLER
File:C:\WP\WP60DA TA IMUl TIMOD\RFP\CONTRACT.wPD
;
Page 5
City of Port Angeles - October 4, 1995
Exhibit A
City of Port Angeles
Multimodal Transportation Center Predesign and CBD Planning
Phase I
Scope of Work
Overview
The successful future of the Central Business District in Port Angeles is dependent on the
community's ability to rally around a common purpose and vision for the area. This phase of
the project is designed to develop a consensus to the extent practical of just what downtown Port
Angeles should look like, and how it should function in the future. Due to the uncertainty of
what form this may take, this phase of work is limited to achieving the milestone of developing
a master plan for the downtown area. Upon acceptance of a master plan, the scope of the
multi modal facility will be better understood, and preliminary engineering for the facility and
infrastructure needs of the CBD may the be more precisely determined.
Task 1
Objective
Elements
Products
23-XXXX-XX
Port Angeles Multimodal Center
Community Outreach
To involve a broad cross-section of community members, stakeholders,
and facility users in helping shape the future of downtown Port Angeles
and its supporting transportation and infrastructure needs
.
Monthly meetings with the Downtown Forward Advisory
Committee - DFAC (6)
Organize and conduct Advisory Council Forums (4) (The advisory
council is anticipated to consist of representatives from established
civic organizations)
Identify Stakeholders and conduct Stakeholder meetings (16)
(typically individuals or small groups for 2-3 hours each)
Operations personnel workshops (2) (transit and ferry operators)
Facility user survey (design, distribute, assessment)
Open House (1) prior to finalization of a preferred alternative
downtown master plan
.
.
.
.
.
.
.
Supporting presentation materials for outreach activities
User survey and summary of results (25 copies)
Page 1
October 30, 1995
Scope of Work
Task 2
Objective
Elements
Products
Task 3
Objective
Elements
23-XXXX-XX
POl1 Angeles Multimodal Center
Interagency Coordination and Review
To incorporate agency input and concerns into the planning process
.
Agency coordination meetings with the City of Port Angeles (2);
Clallam Transit (2); Port of Port Angeles (2); Clallam County (1);
WSDOT (1); Other (1) . TOTAL (8)
Definition of the physical area to be included in the initial
redevelopment program
.
.
Discussion and presentation materials for the review committees
Inventory of Existing Facilities and Programs
To develop a thorough understanding of the existing conditions, and
programs/policies in place within the CBD. It is expected that most of
this information is available in existing documentation
.
.
.
Review previous studies
Define existing traffic volumes and level of service
Determine seasonal ferry ridership numbers (vehicles by types and
passengers)
Clallam Transit routes and ridership
Intercity and tour bus operations and ridership
Pedestrian and bicycle activity
Parking supply and utilization
Land use inventory and mapping
Utilities infrastructure (water, sewer, power, etc.)
Detailed building and property inventory: identify ownership,
assessed value, size, uses/tenants, vacancy, rents and sales
Inventory architecturally/historically significant buildings
Map significant retailloffice/govt./vacancy in community
Review competing/neighboring cities for competition and character
Identify competitive strengths and weaknesses
Evaluate site limitations and opportunities:
. below grade parking
. log storage area
Determine likelihood of proposed developments:
. conference hotel
. State offices
Identify civic needs and plans:
. library
. historical museum
. performance center
Evaluate/predict plans of larger current occupants (eg: Lamonts)
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
Page 2
October 30,1995
Scope of Work
Products
Task 4
Objective
Elements
23-XXXX-XX
Pon Angeles Muhimodal Center
. Review current parking and development statutes
. Review market lease rates, inventory, selling prices, sales volumes
.
Technical Memorandum on existing conditions, programs and
policies in the CBD draft ( 10 copies) and final (10 copies)
Develop Project Goals and Objectives
To establish both short-term and long-range goals, objectives, policies and
future programming requirements with respect to the CBD
revitalization/redevelopment and the multi modal transportation facility
.
Develop draft set of Goals and Objectives for review and approval
by the DFAC and the participating agencies (for immediate
program and long-term revitalization)
Develop draft facility programming requirements for review and
endorsement by the DF AC and respective agencies
Determine level, source and method of City participation in
commercial development issues
Determine private sector participation guidelines & opportunities
Determine relative importance of ferry, timber, other uses in/near
CBD
.
.
.
.
Programming criteria may be developed for:
City of Port Angeles
local access and street system needs
pedestrian/bicycle connections
open space/park linkages
gateway image
public utilities
parking/pricing
stormwater facility siting
commercial development (type/scale)
design standards
public restrooms
Clallam Transit
circulation requirements for various
types of busses
route types/scheduling
bicycle storage
pedestrian/bus interface
transit center requirements
concessionaire policies
public restrooms
Page 3
October 30,1995
Scope of Wo,*
Port of Port Angeles
freight movement (types, frequency,
volumes)
log sorting (storage requirements)
lease policies
overwater uses (docks/pier
requirements)
port of entry station requirements
Blackball and Victoria
Rapid Transit
vehicle loading
commercial vehicle loading
pedestrian loading
holding and queuing areas
employek parking
ticketingl
storage/ office requirements
concessibnaire policies
I
propose plans
parking requirements
Private Property Owners -
WSDOT
US 101 requirements
Coastal Corridor program
bicycle access
transit treatment
Product
.
Technical Memorandum documenting the redevelopment program
goals, objectives, policies and programming requirements (50
copies)
Task 5
Assess Deficiencies and Develop Early Action Improvement
Options
Objective
To identify deficiencies in the existing systems and outline short-range
options to improve the deficiencies. These would fall into the
classification of improvements or strategies which would typically be
considered as relatively low cost to implement, and would not be counter
productive to the long-term improvement plans
Elements
.
Work with agency staff and advisory council to develop short-
range access, and signing options to improve the circulation
systems in the CBD
Present options to DFAC and City Council for review/comment
Identify potential commercial themes, facilities requirements and
.
.
23-XXXX-XX
Pon Angeles Multimodal Center
Page 4
October 30,1995
Scope of Work
Product
Task 6
Objective
Elements
Products
23-XXXX-XX
Port Angeles Multimodal Center
adjacencies
. Identify missing retail uses and services, potential civic activities
and facilities and seasonal program opportunities and needs
. Represent commercial interests in transit plan development,
reviewing pedestrian implications, parking accessibility, view
corridors, and private sector cost burden
. Assess condemnation, acquisition and land swap opportunities
.
Graphic depiction with narrative describing early action items for
implementation (50 copies)
Identify near-tenn CBD parking modifications and county
wide ferry infonnation strategies
To develop near-term parking layout and code requirements and county
wide ferry traveller information recommendations
.
Develop and evaluate near-term parking layout and code
requirements
Develop and evaluate near-term ferry traveller information system
options including signing and radio alternatives
Recommend preferred strategies to DFAC/City Council
Identify specific tenants, sites and opportunities. These might
include new retailers, tenant relocations to consolidate common
uses, signage enhancements, pedestrian circulation improvements,
parking configuration changes, or marketing and event
development.
Propose land acquisition and swap programs based on the
opportunities identified.
Coordinate efforts with transit planning to ensure program changes
benefit transit plan as well as commerce.
Cooperate with affected property and business owners to evaluate
plans before incorporating them into the design program. Identify
impact on businesses, both positive and negative.
.
.
.
.
.
.
.
Technical Memorandum identifying near-term parking
modifications and ferry traveller information system (50 copies)
Page 5
October 30,1995
Scope of Work
Task 7
Objective
Elements
Product
23-XXXX-XX
Pon Angeles Multimodal Center
Develop CBD Master Plan Alternatives
To consider two alternative CBD Master Plan Concepts that integrate land
use requirements and develop programmatic cost estimates for the
elements listed below
.
Circulation systems
a. Vehicle, local and regional
b. Parking, public and private
c. Pedestrian
d. Bicycle, local and regional
Ferry terminal(s) and related facilities
Multimodal center
Parks and open system
Public/Private development potential
Other infrastructure needs
~~
~ \.~"
~
e 1 T,~s~t
.
.
.
.
.
. General level cost estimates for each of the concepts
. Summary of anticipated environmental and permitting issues for
each of the concepts
. Implementation Review Panel Workshop
. Review plans with work group, to ensure that both transit and
commercial objectives can be accomplished, with special focus on
impact on property and business owners.
. Discuss program elements with private sector to determine level of
support for the commercial components of the plan.
. Evaluate financing sources, both public and private, for all aspects
of each proposal.
. Identify and mitigate any genuine opposition, recording the reasons
for the opposition and providing an appropriate forum for
constructive discussion.
. Test the critical assumptions and proposed actions by outside
parties before finalizing a preferred plan.
.
Draft CBD Master Plan Alternatives Report - preliminary draft and
final draft (1 camera ready copy of each)
Page 6
October 30, 1995
Scope of Work
Task 8
Objective
Elements
Products
Task 9
Objective
Elements
Products
Task 10
Objective
Elements
Products
23-XXXX-XX
Port Angeles Multimodal Center
CBD Master Plan
To evaluate and select a preferred alternative for implementation
.
.
Establish evaluation process and rank alternative concepts
Refine alternative to incorporate desirable features from each
alternative
Prepare draft and final Master Plans
.
.
.
.
Draft CBD Master Plan (50 copies)
Final CBD Master Plan (50 copies)
(Master Plan will include a section on the Multimodal Center
addressing layout and cost considerations)
Develop Implementation Plan
To identify a strategy to enable the project stakeholders to move forward
with the recommendations and responsibilities for implementation of the
Master Plan. The redevelopment program strategy will also include
recommendations on marketing the CBD.
.
Identify funding sources, schedule and responsibilities for plan
implementation
Identify the next steps to be taken in a manner that the overall
program will not lose momentum, this will include the scope of
work for the next phase of the project; met with parties to confirm
support.
.
.
Technical Memorandum summarizing the revitalization program
implementation.
Phase 2 Scope of Work.
.
Project Administration
To provide for overall project direction and review.
.
.
.
.
.
Develop a detailed project work plan/schedule.
Provide direction and review of staff work and products.
Provide subconsultant oversight and coordination.
Provide monthly progress reports (8).
Project team meetings (8).
.
Monthly progress reports (8).
Page 7
October 30,1995
Scope a/Work
Exhibit B
Consultant Labor Costs
ELEMENT DESCRIPTION
1
2
3
4
5
6
7
8
9
10
11
12
Community Outreach
Interagency Coordination
Inventory Existing Facilities/Programs
Develop Project Goals and Objectives
Assess Deficiencies and Develop Early Action Items
Near Term CBD Parking Modifications and Ferry Strategies
Develop CBD Master Plan Alternatives
CBD Master Plan
Develop Implementation Plan
Project Administration
SUBTOTAL
Salary Inflation (9 month schedule, 7 1/2 months in '96 or .83%)
3% x .83 = 2.5% of basic fee
Reimbursables Cap (max. reimbursement by city)
AMOUNT
$38,451
$11,271
$23,678
$6,859
$12,515
$11,833
$51,867
$23,375
$4,096
$17,998
$201,943
$5,050
$3,007
TOTAL COMPENSATION NOT TO EXCEED $210,000
Chent [11\ of Po" AlI~c~
:~,~~,:~,'rl:,'",~t~'-, I"AKAM"~IKI\..I~L
" ' ,'",~ t. : 'BUDGET \VOR"~HEET
ProJed ~'ProJect Muihmod:11 Tronsp CCnlcr& CBD PI:lnlUl\!:
. :~l, ~ '</
"
CoatlorfiCllhu.No 1olwork....llIber .-m.lI,'IHKXhoIA'lvbaser.te ~ , , ~
Dnnlnp """'" Perllt leruus McA\O\ COOPCl'l Cooper CADD LlIldbet~';;l),.on ~ ; Implcmcnt.:ltlon
NamelC.~ TASK PnT\CIMl PtoICClM't Pro cct Pl;Jnner ProlCCl En~r, rechmclan Coofdl~l1n Coonlul..Itor V,IIl~C Rcsadcnl Adnllll f"J.rl;on ^"'- A~I, NTl P.J.11C1
TOTALS '" MH Sll~ MHm MHS71 MH... MHS-t'J MA'" MAn' MHSI20 M ,~ MH\.lll MH SIO~ MHsH MHus MH \-I~ - MH'" MHSl1S M
''''No MHo "'" "'" "'" MHo "'" ..... c." .... "'" .... c~ ."" "'" "'" "'" MHo "'" MHo "'" .... "'" MHo c~ "'" "'" .... "'" .... "'" M", "'" MHo "'"
, CO~MI'l<.ITYNlTRE,l.tll
M'\IIlIihM .. LJt,l.L [I>) 116 ~1Il9.P " $2 8~11 12 $tl-l9 I_ 1<, S78.t !f, SI9111 , $K.tll " now I' $IVIII
" \It\''''''''L........tru..} " S2071 2 S2~g 2 SI'>2 10, I' m, , Sf.gn T _Sign
(,,,,,,,,,,,,1.( M '" 50, S5\l-lR H S2 R~(j , S7f,(, , , 5192 , 5hKll ,', o 5~f>l)
lo.lAI.<ho.I,lcrJ,l1 (16) 1" Sn-lfl7 " S~ Rill If> 51512 l(, I' $78-1 " S2RKlI , 5~n ,(I 525sn , " 12 $1010
, .1._..........<I\\M. " " $12lR - $7n 12 $11-l9 T T Sl% , "-IU T $~-lU
,... ._" ,~~ , $KO-l 2 $2~R , $lKl , 2 '" I '"
lmll,butc.,\.<se..'>u"" 21 $1 ~l7 T SlK~ If> I' "" 2 $l7l1 -,
Up...ll...... 2" $16U1 , $')<ifl , , $192 , SI10 2 ,'''''
T""" I rnTAUo m UII,-l'il '" "116J9 " $'1..'1'1'1 ", .. s.J,llJ T" $-l)ltlO " Sl~'i1U 7. $(.,71<i " $6JO " 52.3811
2INT11t\(,L'1<.C.YUI(IIH.lRF\I[\\ "
.....(,oD<d\t~llll 92 51) nl~ ~, S-I7~1 1<. $1532 , , 5192 , S%i\ , 01"" , S~60 , Sl-~O
''''"'''''" l.lor....t.., " S225r. T 'P7" , $~l\' 11 12 SSBS , $-IUO , $2-IU 2 $110 "
TA""2111IAI." 130 $11,271 " $.."221) '" 51,91'1 " 20 ,... , $960 , ''"0 , 'i2-10 10 OIl'" , ".. T $3,"
3 It..\I'f(.I(Y~..CnJm\.rln>l,R\MS F
R..."""IW>SIucboo IH $17';1 T "" 2 5192 , T Sl96 T S-IKll T $-I2l)
"', !.<o_"",I~ ,.""", " $lR7 , SI'J] T T $196 ' , -
lL>1LunT.....nRnuI -- , "" 2 $Jn , T Sl96 , -'>)(I
""'" , '''' 2 sIn T T $1% , 1 $'X)
~P..Io.."."..\b"'~I.\l:I,,," '" 51'nfj T ~~I/.l 12 S7r.7 5767 ,~, ~ ' 51l1n
r.'''''''101"atl ,1'Id<Zaln, 'I, S2 2~1 , S2~1l , S71>6 , S5H T S5H , $19(, T "'" ~H """
p,q-.l.Mlllt"",M. ufU'!) " 526'>-l , $In , S2<if> T ~2<iri T Sl% 2T $121\ 2 ~2-ln T U2fl 'T '$1&0
1Iohlo..11""n"", M. 1<, $IORI T $2R-I T 125(. S256 T $2(12 {~ ~ T "'"
\)elalltdll ... 19 Silt'> , S-IM , $-l!lll , '1<10 I '" "4" _'5ISO
l",-.,."\rI;h.lH",,,S - " SIS2U T "'" 2 '100 T $.-120 T $1-l0 " 'I'"
R...orchM. .. '2 51867 I' "07 T $.I'" , "00 '~-1 ..' ($180
f\OI<;"" rt.l-lEDlUl..... " $2150 2 5218 T $181 , $2R-I T 5256 $256 T $.I.' , mil " ~ " T "'"
- o...~Cn"'Jo.oedo " $1750 , S9M T S2110 T 5-120 , 5170 . "
R.,,,,,,,SbWlllol:l~ "'" , $%0 , '%0 >>
lcdoM.."" " $~ 7-11 , $7ll , 5766 2, SI-I2 , $(28 I" Sll8 I. "" , $lOT T "'" , 52-l0 I '" .
TA"ldfOTAI." m 523.678 " ".... 3T SJ,2"ifi 10 S7ID 3T S2,17-l '" $2,17-l '" S19'i9 60 53 027 " $"i,O-lO 16 "1m , S2411 " 'U/>Kll " $1,190 " $1,2liO , $6'"
401\ W,I.!..SoI'ROuR.CIUTF1U... " .
\)c(.Irnponono.!..rF T'" & 10 '"SO T "'" T "110 2 SI70
o..LC~ ."...... W "SO T $-IRH T $200 2 SI70 " "
DolPn."O.IIl~hlW: Guo<lcl..... " $1130 " , 5'l6H T $200 2 SI70
ne."lt>pPfo ""'" , SRI7 2 $21l\ 2 51\l2 2 2 ... 1 $120 2 $170 -
''''' ~Kob" " SI5M T "" 2 S192 " 2 $12R $128 I S12(\ , t-l20 2 S170 "
To<hM...... 21 S1507 I 5Jl~ , 52'K , 5~8~ , , $392 2 $2-10 T $t2(1
TA.....4HlfAlto 7' ..",. . $U'I , ~9S0 , $766 2 .128 10 $128 10 "OO 20 $2,400 I 12 S600 , S120 , "" 10 "'''' I,
, ,l.SSIS<: DEF 'F.ARL'" ,l.CTIONS ,
R<:<eon:hAo., or 116 $9515 , "" '6 5~ -1-18 2T S151-1 T $IS34 T '196 T $202 2. 52-l0() 16 $8UO T $120 T $14U "
"'-LondTrand"...( " $lflOO 16 $1920 , $l00 , $680 ,..'
T,I...." ~TOT...J....... '" $12...'Il"i , "" J6 SJ,4-l8 " $1,."iJ-l T $I..~ , "96 T 5201 " $-l..)20 " $1,200 , S120 12 $1,020
6 Nt.ARn:RM~ll.\TI'(,llS " ,,,, ."
l)c.}E",IPark - Ii6 $-l9R5 2 12~g 2T $2298 " ""'6 ""'6 " - , $TlIT . ,L ~_
l)c./'f...1F T....."n..-Infr, " $2RW " 122911 - , $5H ,$SI11 , .- !.t!," "
,-, ,f"'TononlO,<;IIe' " $2090 'i.'t" " '" 16 SI920 , $17u '" Ir,,,-, ~ .'
Todo'd."", " $19-18 , $HII , $71i6 " 'IJ' _$1% ~ . "" 2 ....$2.ro... I SHl5 '....~ , . "" ~ ~ . "
TA"" 6 TOTAJ....... III SIlJlJ3 , <17< 56 5.'1,363, '" $2.."i57 4 .. "-4", ,$196.,. \ Ui~ ,"'17 " 12,160\ 1 510"i 2 'S170 ",j;~.i \' ,,",
7 OE\ CRDIoL\STFRl'LA,,",\LT<; '. (}<\%'" 'J;".,~ -*::.< ~ 't ,~-.: " .~ I. ' ., " I,~ f" , -~, '! '0::' --:.:.~" , h,
A!Ianoh'-..1",,-.Jr>pmclll(2) m $~S 112 2T $2RSO M Sli129 I. $1 JlI5~ " ""'6 -I r4 .... ....$196* ,-56.... $2825..- '-l--!M S528O, I I' '<>00 , "'" 80 '''110 " "STO " $~ 060, ." r SSIO .~' , ,1\~'; "" .....'1:'. ,; \
(ndE.......wo ", 52 (""~ 2 $2~K H' h' " sv,g .28, S179tl I ~ J !I~S:> 1S-l9~"" ",;;"'1'..' ::..;,:. " , '~~')..~lil. '-r~"jn"-< ~ .p, \ ,~ .1\ 'V
" 'm " ~ oj- . -~ )60', ~ Sf> 6'>6 ',,"~ < , , '", .~ ,'R' "'$'>511< + '< II ~ ~ $766 , ' qf....,t ,,t'J':c:.,,,, '>> ) ;:'".II""'~JI'" " , ",' _T ~$H{l~ T', >SI80~, ,,,,,i';".j'""'_ ,,281\:, ,SJ,5(l{h ":!~
" '" $7.415' " $270 T~ \-1751 '" $2 K7~ ~r ~(,2 1 $1--12 ,~ '~'12 "-L ' $767', ~~'2 > ;$767 '" ,ry.)2~}' >$1567 _ ' -, '>-.~'-"~""1... >"4~J I ,.,' , ,,~, 'It", $It-lO r .t ' ,,'',::' ~ ~~~ ...~~ .m;;-~... ...~ v~ciQ .:,c. L"',,::tti\, \ '~4~~' \'l.\""'-' ,~:.:.~ ' ~J{:
r,l.l>"7TOTAIA'" '" $....1.867 2 S270 J8 $4.....13 102 .59,769 " ~I.lU.o::: ,,, "...' 37 ~, -$4,61l31 ~ ~ 37xl' ~IJlI2 . ",~"+ '12,B2~'" "16_ 111 ~,oo , 52'" .. $9,:Z.m 28 $I,."i-W '" U,.wo ' ,22 , , ~S990 , ~l.~,..t'''h' ~':. .. , '28 U.."iOO ,
! CHD MASTER PL\., , "!,;-'" "t :tW'?~~ ,~\0l~ ~,,,t '< ",", ,,-.- ~~ 'J~' _ 1.. ,'l'-'" ,oJ',,',I,\. d " "
EWlblod\!':,aLI'fooooo , $5'>9 , $218 2 S]92 " ,,' ", , ,-- , 'l_t-',I. ~ "'-0" '" . ''''~ "",> . , '170 1 ."Jw ......". .- n
R.or_AIlcmotn... lID 5? 109 2 $218 , $766 ':l'_ ,2T ,SI5U $1' ~4 >', L + :~';"I. '~2-1 . $1211 , ,"80 '" "2110 , $6"', .r<<," . , ~~ .\ " . ~ "'
Onll....tFmlIl1'1anII..) 176 5pr>67 T '''" 16 $19110 TO S~ 811 ~.~ . , I. SI 02~ " <<.$]023, 4g', $21S1 4 $202 , "'" I' $161m 24 $1 ~20 T nw' ',' ,'.1>;-
r.....1..II TUTAlJo, 292 S23.J7.o:: , ""0 20 $2.37'1 >;Jl 5-I7R9 , ,,- TO $2...\.<;7 " 1$1,557 " 52.351 28 51,.t1J . ,... " ,,'.... " $1,320 IT $1190 . ~,,,;;. "
'" llolrU.MI'NTATlU},PL-\lIo , ''^
........ "'In... , '>)(1' 2 S2~g 2 $192 'I'f , S-\8U " "
Phoull\\"rLPLm , S7h!) , S2~B 2 SI92 , "'" "
IcdolJl...... 21 $2-11& I Ins T S-I15 , $7(>6 ," , , SV)2 T "., 2 $170 >
T,I.~'" ~TOTAI.... TJ $4,11% I $U'\ , S9<in 12 SI,U'> , , 5392 , Wf.o , $"i10 '" "
lU PIlOJ1Cr \OMlf<,.ISlRAno,", I'~..' ~..~,
WNtI'bn'lch<dol1o " 1621 , S218 T 5111' " ., "
l>"<d"..lt...",,, '2 5'617 H 52S<i11 , $7[>6 " ',", "
\"1>0.,."",1,,,,,,\1 11, SI7R7 , ~2'g , $766 1(, 1(, "" "',
'" , ~'" .- $1 f)(f~ T "" ,~ , " 51 5~O
T""",Yerl ") HI::! 5'J%I) 12 $1-l25 " $172-1 2 ~1-l2 12 I' $5RR " S211ltn I" 516R(1 I' $1 S~O , )
TA"'J.IDflHAI.'" 188 <;I7I)<)K " S"i11fo " S3J,39 2 "i1-l2 " " 51.371 " ".... " SU.so " SI~"i30 " $1,.'i30
IOfAL....liO 2'" 5101944 , "'.fI1Ul '" $jl,.t91 TIT S39,&.49 " '1.1.97 m 513~'I~ 2" 513~""~, 2ll.' ~13,9bO 1M SR,273 260 SJ12llO " $36Ol1 J2 ''''' "" 'J;21~~1.<i " ".... "" $17,42"i l-71 ~ U,240 " 5-1,'>30 28 53.500
'I -
FIRM TO rALS PlIramctnl "1127l14 R,ncnh.u", SJ"i,7bll (..rbun S24,J8"i Llndllell!!NU:lIn ..1;10,66$ NT' $.I,9JD $J..."iOO
"i. ;
Exhibit C
Non Salary Reimbursable Costs
Reimbursables shall be based on the following:
Equipment Item
Cellular Phone
Rate Category
$1 5/full day Field Inspection
$7.50/half day
Actual Cost Telecommunications
$10/hour Computers
$1 5/hour Computers
$30/hour Computers
$1.25/sheet Computers
$2.00/sheet Computers
$2.00/sq. ft. Computers
$5.00 Computers
$12.50 Computers
$15.00 Computers
$.05/each
$1/print
$1 /page
$.30/mile Mileage
$60/full day Field Inspection
$30/half day
$.30/mile Mileage
$50/day
Telecommunications
Long Distance
Computers
Technical Computer Usage
CADD Computer
GIS Sunstation
Printers and Plotters
Tektronix 8 1/2 x 11 - color
Tektronix 11 x 17 - color
GIS Plots
CADD Full Size Plots - PaperNellum
CADD Full Size Plots - Mylar
CADD and Graphics Full Size Color Plots
Copying
Photocopies
Blue Prints
Faxes
Mileage
Employee mileage
Company Field Trucks/Survey Vans
Company Sedan Automobiles
Video
Camcorder - 8mm
Parametrix, Inc.
(Effective September 1995)
( ,
In-House Equipment Use Rates
(Subject to annual adjustments)
Exhibit D
Project Schedule
Work Element Nocice to 1 2 3 4 5 6 7 8 9
Procee4
Commumty Interaction Program
Agency Coordination and Review
Inventory of Existing Facilities
& System Deficiencies
Develop Project Goals, Pohcies &
Standards
Develop Multi-Modal
Transportation Center
Alternatives
Identify Downtown Parkmg
Modifications & Countywide
Ferry Information Strategies
Alternatives Evaluation &
Selection of a Preferred Alternative
CBD Master Plan
Develop Project Implementation
Plan Including Identification of
Funding Sources
Products * * * * * * *
DFAC Meeting * * * * *
Public Forum * * * *
Council Briefmg * *
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 ConsultanVContractor agrees as follows:
a.
The ConsultanUContractor will not discriminate 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 origin. The
ConsultanUContractor will take affirmative action to ensure that
applicants are employed, and that employees are treated during
employment, without regard to their race, color, religion, sex, or
national origin 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 discrimination 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.
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.
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 origin, 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 discrimination 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 occurring during 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 hiring agreement.
f.
The ConsullanUContractor will not, on grounds of race, color,
religion, sex, physical or mental handicap, or national origin.
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
1. Deny an individual any services or other benefits
provided under this agreement,
2. Provide any service(s) or other benefits to an individual
which are difference, 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
service(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 difference from that afforded
others under this agreement The
ConsultanUContractor, in determining (1) the types of
services or other benefrts to be provided or (2) the class
of indMduals 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 cnteria or methods of administration which have
the effect of subjecting individuals to discrimination
because of their race, color, sex, religion, national
origin, creed, or the presence of any sensory, mental or
physical handicap.
g
In the event of ConsultanUContractor noncompliance with the
nondiscrimination 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
ConsullanUContractor may be declared ineligible for further
government contracts in accordance with procedures authorized
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 by law.
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.
f.
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 - October 4, 1995
~
5.51/
~
r~ '..~. .-- ~~~i
1>01... _ ~ ..,~ ~
CITY OF PORT ANGELES
321 E FIFTH. POBOX 1150
PHONE (360) 457-0411
PORT ANGELES, WASHINGTON 98362-3206
FAX (360) 452-0353
Mr. Jeff Peacock
Parametrix, Inc.
5700 Kitsap Way, Suite 202
Bremerton, WA 98312-2234
RE: Supplemental Agreement No. 1
City of Port Angeles
Downtown Revitalization Project
Dear Jeff:
Attached is one of the signed copies of the referenced e3reement. \/tIe have retained one of the
agreements for our files.
JNP:jnp
Attachments.Supphmental Agreement No.1
Copies: City Clerk, onglnal copy
Disk' N'\PROJECTS\93-21\RFP\SUPAGMT1 WPD
File: 93 21 .
Jack Pitt's, Director
Phyllis Rasler, Administrative Assistant
Tim Smith, Contracts Administrator
Bob Titus, Deputy Director
Cate Rinehart, AdministratIVe Assistant
Gary Kenworthy, City Engmeer
Steve Hursh, Electrical Engmeerlng Manager
Scott McLain, Power Manager
Ken Ma,ke, ConservatIon Manager
Lou Haehnlen, Sr BUlldmg Inspector
Tom SpeMme, Sr Electrical Inspector
Ken Ridout, Deputy Director
Bob Jones, Solid Waste Superintendent
Ralph Ellsworth, Water Superintendent
Pete Burrett, EquIp Services Supenntendent
Dale Warner Street Superintendent
Mark Shamp, Light Operations Manager
....'
..
SUPPLEMENTAL AGREEMENT
NO.1
The City of Port Angeles desires to supplement the agreement entered into with Parametrix, Inc.
Consultants and executed on November 21, 1995, and identified as Predesign of Multi modal
Transportation Center and Downtown Forward.
All provisions in the basic agreement remain in effect as expressly modified by this amendment.
The changes to the agreement are described as follows:
I
Section IV, TIME FOR BEGINNING AND COMPLETION: The date for completion of the
project is changed to read March 31, 1997.
Date ~. l ~:tJ"\ "'(;~
BY:
PARAMETRIX, INC.
~~CHARDAD~'W
THE CITY OF PORT ANGELES
Date: ~ 4 J l O)C}~
BY:
F PUBLIC WORKS
..-