HomeMy WebLinkAbout000220 Original ContractTHIS AMENDMENT NO. 5 is made and entered into this 5 r day ofGi
2013, by and between the City of Port Angeles, a non charter code city of the State of
Washington, (hereinafter called the "CITY and Sargent Engineers, Inc., a Washington
Corporation authorized to do business in the State of Washington (hereinafter called the
"CONSULTANT
NOW, THEREFORE, in consideration of the representations and the terms, conditions,
covenants and agreements set forth in the original AGREEMENT and this AMENDMENT, the
parties hereto agree as follows:
SECTION 1
The CITY entered into the existing AGREEMENT with the CONSULTANT on October 4,
2011, (the AGREEMENT). The CITY and the CONSULTANT amended the AGREEMENT on
February 10, 2012, June 19, 2012, September 4, 2012 and October 2, 2012 (the
AMENDMENTS).
SECTION 2
I AMENDED SCOPE OF SERVICES
A. The scope of professional services is unchanged for all tasks.
II TIME OF PERFORMANCE
The work for Tasks 1 2, (Structural Analysis and Design for Repair of 8 Francis St. Sewer
Trestle), Task 4, (Tumwater St. Retaining Wall), and Task 5, (Marine Dr. Pedestrian Study),
shall be completed by December 31, 2013.
SECTION 3 RATIFICATION
Except as modified herein, the original AGREEMENT and AMENDMENTS are confirmed and
ratified. In WITNESS WHEREOF, the parties hereto have executed this Amendment No. 5 to
the Agreement as of the date and year first written above.
OCA 2011 -01
AMENDMENT NO. 5 TO THE
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN
THE CITY OF PORT ANGELES
AND
SARGENT ENGINEERS, INC.
OCA 2011 -01
Amendment 5, Page 1 3/19/2013
000220
CITY OF PORT GELES SARGENT ENGINEERS, INC.
By: l l
[Deputy Director of Engineen
ATTEST:
Janessa Hurd, City Clerk
APPROVED AS TO FORM:
William E. Bloor, City Attorney
OCA 2011 -01
By: 'l✓/ a ,71 4 -5
Title: Prlt,c rpa f
Amendment 5, Page 2 3/19/2013
THIS AMENDMENT NO. 4 is made and entered into this dav of
2012, by and between the City of Port Angeles, a non- charter code city of the State of
Washington, (hereinafter called the "CITY and Sargent Engineers, Inc., a Washington
Corporation authorized to do business in the State of Washington (hereinafter called the
"CONSULTANT
NOW, THEREFORE, in consideration of the representations and the terms, conditions,
covenants and agreements set forth in the original AGREEMENT and this AMENDMENT, the
parties hereto agree as follows:
SECTION 1
The CITY entered into the existing AGREEMENT with the CONSULTANT on October 4,
2011, (the AGREEMENT). The CITY and the CONSULTANT amended the AGREEMENT on
February 10, 2012, June 19, 2012 and September 4, 2012 (the AMENDMENTS).
SECTION 2
I AMENDED SCOPE OF SERVICES
A. The scope of professional services is amended to include Task 5 as described in the
attached Exhibit A2 to Amendment 4. The CONSULTANT shall provide and furnish all services
and material necessary to accomplish the additional work for Task 5 identified in Exhibit A2 to
Amendment 4.
II TIME OF PERFORMANCE
AMENDMENT NO. 4 TO THE
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN
THE CITY OF PORT ANGELES
AND
SARGENT ENGINEERS, INC.
OCA 2011 -01
The work for Task 5 shall be completed by January 31, 2013.
III MAXIMUM COMPENSATION
000220
The CONSULTANT'S total compensation and reimbursement are stated in the attached Exhibit
C2 to Amendment 4. The maximum compensation amount of the Agreement for Task 5 is
$18,343.00. The budget for Task 5 may be further adjusted by mutual agreement without an
OCA 2011 -01
Amendment 4, Page 1 9/28/2012
amendment to the Agreement, as long as the maximum compensation for Task 5 of $18,343.00 is
not exceeded. The maximum compensation amount for all Tasks of the Agreement is
$119,503.00.
IV EXHIBITS
This Amendment, including its exhibits, constitutes the entire Amendment, supersedes all prior
written or oral understandings related to the subject of this Amendment, and may only be
changed by written agreement by both parties. The following exhibits arc hereby made a part of
this Amendment:
Exhibit A2 Scope of Services
Exhibit C2 Budget of Task 5
SECTION 3 RATIFICATION
Except as modified herein, the original AGREEMENT and AMENDMENTS are confirmed and
ratified. In WITNESS WHEREOF, the parties hereto have executed this Amendment No. 4 to
the Agreement as of the date and year first written above.
CITY OF PORT ANGELES SARGENT ENGINEERS, INC.
ATTEST:
City Manager
ssa Hurd, City Clerk
APPRO ED AS TO FORM:
William Bloor, City A
OCA 2011 -01
Amendment 4, Page 2 9/28/2012
Task 5
Westport Shipyard Pedestrian Overpass or Underpass
Exhibit A 2- Scope of Services
The Port of Port Angeles and the City of Port Angeles are studying the cost and feasibility of
constructing an overpass or an underpass near the intersection of Tumwater Road to carry workers from
the parking lot south of Marine Drive to Westport Shipyard north of Marine Drive.
Consultant shall provide the following services for this task related to the proposed overpass or underpass:.
1. Perform a land survey of the area that will map the topography in the area and property
boundaries. The survey shall extend 300 feet to the east, south, and west of the intersection from
Marine Drive and Tumwater Road along both Marine Drive and Tumwater Road. Monuments will
not be placed during this work.
2. Prepare crossing concepts that will include an overpass concept and an underpass concept. A
preliminary plan will be prepared for each concept.
3. Prepare a cost estimate for each concept.
4. Present the plans to the Port and City for review.
5. Refine the concepts for the Port and City to discuss with Westport Shipyard.
Task 5
Exhibit C2 Budget of Task 5
Westport Shipyard Pedestrian Overpass or Underpass
Pnncipal
Senior
Engineer
Senior
Project
Engineer
Ned
Engineer
Design
Engineer
Drafter II
Clerical
Task Cost
Rate,
$154.00
$120.00
$11700
$106.00
$85.00
$82.00
$61.00
Plans, Specifications, and Estimate
Management
2
$308
Prepare overpass concept
24
24
$4,776
Prepare underpass concept
24
24
$4,776
Prepare cost estimates
4
$468
Present options
7
$1,078
Refine overpass concept
12
8
$2,060
Refine underpass concept
12
8
$2,060
Total Direct Salary Cost
9
0
76
0
0
64
0
$15,526
Direct Costs
Mileage
228
miles at
$0.555
per mile
$126 54
Lane Survey
$2,690.00
Total Direct Costs
$2,817
Total
$18,343
Task 5
Exhibit C2 Budget of Task 5
Westport Shipyard Pedestrian Overpass or Underpass
SECTION 1
SECTION 2
II TIME OF PERFORMANCE
OCA 2011 -01
AMENDMENT NO. 3 TO THE
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN
THE CITY OF PORT ANGELES
AND
SARGENT ENGINEERS, INC.
OCA 2011 -01
I AMENDMENT SCOPE OF WORK
The work for Task 4 shall be completed by January 14, 2013.
III MAXIMUM COMPENSATION
000220 AMENDMENT 3
THIS AMENDMENT NO. 3 is made and entered into this L day of
2012, by and between the City of Port Angeles, a non charter code city of the State of
Washington, (hereinafter called the "CITY and Sargent Engineers, Inc., a Washington
Corporation authorized to do business in the State of Washington (hereinafter called the
"CONSULTANT
NOW, THEREFORE, in consideration of the representations and the terms, conditions,
covenants and agreements set forth in the original AGREEMENT and this AMENDMENT, the
parties hereto agree as follows:
The CITY entered into the existing AGREEMENT with the CONSULTANT on October 4,
2011, (the AGREEMENT). The CITY and the CONSULTANT amended the AGREEMENT on
February 10, 2012 and June 19, 2012 (the AMENDMENTS).
A. The scope of professional services to be performed and the results to be achieved by
the CONSULTANT for Task 4 is amended to include additional work as described in the
attached amended Exhibit Al. The CONSULTANT shall provide and furnish all services and
material necessary to accomplish the additional work for Task 4 identified in amended Exhibit
Al.
The CONSULTANT'S total compensation and reimbursement are stated in the attached Exhibit
Cl to Amendment 3. The maximum compensation amount of the Agreement for Task 4 is
Amendment 3, Page 1 8/31/2012
$25,326.00. The budget for Task 4 may be further adjusted by mutual agreement without an
amendment to the Agreement, as long as the maximum compensation for Task 4 of $25,326.00 is
not exceeded. The maximum compensation amount for all Tasks of the Agreement is
$101,160.00.
IV EXHIBITS
This Amendment, including its exhibits, constitutes the entire Amendment, supersedes all prior
written or oral understandings related to the subject of this Amendment, and may only be
changed by written agreement by both parties. The following exhibits are hereby made a part of
this Amendment:
Exhibit Al Scope of Services
Exhibit Cl Budget of Tasks
SECTION 3 RATIFICATION
Except as modified herein, the original AGREEMENT and AMENDMENTS are confirmed and
ratified. In WITNESS WHEREOF, the parties hereto have executed this Amendment No. 3 to
the Agreement as of the date and year first written above.
CITY OF PORT ANGELES
By:
City Manager
ATTEST:
sa Hurd, City Clerk
APPROVED AS TO FORM:
OCA 2011 -01
Wil am E. Bloor, City At
SARGENT ENGINEERS, INC.
By:
Title: P✓'irtc,i Pa
Amendment 3, Page 2 8/31/2012
Task 4
Tumwater Road Retaining Wall
EXHIBIT Al Scope of Work
Tumwater Road near 5th Street has a steep slope between Tumwater Road and SR 117 below. The slope
has not been stable with shallow slides over the years. In 1999 or 2000 a soldier pile wall was constructed
at the edge of the sidewalk. The maximum height of the wall was five feet and the average slope of the hill
side was 41 degrees (1.15 horizontal to 1 vertical). At the same time as the wall construction, an erosion
mat was supposed to be constructed on the hill side with alder, hemlock and other plants planted to help
stabilize the hill side. There is not any evidence that the plantings established themselves on the slope.
The slope is currently covered with blackberry vines and grass. In the winter of 2008 -2009 a portion of the
fill slid from the bottom of the wall exposing the soldier plies. Approximately six to seven feet of material
slid away from the wall.
Terracon recently reviewed the stability of the slope and the adequacy of the retaining wall to support the
road They wall condition and it was
their belief that excessive ground water caused the slide. They felt like the hill side was stable for deep
seated failure but probably marginally stable for shallow slides. Their recommendation was to capture the
water behind the wall and carry it away from the wall and install tiebacks to increase the stability of the wall.
They did not give design parameters for the tieback design. The road has utilities in it which will make the
installation of tie backs risky.
The objective of this project is to stabilize the wall. However, to do this, the hill side needs to be improved
so the wall improvements will work. The Consultant shall provide the following services:
1. Review the options available for improving the wail. This will include adding tie backs to the wall,
building a soil nail wall on the front of the existing wall, or building a soldier pile wall in front of the
existing wall.
2. Look at stabilizing the slope by putting reinforcement on the slope to minimize erosion.
3. Review where water may enter the system and determine ways to handle water so that it will not
erode the slope. This includes drains drilled into the existing wall that drain the water to the bottom
of the slope.
4. Prepare preliminary cost estimates for the improvements.
5. Submit the alternatives and cost estimates to the City for review.
6. Prepare the plans, specifications, and estimate for the selected alternative for construction.
The City will provide the following:
1. Land survey of the hill side.
2. Plans for the construction of the existing wall.
3. Geotechnical reports for the original wall and the review performed by Terracon.
The project will performed according to the following schedule:
Submit preliminary alternatives and construction costs: October 1, 2012
Submit 60% construction documents for review: November 12, 2012
Submit 90% construction documents for review: December 24, 2012
Submit final contract documents: January 14, 2013
Advertise for bidding: January 22, 2013
Bids due: February 12, 2013
It is not anticipated that any permits will be required for the project.
000220
SECTION 1
SECTION 2
AMENDMENT NO. 2 TO THE
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN
THE CITY OF PORT ANGELES
AND
SARGEANT ENGINEERS, INC.
OCA 2011 -01
THIS AMENDMENT NO. 2 is made and entered into this I f day of JIA.A.t.-
2012, by and between the City of Port Angeles, a non charter code city of the State of
Washington, (hereinafter called the "CITY and Sargent Engineers, Inc., a Washington
Corporation authorized to do business in the State of Washington (hereinafter called the
"CONSULTANT
NOW, THEREFORE, in consideration of the representations and the terms, conditions,
covenants and agreements set forth in the original AGREEMENT and this AMENDMENT, the
parties hereto agree as follows:
The CITY entered into the existing AGREEMENT with the CONSULTANT on October 4,
2011, (the AGREEMENT).
I AMENDMENT SCOPE OF WORK
A. The scope of professional services to be performed and the results to be achieved by
the CONSULTANT for Task 2 is amended to include additional work as described in the
attached amended Exhibit Al. The CONSULTANT shall provide and furnish all services and
material necessary to accomplish the additional work for Task 2 identified in amended Exhibit
Al.
B. Exhibit G, SECTION 2. BASIC SERVICES, of the Agreement is replaced in its
entirety to read:
OCA 2011 -01
SECTION 2. BASIC SERVICES
CONSULTANT shall provide civil and structural engineering CONSULTANT services
for studies, design and post -award construction services. Tasks may be awarded by the
City for one year from the date of award of the agreement as specifically authorized by
the Council to meet needs related to the City's structural and civil engineering
Amendment 2, Page 1 6/25/2012
requirements in support of the Capital Facilities Program and City infrastructure. In
addition to on -call services, the initial project tasking will be for the evaluation and
design of the repair project for the "8th and Francis Streets Sewer Trestle." Other
projects may include but is not limited to the Marine Drive Channel Wall, Marine Drive
Bridge at NPI, and the City's bridge inspection program. This list of services is meant to
be illustrative in nature only and is not meant to be a complete or exclusive list.
On -Call Services Scope of Work. Consultant shall provide technical assistance and other
services related to the City's structural infrastructure at the specific request and direction
of authorized City staff. No such assistance or services shall be provided unless
specifically directed by City in writing via email or more formal communication. The
purpose of this task, when awarded, is to facilitate timely response by Consultant to needs
that are unforeseen at this time. The budget for this task is a contingency allowance that
includes labor and expenses.
II TIME OF PERFORMANCE
The work for Task 2 shall be completed by September 31, 2012.
III MAXIMUM COMPENSATION
The CONSULTANT'S total compensation and reimbursement are stated in the attached Exhibit
Cl to Amendment 2. The maximum compensation amount of the Agreement for Task 2 is
$49,998.00. The budget for Task 2 may be further adjusted by mutual agreement without an
amendment to the Agreement, as long as the maximum compensation for Task 2 of $49,998.00 is
not exceeded. The maximum compensation amount for all Tasks of the Agreement is 75,834.00.
IV EXHIBITS
This Amendment, including its exhibits, constitutes the entire Amendment, supersedes all prior
written or oral understandings related to the subject of this Amendment, and may only be
changed by written agreement by both parties. The following exhibits are hereby made a part of
this Amendment:
Exhibit Al Scope of Services
Exhibit C 1 Budget of Tasks
SECTION 3 RATIFICATION
Except as modified herein, the original AGREEMENT is confirmed and ratified.
OCA 2011 -01
Amendment 2, Page 2 6/25/2012
In WITNESS WHEREOF, the parties hereto have executed this Amendment No. 2 to the
Agreement as of the date and year first written above.
CITY OF PORT ANGELES SARGENT ENGINEERS, INC.
By: 0
City Manager
ATTEST:
Jan: a Hurd, City Clerk
APPROVED AS TO FORM:
OCA 2011 -01
William Bloor, City Attorney
By: L4
Title: Pil
Amendment 2, Page 3 6/25/2012
1. The City is concerned about the integrity of the pipe and has asked Sargent Engineers to explore
two options for upgrading it: slip lining and replacement. These options will be reviewed, a
recommendation for the City's consideration will be made, and PS &E documents will be prepared
for the preferred option. It is intended that these be included in the contract documents being
prepared by Sargent Engineers for the Seismic Retrofit.
Assumptions
Scope of Work
Task 2: 8th and Francis Street Sewer Trestle Design Additional Work
The following work items are being added to the scope of work that was previously tasked.
Consultant shall provide the following services related to the 8th and Francis Street Sewer Trestle:
OCA 2011 -01
EXHIBIT Al Scope of Services Tasks
Mapping of the sewer system is available from the City.
Flow data for the Francis Street sewer main is available from the City.
Flow data for this specific location is not available, and will need to be derived.
Task 1 Collect available information
Base mapping, sewer system mapping and flow data will be collected and reviewed.
Task 2 Calculate maximum instantaneous flow
Using the mapping and flow data gathered above, the maximum instantaneous flow that can be
expected in the pipe across the trestle will calculated
Task 3 Review Alternatives
The options of slip lining the CMP or replacing it and will be reviewed, to determine feasibility and
probable construction cost of the two options. The results of this analysis will be transmitted to and
forwarded to the City for their review.
Task 4 Prepare Design
Upon selection of a preferred alternative, details, special provisions, and an engineer's estimate of
construction cost for the slip lining or replacement of the sewer main will prepared. These
documents will be used in completing the PS &E for the overall project.
2. Wetlands were discovered at the trestle, so the environmental process needs to be modified to
document the wetlands. The boundaries of the wetland will be identify in the field, the significance
of the wetland evaluated, and a wetland report will be prepared. It is assumed that the wetland
report will not require consultation from the US Army Corps of Engineers, but will only require
concurrence from the local permitting agency. The purpose of the wetland report is to identify
jurisdictional wetland within the project corridor and provide mitigation if necessary. The
Amendment 2, Page Al -1 6/25/2012
Consultant shall develop, implement, and complete field surveys to identify and delineate wetlands
in the project area using the appropriate methods described in the Corps of Engineers Wetlands
Delineation Manual (Environmental Laboratory 1987), Wetlands Research, Technical Report Y -87-
1, January 1987 and supplemented with addition requirement if required by City Code. The
Consultant shall delineate wetlands within 200 feet of the project area.
The Consultant shall prepare a comprehensive report that includes detailed wetland maps,
documentation of survey methods, results, potential impacts from project actions, and
recommendations for wetland protection and mitigation. The report also shall contain appropriate
forms for wetland identification, delineation and function assessment required by the City. The
information in this report is intended for use in compliance with Section 404 of the Clean Water Act.
The final report and associated documents shall be in a format acceptable to the USACE and the
City. Delineated wetland boundaries shall be identified on the ground with flagging.
Deliverables
1. A draft Wetland Delineation Report for review by City
2. Three copies of a final Wetland Delineation Report, incorporating the City's comments.
Construction assistance services are not included in this proposal.
OCA 2011 -01 Amendment 2, Page Al -2 6/25/2012
Sub
Task
Plans, Specifications, and Estimate
Approved
Budget
Amendment
2
Revised
Budget
TASK 1 STRUCTURAL ANALYSIS AND DESIGN
FOR THE REPAIR OF THE 8TH AND FRANCIS
STREETS SEWER TRESTLE
1 01
1.02
Visual Inspection of Bridge and Measure
Bridge
$2,379.00
$2,379.00
1.03
Evaluate Bridge
$4,224.00
$4,224.00
1.04
NOT USED
$0.00
$0.00
1.05
Repair Alternatives
$1,056.00
$1,056.00
1.06
Report
$1,861.00
$1,861.00
1.07
Communications and Meetings
$1,192.00
$1,192.00
Total Direct Salary Cost
$10,712.00
$10,712.00
Direct Costs
1.51
Mileage
$253.00
$253.00
1.52
Surveying Subconsultant
$3,780.00
$3,780.00
Total Direct Costs
$4,033.00
$4,033.00
Task 1 Total
$14,745.00
$0.00
$14,745.00
TASK 2 8TH FRANCIS SEWER
TRESTLE DESIGN
2.01
Management
$1,192.00
$298 00
$1,490.00
2 02
Site Visit
$1,464.00
$1,464.00
2.03
Retrofit longitudinal
$1,944.00
$1,944.00
2.04
Retrofit transverse
$3,240.00
$3,240 00
2 05
Cover sheet
$409.00
$409.00
2.06
Layout sheet
$1,474.00
$1,474.00
2.07
Longitudinal retrofit (1 sheet)
$1,474.00
$1,474 00
2.08
Transverse retrofit (1 sheet)
$1,474.00
$1,474.00
2.09
Specifications
$1,944.00
$1,944.00
2 10
Check design
$3,264.00
$3,264.00
2.11
Check plans
$408.00
$408.00
2.12
Check specifications
$1,224.00
$1,224.00
2.13
Cost estimate
$1,464.00
$1,464.00
2.14
Coordination
$1,632.00
$1,632 00
2.15
Meetings
$1,632.00
$1,632.00
OCA 2011 -01
EXHIBIT C1 Budget of Tasks
Amendment 2, Page C1 -1
6/25/2012
Sub
Task
Plans, Specifications, and Estimate
Approved
Budget
Amendment
2
Revised
Budget
2.16
Pipe Details
$652.00
$652.00
2 17
Wetland Details
$652.00
$652.00
Total Direct Salary Cost
$24,239.00
$1,602.00
$25,841.00
Direct Costs
2.51
Mileage
$505.00
$505.00
2.52
Environmental Permitting
$9,400.00
$9,400.00
2.53
Pipe Evaluations and Engineering
$9,100.00
$9,100.00
2.54
Wetland Report
$5,152 00
$5,152 00
Total Direct Costs
$9,905.00
$14,252.00
$24,157.00
Task 2 Total
$34,144.00
$15,854.00
$49,998.00
TASK 3 NIPPON BRIDGE INSPECTION
LOAD RATING
3.01
Inspect Bridge
$2,292.00
$2,292.00
3.02
Underwater Inspection
$1,272.00
$1,272 00
3.03
Load Rate Bridge
$1,104.00
$1,104.00
3.04
Bridge Report in BridgeWorks
$552.00
$552 00
3.05
Management
$596.00
$596 00
Total Direct Salary Cost
$5,816.00
$5,816.00
Direct Costs
3.51
Mileage
$275.00
$275.00
3.52
Diver
$5,000.00
$5,000.00
Total Direct Costs
$5,275.00
$5,275.00
Task 3 Total
$11,091.00
$0.00
$11,091.00
TOTAL TASK 1, 2 3
$59,980.00
$15,854.00
$75,834.00
OCA 2011 -01
EXHIBIT C1 Budget of Tasks
Amendment 2, Page C1 -2
6/25/2012
AMENDMENT NO. 1 TO THE
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN
THE CITY OF PORT ANGELES
AND
SARGEANT ENGINEERS, INC.
OCA 2011 -01
THIS AMENDMENT NO. 1 is made and entered into this �0 day of Fdpgarvk-
2012, by and between the City of Port Angeles, a non charter code city of the State of
Washington, (hereinafter called the "CITY and Sargent Engineers, Inc., a Washington
Corporation authorized to do business in the State of Washington (hereinafter called the
"CONSULTANT
NOW, THEREFORE, in consideration of the representations and the terms, conditions,
covenants and agreements set forth in the original AGREEMENT and this AMENDMENT, the
parties hereto agree as follows:
SECTION 1
The CITY entered into the existing AGREEMENT with the CONSULTANT on October 4,
2011, (the AGREEMENT).
SECTION 2
I MAXIMUM COMPENSATION
Section V of the Agreement is amended in its entirety to read:
OCA 2011 -01
The CONSULTANT'S compensation and reimbursement under this Agreement,
for each project, work, study or undertaking authorized by this Agreement
including labor, direct non salary reimbursable costs and outside services, shall be
specifically set forth in each Task Order. Compensation and payment procedures
are set forth in Exhibit C.
II REVISED EXHIBITS
Section XVII is amended to strike a reference to Exhibit A and to add Exhibit G
Revised Scope of Services, attached to this AGREEMENT.
SECTION 3 RATIFICATION
Except as modified herein, the original AGREEMENT is confirmed and ratified.
Amendment 1, Page 1 1/27/2011
oo
In WITNESS WHEREOF, the parties hereto have executed this Amendment No. 1 to the
Agreement as of the date and year first written above.
CITY OF PORT ANGELES
ATTEST:
City Mang
Ja e:sa Hurd, City Clerk
APPROVED AS TO FORM:
William E. Bloor, City Attorney
OCA 2011 -01
s
SARGENT ENGINEERS, INC.
By:
Title: Pif rt c) Pc
Amendment 1, Page 2 1/27/2011
The CONSULTANT shall provide to the CITY's Department of Public Works Utilities Department
CONSULTANT services for various CITY engineering services and projects.
The CONSULTANT'S services shall be provided as requested by the City Manager or his designee on an as needed
basis, as set forth in a "Task Tasks may be for any engineering technical support, work, study, design, project,
etc. that is within the general scope of this agreement. The CONSULTANT shall provide general assistance on
issues pertaining to CITY projects and support and shall prepare other engineering CONSULTANT services for the
CITY. Additional tasks authorized after the Agreement is signed will be included as Task Orders.
SECTION 1. GENERAL PROVISIONS
EXHIBIT G REVISED SCOPE OF SERVICES
A. The CONSULTANT shall perform all services to the satisfaction of the City Engineer.
B. All of the services furnished by the CONSULTANT under this AGREEMENT shall be of the currently prevailing
professional standards and quality demonstrated and provided by structural and civil engineering consultant
professionals of similar knowledge and skill engaged in related work throughout Washington under the same or
similar circumstances. All documentation prepared by CONSULTANT shall provide for a completed Task that
conforms to all applicable codes, rules, regulations and guidelines which are in effect at the time such
documentation is prepared.
C. All work performed under this AGREEMENT shall be authorized in the initial AGREEMENT or by an additional
bilaterally agreed to Task Order. Each Task shall detail the nature of the specific services to be performed by the
CONSULTANT, the time limit within which such services must be completed and the compensation for such
services. Such details shall include a description of the Task for which CONSULTANT shall perform the services,
the geographic limits of the Task, the type and scope of services to be performed, the format and schedule for
deliverables, the schedule of performance, and the schedule of compensation. CONSULTANT shall not perform
any services unless part of the original agreement or authorized by a fully executed Task Order. Any
unauthorized services performed by CONSULTANT shall be at no cost to the CITY.
D. CONSULTANT shall begin work under the Task only after receipt of the authorizing initial agreement or Task
Order bearing the approval signature of the City Manager or the City Manager's designee. Each authorized Task
Order issued under this agreement, by the City, shall incorporate all the terms and conditions of this agreement.
E. CITY will assign a Project Manager to facilitate each Task authorized under this AGREEMENT. CONSULTANT
shall coordinate with the designated Project Manager on the performance of each Task.
F. CONSULTANT shall be responsible for the coordination with CITY and federal, state and local agencies that
are necessary for all services authorized under this AGREEMENT.
SECTION 2. BASIC SERVICES.
CONSULTANT shall provide civil and structural engineering CONSULTANT services for CITY technical support,
studies, design, and post -award construction services. CONSULTANT shall provide the general types of services
OCA 2011 -2 Amendment 1, Page 3 1/27/2012
set forth below. This list of services is meant to be illustrative in nature only and is not meant to be a complete
or exclusive list.
On -Call Services Scope of Work
Consultant shall provide technical assistance and other services related to the City's structural infrastructure at
the specific request and direction of authorized City staff. No such assistance or services shall be provided
unless specifically directed by City in writing via email or more formal communication. The purpose of this task
is to facilitate timely response by Consultant to needs that are unforeseen at this time. The budget for this task
is a contingency allowance that includes labor and expenses.
SECTION 3. SPECIFIC SERVICES.
A. Service Initiation
Prepare Task Scope and Proposal Upon request of CITY's Project Manager, CONSULTANT shall meet with the
Project Manager to discuss the Task. CONSULTANT shall become familiar with the Task description, scope and
goals and develop proposed scope of services.
CONSULTANT shall prepare a proposed scope of work consistent with the standard electronic format of CITY
Professional Service Agreement Task Order as determined by the Project Manager. The proposed scope of
services shall, at a minimum, include the following: Task Description, Scope of Services including deliverables,
and Schedule of Performance and Schedule of Compensation. For each Task, in addition to the specified
services, products and deliverables detailed in the Task, CONSULTANT shall typically perform the following sub
tasks, which may be aggregated for administrative efficiency:
Sub -Task 1- Initial Meeting Prior to beginning substantive work on a Task, CONSULTANT shall meet with
CITY to establish procedures and notifications for any necessary meetings and communications with CITY
staff; collect available data from the CITY and establish additional data needs and availability; confirm the
format for all Task products and deliverables; and address any preliminary Task concerns. The meeting will
be the primary opportunity to discuss the CITY'S intent, schedule and budget for the Task. The CONSULTANT
shall prepare minutes of the meeting and distribute minutes to meeting participants.
Sub -Task 2 Task Coordination Meetings CONSULTANT shall attend and /or conduct Task coordination
meetings as required to perform authorized services and as required by Project Manager. CONSULTANT
shall prepare minutes of each meeting and distribute minutes to participants.
Sub -Task 3 Task Schedule CONSULTANT shall prepare and submit a detailed schedule of performance
consistent with the schedule contained in the Task to the Project Manager for review and approval.
CONSULTANT shall confirm or update the schedule monthly at a minimum. Any changes to the schedule
shall only be permitted with the written approval of City Engineer.
Sub -Task 4 Task Progress Report CONSULTANT shall submit a monthly report to the Project Manager
detailing progress on the Task services.
OCA 2011 -2
Amendment 1, Page 4 1/27/2012
Sub -Task 5 Request for Payment Invoice CONSULTANT shall submit progress payment invoices to the
Project Manager monthly, as specified in EXHIBIT C. The updated Task schedule and progress report may be
submitted as attachments to the invoice.
Sub -Task 6 Task Record CONSULTANT shall develop and maintain a detailed record of the chronology of
the Task milestones completed that are decisive, conclusive, or relevant to the outcome of the Task.
CONSULTANT shall submit a copy of the Task Record to the Project Manager prior to final payment for
services performed on the Task. The Record shall be submitted in both paper and electronic format.
Sub -Task 7 Project Documents Aside from deliverables specified in the Task, and before the conclusion of
the Task and final payment for services performed on the Task, CONSULTANT shall submit to the Project
Manager a copy of all Task documents that are decisive, conclusive, or relevant to the outcome of the Task.
Such documents may include, without limitation, topographical surveys and mapping, field notations, utility
mapping, site inventories, base plans, reports and studies, permit applications and permits, environmental
documentation, records of meetings, and communication documents. Documents shall be submitted in both
paper and electronic format, as available.
The Project Manager will review and comment on proposed scope of work, and the parties shall agree on the
terms of the final Task. CONSULTANT shall not be compensated for work performed in preparing a draft scope of
services for a Task.
B. Task Authorization
The finalized Task Order will be authorized by the City Manager or his designated representative in accordance
with authorization procedures provided in the City of Port Angeles Municipal Code, Section 3.05.
C. Service Implementation
Upon receipt of an authorized Task and Notice -to- Proceed, CONSULTANT shall begin Task services described
therein.
OCA 2011 -2
END OF EXHIBIT
Amendment 1, Page 5 1/27/2012
TASK ORDER 1 FOR TASKS 2 3 TO THE
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN THE
THE CITY OF PORT ANGELES
AND
SARGENT ENGINEERS, INC.
OCA 2011 -01
The Task Order is being entered into under the Agreement for On -Call Structural and
Civil Engineering Services, OCA 2011 -01, that was entered into on October 4, 2011.
I TASK ORDER SCOPE OF WORK
II TIME OF PERFORMANCE
The work for all Tasks shall be completed by April 31, 2012.
III MAXIMUM COMPENSATION
The maximum compensation is $45,235 for this task order.
IV EXHIBITS
Exhibit Al Scope of Services of Tasks
Exhibit B1 Budget of Tasks
OCA 2011 -01
000ao
RELATING TO: ON -CALL STRUCTURAL AND CIVIL ENGINEERING SERVICES
This Task Order No. 1 for Tasks 2 3 are made and entered into this J day of
2012, by and between THE CITY OF PORT ANGELES, a non
charter code city of the State of Washington, (hereinafter called the "CITY and Sargent
Engineers, Inc., a Washington Corporation (hereinafter called the "CONSULTANT
The scope of professional services to be performed and the results to be achieved by the
CONSULTANT for the tasks are identified in the attached Exhibit A. The CONSULTANT
shall provide and furnish all services and material necessary to accomplish the additional
Tasks identified in Exhibit A.
This Task Order, including its exhibits, constitutes the entire Task Order, supersedes all prior
written or oral understandings related to the subject of this Task Order, and may only be
changed by a written agreement by both parties. The following exhibits are hereby made a
part of this Task Order:
Task Order 1, Page 1 1/27/2012
V SIGNING
In WITNESS THEREOF, the parties hereto have executed this Task Order to the Agreement
as of the day and year first written above.
CITY OF PORT ANGELES:
G�
CITY MANAG
CONSULTANT:
7,c✓/ /Air
TITLE: Pf %wWp—t
APPROVED AS TO FORM:
CITY ATTORNEY
ATTEST:
OCA 2011 -01
Task Order 1, Page 2 1/27/2012
EXHIBIT Al Scope of Services Tasks
Scope of Work
Task 2: 8th and Francis Street Sewer Trestle Design
Consultant shall provide the following services related to the 8th and Francis Street Sewer Trestle:
1. Prepare plans, specifications, and estimate for the repair of the sewer trestle. The repair will be
based on the recommendations of the preliminary design and inspection of the trestle performed
under a previous task. The plans will be prepared in AutoCAD. The plans, specifications, and
estimate will be prepared in WSDOT format.
2. Obtain the environmental permits to construct the repairs.
The City will perform any public involvement, and administer the bidding and construction.
Task 3: Nippon Bridge Inspection and Load Rating
Consultant shall provide the following services related to the Nippon Bridge located on Marine Drive:
1. The bridge will be inspected visually at a close enough distance to sound the members and inspect
the bridge members for deterioration. All member deterioration will be quantified and documented.
This inspection will follow the requirements of the Federal Highway Administration and WSDOT for
publicly owned bridges.
2. An underwater inspection of the bridge will be performed to inspect the sheet piling under the
bridge. This will be a visual inspection that cleans selected spots to observe the condition of the
piling.
3. The bridge will be load rated according to current WSDOT load rating criteria.
4. The bridge inspection report and load rating will be entered in BridgeWorks.
5. The load rating and inspection reports will be delivered to the City for their records.
TASK 2 8TH FRANCIS SEWER TRESTLE DESIGN
Principal
Senior
Engineer
Senior
Project
Engineer
Project
Engineer
Design
Engineer
Drafter II
Clerical
Task Cost
Rate:
$149.00
$120.00
$109.00
$102.00
$81.00
$82.00
$67.00
Plans, Specifications, and Estimate
Management
8
$1,192
Site Visit
8
8
$1,464
Retrofit longitudinal
24
$1,944
Retrofit transverse
40
$3,240
Cover sheet
1
4
$409
Layout sheet
2
16
$1,474
Longitudinal retrofit (1 sheet)
2
16
$1,474
Transverse retrofit (1 sheet)
2
16
$1,474
Specifications
24
$1,944
Check design
32
$3,264
Check plans
4
$408
Check specifications
12
$1,224
Cost estimate
8
8
$1,464
Coordination
16
$1,632
Meetings
16
$1,632
Total Direct Salary Cost
8
0
0
96
111
52
0
$24,239
Direct Costs
Mileage
910
miles at
$0.555
per mile
$505
Environmental Permitting
$9,400
Total Direct Costs
$9,905
Total
$34,144
TASK 3 NIPPON BRIDGE INSPECTION
LOAD RATING
Principal
Senior
Engineer
Senior
Project
Engineer
Project
Engineer
Design
Engineer
Drafter II
Clerical
Task Cost
Rate:
$149.00
$120.00
$109.00
$106.00
$85.00
$82.00
$61.00
Inspect Bridge
12
12
$2,292
Underwater Inspection
12
$1,272
Load Rate Bridge
4
8
$1,104
Bridge Report in BridgeWorks
2
4
$552
Management
4
$596
Total Direct Salary Cost
4
0
0
30
24
0
0
$5,816
Direct Costs
Mileage
$275.00
Diver
$5,000.00
Total Direct Costs
$5,275
Total
$11,091
TOTAL TASK 2 3
$45,235
EXHIBIT B1 Budget of Tasks
f
S pORrq
l /c
WRKS
City of Port Angeles
Public Works Utilities Dept.
CONSULTANTing Office
321 E. Fifth Street
Port Angeles WA 98362
,4 Tel: 360-417-4700
Fax: 360 417 -4709
On -Call Agreement: OCA 2011 -01
City of Port Angeles
Record #000220
AGREEMENT FOR ON -CALL STRUCTURAL AND CIVIL ENGINEERING SERVICES
THIS ON -CALL AGREEMENT (Agreement) is made and entered into this 7 day of October, 2011, by and
between the CITY OF PORT ANGELES (CITY), a non charter code city of the State of Washington, (hereinafter called
the "CITY and Sargent Engineers, Inc., a Washington corporation authorized to do business in the state of Washington
(hereinafter called the "CONSULTANT CITY and CONSULTANT may hereinafter be referred to as "Parties."
WHEREAS, the CITY desires engineering, consulting, and planning assistance related to structural and civil engineering
services.
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:
THE PARTIES HEREBY AGREE AS FOLLOWS:
I SCOPE OF SERVICES
General Scope. This agreement will provide professional engineering services for the City of Port Angeles. The
CONSULTANT intends to provide engineering technical support, studies, design, and post -award construction services
for the City of Port Angeles and it's Capital Facility Program. This Agreement shall be effective on the last date set
forth in the signature page. This Agreement will remain in force and effect for inclusion of additional Tasks and Task
Orders for two years from the effective date of this Agreement.
The scope of initial professional services tasks to be performed and the results to be achieved by the CONSULTANT shall
be as detailed in the attached Exhibit Al and shall include all services and material necessary to accomplish the work.
Additional work may be included as provided elsewhere in this agreement.
The CITY may review the CONSULTANT'S work product, and if it is deemed not satisfactory, the CONSULTANT shall
make such changes as may be required by the CITY. Such changes shall not constitute "Extra Work" as defined in
Section XI of this Agreement.
The CONSULTANT agrees that all services performed under this Agreement shall be in accordance with the standards of
OCA 2011 01
1 19 10/4/2011
the engineering profession and in compliance with applicable federal, state and local laws.
The Scope of Work may be amended upon written approval of both parties.
This Agreement does not grant an exclusive right to the engineering work covered in the Scope of Services to the
CONSULTANT. The CITY reserves the right to contract with other parties or by other means if deemed to be in its
interest.
II OWNERSHIP OF DOCUMENTS
Upon completion of the work, all documents, exhibits, photographic negatives, drawings, survey data, field notations,
electronic data and modeling, 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 CONSULTANTS representative shall be subject to the
approval of the CITY.
IV TIME OF PERFORMANCE
The CONSULTANT may begin work upon written direction to proceed from the CITY for each Task or Task Order.
The work for each Task shall be completed within a period as specified in the Task Order. The performance period for
the Agreement is set forth in Exhibit B. The time of performance of initial Tasks are set forth in Exhibit B1.
V MAXIMUM COMPENSATION
Unless otherwise agreed to in writing by both parties, the CONSULTANTS total compensation and reimbursement under
this Agreement, including labor, direct non -salary reimbursable costs and outside services, shall not exceed the
maximum sum of $14,745.00. This amount comprises Task 1 of this Agreement. The budgets for the initial tasks are
set forth in the attached Exhibit C1. The CONSULTANTS total compensation for each additional project, work, study, or
undertaking authorized during the term of this Agreement, shall be specifically set forth in Tasks or Task Orders and
adopted by amendment to this Agreement. Compensation and payment procedures are set forth in Exhibit C.
VI INDEPENDENT CONTRACTOR STATUS
The relation created by this Contract is that of owner independent contractor. The CONSULTANT is not an employee of
the C1TY and is not entitled to the benefits provided by the C1TY 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.
VII EMPLOYMENT
Employees of the CONSULTANT, while engaged in the performance of any work or services under this Agreement, shall
be considered employees of the CONSULTANT only and not of the CITY, and claims that may arise under the
Workman's Compensation Act on behalf of said employees while so engaged, and any and all claims made by a third
party as a consequence of any negligent act or omission on the part of the CONSULTANTS employees while so
engaged, on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility
of the CONSULTANT.
OCA 2011 -01
2 19 10/4/2011
In performing this Agreement, the CONSULTANT shall not employ or contract with any CITY employee without the
CITY's written consent.
VIII NONDISCRIMINATION
The CONSULTANT shall 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 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.
IX SUBCONTRACTS
A. The CONSULTANT shall not sublet or assign any of the work covered by this Agreement without the written
consent of the CITY.
B. 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 sub consultant or
supplier shall be notified by the CONSULTANT of CONSULTANTs obligations under this Agreement, including the
nondiscrimination requirements.
X CHANGES IN WORK
Other than changes directed by the CITY as set forth in Section I above, either party may request changes in the scope
of work. Such changes shall not become part of this Agreement unless and until mutually agreed upon and
incorporated herein by written amendments to this Agreement executed by both parties.
XI EXTRA WORK
The CITY may desire to have the CONSULTANT perform work or render services in connection with this Agreement, in
addition to the Scope of Work set forth in Exhibit A and Al and minor revisions to satisfactorily completed work. Such
work shall be considered as "Extra Work" and shall be addressed in a written supplement to this Agreement. The CITY
shall not be responsible for paying for such extra work unless and until the written supplement is executed by both
parties.
XII TERMINATION OF AGREEMENT
A. The CITY may terminate this Agreement at any time upon not Tess than ten (10) days written notice to the
CONSULTANT. Written notice will be by certified mail sent to the CONSULTANTs 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
work completed.
OCA 2011 -01
3 19 10/4/2011
C. CITY may suspend Tasks or Task Orders at its sole discretion. If the Task or Task Order is suspended by CITY for
more than 30 consecutive days, CONSULTANT shall be compensated for services performed prior to the notice of
suspension. When the Task Order is resumed, provided the suspension was not caused by CONSULTANTs
negligence or wrongful act, CONSULTANTS compensation shall be equitably adjusted to provide for expenses
incurred in the interruption and resumption of CONSULTANTs services. Upon such resumption, CONSULTANT shall
promptly continue with its responsibilities under this Agreement and, if the parties are unable to agree on an
equitable adjustment as provided in this section.
D. In the event of termination or suspension as provided for above, CONSULTANT will provide CITY all Construction
Drawings, sketches, renderings, models, other reproducible drawings, surveys, field notations, reports,
photographs, calculations, prepared by CONSULTANT under this Agreement, copies of all correspondence and
papers received or issued by CONSULTANT and all equipment and publications authorized by CITY for purchase
shall be delivered to CITY upon request and CITY shall have the same rights to their use as if the termination or
suspension had not occurred. 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.
XIII INDEMNIFICATION /HOLD HARMLESS
SEE EXHIBIT E
XIV INSURANCE
The CONSULTANT shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to
persons or damage to property which may arise from or in connection with the performance of the work hereunder by
the CONSULTANT, its agents, representatives, employees or subcontractors. Insurance requirements are set forth in
Exhibit E.
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.
XV CONSULTANT'S KEY PERSONNEL AND SUBCONSULTANTS
CONSULTANTs key personnel and sub consultants for this Agreement as described in the selection process and
designated in Exhibit F to this Agreement, shall remain assigned for the duration of the Agreement unless otherwise
agreed to in writing by the CITY. The CITY shall not unreasonably withhold approval of staff changes. The CITY may
require substitution of any personnel or sub consultant provided that the CITY has first notified the CONSULTANT in
writing and allowed a reasonable period for adjustments and /or corrections.
XVI PERFORMANCE EVALUATION
The CITY will conduct written evaluation of CONSULTANT's services on this Agreement. CONSULTANT will be given a
copy of the evaluation report and will have an opportunity to provide a written response. The evaluation and the
response will be kept in CITY's files to be used as part of the selection process for future engineering services.
XVII CORRECTIONS AND APPROVALS
A. Corrections. Any defective designs, specifications, drawings, products, or services furnished by CONSULTANT will be
promptly corrected by CONSULTANT at no cost to CITY.
B. Approvals. CITY's approval, acceptance, use or payment for all or any part of CONSULTANTs services or of the Task
Order itself shall in no way alter CONSULTANTs obligations or CITY's rights hereunder.
OCA 2011 -01
4 19 10/4/2011
XVIII REPRESENTATIONS AND WARRANTIES
CONSULTANT hereby represents and warrants to CITY the following:
A. that CONSULTANT is financially solvent, able to pay CONSULTANTs debts as they mature and possessed of
sufficient working capital to complete the services required and perform CONSULTANTs obligations hereunder;
B. that CONSULTANT is able to furnish any of the plant, tools, materials, supplies, equipment, and labor required to
complete the services required and perform all of CONSULTANTs obligations hereunder and has sufficient
experience and competence to do so;
C. that CONSULTANT shall comply with all applicable state and local laws, statutes, and ordinances relating to
professional registration, licensing and authority to perform all of CONSULTANTs obligations required to be
performed under this Agreement;
D. that CONSULTANTs execution of this Agreement and CONSULTANTs performance thereof is within CONSULTANTs
duly authorized powers; and
E. that CONSULTANTs duly authorized representative has visited the Task Order site, become familiar with the local
conditions under which the services required hereunder are to be performed and correlated CONSULTANTS
observations with all of the requirements of the Contract Documents. CONSULTANT agrees that the representations
and warranties in this Subparagraph XI.J shall survive the execution and delivery of this Agreement.
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 Services
Exhibit Al Scope of Services of Initial Tasks
Exhibit B Performance Period
Exhibit B1 Schedule of Performance of Initial Tasks
Exhibit C Compensation
Exhibit C1 Budget of Initial Tasks
Exhibit D Hourly Wage Rates
Exhibit E Insurance
Exhibit F CONSULTANT's Key Personnel and Sub consultants
OCA 2011 -01
5 19 10/4/2011
This Agreement represents the entire and integrated agreement between CITY and CONSULTANT and supersedes all
prior negotiations, representations or agreements, either written or oral. This Agreement may be amended only by
written instrument signed by both CITY and CONSULTANT.
IN WITNESS WHEREOF: The Parties hereto have executed this Agreement by having their authorized representatives affix
their signatures below.
OCA 2011 -01
CONSULTANT
SARGENT ENGINEERS, INC.
BY:
TITLE: IT; t -ra
SIGNATURE DATE: /0/3/1
CITY
CITY OF PORT ANGELES
BY:
CITY MANAGE
SIGNATURE DATE: I 0// 0/ if
APPROVED S TO FORM:
BY:
BY:
ATTEST:
CITY ATTORNEY
6 19 10/4/2011
EXHIBIT A
SCOPE OF SERVICES
The CONSULTANT shall provide to the CITY's Department of Public Works Utilities Department
CONSULTANT services for various CITY engineering services and projects.
The CONSULTANT'S services shall be provided as requested by the City Manager or his designee on an as needed basis,
as set forth in a "Task" or "Task Order Tasks may be for any engineering technical support, work, study, design,
project, etc. that is within the general scope of this agreement. The CONSULTANT shall provide general assistance on
issues pertaining to CITY projects and support and shall prepare other engineering CONSULTANT services for the CITY.
Additional tasks authorzied after the Agreement is signed will be through a Task Order that is adopted into the
agreement by Amendment.
SECTION 1. GENERAL PROVISIONS
A. The CONSULTANT shall perform all services to the satisfaction of the City Engineer.
B. All of the services furnished by the CONSULTANT under this AGREEMENT shall be of the currently prevailing
professional standards and quality demonstrated and provided by structural and civil engineering consultant
professionals of similar knowledge and skill engaged in related work throughout Washington under the same or similar
circumstances. All documentation prepared by CONSULTANT shall provide for a completed Task that conforms to all
applicable codes, rules, regulations and guidelines which are in effect at the time such documentation is prepared.
C. All work performed under this AGREEMENT shall be authorized in the initial AGREEMENT or by a Task Order that is
adopted into the agreement by Amendment. Each Task Order given by CITY shall detail the nature of the specific
services to be performed by the CONSULTANT, the time limit within which such services must be completed and the
compensation for such services. Such details shall include a description of the Task for which CONSULTANT shall
perform the services, the geographic limits of theTask Order, the type and scope of services to be performed, the
format and schedule for deliverables, the schedule of performance, and the schedule of compensation. CONSULTANT
shall not perform any services unless authorized by a fully executed Amendment for the Task Order. Any unauthorized
services performed by CONSULTANT shall be at no cost to the CITY.
D. CONSULTANT shall begin work under the Task Order only after receipt of the Amendment bearing the approval
signature of the City Manager or the City Manager's designee and the signature of the City Attorney approving the
Amendment as to form. Each authorized Task Order issued under this AGREEMENT by CITY shall be incorporated into
the terms and conditions of this AGREEMENT.
E. CITY will assign a Project Manager to facilitate each Task Order authorized under this AGREEMENT. CONSULTANT
shall coordinate with the designated Project Manager on the performance of each Task Order.
F. CONSULTANT shall be responsible for the coordination with CITY and federal, state and local agencies that are
necessary for all services authorized under this AGREEMENT.
SECTION 2. BASIC SERVICES.
CONSULTANT shall provide civil and structural engineering CONSULTANT services for CITY, studies, design, and post
award construction services. CONSULTANT shall provide the general types of services set forth below. This list of
services is meant to be illustrative in nature only and is not meant to be a complete or exclusive list.
On -Call Services Scope of Work
OCA 2011 -01
7 19 10/4/2011
Consultant shall provide technical assistance and other services related to the City's structural infrastructure at the
specific request and direction of authorized City staff. No such assistance or services shall be provided unless
specifically directed by City in writing via email or more formal communication. The purpose of this task is to facilitate
timely response by Consultant to needs that are unforeseen at this time. The budget for this task is a contingency
allowance that includes labor and expenses.
SECTION 3. SPECIFIC SERVICES.
A. Service Initiation
Prepare Task Order Scope and Proposal Upon request of CITY's Project Manager, CONSULTANT shall meet with the
Project Manager to discuss the Task Order. CONSULTANT shall become familiar with the Task Order description, scope
and goals and develop proposed scope of services.
CONSULTANT shall prepare a proposed scope of work consistent with the standard electronic format of CITY
Professional Service Agreement Amendments as determined by the Project Manager. The proposed scope of services
shall, at a minimum, include the following: Task Order Description, Scope of Services including deliverables, and
Schedule of Performance and Schedule of Compensation. For each Task Order, in addition to the specified services,
products and deliverables detailed in the Task Order, CONSULTANT shall typically perform the following sub tasks,
which may be aggregated for administrative efficiency:
Sub -Task 1 Initial Meeting Prior to beginning substantive work on a Task Order, CONSULTANT shall meet with
CITY to establish procedures and notifications for any necessary meetings and communications with CITY staff;
collect available data from the CITY and establish additional data needs and availability; confirm the format for all
Task Order products and deliverables; and address any preliminary Task Order concerns. The meeting will be the
primary opportunity to discuss the CITY'S intent, schedule and budget for the Task Order. The CONSULTANT shall
prepare minutes of the meeting and distribute minutes to meeting participants.
Sub -Task 2 Task Order Coordination Meetings CONSULTANT shall attend and /or conduct Task Order coordination
meetings as required to perform authorized services and as required by Project Manager. CONSULTANT shall
prepare minutes of each meeting and distribute minutes to participants.
Sub -Task 3 Task Order Schedule CONSULTANT shall prepare and submit a detailed schedule of performance
consistent with the schedule contained in the Task Order to the Project Manager for review and approval.
CONSULTANT shall confirm or update the schedule monthly at a minimum. Any changes to the schedule shall only
be permitted with the written approval of City Engineer.
Sub -Task 4 Task Order Progress Report CONSULTANT shall submit a monthly report to the Project Manager
detailing progress on the Task Order services.
Sub -Task 5 Request for Payment Invoice CONSULTANT shall submit progress payment invoices to the Project
Manager monthly, as specified in EXHIBIT C. The updated Task Order schedule and progress report may be
submitted as attachments to the invoice.
Sub -Task 6 Task Order Record CONSULTANT shall develop and maintain a detailed record of the chronology of
the Task Order tasks and milestones completed that are decisive, conclusive, or relevant to the outcome of the Task
Order. CONSULTANT shall submit a copy of the Task Order Record to the Project Manager prior to final payment for
services performed on the Task Order. The Record shall be submitted in both paper and electronic format.
Sub -Task 7 Project Documents Aside from deliverables specified in the Task Order, and before the conclusion of
the Task Order and final payment for services performed on the Task Order, CONSULTANT shall submit to the
Project Manager a copy of all Task Order documents that are decisive, conclusive, or relevant to the outcome of the
OCA 2011 -01
8 19 10/4/2011
Task Order. Such documents may include, without limitation, topographical surveys and mapping, field notations,
utility mapping, site inventories, base plans, reports and studies, permit applications and permits, environmental
documentation, records of meetings, and communication documents. Documents shall be submitted in both paper
and electronic format, as available.
The Project Manager will review and comment on proposed scope of work, and the parties shall agree on the terms
of the final Task Order. CONSULTANT shall not be compensated for work performed in preparing a draft scope of
services for a Task Order.
B. Task Order Authorization
The finalized Amendment for the Task Order will be authorized by the City Manager or his designated representative in
accordance with authorization procedures provided in the City of Port Angeles Municipal Code, Section 3.05.
C. Service Implementation
Upon receipt of an authorized Task Order, CONSULTANT shall begin Task Order services described therein.
END OF EXHIBIT
OCA 2011 01
9 19 10/4/2011
EXHIBIT Al
SCOPE OF SERVICES OF INITIAL TASKS
Task 1: Structural Analysis and Design for the Repair of the 8th and Francis Streets Sewer Trestle.
Consultant shall provide the following services related to the 8th and Francis Streets Sewer Trestle:
1. The bridge will be inspected visually at a close enough distance to sound the member and inspect the bridge
members for deterioration. All member deterioration will be quantified and documented. In order to quantify
the extent of deterioration, suspect members will be drilled to determine the extent of deterioration.
2. The bridge and bridge members will be measured and documented. The joint connections will be documented.
The foundations will not be excavated to measure the size or extent of the bridge foundations.
3. The bridge will be evaluated to determine if the bridge can support the loads that it presently supports. The
loads will include vertical loads due to the sewer pipe and the weight of the bridge, and lateral loads due to
wind and seismic events. The evaluation will take into account the current condition of the bridge as well as the
as built configuration of the bridge.
4. A base map will be prepared for the area along the bridge. The consultant will tie the control into the block
monuments using NAD 83/91 per the CCGF and use NAVD88 for the vertical datum. This will allow the
consultant to calculate and plot the City boundary on the topographic map. The consultant will map the
centerline (top) of the sewer main and each of the bents on the existing trestle. The consultant will map at
least 50 feet either side of the trestle for 1' contours between 8 9 streets. The consultant will deliver an
AutoCAD file in whatever format the City needs. Reestablishment of boundaries and preparation of property
descriptions will not be performed.
5. After the bridge condition is known and the deficiencies in the bridge are identified either due to condition or
inadequacy of the bridge to support current Toads, repair alternatives will be prepared and evaluated. These
alternatives will be prepared to a level detailed enough that the consultant can prepare preliminary cost
estimates for the repairs.
6. Results of the inspection, evaluation, base map, and repair alternatives will be presented in a report to the City.
The report will document all.findings as well as recommendations for the bridge.
7. The consultant will coordinate with the City at each stage of the project and verbally inform the City of findings
as the work is performed. One meeting is included in the budget.
OCA 2011 01
END OF EXHIBIT
10 19 10/4/2011
EXHIBIT B
PERFORMANCE PERIOD
All work under this AGREEMENT shall be completed within performance periods set forth in the Tasks or Task Orders.
This Agreement shall be effective on the last date set forth in the signature page. This Agreement will remain in force
and effect for inclusion of additional Tasks or Task Orders for two years from the effective date of this Agreement.
The terms of this Agreement shall remain in full force and effect throughout the performance period for any for all
Tasks or Task Orders authorizing the performance of work under this Agreement that are properly executed prior to the
expiration of this two -year period.
Hourly rates established in this Agreement shall remain in effect for the initial two year period of this Agreement. Upon
request of the CONSULTANT, the hourly rates will be subject to renegotiation for any performance time beyond the
initial two year period required to complete all work as authorized in the Tasks and Task Orders. New rates, if approved,
shall be authorized by an amendment to this Agreement.
OCA 2011 -01
END OF EXHIBIT
11 19 10/4/2011
Task 1 shall be completed by the December 31, 2011.
EXHIBIT B1
SCHEDULE OF INITIAL TASKS
END OF EXHIBIT
OCA 2011 -01 12 19 10/4/2011
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.
Section 1. Maximum Compensation for On -call Agreement.
1.1 Maximum Amount: Any hours worked for which payment would result in a total exceeding this maximum
compensation amount specified in Article V above, shall be at no cost to the CITY.
1.2 Manner of Payment: Each Task Order will set forth whether the CITY will pay the CONSULTANT for work performed
under such Task Order on a time and materials price basis or on a lump sum basis. Section 2 of this Exhibit applies to
each Task Order where the CITY will pay the CONSULTANT on a lump sum basis for the work performed. Section 3 of
this Exhibit applies to all Task Orders where the CITY will pay the CONSULTANT on an hourly basis for the work
performed.
Section 2. Payment.
EXHIBIT C
COMPENSATION
2.1 Payment shall be on the basis of the CONSULTANTS cost for actual labor, overhead and profit plus CONSULTANT'S
direct non -salary reimbursable costs as set forth in the attached Exhibit C1. Notwithstanding anything to the contrary,
these hourly rates are valid for the term of this On -call Agreement unless changed by written amendment.
2.2. Labor costs shall be based on the rates and factors shown in Exhibit C1 and hourly wages shown in Exhibit D.
Hourly rates shall be based upon an individual's hourly wage, times the total number of hours worked, times a multiplier
of 3.25. The multiplier shall include overhead, CADD, computer and profit.
General clerical time shall be considered an overhead item, except where specific work items are involved that require
one hour or more continued effort, in which case time will be charged on the basis of hours worked.
2.3 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.
2.4 The Task Order shall specify the maximum amount of compensation for the work, including both payment for
professional services and reimbursable expenses. CONSULTANT shall complete all work it is required to perform under
the Task Order for no more than the specified maximum amount. Any hours worked for which payment would result in
a total exceeding this maximum amount shall be at no cost to CITY.
2.5 If the Task Order itemizes budget amounts for any phase or category of work then CONSULTANT shall not exceed
such itemized amount without the City Engineer's prior written authorization. The City Engineer may approve, in writing,
transfers of budget amounts between any of the phases or categories of work listed in the Task Order, provided the
aggregate total compensation does not exceed the maximum compensation.
2.6 Payment for "Extra Work" performed under Section XI of this Agreement shall be as agreed to by the parties in
writing.
2.7 Invoice: Every month CONSULTANT shall invoice CITY for work performed during the immediately previous month.
Invoices shall detail the work, hours, employee name, and hourly rate; shall itemize with receipts and invoices the non
salary direct costs; shall indicate the specific task or activity in the Scope of Work to which the costs are related; a
detailed description of the reimbursable expenses incurred and the amount of such expenses, documents supporting the
reimbursable expenses. and shall indicate the cumulative total for each task. The invoice shall also show the total to be
OCA 2011 01
13 19 10/4/2011
paid for the invoice period, the aggregate amounts of payments received to date under the Task Order and the balance
of maximum compensation for remaining work on the Task Order. The CITY shall review the invoices and make
payment for the percentage of the Task Order that has been completed Tess the amounts previously paid.
OCA 2011 -01
END OF EXHIBIT
14 19 10/4/2011
Task
Principal
Senior
Engineer
Senior
Project
Engineer
Project
Engineer
Design
Engineer
Drafter
II
Clerical
Task Cost
Rate:
$149.00
$120.00
$109.00
$102.00
$81.00
$82.00
$67.00
$75
Task 2: Structural Analysis
and Design for the Repair
of the 8 and Francis
Streets Sewer Trestle
Office Survey Technician
Review and sign map
2
$95
$190
PLS
1 and 2 Visual Inspection of
Bridge and Measure Bridge
Totals
13
13
$3,780
$2,379
3. Evaluate Bridge
16
32
$4,224
5. Repair Alternatives
4
8
$1,056
6. Report
1
4
8
8
$1,861
7. Communications and
Meetings
8
$1,192
Total Direct Salary Cost
9
0
0
37
61
8
0
$10,712
Direct Costs
Mileage
456 miles at $0.555 per mile
$253
Surveying Subconsultant
$3,780
Total Direct Costs
$4,033
Total
$14,745
Task
Hours
Unit Cost
Cost
Personnel Description
Calculations Crew Prep
2
$75
$150
Office Survey Technician
Tie block Corners perform topographic survey
16
$140
$2,240
2 man Survey Crew
Download survey data and prepare map
16
$75
$1,200
Office Survey Technician
Review and sign map
2
$95
$190
PLS
Totals
$3,780
Sargent Engineers, Inc.
NTI
OCA 2011 -01
EXHIBIT C1
BUDGET OF INITIAL TASKS
END OF EXHIBIT
15 19 10/4/2011
Direct Salary (DS) Overhead (194.82%
(Range) of DS) Profit (30% of DS) Total Rate
Principal $38.50 $52.50 $75.01 $102.28 $11.55 $15.75 $125.06 $170.53
Senior Engineer $34.50 $42.00 $67.21 $81.82 $10.35 $12.60 $112.06 $136.42
Senior Project
Engineer $30.00 $38.00 $58.45 $74.03 $9.00 $11.40 $97.45 $123.43
Project Engineer $26.00 $33.00 $50.65 $64.29 $7.80 $9.90 $84.45 $107.19
Design Engineer $20.00 $29.00 $38.96 $56.50 $6.00 $8.70 $64.96 $94.20
Engineering Intern $15.00 $22.00 $29.22 $42.86 $4.50 $6.60 $48.72 $71.46
Drafter II $16.50 $26.50 $32.15 $51.63 $4.95 $7.95 $53.60 $86.08
Drafter I $12.00 $18.00 $23.38 $35.07 $3.60 $5.40 $38.98 $58.47
Business Manager $24.00 $38.00 $46.76 $74.03 $7.20 $11.40 $77.96 $123.43
Business Associate $12.00 $24.00 $23.38 $46.76 $3.60 $7.20 $38.98 $77.96
Clerical $9.00 $24.00 $17.53 $46.76 $2.70 $7.20 $29.23 $77.96
Rates good for two years from execution of contract
Travel shall meet WSDOT Travel Guidelines
Overhead 1.9482
Profit 0.3
OCA 2011 -01
EXHIBIT D
HOURLY WAGE RATES
END OF EXHIBIT
16 19 10/4/2011
INSURANCE REQUIREMENTS FOR PROFESSIONAL SERVICE AGREEMENTS
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 negligence of the CITY.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then,
in the event of liability for damages arising out of bodily injury to persons or damages to property caused
by or resulting from the concurrent negligence of the CONSULTANT and the CITY, its officers, officials,
employees, and volunteers, the CONSULTANTs liability hereunder shall be only to the extent of the
CONSULTANTs negligence. It is further specifically and expressly understood that the indemnification
provided herein constitutes the CONSULTANTs 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.
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, or employees.
No Limitation
EXHIBIT E
INSURANCE
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.
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.
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.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of
Washington._
4. Professional Liability insurance appropriate to the CONSULTANT's profession.
OCA 2011 -01 17 19 10/4/2011
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.
OTHER INSURANCE PROVISION
The CONSULTANT's Automobile Liability and Commercial General Liability insurance policies are to
contain, or be endorsed to contain that they 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
Contractor's insurance and shall not contribute with it.
ACCEPTABILITY OF INSURERS
Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII.
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.
NOTICE OF CANCELLATION
The CONSULTANT shall provide the CITY with written notice of any policy cancellation, within two
business days of their receipt of such notice.
FAILURE TO MAINTAIN INSURANCE
Failure on the part of the CONSULTANT to maintain the insurance as required shall constitute a material
breach of contract, upon which the CITY may, after giving five business days notice to the 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 the
CONSULTANT from the CITY.
OCA 2011 01
END OF EXHIBIT
18 19 10/4/2011
Project Manager:
Monte Smith
Project Engineers:
Andrew Packard
Jessica Soward
Subconsultants:
NTI Engineering and Land Surveying
Widener and Associates
PanGEO, Inc.
OCA 2011 -01
EXHIBIT F
CONSULTANT'S KEY PERSONNEL AND SUB CONSULTANTS
END OF EXHIBIT
19 19 10/4/2011