HomeMy WebLinkAbout000092 Original Contract4
t
r
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN THE
THE CITY OF PORT ANGELES
AND
Studio Cascade, Inc.
PROJECT WTIP
City of Port Angeles
Record #000092
RELATING TO: WATERFRONT TRANSPORTATION AND IMPROVEMENT PLAN
PLANNING, DESIGN AND ENGINEERING SERVICES
THIS AGREEMENT is made and entered into this s day of 2011, by and
between THE CITY OF PORT ANGELES, a non charter code city or State of Washington,
(hereinafter called the "CITY and Studio Cascade, Inc., a Washington Corporation
(hereinafter called the "CONSULTANT
WHEREAS, the CITY desires planning, design and engineering assistance related to Phase II
of the waterfront and transportation improvement plan (WTIP); and
WHEREAS, the CITY desires to engage the professional services and assistance of a qualified
firm to perform the scope of work as detailed in Exhibit A, and
WHEREAS, the CONSULTANT represents that it, and its approved Sub Consultants as
identified in Section X.A. hereof, have the background, experience, abilities, and registration
and /or other applicable requirements 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
Scope of Consultant's Obligations
The intent of this Agreement is that the CONSULTANT shall complete, or cause to be
completed, to the satisfaction of the City, all planning, design and engineering for work in
Phase II of the WTIP and deliver to the CITY bid -ready engineering drawings, plans, and
specifications for construction of Railroad Avenue between the western edge of the Coho Ferry
dock to its intersection with Oak Street and design to the 60% level for the area identified as
West End Park. The CONSULTANT and its Sub Consultants shall perform all work and
complete all other performances necessary to accomplish the intent of this Agreement, even if
such work or other performances are not specifically mentioned in this Agreement.
The professional services to be performed and the results to be achieved by the
CONSULTANT and its Sub Consultants are more particularly described in the attached Exhibit
Page 1 of 9
1
t
A. However, Exhibit A is not intended to be comprehensive. If some work or service is
necessary to accomplish the purpose of this agreement, the CONSULTANT shall perform that
work, or cause such work to be performed, even if not specifically identified in Exhibit A.
The CITY may review all work product and deliverables to be provided under this Agreement,
and if it is not satisfactory, the CONSULTANT shall make or cause to be made 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 by it and its Sub
Consultants shall be in accordance with the professional standards and requirements of the
planning, landscape architecture and engineering professions, as applicable, and in
compliance with applicable federal, state and local laws.
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 June 2012. The work shall be completed in
accordance with the schedule set forth in the attached Exhibit B.
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 C.
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. The CITY shall review the
invoices and make monthly installment payments to the CONSULTANT. The monthly
payment shall be that portion of the lump -sum amount equal to the portion of the total
project accomplished during that month, minus 10% to be held as retainage. For example,
if the CONSULTANT during a particular month accomplishes 10% of the work needed to
Page 2 of 9
Ar
complete the entire project, the City shall play the CONSULTANT for that month 9% of the
lump -sum amount, and 1% shall be held as retainage.
C. 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.
D. Final payment for the balance due to the CONSULTANT will be made after the completion
of the work and acceptance by the CITY.
E. 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 II work, including labor, direct non
salary reimbursable costs and outside services for the scope of work as outlined in Exhibit A
shall be $1,252,922. The budget for each task is as set forth in the attached Exhibit B.
Budgets for task(s) may be modified upon mutual agreement between the two parties, but in
any event, the total payment to CONSULTANT for Phase II shall not exceed $1,252,922.
VII INDEPENDENT CONTRACTOR STATUS
The relation created by this Contract is that of owner independent contractor. The
CONSULTANT is not an employee of the City and is not entitled to the benefits provided by
the City to its employees. The CONSULTANT, as an independent contractor, has the authority
to control and direct the performance of the details of the services to be provided. The
CONSULTANT 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:
Page 3of9
t -A
A. The CONSULTANT shall maintain open hiring and employment practices and will welcome
applications for employment in all positions, from qualified individuals who are members of
minorities protected by federal equal opportunity /affirmative action requirements; and,
B. The CONSULTANT shall comply with all requirements of applicable federal, state or local
laws or regulations issued pursuant thereto, relating to the establishment of non
discriminatory requirements in hiring and employment practices and assuring the service
of all persons without discrimination as to any person's race, color, religion, sex, Vietnam
era veteran status, disabled veteran condition, physical or mental handicap, or national
origin.
X SUBCONTRACTS
A. The CONSULTANT shall not sublet or assign any of the work covered by this Agreement
to any firm other than LMN, HBB, Fehr Peers, Shreffler Environmental or Zenovic
Associates (each, a "Sub- Consultant without the written consent of the CITY. It is also
understood that these Sub Consultants may hire subcontractors of their own, upon receipt
of written authority from the City, to conduct portions of the work for which they are
responsible.
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 STANDARD OF CARE
CONSULTANT warrants that services performed by it and its Sub Consultants shall be
consistent with applicable industry standards.
A Warranties
CONSULTANT warrants that the work, products, and services will conform to the requirements
of this agreement and shall be performed in a professional, competent and timely manner by
Page 4 of 9
appropriately qualified and trained personnel, including without limitation, the Sub Consultants.
CONSULTANT warrants that it shall furnish to the CITY complete and fully bid -ready plans,
drawings and specifications for Railroad Avenue in accordance with the provisions of this
Agreement.
B Errors and Omissions
In the event there are any errors or omissions in the plans, drawings and specifications,
CONSULTANT shall correct or cause to be corrected any errors or omissions as necessary to
make the plans, drawings and specifications 100% complete and bid -ready at no additional
charge to the City. No payment shall be made to the Consultant for materials or labor
involved in correcting errors or omissions.
XIV 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
satisfactorily 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.
XV INDEMNIFICATION /HOLD HARMLESS
CONSULTANT shall defend, indemnify and hold the CITY, its officers, officials, employees and
volunteers (each, an "Indemnitee harmless from any and all claims, injuries, damages, losses
or costs, including attorney fees (each, a "CLAIM 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
Page 5of9
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.
The parties acknowledge that (1) CONSULTANT is required by this Agreement to deliver
certain work product, as described in Task 1 of the Scope of Work attached as exhibit A,
which CONSULTANT is not licensed or otherwise qualified to perform directly (the "Sub-
contracted Work (2) all Sub Contracted Work is to be performed by the Sub Consultants
respectively identified under Task 1; and (3) CONSULTANT's role in relation to the Sub
Contracted work is limited to assure that such work on behalf of the CITY such that the work
is completed, timely delivered, and conforms to the requirements of this Agreement.
CONSULTANT shall include in its contract with each Sub Consultant a provision which,
without limitation: (1) obligates the Sub Consultant to defend, indemnify, and hold
harmless the CITY, and each other Indemnitee, from any CLAIM that arises out of or
results from the acts, errors or omissions of the Sub Consultant in the performance of the
applicable Sub Contracted Work to the same extent that CONSULTANT is required to
defend, indemnify or hold harmless the CITY and each other Indemnitee with respect to
CONSULTANT's work under the first four paragraphs of this Section XIV, and (2) allows
the CITY to directly enforce and seek remedy under such obligation against Sub
Consultant as a third -party beneficiary of such contract.
XVI 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. CONSULTANT shall likewise require each of
its Sub Consultants to procure and maintain insurance coverage in compliance with the
requirements of paragraphs A -D of this section with respect to the performance of the work
required of each such Sub Consultant as set forth in Exhibit A.
No Limitation. The maintenance of insurance as required by CONSULTANT and the Sub
Consultants under the terms of this Agreement shall not be construed to limit the liability of the
CONSULTANT or any Sub Consultant to the coverage provided by such insurance, or
otherwise limit the CITY'S recourse to any remedy available at law or in equity.
Failure on the part of the Consultant to maintain the insurance as required shall constitute a
material breach of the contract, upon which the City may after giving five business days notice
to Consultant to correct the breach, immediately terminate the contract or, at its discretion,
procure or renew such insurance and pay any and all premiums in connection therewith, with
any sums so expended to be repaid to the City on demand, or at the sole discretion of the
City, offset against funds due Consultant from the City.
A. Minimum Scope of Insurance
CONSULTANT shall obtain insurance of the types described below:
Page 6 of 9
L
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 shall provide City with written notice of any policy cancellation
within two business days of their receipt of such notice.
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.
Page 7 of 9
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 and each Sub Consultant before
commencement of the work.
XVII 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.
A Entire Agreement
This Agreement and its Exhibit(s) represent the entire agreement between the parties hereto
with respect to the subject matter hereof and supersede all prior oral negotiations and
agreements.
B Law, Jurisdiction, Venue and Attorney's Fees
The Parties agree that in the event any suit or other legal action is instituted the law of the
State of Washington shall apply. Venue shall be in Clallam County Superior Court. If any suit
or other action is instituted in connection with any controversy arising under this Agreement,
the prevailing party shall be entitled to recover all of its costs and expenses including such sum
as the Court may judge reasonable for attorney fees, including fees upon appeal of any
judgment or ruling.
XVIII AMENDMENTS
This Agreement may not be changed, modified, amended or waived except by an amendment
signed by both Parties. To be valid and binding, any such amendment must be approved by
the City Council and signed by the City Council's designated signatory and by a duly
authorized officer of the Consultant.
XIX 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
IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and
year first written above.
Page 8 of 9
CITY OF PORT ANGELES APPROVED AS TO FORM:
CONSULTANT
G. \LEGAL \a AGREEMENTS &CONTRACTS \2011 Agrmts &Contracts \WTIP Studio Cascade 04.28 11.doc
41,
WILLIAM E. BLOOR, CITY ATTORNEY
ATTEST:
JA SSA HURD, CITY CL RK
Page 9 of 9
w
Port Angeles WTIP Phase 2 Scope 1
EXHIBIT A
Port Angeles WTIP Scope Phase Two
Studio Cascade (CONSULTANT) and its subconsultants (Zenovic Associates, LMN Architects, HBB, Fehr
and Peers, and Shreffler Environmental) agree to furnish the City of Port Angeles (CITY) planning, design,
and environmental documentation and permitting services as described in this Exhibit according to the
project schedule attached to this document per the approved and executed 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 Two
The purpose of this agreement will be production of a 60% design drawings and cost estimates for the
two -acre park adjoining the waterfront west of Oak Street and bid -ready design and construction
documents for that portion of Railroad Avenue lying adjacent to and south of Harbor Lease 22- 081288
(extending from a point approximately 100 feet west of the west line of the Laurel Street right of way to
the western edge of the Oak Street right of way, including the waterfront esplanade, as approved by City
Council.
Public involvement was an important part of the design /development of Phase I, and continued public
outreach will also be an important part of Phase 11. This phase of the project will continue to
supplement the project website to inform the community of project progress and public events.
The consultant, its subconsultants, and other firms from specialist disciplines will be employed in the
preparation of the design, permit applications, and construction documents for this phase. The
following describes the design responsibilities of each of the design team members:
Design Responsibilities
Responsible Party
Survey, horizontal and vertical control, construction document format
demolition plan, grading, storm water, water and sanitary sewer utilities,
erosion control, assembly of project submittals and final technical bid
documents, contract specific specifications and bid documents
Zenovic
Substrate for walkways, roadways, parking and vehicle loading areas,
pedestrian plazas; structural design for waterfront esplanade and beach
seat wall
Zenovic /KPFF
Electrical service and plans for uplands and esplanade lighting, irrigation
fountain electrical service, meters and points -of- connection
Zenovic /Sazan
Beach /shoreline design
Zenovic /Coastal Geologic
Services
Geotechnical analysis
Zenovic /Hart Crowser
Upland planting irrigation system, interpretive sign
HBB
Jet fountain for park
HBB /Roman
Aesthetic surface treatment for walkways, plazas and paving, site
furnishings and selection of light fixtures
LMN /HBB /Artist (TBD)
Guardrails and railing
LMN
Transportation reports
Fehr Peers
Permits as required, project website material, project coordination
Studio Cascade /Shreffler
Advertisement for bids and addenda
City of Port Angeles
Artist selection
Studio Cascade /Sollod
Port Angeles WTIP Phase 2 Scope
2
1.1 Thirty percent (30 design
Following notice to proceed from the'City, the CONSULTANT will translate the design concept to 30%
completion design level, including coordination of plans from all disciplines. The following deliverables
are included at a 30% level:
1 Demolition Plan
2 Temporary Erosion and Sediment Control Plan
3 Preliminary Stormwater Plan and Drainage Report
4 Preliminary Utility Plan and Design Report
5 Preliminary Beach and Seatwall Plan
6 Planting plans showing broad areas of landscape, plant schedule, and plant cutsheets
7 Irrigation plans showing head layout, sleeving, and point -of- connection
8 Overall infrastructure needs to accommodate future buildings and uses on site
9 Urban Design Plans Details showing preliminary finishes of hardscape areas including art
components
10 Urban Design Site Furnishing Plans (layout) and catalogue cutsheets
11 Lighting Plan with Light Fixture Schedule, and catalogue cutsheets**
12 Preliminary Structural Cross Sections with foundations
13 Preliminary Art Location Layout
14 Preliminary construction cost estimate
*Work in this task may involve supplemental lighting consultation and preliminary cost estimates.
Port Angeles WTIP Phase 2 Scope 3
Estimates for the geotechnical scope and fee are for a basic geotechnical investigation and drilling,
including one -day site meeting with the design team. This task does not include managing issues related
to contaminated soils encountered during the geotechnical investigation. Drilling and sampling will be
coordinated with the City Archeologist for compliance with City standards.
Meetings /Site Visits: CONSULTANT will attend up to two (2) client meetings, including a presentation to
PA Forward, if requested, to review technical information learned to review the project budget and
schedule based on our increased understanding of the geotechnical environment and structural options
and conduct a site visit to verify design layouts. At these meetings CONSULTANT will verify permitting
requirements, confirm the design elements, and gather input from City departments. Additional
Permitting related meetings with appropriate jurisdictional authorities will also be supported by
CONSULTANT.
1.2— Sixty percent (60 design
After obtaining City approval upon completing the 30 design stage, revising the budget and scope as
appropriate, and receipt of Notice to Proceed to 60 CONSULTANT will revise 30% drawings to reflect
City comments, prepare drawings and specifications to a 60% completion level, along with cost
estimates, for City review. Effort in this stage of work will include design of the beach and its
abutments. CONSULTANT will also provide refined cost estimates to assist the City with capital
budgeting and grant applications. Plans provided at this stage will include:
1 Demolition Plan
2 Temporary Erosion and Sediment Control Plan
3 Stormwater Plan and Construction Stormwater Pollution Prevention Plan
4 Utility Plan and Details
5 Planting plans showing broad areas of landscape, plant schedule, and plant details
6 Irrigation plans showing head layout, pipe sizing, sleeving, and point -of- connection, and schedule
7 Overall infrastructure needs to accommodate future buildings and uses on site
8 Urban Design Plans Details showing finishes of hardscape areas
9 Urban Design Site Furnishing Plans (layout) and Details (footings)
10 Lighting Plan with Light Fixture Schedule, and catalogue cutsheets
11 Fountain Plans for the Park
12 Art Location Plan
13 Structural cross sections
Meetings /Site Visits: CONSULTANT will attend /conduct up to two (2) client meetings, including a
presentation to PA Forward, if requested, at project site to review progress to 60 seeking City input to
complete 60% design for West End Park and to move into final design for the portion of Railroad Avenue
between Laurel and Oak Streets.
1.3 Final 100% design and Bid Package
CONSULTANT will incorporate City comments into a final bid package, including specifications in
WSDOT /City format for the City's advertisement, completed permit applications, and design report
technical memorandum. If budget is available based on savings in other components of waterfront
design, City may ask CONSULTANT to prepare the final design and bid package for West End Park.
Port Angeles WTIP Phase 2 Scope 4
1.4 Quality Control
CONSULTANT staff shall review construction documents at 30 60 and 100% stages. Reviews shall
be performed by a senior licensed professional of each discipline to ensure quality of documents. Each
discipline will also conduct a cross disciplinary quality control review for the 60% and 100% submittals
for cross coordination.
1.5 City Council Report
CONSULTANT will present the waterfront design to the City Council, using this meeting as an
opportunity to deliver the final design package and review the project with community officials.
Task Deliverables
o One hard copy set of 30% civil, landscape, and urban design drawings, with cost estimates,
design reports, and outline of draft specifications for City review.
o One hard copy set of 60% civil, landscape and urban design drawings, with cost estimates, and
technical specifications for City review.
o Four City review meetings to present and discuss intermediate drawings and affirm City
direction
o Final design, with one hard copy bid -ready package.
o The final bid package will include a disk with electronic files in AutoCAD, PDF, and MS Word
formats.
2. Environmental Review /Permitting
This project will involve levels of environmental review and permitting to ensure it is ready to proceed
upon receipt of funding. CONSULTANT will complete permit applications and coordinate with
responsible and permitting local, State and federal agencies to ensure applications are complete. Cost
estimates and task descriptions could vary widely if other consultants are needed for hydrology, marine
biology or habitat enhancement beyond those assumed necessary for biological and transportation
assessment. These estimates do not include an archaeological consultant, but the City has indicated
that its staff archaeologist will be made available for archaeological investigation and monitoring.
2.1 —JARPA
CONSULTANT will complete and file a Joint Aquatic Resources Permit Application (JARPA) to initiate the
project's environmental review process, coordinating with responsible agencies to ensure the
environmental review process and scope are consistent with agency needs.
2.2 Preliminary environmental checklist
CONSULTANT will assemble initial environmental information as required by either SEPA or NEPA, based
on information available in the record and on the schematic plans as adopted by Council and modified
as a result of progress on Task 1.1.
2.3 Preliminary environmental study and documentation
CONSULTANT will prepare a draft environmental assessment, concentrating on likely biological and
transportation impacts in accordance with SEPA and /or NEPA pending determination of lead agency
Port Angeles WTIP Phase 2 Scope 5
status for the environmental review process. Our scope of work under this task is based upon the
assumption that a NEPA EIS will not be required and that environmental study and documentation will
be confined to what is necessary to determine and mitigate likely biological and transportation impacts
of the proposed project. If the environmental lead agency requires additional study or a NEPA -level EIS,
CONSULTANT will need to reassess the level of work and timeline, coordinating with the City to ensure
the design process matches environmental review process dictates.
2.4 Final environmental study and documentation
CONSULTANT will ensure the environmental assessment and recommendations are reflected in project
design and finalize environmental documentation as necessary and as may be required by the
environmental lead agency.
2.5 Permit applications
CONSULTANT will prepare and file necessary local, state and federal permits, including but not
necessarily limited to, LIMIT 8 Application and Appendix G, and Specific Project Information Form
(related to endangered species), Section 404 and Section 401 permits (related to the new beach), NPDES
(related to surface water quality), SEPA /NEPA (related to project environmental review), shoreline,
Section 106 (related to historic resources), and HPA (related to impact to biological resources).
2.6 Permit processing
CONSULTANT will coordinate with local, state and federal agencies to process required permits,
ensuring permit requirements are incorporated into final design documents as required.
Task Deliverables
o JARPA form
o Initial environmental information form, SEPA checklist, for example
o Draft SEPA EIS or NEPA environmental assessment
o Final SEPA EIS or NEPA environmental assessment
o Permit applications
3. Transportation
The transportation scope will address several items as identified by the City, including an assessment of
nodes at Front and First streets at Race Street, bicycle treatments for Race Street, and preparation of a
comprehensive transportation plan. This scope also includes an allocation for CONSULTANT to meet
with the City and others to ensure the process generates desired deliverables on time.
3.1 Front /First Street Nodes
This task prepares a plan for pedestrian- oriented nodes at the intersections of First and Front Streets.
These nodes will be designed to calm traffic, improve pedestrian accessibility, and provide a more
aesthetically appealing gateway to downtown Port Angeles.
CONSULTANT will develop conceptual drawings for these two pedestrian nodes within the City at the
Race Street intersections with First Street and Front Street.
Port Angeles WTIP Phase 2 Scope 6
CONSULTANT will spend one day in Port Angeles observing the node locations, taking measurements,
and working with City staff to develop the conceptual drawings for each node location. At the end of the
day, CONSULTANT will meet with City staff to discuss the conceptual drawings and get staff input.
CONSULTANT and City Staff will meet with WSDOT regarding any nodes within US 101.
CONSULTANT will develop planning -level cost estimates for each node using data provided by City Public
Works staff as well as unit prices that are readily available from WSDOT.
Deliverable: CONSULTANT will develop figures, which show the location of planned pedestrian elements
and produce a design report which summarizes the CONSULTANT's findings and recommendations for
each node location, including planning level cost estimates, as well as safety, aesthetic, and traffic
calming benefits.
3.2 Race Street bicycle treatments
This task will evaluate treatments to Race Street that would facilitate bicycle travel while also
accommodating vehicle traffic. While the City's Capital Facilities Plan (CFP) mentions elimination of on-
street parking and striping bicycle lanes, CONSULTANT will explore alternatives with City staff.
CONSULTANT will develop up to two conceptual drawings for Race Street between Front Street and East
Park Avenue. These designs will include different options for bicycle accommodation. One option will
include removing on- street parking and striping bicycle lanes as described in the CFP.
CONSULTANT will spend one day in Port Angeles observing traffic conditions on Race Street, taking
measurements, and working with City staff to develop the conceptual drawings for the corridor.
CONSULTANT will perform this work in conjunction with Task 3.1. At the end of the day, CONSULTANT
will meet with City staff to discuss the conceptual drawings and get staff input.
CONSULTANT will develop planning -level cost estimates for each alternative using data provided by City
Public Works staff as well as unit prices that are readily available from WSDOT.
Deliverable: CONSULTANT will develop two figures which show the location of recommended bicycle
elements. These conceptual drawings will be accompanied by a design report, which describes the
alternative considered, provides planning -level cost estimates, and identifies the safety, aesthetic, and
traffic calming benefits of each alternative.
3.3 Comprehensive Transportation Plan
CONSULTANT will update the City's comprehensive transportation plan as described in the following
subtasks.
3.3.1— Agency outreach
CONSULTANT will contact other City agencies (police, fire, school district) as well as LEKT,
WSDOT, Clallam Transit, Clallam County, and the National Parks Service to gather input on key
transportation issues and to ensure regional coordination.
CONSULTANT will contact each of the entities mentioned above and gather relevant
transportation planning policies from each. This task is meant to ensure that City polices and
projects are consistent with regional plans.
Port Angeles WTIP Phase 2 Scope 7
Deliverable: Findings from this agency outreach will be incorporated into the Comprehensive
Transportation Plan
3.3.2 Transportation Comprehensive Plan Policy Development.
This subtask updates the City's transportation policies, which serve as the basis for the
Comprehensive Transportation Plan.
CONSULTANT will review the City's current Comprehensive Plan policies that are related to
transportation and recommend updates based on transportation planning best practices and
policies that have been successfully adopted in other communities. CONSULTANT will then work
with City staff to develop a final set of transportation goals, objectives, and policies that will
serve as the basis for the transportation plan update.
Deliverables: This subtask includes five deliverables: (1) policy matrix which includes the City's
existing transportation policies and provides recommended modifications to these policies,
based on examples from other communities or transportation best practices, (2) meeting with
the City to discuss the findings of the matrix and receive staff input on updates, (3) draft
transportation goals, objectives, and policies narrative for inclusion in transportation plan.
3.3.3 Develop Travel Demand Forecasts that Bracket Likely City Growth.
The City desires to develop a Comprehensive Transportation Plan. Since the City is not yet ready
to produce a complete Comprehensive Plan, CONSULTANT will need to "bracket" the likely land
use development that would be contained in that plan. As such, CONSULTANT proposes to use
the model developed under Phase 1 to produce three sets of travel demand forecasts: one that
assumes a low level of land use growth, a second that assumes a higher level, and a third that
assumes the higher level of land use growth and an additional cross -town route.
As a part of our future year analysis, CONSULTANT will evaluate three future year scenarios.
These scenarios will be developed in conjunction with City staff, but CONSULTANT assumes they
would include, a low growth scenario, a high growth scenario, and a high growth scenario with
alternative cross -town route.
CONSULTANT will use the travel model developed in Phase 1 to develop three sets of year 2035
Citywide Traffic Forecasts. The travel model will be refined to reflect three potential future year
scenarios: (1) low growth scenario that assumes only currently foreseen development occurs by
2035; (2) high growth scenario which assumes a standard annual growth rate (such as 3
continues over this period; and (3) a high level of land use growth with the additional of a new
cross -town route. CONSULTANT will use these model runs to develop forecasts for up to 20
roadway segments and up to 10 intersections that will be evaluated in Task 3d.
Deliverable: CONSULTANT will develop four figures which show traffic volumes, traffic control
devices, and lane geometries under the following conditions: existing conditions (counts),
future low growth scenario, future high growth scenario, and the cross -town route scenario.
CONSULTANT will also provide City with the model inputs for each of these scenarios which will
include readable GIS files which will display traffic volume forecasts for every roadway in the
model network.
Port Angeles WTIP Phase 2 Scope 8
3.3.4 Street Needs Assessment.
CONSULTANT will analyze existing and future roadway conditions in Port Angeles based on the
travel demand forecasts developed in Subtask 3.3.3 and produce a standalone technical
memorandum that describes the technical analyses and findings that could serve as
documentation for the future Comprehensive Plan.
CONSULTANT will use the counts collected during Phase 1 and the two sets of travel demand
forecasts to assess existing and future roadway conditions in the City of Port Angeles and urban
growth areas. The roadway assessment will include evaluating roadway operations at up to 20
roadway segments and up to 10 key intersections within the City where counts were collected
under Phase 1. This task will result in the identification of level of service under existing and
future year conditions and identify existing deficiencies and future issues.
As described above, future year analysis will include three future year scenarios. These
scenarios will be developed in conjunction with City staff, but CONSULTANT assumes they would
include: a low growth scenario, a high growth scenario, and a high growth scenario with
alternative cross -town route. This cross -town route scenario will serve as the "alternative cross-
town route study" that the City required as a part of this project, including short and long -term
routes and steps needed for acquisition and implementation.
Deliverable: CONSULTANT will document the results of the Streets Needs Assessment in a
section of the Comprehensive Transportation Plan describing the technical analysis and findings.
One of the future alternatives assessed as a part of the Street Needs Assessment will include an
alternative cross -town route, which will serve as the alternative cross -town route study that has
been requested by City staff.
3.3.5 Transit Inventory.
CONSULTANT will work with Clallam Transit to collect information regarding current transit
service within Port Angeles. CONSULTANT will also review Clallam Transit's recently adopted
Comprehensive Transportation Plan to reflect the transit operator's long -term plans for services
in the City. To be consistent with the requirements of the GMA, this existing service and
planning future service will be documented in the City's transportation plan.
Deliverable: CONSULTANT will document the existing and planned transit service in Port
Angeles as a part of the Comprehensive Transportation Plan.
3.3.6 Bicycle and pedestrian needs assessment
Analyze existing and future conditions for bicycle and pedestrian travel in Port Angeles. The
purpose of this task is to update the City's existing bicycle and pedestrian maps as needed to
support the Comprehensive Transportation Plan. It is assumed that City staff will provide
CONSULTANT with GIS data for the bicycle and pedestrian maps.
This task will support Comprehensive Transportation Plan development by updating the City's
current bicycle and pedestrian maps. To update the bicycle and pedestrian maps, CONSULTANT
will:
Port Angeles WTIP Phase 2 Scope 9
Perform a "windshield feasibility analysis" for high priority on- street projects and refine
the list of projects based on this review. This type of analysis includes driving major
bicycle and pedestrian corridors and providing an assessment of improvements and
safety concerns.
Provide a toolbox of recommended treatments such as high visibility crosswalks, bicycle
lanes, bike boxes, separated /buffered bicycle lanes, sharrows, and multi -use trails to
improve conditions for bicycles and pedestrians on the city's transportation network.
The bicycle and pedestrian needs analyses will be incorporated with the Streets Needs
Assessment described in Task 3.3.4, as well as the waterfront plan. This coordination of efforts
is intended to create synergy between modes and projects and avoid potential areas of conflict.
Deliverable: CONSULTANT will document the results of the Bicycle and Pedestrian Needs
Assessment in a section of the Comprehensive Transportation Plan describing the technical
analysis and findings.
3.3.7 Plan Development and Refinement in Response to City Comments.
Description: This task includes assembly of all of the documents developed under Task 3 into a
unified document and refining the document in response to comments from City staff.
This task will support Comprehensive Transportation Plan development by delivering a unified
document and responding to City staff comments. This task includes:
Document assembly and developing illustrative figures and maps that make the
document user friendly and aesthetically appealing.
Meeting twice with City staff to identify issues and discuss resolutions.
Refining the document in response to one unified set of City comments to the draft
document.
Providing data necessary for the City to develop an environmental checklist.
Deliverable: Completed Comprehensive Transportation Plan and data for an environmental
checklist. CONSULTANT will assist the City in applying for written approval of Department of
Commerce and WSDOT that GMA requirements are satisfied.
3:4 Meetings and staff coordination
CONSULTANT budget includes up to 62 staff hours to develop data and attend meetings related to Tasks
1 -3. Additional meetings or public hearings will be attended, as requested, on a time and materials
basis.
Port Angeles WTIP Phase 2 Scope 10
4. Project management and outreach
Project management will concentrate on the production of working drawings for the waterfront project
previously described and preparation of the Transportation Comprehensive Plan.
Public engagement in this phase will focus on making information available to the community and
partner agencies. Public engagement activities will be designed to inform the community of the
project's progress related to implementation of the community- supported conceptual waterfront design
while also inviting responsible agencies to participate throughout the refinement of project design and
preparation of construction documents.
4.1— Project management
CONSULTANT 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 in accordance with the project schedule.
Tasks 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.
4.2 City meetings
CONSULTANT will maintain frequent communication with the City by attending meetings in person at
strategic milestones and via well lit video conference to ensure continuous and effective communication
with the City.
4.3 Status reporting
CONSULTANT will provide monthly written status reports detailing work performedand an updated
project schedule as part of monthly billing.
4.4 Website
CONSULTANT will design and manage a project website, posting information relevant to the waterfront
project, transportation plan, wayfinding project, 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 Project website, with ability to solicit, display and record public comment in response to posts.
Port Angeles WTIP Phase 2 Scope 11
EXHIBIT B
Project Schedule
1. Waterfront, Phase 2
Task /Subtask Estimated Completion Date Duration
11 -30% design June 30/ 12 weeks
12 60% design September 30 12 weeks
13 Final 100% design and bid package December 1 10 weeks
1.4 Quality control December 15 two weeks
1.5 —City Council presentation December 6
2. Environmental Review /Permitting
2.1 —JARPA May 1 two weeks
2.2 Preliminary environmental checklist May 31 six weeks
2 3 Preliminary environmental study and documentation August 15 10 weeks
2.4— Final environmental study and documentation October 15 4 weeks
2.5 Permit applications October 15 4 weeks
2.6— Permit processing February 15 16 weeks
3. Transportation
3.1— Front /First Street nodes August 15 four weeks
3 2 Race Street bicycle treatments September 15 eight weeks
3.3 Comprehensive transportation plan
3 3.1 Agency outreach July 15 four weeks
3 3 2 —Transportation plan policy development September 15 eight weeks
3.3 3— Travel demand forecasts and city growth October 15 16 weeks
3 3.4 Street needs assessment December 1 six weeks
3.3.5 Transit inventory January 1, 2012 two weeks
3 3 6 Bicycle and pedestrian needs assessment February 1, 2012 four weeks
3 3.7— Plan development and revisions April 1, 2012 eight weeks
3.4 Meetings Continuous
4. Project management and outreach, Phase 2
4.1 Project management Continuous
4 2 City meetings Monthly
4.3 Status reporting Monthly
4.4— Website Continuous
EXHIBIT C
Port Angeles Phase II Budget
SCI LMN HBB F P Zenovic
Task 1 Waterfront 862092
1.1 30% design 11890 54270 17873 192800
1.2 60% design 15800 100190 70839 155200
1.3 Final design bid packet 4800 15375 9031 172500
1.4 Quality control 1600 6000 2704 29820
1.5 City Council report 1400
Task 2 Environmental Permitting 147830
2.1 JARPA 2000
2.2 Checklist 18280
2.3 Prelim environmental 66920
2.4 Final environmental 26920
2.5 Permit apps 13550
2.6 Permit proc 20160
Task 3 Transportation Planning 117760
3.1 Nodes 8500
3.2 Bike treat 10860
3.3 Comp plan
3.3.1 Agency outreach 5220
3.3.2 Policy development 11720
3.3.3 Travel forecasts 15070
3.3.4 Street needs 27110
3.3.5 Transit needs 1040
3.3.6 Bike /Ped needs 9180
3.3.7 Plan development 19300
3.4 Meetings /coordination with staff 9760
Task 4 Project Management Outreach 53240
4.1 Project mgt 37280
4.2 City mtgs 6000
4.3 Status reporting 2400
4.4 Website 7560
Fee total 236560 175835 100447 117760 550320 1180922
Reimbursables 24400 15000 7500 10100 15000 72000
Consultant budget 260960 190835 107947 127860 565320 1252922
Total budget 1252922