Loading...
HomeMy WebLinkAbout5.1062 Original ContractAGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE THE CITY OF PORT ANGELES AND Studio Cascade, Inc. PROJECT WTIP RELATING TO: WATERFRONT TRANSPORTATION AND IMPROVEMENT PLAN PLANNING, DESIGN AND ENGINEERING SERVICES THIS AGREEMENT is made and entered into this eleventh day of August 2010, by and between THE CITY OF PORT ANGELES, a non charter code city of the State of Washington, (hereinafter called the "CITY and Studio Cascade, Inc., a Washington Corporation authorized to do business in the state of Washington (hereinafter called the "CONSULTANT WHEREAS, the CITY desires planning, design and engineering assistance related to the waterfront and transportation improvement plan; 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 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 planning, landscape architecture and engineering professions 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 [Revised 03/2010] Professional Services Agreement doc Page 1 of 8 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 August 31, 2011. The work shall be completed in accordance with the schedule set forth in the attached Exhibit A. 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 lump -sum amount as set forth in the attached Exhibit B. 1. 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 performed; 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 [Revised 03/2010] Professional Services Agreement doc Page 2 of 8 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 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 for the Phase One portion of work, including labor, direct non -salary reimbursable costs and outside services for the scope of work as outlined in Exhibit A shall be $484,210.00. The budget for each task is as set forth in the attached Exhibit B. 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: A. The CONSULTANT shall maintain open hiring and employment practices and will welcome PW 0410_01 [Revised 03/2010] Professional Services Agreement doc Page 3 of 8 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 to any firm other than LMN, HBB, Fehr Peers, WALC, AECOM or Zenovic 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. C. In the event this Agreement is terminated prior to completion of the work, documents that PW 0410_01 [Revised 03/2010] Professional Services Agreement doc Page 4 of 8 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 0410_01 [Revised 03/2010] Professional Services Agreement doc Page 5 of 8 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 [Revised 03/2010] Professional Services Agreement doc Page 6 of 8 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 and Schedule Exhibit B Budget PW 0410_01 [Revised 03/2010] Professional Services Agreement doc Page 7 of 8 IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and year first written above. CITY OF PORT ANGELES CITY MANAGER CONSULTANT C APPROVED AS TO FORM: WILLIAM E. BLOOR, CfTY ATTORNEY ATTEST: JA G iL SA HURD, CITY CLERK PW 0410_01 [Revised 03/2010] Professional Services Agreement doc Page 8 of 8 EXHIBIT A Port Angeles WTIP Scope Studio Cascade (CONSULTANT) and its subconsultants (LMN Architects, HBB, Fehr and Peers, WALC /AECOM and Zenovic and Associates) agree to furnish the City of Port Angeles (CITY) additional planning, design and wayfinding services as described in this Exhibit, according to the project schedule at the end of this document, per the approved agreement for professional services. The budget for each of the tasks presented in this scope of work is included in Exhibit B. Exhibit B includes labor costs and expenses related to all professional services and project management, accounting, and other associated overhead expenses. The task budget subtotals represent the not to- exceed budget limits to be adhered to by CONSULTANT. Managing to the task budget subtotals shall be accomplished in recognition that some subtask budgets may be exceeded while others are more than adequate to cover project costs. 1. Waterfront, Phase One The end result of this portion of the project will be production of a design concept with generalized cost estimates for the waterfront, Railroad Avenue, the two -acre park at the west end of the waterfront and two green streets perpendicular to the waterfront esplanade. We will identify work tasks and budget for design development for the entire waterfront/park/green street concept as part of phase one. Public involvement will also be an important part of the design /development phase, ensuring an adequate level of public input into the design process. This is an implementation project, so public participation strategies will be designed to help the project keep moving forward. 1.1 Baseline We will compile mapping, policy, studies and other baseline data as relevant to the design process, coordinating with the City to acquire information from it and other public agencies as appropriate. 1.2 Schematic design We will conduct a team oriented design workshop, client meetings and production of schematic waterfront design alternatives for City and community review into a week -long schematic design exercise This task will include a four -day workshop involving the project's core design and wayfinding team, with varying levels of involvement of the transportation and engineering consultants, ensuring a comprehensive approach to schematic design. 1.3 Client meeting We will meet with the City periodically during the schematic design workshop and at the workshop's conclusion to review workshop results, discuss possible design options and get direction on a preferred design alternative for further refinement. 1.4 Design alternatives We will refine the concepts developed at the team charrette into a preferred alternative, readying it for display at a public open house, exploring design concepts for Railroad Avenue, the esplanade, the west -end park and associated street intersections. This will include illustrative site plans, elevations, sections and renderings as necessary to convey the design concepts. 1.5 Open house preparation We will prepare materials for a waterfront design open house, including display boards, questionnaires and small group exercises to involve the community in the review and shaping of the waterfront design. 1.6 Design concept We will incorporate public comment and agency direction into a revised design concept for Railroad Avenue, the esplanade, park and green streets, producing site plans, elevations, sections and renderings as appropriate to illustrate fully the design concepts. 1.7 Client meeting We will meet with the client to review the 70% 80% complete conceptual design package, soliciting comment and direction. This meeting can be arranged to coincide with a review meeting with the City Council, Port Angeles Forward or other group the City believes should be included at this intermediate part of the process. 1.8 Design revisions We will revise the design concept based on client direction, readying in the package for inclusion in the final design report. 1.9 Final design We will present to the City the final waterfront design concept, providing site plans, elevations, sections and renderings to communicate the proposed design concept, packaged as an officially approvable plan by the City. 1.10 City Council presentation We will present the waterfront design to the City Council at its meeting in January, using this meeting as an opportunity to launch into the working drawings phase of the project. 1.11 Coordination of permits We will work with the City and all other agencies and jurisdictions as appropriate to ascertain the project's likely permitting requirements and to incorporate those requirements in project design. We will also obtain permit application forms and complete them to the best of our ability for preliminary agency review prior to beginning work on construction documents. 1.12 Survey We will conduct design survey for the waterfront area, including Railroad Avenue, the park and green street areas, including utilities and property boundary information. Work will not include setting property corners and monuments. Task Deliverables o One multi -day, multi discipline schematic design workshop o One set of conceptual design alternatives for client review prior to the open house o Intermediate concept design package responding to public open house comments o One client review meeting to present and discuss intermediate drawings and affirm client direction o Final concept design package o Two Presentations to City Council o Design survey for the project area o Working cost estimates for preferred design 3. Vehicular and Pedestrian Wayfinding The wayfinding project will produce a citywide wayfinding program, two entry way monuments, including landscaping and associated construction documents for each. The project will also result in the fabrication and installation of six prototype wayfinding signs with recommended types and locations. The wayfinding sign plan and entryway monument designs will provide the Client with directional and entry monuments that make up the urban landscape in public areas of the City of Port Angeles. The boundaries for the project include the areas within the limits of the City of Port Angeles. Work on the entryway monuments and wayfinding sign program will be integrated to maximize efficiency. It is estimated that fifteen percent of the conceptual wayfinding and design effort will be devoted to the entryway monuments in addition to the production of specific entryway monument construction documents. The completed product will provide the Client with a document that details sign and entryway monument design, sign messaging, terminology, and installation locations, materials, size /scale, colors, finishes, copy /text and schedule of sign elements. This information shall be suitable for the Client to solicit proposals from qualified sign fabricators to prepare complete shop drawings, manufacture and install all sign elements. The Client will form a wayfinding steering committee to review and provide feedback on the design. The Client shall also be responsible for providing a venue including all set -ups (tables, chairs, projection screen, easels, flipcharts, etc.), inviting participants, advertising public events, and scheduling stakeholder interviews for all events listed in the Scope. 3.1 Project coordination In addition to the specific services detailed below, the Wayfinding Team shall coordinate our work with the Client's representative and the Client's project team, monitor the project schedule as it relates to the scope contained herein, and provide timely invoicing and reporting of project progress. 3.2 Design intent workshop /team kick off The Wayfinding Team will attend a half day workshop with the Client to coordinate schedule, current marketing plans, develop a shared vision and theme, establish a preliminary project budget and understand the Client's program for coordinating our work with the work of other projects. The result of the workshop will be a defined design vocabulary that will include: thematic attitude, market positioning, wayfinding goals, and target clientele that will guide the future preliminary schematic design phase of the work. 3.3 Site analysis During the same visit as the Design Intent Workshop, the Wayfinding Team shall conduct an image and wayfinding analysis of the site including comparable municipalities, and work done to date to gather pertinent information such as project character, graphic image development, architectural features, historical elements, traffic circulation, priority destinations and applicable city and state requirements. 3.4 Project program document Based on the site analysis and Client input, the Wayfinding Team will prepare a Project Program document that will address: o A review of existing and proposed destinations o A review of existing and proposed parking and wayfinding methodology o A list of proposed terminology o A list of proposed key sign types o Expectations of ongoing maintenance requirements of sign types o Preliminary budgetary guidelines for the cost of implementing the system o Preliminary sign master circulation plan for motorists, bicyclists and pedestrians o Preliminary sign removal /consolidation plan o Review of construction, durability and materials selection o A list of WSDOT Requirements for state routes o City Review of Project Program Document The City will review each draft of the Project Program Document and provide all review comments in writing to the Wayfinding Team. The Wayfinding Team will meet with the Client to review the comments and agree upon changes to be incorporated into the next part of the work. 3.5 Sign location and removal plan /coordination The Wayfinding Team will prepare a draft sign location plan which locates each directional sign within the city. The Wayfinding Team will coordinate with the City's engineer to gather location conflicts information that will be needed by the selected sign fabricator/ installer to determine the final location of signs, removal and permit. 3.6 Schematic design workshop The Wayfinding Team shall develop preliminary alternative wayfinding design concepts during a 4 -day workshop in Port Angeles. Based on the theme and design vocabulary developed in the Project Program document, the Wayfinding Team shall prepare schematic sign design documents that will include the following: o Palette of signs with proposed dimensions, materials and finishes, comparable images and illustrations (freehand or electronic) o Preliminary statement of probable costs (based on cursory review from up to two (2) sign fabricators) o Specifically, the Wayfinding Team will prepare schematic design documents for the following wayfinding, graphic and place- making elements: Vehicular directional signs Bicycle route signs Pedestrian directional signs Pedestrian map digital artwork for pedestrian maps that will be scaled appropriately to enhance walk ability within the project area. o City Review Schematic Design Update Workshop The Wayfinding Team will attend a one (1) day workshop to present the schematic design graphics to the steering committee and public and discuss the progress of the design with the City. At this meeting, the City shall select a final design from among the design options that have been prepared during the preliminary schematic design workshop. The Wayfinding Team will proceed with the Design Intent documents phase of the work, incorporating the City's review comments into plans during the next phase of the work. Additional revisions or concepts requested by the City shall be provided as an Additional Service. 3.7 Sign master plan and standard "guide" manual The Wayfinding Team will prepare a document of the selected sign types that will include each sign type, dimensions, materials, colors and graphics. This guide will enable the City to implement the wayfinding system, as needed, for future growth. The manual will be suitable for pricing by sign fabricators who, under contract to the City, are qualified to prepare fabrication /construction documents including all engineering design and calculations, and to fabricate and install signs reflected in the design intent documents. The Wayfinding Team will attend one (1) half -day meeting with the City staff during production of the design intent documents to coordinate our work. 3.8 City review The City will review each draft of the design intent documents and provide review comments in writing to the Wayfinding Team. The Wayfinding Team will meet with the City to review the comments and agree upon the revisions to be incorporated into the final drawings. 3.9 Final design intent documents The Wayfinding Team will prepare the final design intent documents, incorporating the City's review comments into the final documents. 3.10 Agency coordination The Wayfinding Team will prepare the necessary documents for WSDOT State and District Office approval and permitting of the Master Sign Schedule in accordance with City requirements. The Wayfinding Team will attend two (2) half -day meetings with WSDOT staff over the course of the preparation of design intent documents to ensure that our work meets WSDOT guidelines. 3.11 Entry feature design and construction documents The Wayfinding Team will design and prepare construction documents for two entry monuments at the east and west entrances to the City. Improvements will include the sign structures changes to the existing landscape, irrigation and area lighting. The Wayfinding Team will produce construction documents for these improvements base on the Schematic Design Workshop previously completed for the City. The City will review the 60% Construction Documents internally and provide a set of written comments. All comments received from the internal review and as a result of the bid will be consolidated and provided to the Wayfinding Team in writing. These comments will be incorporated into the 100% Construction Documents. The 100% Construction Documents will be suitable for bidding, construction and permitting. 3.12 Sign master plan application The Wayfinding Team will prepare the necessary documents for the City to submit the Sign Master Plan for approval in accordance with local zoning ordinances. Task Deliverables o One (1) set of the design intent workshop notes o One (1) 11" x 17" set color copies of the project program document o One (1) 11" x 17" set color copies of the schematic design documents including: 1. wayfinding routing plan 2. pedestrian map design o One (1) draft and one (1) final copy of the sign master plan and standards manual o One (1) 30" x 42" laminated board of wayfinding sign designs o One (1) 30" x 42" laminated board of the wayfinding master plan o One (1) 30" x 42" laminated board of pedestrian map design o One (1) set of final design intent drawings and final entryway construction drawings o Issue for Bid (60% Construction Documents) o Issue for Permit and Construction(100% Construction Documents) including statement of probable cost and specifications o One (1) electronic copy of all graphics o Final designs, with bid -ready package and cost estimates 4. Transportation The transportation scope will result in direct input into the waterfront design and provide the upfront work for the City's 2013 Comprehensive Transportation Plan update. This transportation effort will focus mainly on the City's downtown and waterfront areas, but will also provide the forecasting framework for assessing Citywide transportation facilities. The transportation work will fit into nine main tasks. The first four tasks are scheduled to occur during the fall of 2010, with Tasks 4.5 through 4.9 beginning in early 2011 4.1 Data collection for waterfront/downtown study and comprehensive transportation plan To perform the transportation planning tasks need for the Waterfront/Downtown Study and Comprehensive Transportation Plan update, which will include identifying existing and future transportation operations in the Waterfront/Downtown district and throughout the City, we will need to collect information regarding existing and planned land uses and transportation conditions. We will collect the following data: o Existing land uses this could include the City's parcel database and GIS layers o Future land uses this will include any specific information about where future land use would occur on a parcel or district basis based on information to be provided by the City. The City will provide this data in the same format as the existing land use data (e.g. parcel database and GIS layers). o Daily traffic volumes and geometries on up to 30 key roadway segments throughout the City will be coordinated with City staff. These roadway segments will focus on Principal and Minor Arterials, as classified in the 1996 Transportation Services and Facilities Plan. We will collect counts both before and after Labor Day at up to five roadway facilities selected in conjunction with City staff. PM peak intersection volumes and geometric information at up to 10 key intersection facilities (these counts would be at locations in the Downtown/Waterfront area or where roundabouts have been proposed) o PM peak hour origin and destination (O -D) data for vehicles traveling at up to four locations, such that we can get a sense of how traffic flows are related to internal trips (trips by Port Angeles residents to destinations within Port Angeles, external trips (trips with one end in Port Angeles and the other end outside of the City), and through trips (those trips that pass through, but do not stop in Port Angeles) o The location of bicycle and pedestrian facilities throughout the City (such as sidewalks, bike lanes, and trails). This information could come from the City's Bicycle and Pedestrian maps. o The location of bus routes and stops throughout the City, including any planned improvements from Clallam Transit. o The location of planned transportation improvements, as identified in the City's 1996 Transportation Services and Facilities Plan, the current Transportation Improvement Plan, and other planning documents, including the 2009 AIA study. o Parking supply, occupancy, and turnover in the Downtown area. We will review any data that the City has already collected. We have assumed that we will collaborate with City staff, which will spend a day surveying parking sites throughout the downtown area to collect this information. We recommend carrying out this parking analysis during the months of August or early September to account for the peak season in ferry travel. o Black Ball and Victoria Express Ferry ridership data based on information obtained by the City from the ferry operator. This data collection effort, including receipt of land use information from the City, will take place within 60 calendar days of receiving a signed contract. 4.2 Development of Year 2030 citywide traffic forecasts We will use the data collected in Task 4.1 to develop year 2030 Citywide Traffic Forecasts. We will develop a small, standalone PM peak hour model (platform to be determined) that can be applied to as a sketch planning tool to analyze the Waterfront/Downtown Study and for the future Comprehensive Plan update, as well as for other future City projects. This model will provide traffic volume forecasts for the 30 roadway segments and 10 intersections where counts are collected. It will estimate how traffic volumes increase with respect to planned land use development and transportation projects over the next 20 years. 4.3 Transportation planning for the waterfront/downtown plan We will provide the transportation planning support for the Waterfront/Downtown Plan. This effort will include: participating in a walking audit with other team members and City staff to identify transportation issues in the Waterfront /Downtown area, reviewing design plans for the Waterfront/Downtown area that are developed by the Consultant Team, and providing input with regards to roadway operations, pedestrian and bicycle travel, ferry terminal operations, and parking accommodation. We will use the travel model developed in Task 4.2 to better understand traffic volumes on roadways in the Waterfront/Downtown area and evaluate transportation improvement concepts. 4.4 Meetings related to waterfront/downtown planning We anticipate that throughout the process, we will need to meet with City staff and stakeholders in the Downtown/Waterfront area to discuss transportation issues such as ferry operations, parking accommodation, roadway operations, and non motorized transportation facilities planning. Additional meetings or public hearings will be attended, as requested, on a time and materials basis. Task Deliverables o Traffic forecasts and standalone travel model for use in future city applications o Refinements to Waterfront Plan o Memoradum summarizing upfront work for Comprehensive Transportation Plan update o Up to four client meetings to review transportation issues 5. Public Engagement Public engagement will involve multiple components, each of which will influence the waterfront design and the wayfinding and transportation components of the project. Where feasible, public engagement activities are designed to integrate discussion of all three projects, taking advantage of this project's breadth of scope and collecting public comment on a diverse set of topics. 5.1 Stakeholder interviews We will conduct orientation interviews over a period of four days with stakeholders as identified by the City, producing a summary report identifying issues, challenges, opportunities and possible solutions as voiced during the interviews. 5.2 Visitor interviews We will conduct interviews of waterfront users, riding both ferries to engage in conversations with passengers traveling to Port Angeles and conducting brief interviews with passengers as they wait for boats to sail from Port Angeles. 5.3 Open house We will attend and facilitate a waterfront design open house, hosting various displays and helping participants provide comments on the proposed designs. 5.4 Static displays We will design up to three static displays for exhibiting at various locations in the community, informing the public of the process to create the waterfront design concept, presenting examples of the design work product and inviting public comment and participation. 5.5 Website We will design and manage a project website, posting information relevant to the waterfront, transportation and wayfinding efforts and soliciting community involvement and comment. The website will include design concepts and sketches, copies of static display posters, reports generated as part of this process and links to other, pertinent websites. Task Deliverables o Stakeholder interviews over four days, with summary report o Visitor questionnaires and summary report o Up to three different static displays, ready to print, for installation in areas as determined by the City o One public open house, with consultant participation and facilitation o Project website, with ability to solicit, display and record public comment in response to posts. 6. Project Management, Phase One Completion of Phase One is targeted for December 31, 2010, requiring expedient completion of all consultant tasks and active project coordination. This task includes efforts to coordinate work product from all consultants, attend meetings with City staff as necessary and ensure work is performed to the City's satisfaction. 6.1 Project coordination We will actively coordinate work in all three task areas to ensure the project is proceeding on schedule and delivering work product to the City's satisfaction. Our work here will include weekly project team coordination meetings to verify schedule compliance and to provide early warning and ability to respond in case of scheduling difficulty. 6.2 Client meetings We will maintain frequent communication with the City, attending meetings in person at strategic milestones and via video conference to ensure continuous and effective client contact. 6.3 Status reporting We will provide monthly written status reports, detailing work performed, as part of our regular billing cycle. 8. Additional Tasks, Phase One If and when directed by the City, additional tasks may be assigned to the contractor as part of Phase One. Such tasks shall be intended to supplement the tasks and /or deliverables identified above. Such project tasks may be added upon mutual agreement between the two parties. Not more than $20,000.00 of the total maximum compensation identified in contract Section VI above may be spent on such additional tasks. Project Schedule Task/Subtask 1. Waterfront, Phase One 1 1 Baseline 1 2 Schematic Design 1 3 Client Meeting 1 4 Design Alternatives 1 5 Open House Preparation 1 6 Design Concept 1 7 Client Meeting 1 8 Design Revisions 1 9 Final Design 1 10 City Council Meeting 1 11 Permits coordination 1 12 Survey 3 Wayfinding 3 1 Project coordination 3 2 Design intent workshop 3 3 Site analysis 3 4 Project program document 3 5 Sign location /removal plan 3 6 Schematic design workshop 3 7 Sign master plan 3.8 City review 3 9 Final design intent documents 3.10 Agency coordination 3 11 Entry feature design /Construction Drawings 3 12 Sign master plan application Estimated Completion Date Duration September 24 September 27 October 1 October 1 October 29 October 29 November 2 November 26 November 26 December 15 December 22 January 18 November 15 January 14 September 23 September 27 August 4 January 18 September 14 September 13 16 September 23 September 30 September 27 October 1 October 22 October 22 November 5 October 22 November 19 October 1 November 19 November 19 December 3 December 31 4. Transportation 4 1 Data collection 4 2 2030 traffic forecasts 4 3 Waterfront transportation planning 4 4 Waterfront transportation meetings 5 Public Engagement 5 1 Stakeholder interviews 5 2 Visitor interviews 5 3 Open house 5 4 Static displays 5 5 Website 6. Project Management, Phase 1 6 1 Project coordination 6 2 Client meetings 6 3 Status reporting 8 Additional Tasks, Phase 1 August 5 September 24 August 30 December 17 September 6 October 16 September 27 September 29 September 13 September 16 August 15 August 17 September 28 September 30 November 2 September 20 January 18 August 23 July 8 Continuous Monthly Monthly As directed by City EXHIBIT B Port Angeles WTIP Budget The budget presented in this exhibit includes labor costs and expenses related to all professional services and project management, accounting, and other associated overhead expenses The task budget subtotals represent the not -to- exceed budget limits to be adhered to by CONSULTANT Managing to the task budget subtotals shall be accomphshed in recognition that some subtask budgets may be exceeded while others are more than adequate to cover project costs. Bilking rates for each consultant are shown in the table below, and the overall project budget is outlined in the attached four -page spreadsheet Billing Rates Consultant Studio Cascade LMN HBB Fehr Peers WALC AECOM Zenovic Staff Person William Grimes, AICP Rick Hastings Chaz Bates, AICP Mark Hinshaw, FAICP /FAIA Mike Kunelberg Cohe Hough -Beck, ASLA Dean Koonts, ASLA Don Samdahl Seleta Reynolds Kendra Brieland Dan Burden Sarah Bowman Jonathan Mugmon David Hoppes Todd Bronk Susie Priyakorn Steve Zenovic, PE Tracy Gudgel, PE 1 Title Principal Senior planner Senior planner Urban design manager Senior urban designer Principal Landscape architect Principal Associate Senior Planner Principal General manager Project manager Landscape architect Landscape architect Environmental graphic designer Principal Vice president 1 Hourly Rate 150 120 120 145 140 185 90 195 175 140 200 140 140 140 130 80 125 100 (Port Angeles I I 1 1 I I 1 I I I 1 I I I I (Staff Budget. by Task I 1 I I 1 1 1 1 I I I I I I 1 I IStaff I I I I I I I 1 I I I I I I 1 I I (Studio Cascade' 1 I ILMN I I IHBB I (Fehr Peers I 1 I I (Grimes @150 (Hastings @120 (Bates 1@120 (Hinshaw @145 l b a @140 I Beck h )@185 Koonts @90 Brielandl @140 Samdahl @195 Reynolds @175 Suppo ITask !Waterfront 1.1 (Baseline 1 2 (Schematic design 1.3 (Client mta 1 4 IDesian alts 1.5 !Open house ores 1 6 !Design concept 1 7 (Client into 1.8 (Des ;on revisions 1.9 !Final design 1 10 !City Council 1 11 (Permit coordination 1 12 !Survey I W avfindma 3.1 IProiect coord 3 2 IDesinn intent 3 3 !Site analysis 3 4 IProiect oronram 3 4 !Client review 3 5 (Location /removal plan 3 6 1Desirn workshop 3 6 (Client meetino 3 7 (Master plan /manual 3 8 (Client review 3 9 !Final design intent 3.10 IAnencv coord 3 11 !Entryway CDs 3 12 'Sion aoohcation 1 'Transportation 4 1 (Data comoilation I 4 2 !Forecasts 4 3 IWaterfront olannino 4 4 !Waterfront meetinos I 'Outreach /Coordinatio I 5 1 (Stakeholder interviews 1 50 I 5 2 !Visitor interviews I 24 5 3 been house 1 8 5 4 (Static disolays I 12 5.5 IWebsite I 4 Protect Manaaement 61 1Pro,ect coordination 40 I 6 2 'Client meetinas 48 6 3 (Status reports 16 1 'Additional Tasks I 8 As Directed by City IFee total. by consultant I I IReimbursables. by consultant 'Traffic counts I IO /D survey !Prototype scans /install I !Other I 1 1 1 (Total budget. Phase One Hours Fee (Hours (Fee I I 4 6001 41 480 32 48001 321 3840 2 3001 1 0 32 48001 41 480 8 12001 81 960 16 24001 41 480 8 12001 1 0 4 6001 1 0 12 18001 321 3840 8 12001 I 0 8 12001 1 0 4 6001 1 0 207001 110080 75001 1 0 36001 41 480 12001 81 960 18001 481 5760 6001 481 5760 1 1 1 1 60001 72001 24001 303001 I I I I I I I I I I I 1 I I I I I I I I I I I I 1 I` 201 2400 91 1080 I 0 116440 Hours (Fee (Hours 81 960 321 38401 32 I 0 2 I 01 40 41 4801 16 I 01 32 I 01 8 I 01 8 I 01 8 I 01 8 401 48001 I 01 I 100801 01 41 4801 I 01 I 01 I 01 12 I I 1 I 01 24 I 01 I 01 16 I 4801 I I 1 I I 1 I 880801 1 I I 1 I I 1 I 50001 I 50001 I 930801 Fee IHours (Fee I 01 46401 2901 58001 23201 46401 11601 11601 1160! 11601 01 01 223301 81 1120 321 4480 I 0 801 11200 161 2240 641 8960 0 161 2240 161 2240 I 0 I 0 I 0 I 32480 Hours (Fee 1 I 0 321 5920 21 370 401 7400 161 2960 321 5920 81 1480 81 1480 81 1480 81 1480 41 740 01 0 1 29230 Hours (Fee IHours (Fee IHours I I 1 81 7201 I 01 321 28801 01 01 01 01 01 801 72001 01 01 81 7201 I 01 641 57601 01 I 01 41 5601 4 161 14401 41 5601 2 161 14401 1 01 I 01 I 01 161 14401 I 01 01 01 I I 1 216001 1 11201 1 I 01 761 106401 4 801 112001 16 561 78401 16 81 11201 8 1308001 1 1 I I 01 I 0 I 0 01 01 01 I 0 1 0 01 01 01 I 0 I 0 01 I 01 I 0 I 0 01 1 17401 I 0 121 22201 01 8 11201 I I 1 1 1 1 I I I I I 1 34801 1 0 241 44401 01 01 01 I 0 I 01 01 01 23201 I 0 161 29601 01 01 75401 I 0 1 96201 01 11201 I 1 I 1 I 1 I I I I I I I I I I 1 1 1 1 1 I 1 I 62350 I 1 1 604501 I I I I I 1 I I 1 I I 1 I I I I I I I I I I I I I I I I I I I 1 5000 I 1 50001 I I 5000 1 1 50001 I 1 L" 67350 I 1 1 654501 Fee I 1 01 I 0 01 I 0 01 I 0 01 01 0 01 I 0 01 I 0 7801 41 700 3901 I 0 01 I 0 01 I 0 01 1 0 1 11701 1 700 I I 01 I 7801 41 700 31201 1 0 31201 161 2800 15601 1 0 85801 13500 01 I 01 1 1 01 I 1 1 I 01 1 01 1 01 1 01 1 1 I 1 1 1 Hours 11 1 2 13 14 15 16 17 18 1.9 1 10 1.11 1 12 3.1 3.2 33 34 3.4 3.5 36 36 3.7 38 39 3 10 3.11 3 12 'Task Waterfront Baseline Schematic design Client mta Desian alts Open house oreo Design conceot Client mta Des;an revisions Final desion City Council Permit coordination Survey Wavflndinq Protect coord Destan intent Site analysis Protect oroaram Client review Location /removal plan Design workshoo Client meeting Master olan /manual Client review Final desion intent Anencv coord Entryway CDs Sian application Transportation 4 1 Data compilation 4 2 Forecasts 4 3 Waterfront olannina 4.4 Waterfront meetmos Outreach /Coordination 5.1 Stakeholder Interviews 5 2 Visitor interviews 5.3 Open house 5.4 Static displays 5 5 Website Protect Manaaement 6.1 Protect coordination 6 2 Client meetmos 6 3 Status reports Additional Tasks 8 As Directed by City Fee total, by consultant Reimbursables. by consultant Traffic counts O/D survey Prototvoe scans /install I Other Total budoet. Phase One 1 1 1 1 i I 1 I I 1 IZenovic ISazan Civil I (Electric @130 'Hours lFee Hours (Fee I I 161 1600 I 161 1600 I 41 600 I I I I I 161 1600 I 1 I 41 600 I I I 41 600 17000 23600 23600 1000 1000 24600 I 0 I 0 I 0 201 2600 I 0 201 2600 I 0 I 0 I 0 I 0 I 0 1 0 1 5200 5200 I I 1 1 1 1 IWALC I I Burdenl @200 Hours Fee (Hours I 01 1 1 1 I Bowma nI 140 01 20 161 32001 8 I 01 81 16001 8 I 01 81 16001 81 16001 16 81 16001 8 01 01 01 01 01 96001 I 1 I I 1 1 1 I Mugmonl @140 Fee (Hours (Fee (Hours (Fee I I I I I I I I I I I I I I I I I 1 I I 1 I I 1 1 I I 1 I I I I I I I I 1 I I 1 I I I I 28001 20 11201 16 01 32 11201 80 01 8 01 48 22401 60 01 4 11201 40 01 16 01 8 01 30 01 4 01 8 84001 28001 22401 44801 112001 11201 67201 84001 5601 56001 22401 11201 42001 5601 11201 523601 1 I I 1 1 I I I 1 I I 1 1 1 1 1 1 1 I 1 I I I I- !Hoopes I @140 Bronk @130 I Priyakornl @80 I 0 I 0 0 I 0 I 0 I 0 401 5600 I 0 41 560 I 0 I 0 I 0 41 560 I 0 1 6720 Hours Fee (Hours Fee 1 1 1 1 1 1 1 1 1 01 01 01 01 24 01 8 10401 24 01 40 01 01 16 01 24 01 8 10401 32 41601 01 62401 1 0 0 0 1920 0 1920 3200 0 1280 1920 0 0 0 0 10240 Fee by task 179250 93560 54400 65500 20000 93560 412710 25000 10000 35000 71500 128560 _484210