Loading...
HomeMy WebLinkAbout5.514 Original Contract ~ 5.5/</ AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE THE CITY OF PORT ANGELES AND HARDING, LAWSON & ASSOCIATES, INC. 4 RELATING TO: Engineering Services for Sth Street Restoration, Project 99..{)S THIS AGREEMENT IS made and entered Into this 30th day of July 1999, by and between THE CITY OF PORT ANGELES, a non-charter code City of the State of Washington, (hereinafter called the "CITY") and Harding, Lawson & Associates, Inc a Washington Corporallon (hereinafter called the "CONSULTANT") WHEREAS, the CITY desires to develop a design for the restoration of 8th Street, and WHEREAS, the CITY desires to engage the professional services and assistance of a qualified consulting firm to perform the scope of work as detailed In Exhibit A, and WHEREAS, the CONSULTANT represents that It IS In full compliance with the statutes of the State of Washington for professional registration and/or other applicable requirements, and WHEREAS, the CONSULTANT represents that It has the background, expenence, 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 appropnate facilities necessary to accomplish the work, NOW, THEREFORE, In conSideration of the above representations and the terms, conditions, covenants and agreements set forth below, the parties hereto agree as follows SCOPE OF WORK The scope of professional services to be performed and the results to be achieved by the CONSULTANT shall be as detailed In the attached Exhibit A and shall Include all services and material necessary to accomplish the work. The CITY may review the CONSULTANT'S work product, and If It IS not satisfactory, the CONSULTANT shall make such changes as may be required by the CITY Such changes shall not conslltute "Extra Work" as related In Section XI of thiS Agreement The CONSULTANT agrees that all services performed under thiS Agreement shall be in accordance with the standards of the profession and In compliance with applicable federal, state and local laws The Scope of Work may be amended upon wntten approval of both parties. II OWNERSHIP OF DOCUMENTS Upon completion of the work, all documents, exhibits, photographic negatIVes, or other presentations of the work shall become the property of the CITY for use WIthout restnctlon and without representation as to SUitability for reuse by any other party unless speCifically venfled or adapted by the CONSULTANT However, any alterallon or reuse of the documents, by the City or by others acting through or on behalf of the City, Will be at the CIty'S sole nsk III DESIGNATION OF REPRESENTATIVES Each party shall deSignate ItS representallves In wntlng The CONSULTANTS representatIVe shall be subject to the approval of the CITY IV TIME OF PERFORMANCE The CONSULTANT may begin work upon execution of thiS Agreement by both parties The work shall be completed In accordance With the schedule to be developed as part of the scope of work V PAYMENT The CITY shall pay the CONSULTANT as set forth In thiS secllon of the Agreement Such payment shall be full compensation for work performed, services rendered, and all labor, matenals, supplies, equipment and inCidentals necessary to complete the work A Payment shall be on the baSIS of the CONSULTANT'S cost for actual labor, overhead and profit plus CONSULTANT'S direct non-salary reimbursable costs as set forth In the attached Exhibit B. Labor costs shall be based on the hourly rates shown In Exhibit B Hourly rates shall be based upon an IndiVidual's hourly wage, times the total number of hours worked, times a multiplier of 2.95 The multiplier shall Include overhead and profit. General c/encal time shall be conSidered an overhead /fern, except where speCific work items are Involved that require one hour or more continued effort, In which case time will be charged on the baSIS of hours worked. 2 The direct non-salary reimbursable costs are those directly Incurred In fulfilling the terms of thiS Agreement, including, but not limited to, travel, subSistence, telephone, CADD computer, reproduction and pnnllng, supplies and fees of outSide services and consultants Ten percent (10%) overhead and profit may be added to direct non-salary reimbursable costs B The CONSULTANT shall submit InVOices to the CITY on a monthly baSIS InVOices shall detail the work, hours, employee name, and hourly rate, shall Itemize With receipts and InVOices the non-salary direct costs, shall indicate the specific task or activity In the Scope of Work to which the costs are related; and shall Indicate the cumulative total for each task C. The CITY shall review the Invoices and make payment for the percentage of the project that has been completed less the amounts previously paid D The CONSULTANT inVOices are due and payable Within 30 days of receipt In the event of a disputed billing, only the disputed portion will be Withheld from payment E Final payment for the balance due to the CONSULTANT Will be made upon the completion of the work and acceptance by the CITY F Payment for "Extra Work" performed under Section XI of thiS Agreement shall be as agreed to by the parties in wnting VI MAXIMUM COMPENSATION Unless otherwise agreed to In wntlng by both parties, the CONSULTANT'S total compensation and reimbursement under thiS Agreement, Including labor, direct non-salary reimbursable costs and outSide services, shalll10t exceed the maximum sum of $274,953 00 VII EMPLOYMENT Employees ofthe 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 wntten consent City of PQrt Angeles - [July, 1999] VOl NONDrSCRIMINATION 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 pracllces and WIll welcome appllcallons for employment in all poslllons, from qualified individuals who are members of mlnorllles protected by federal equal opportunity/affirmative acllon requirements, and, B The CONSULT ANT 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 wrthout 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 The CONSULT ANT WIll be uSing the firms submitted with ItS proposal as subcontractors Subcontractors other than those listed shall not be permitted without the written consent of the CITY C In all solicitation either by competitive bidding or negotlallon made by the CONSULTANT for work to be performed pursuant to a subcontract, Including procurement of materials and equipment, each potential subconsultant or supplier shall be notified by the CONSULTANT of Consultant's obligatIOns under thiS Agreement, Including the nOndiSCrimination requirements X CHANGES IN WORK Other than changes directed by the CITY as set forth In Secllon I above, erther party may request changes In the scope of work Such changes shall not become part of thiS Agreement unless and until mutually agreed upon and Incorporated herein by written amendments to this Agreement executed by both parties XI EXTRA WORK The CITY may deSire to have the CONSULT ANT perform work or render servtces In connecllon With thiS project, In addition to the Scope of Work set forth In Exhlbrt A and minor reviSions to satisfactorily completed work Such work shall be conSidered as "Extra Work" and shall be addressed In a written supplement to thiS Agreement The CITY shall not be responsible for paYing for such extra work unless and until the written supplement IS executed by both parties XII TERMINATION OF AGREEMENT A The CITY may terminate thiS Agreement at any time upon not less than ten (10) days wntten notice to the CONSULTANT Written notice Will be by certified mall sent to the consultant's deSignated representative at the address prOVided by the CONSULTANT B In the event thiS Agreement is terminated 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 CONSUL T ANT for the percentage of work completed C In the event thiS Agreement IS terminated prior to complellon 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 XIII INDEMNIFICATION/HOLD HARMLESS The CONSULTANT agrees to Indemnify the CITY from any claims, damages, losses, and costs, Including, but not limited to, attorney's fees and Irtlgatlon costs, anslng out of claims by third parties for property damage and bodily injury, Including death, caused solely by the negligence or Willful misconduct of the CONSULTANT, CONSULTANT employees, affiliated corporations, officers, and subcontractors In connecllon With the work performed under thiS Agreement. The CITY agrees to Indemnify the CONSULTANT from any claims, damages, losses, and costs, Including, but not limited to, attorney's fees and Irtlgallon costs, anslng out of claims by third parties for property damage and bodily Injury, including death, caused solely by the negligence or Willful misconduct ofthe 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 junsdlction determine that thiS Agreement IS subject to RCW 4 24 115, then, In the event of liability for damages arising out of bodily Injury to persons or damages to property caused by or resulting from the concurrent negligence of the CONSULTANT and the CITY, Its officers, offiCials, employees, and volunteers, the CONSULTANT'S liability hereunder shall be only to the extent of the CONSULTANT'S negligence It IS further speCIfically and expressly understood that the indemnification prOVided herein constitutes the CONSULTANT'S waiver of Immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of thiS indemnification ThiS waiver has been mutually negotiated by the parties The proVIsIOns of thiS section shall survive the eXpiration or termination of thiS Agreement However, the CONSULTANT expressly reserves ItS rights as a third person set forth In RCW 51.24 035 XIV INSURANCE The CONSULTANT shall procure and maintain for the duration of the Agreement, Insurance against claims for injunes to persons or damage to property which may anse from or in connecllon With the performance of the work hereunder by the CONSULTANT, ItS agents, representatives, employees or subcontractors The CONSULTANT shall provide a Certificate of Insurance eVidenCing' 1 Automobile lIabllltv insurance with limits no less than $1,000,000 combined Single IImrt per accident for bodily injury and property damage, and, 2 CommerCial General Llabilltv Insurance written on an occurrence baSIS wrth IImrts no less than $1,000,000 combined single limit per occurrence and $2,000,000 aggregate for personal injury, bodily injury and property damage Coverage shall Include but not be limited to. blanket contractual products/completed operations; broad form property damage, explOSion: collapse and underground (XCU) If applicable, and employer's liability, and, 3 ProfeSSional Llabllltv Insurance With limits no less than $1,000,000 limit per occurrence Any payment of deductible or self Insured retention shall be the sole responSibility of the CONSULTANT The CITY shall be named as an additional Insured on the CommerCial General liability Insurance policy, as respects work performed by or on behalf of the Consultant and a copy of the endorsement naming the CITY as additional insured shall be attached to the Certificate of Insurance The CITY reserves the right to review a certified copy of all reqUired Insurance poliCies In the CONSULTANT's office The CONSULT ANTS Insurance shall contain a clause stating that coverage shall apply separately to each Insured against whom claim IS made or SUit IS brought, except With respects to the limits of the Insurer's liability The CONSULTANTS Insurance shall be pnmary insurance as respects the CITY, and the CITY shall be given thirty (30) days pnor written notice of any cancellation, suspension or material change in coverage City of Port Angeles - [July, 1999] XV' APPLICABLE LAW This Agreement shall be construed and interpreted in accordance with the laws of the State of Washington, and in the event of dispute the venue of any litigation brought hereunder shall be Clallam County XVI EXHIBITS AND SIGNATURES This Agreement, including ItS exhibits, constitutes the entire Agreement, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties The following exhibits are hereby made a part of this Agreement' Exhibit A - Scope of Work Exhibit B - Consultant Labor Costs and Non-salary Reimbursable Costs In WITNESS THEREOF, the parties hereto have executed this Agreement as of the day and year first written above CITY OF PORT ANGELES 1 C>J · ~- ~ .L-<> MAYO CONSULTANT .~r9 . TITLE f"7C&~;:?.ePS/PFm- ATTEST Loc N \PROJECTS\99-08ST\CONSUL T\ENGRAGR WPD File' 99-08,04A City of Port Angeles - [July, 1999] . . Exhibit A 8TH STREET: RACE STREET TO "C" STREET SCOPE OF WORK PROJECT DESCRIPTION The City of Port Angeles intends to improve 8th Street for the purpose of revitalization of the City's downtown commercial district. The proposed project will reconstruct and rechannelize 8th Street from an existing 2-lane striping to a 4-5 lane section between Race Street and "C" Street. The striping would include provisions for bike lanes and parking. The project will modify and/or reconstruct the existing traffic signals to provide efficient traffic flow through the corridor. The existing sidewalks will be improved including curb cuts for wheelchair ramps in accordance with the ADA requirements. The project will require reconstruction of certain sections of the roadway to provide improved stormwater runoff. The existing subsurface drainage system will be maintained, but catch basins will be relocated for improved flow. This project also includes two timber truss crossing structures which require pre-level and overlay along with expansion joint restoration and replacement of one pile cap. Task 1 Project Management and Administration This activity pertains to all project management and administration tasks as it relates to completion of the design and environmental approval process. HLA shall provide continuous project management, monitoring, coordination and communication on this project. Task 1.1 Project Monitoring The project manager shall hold regular staff meetings and monthly subconsultant team member meetings throughout the design development phase. The manager shall also provide guidance to the project team and make critical decisions in coordination with the City. The project manager shall maintain a log of those meetings and note critical project needs. Task 1.2 Meetings with the City of Port Angeles The project manager shall hold bi-monthly meetings with the City of Port Angeles's project manager. The project manager shall inform the participants of the progress made on the project and note any critical issues encountered during the project development phase. It is estimated that three meetings will be held for this project. The project manager shall document the minutes of the meetings and send copies to all participants. Continuous communication through e-mail and/or phone shall be maintained with the City. Task 1.3 Obtaining Rights of Entry The City will be primarily responsible for obtaining rights of entry for all properties within the project limit. The purpose of obtaining the rights of entry is to complete the field surveying. HLA will assist the City in preparation for the rights of entry request letter. Task 1.4 Progress Report and Invoicing HLA shall prepare a detailed monthly progress report and invoice and mail copies to the City for approval and processing. The project manager will be responsible for conveying that 03481 \wpfiles\8th _2 doc Page 1 Harding Lawson Associates Exhibit A information to any person's billing time or other expenses to the contract to ensure that all invoices meet the agreed-upon specifications. Task 1.5 Project Schedule HLA will prepare and maintain a project schedule showing major task activities and project milestones. Task 2 Data Collection, Aerial Photography, Surveying, and Base Mapping Task 2.1 Data Collection HLA shall collect and document all pertinent information as it relates to the project. The following are the main items and additional data shall be collected as needed. · All documents pertaining to previous studies completed by the City as related to 8th Street. · Existing right-of-way and assessor maps including name and type of businesses located within the project corridor. · Existing and projected traffic volumes in the project corridor for AM, PM peak, and average daily traffic. · HLA shall compile a photo log ofthe project site. The photographs shall include all pertinent information relating to access, intersections, utilities, building, and bridge information. . All existing below and above ground utility information. Task 2.2 Surveying and Base Mapping The City has already completed GIS mapping within their jurisdiction boundary. This map will be available to HLA for preliminary work. However, for final design additional surveying will be needed. The following surveying activities will be performed: . Establish horizontal and vertical control as needed · Tie existing 8th Street and all intersecting streets centerline and R/W monumentation · Show property comers and monuments on base mapping . Obtain utility as-builts · Field locate and survey underground utilities · Cross-section on 50-75 foot intervals within the project boundaries. Cross-sections may also be completed on an as needed basis. · Tie break lines (i.e. ditch lines, top of cut, toe of embankments) within cross-section areas. Also establish limits of existing concrete pavement. · Invert elevations for existing storm drain structures will not be surveyed. Existing measure downs for catch basins and manholes will be provided by the City. 03481\wpfiles\8th _2 doc Page 2 Harding Lawson ASSOCiates . . Exhibit A . The data collected in the field will be used to update the existing aerial mapping in AutoCAD Release 14 and SoftDesk 8. The map will be completed in 1 "=50' scale with 2 foot contour interval. Task 3 Development of Design Criteria HLA shall develop a design criteria list which will become the basis of design for this project. Items to be included in the design criteria will include level of service for intersections, design speed, horizontal alignment parameters, vertical grade limits, entering and exiting sight distance from driveways, stopping sight distance, and typical sections These criteria will be obtained from the City of Port Angeles standard guidelines, local agency and WSDOT design standards and if necessary, AASHTO standards will be considered. HLA will obtain City approval of such standards. Task 4 Roadway and Sidewalk Improvement Alternatives HLA will provide the following services under this task. Task 4.1 Develop Roadway Reconstruction Alternatives HLA will provide the City alternative design for roadway reconstruction that will meet the desired design criteria and minimize impacts to local businesses. The design will consider access to local businesses and stay within limits of existing right-of-way, and take into account the existing on-street parking. HLA will also identify nonstandard driveways and propose methods for standardization per City requirements. Task 4.2 Develop Bridge Overlay Options and Pile Cap Replacement Plans The project includes two timber structures which will require new overlays. HLA will propose design alternatives for this task. Task 4.3 Develop Sidewalk Reconstruction Alternatives The existing sidewalk on both sides of the road is damaged due to freeze thaw, uplifting due to tree roots or uneven settlement. HLA will identify the sections that need to be replaced and reconstructed and propose methodology for improvement. Also, curb cut needs for wheelchair ramps will be identified. New sidewalks will be designed along the southern section of the roadway between Francis and Eunice Streets. Special design consideration will be given to avoiding and preserving the large Madrona tree east of Cherry Street. The City's arborists will be consulted in making recommendations for sidewalk improvements at that location. Task 4.4 Modify Proposed Design per Review Comments HLA will submit the proposed design alternatives for City Review in a memorandum format. The design will be modified per the comments received. It is anticipated that up to two submittals will be made for the proposed alternatives. HLA will modify the design as requested. Once approved, the design will be considered final and serve as the basi~ for design plans. It must be noted that the final alternative as approved will constitute the 100% 03481\wpfiles\8th _2 doc Page 3 Hardmg Lawson Associates . . Exhibit A complete roadway plan, and in fact will serve as the basis for developing the final contract plans. Task 5 Traffic Analysis and Channelization For the purpose of the scope it is assumed that the following subtasks will be completed: Task 5.1 Traffic Study The purpose of study in this project will be to focus on the 8th Street Corridor. The City will obtain existing PM peak hour traffic volumes for the four major intersections between Race Street and "c" Street. These intersections include Cherry Street, Lincoln Street, Peabody Street, and Race Street. The projected volumes for design year 2020 will be developed in consultation with the City's traffic engineer. HCS analysis will be performed for existing and projected traffic volumes to verify lane and queue storage needs at intersections. Task 5.2 Channelization HLA will prepare final channelization plans for the selected alternative. These plans will be submitted for City review and approval. All signalized intersections will be noted. Task 5.3 Preliminary Signal Plans For the selected alternative, HLA will also prepare preliminary signal plans for City approval. No signal warrant study will be done on this project. There are four signalized intersections on this project. The existing span wire signal at Cherry Street will be replaced with a new system consisting of a new controller and mast arm signal displays. Existing controllers and 8"signal heads will be replaced at Peabody and Race Streets. Opticom preemption equipment will be updated at Lincoln Street and added at Peabody, Race and Cherry intersections. Also counting and detection loops will be installed at all intersections. Task 6 Storm Drainage System Study This task involves performing storm drainage analysis for the project and designing its drainage system in accordance with the current City standards. Total contributing runoff area, rates of flow, time of concentration, and volumes of runoff for constructed and natural drainage systems must be determined for the improvement. However, no new drainage conveyance will be designed for this project beyond relocation of catch basins at intersections and catch basins connected to sewer system which will be reconnected to storm system. Task 6.1 Identify Existing Drainage System With assistance from the City, HLA will obtain pertinent information representing existing conditions within the project corridor. The data will include location, type, size, and elevation of existing drainage structures and conveyances. These data will be used to compile design information so that project design criteria can be developed. Products from this task will include a drainage design criteria document, a drainage area map showing contributing areas to the existing system, and tabulated existing information to be used in the design development phase of the project. 03481\wpfiles\8th_2 doc Page 4 Harding Lawson Associates Exhibit A Task 6.2 Design Storm Drainage System The storm drainage system will be designed in accordance with the design criteria requirements. Design calculations will prepared and provided to the City. A drainage report will not be provided. Task 6.3 Design Water Quality and Detention Facilities and Associated Drainage Structures It is understood that detention and water quality facilities are not required for the project. All runoff from the project will be directed into existing or slightly modified conveyances. No effort is planned to undertake design of additional conveyances beyond those necessary to provide short connections between re-constructed drainage structures and appropriate existing trunk storm drains. Design of additional conveyances, capacity improvements, and detention and water quality facilities if required will be added under a supplemental agreement. Task 7 Utility Coordination The following specific tasks will be performed. Task 7.1 Obtain Utility Information , HLA will collect all utility data by informing the utility company regarding the City's goals and objectives. This data will be appropriately represented on the base map. Both vertical and horizontal information will be obtained for the purpose of design. Task 7.2 Meetings with Utilities It is anticipated that one meeting will be held with the utilities during the project development phase. Task 7.3 Prepare Construction Plans Construction plans will be developed to show how utilities will be located and coordinated with the roadway design. The goal ofthis project is to avoid interruption of any services during construction. Task 8 Geotechnical Task 8.1 Pavement Design Recommendations will be made regarding the limits and methods of pavement reconstruction. Pavement design will be in accordance with the City's current practice. Existing conditions will be documented based on a review of as-built drawings and field reconnaissance. No pavement coring or testing will be performed. Task 9 Meeting With Property Owners HLA will participate in up to two meetings with local businesses potentially affected by the project. Individual and specific exhibits pertaining to access revisions and property impacts and mitigations will be discussed at these meetings. The City will make arrangements for sending out notices for the meeting and making reservations for the place of meeting. 03481\wpfiles\8lh _2 doc Page 5 Harding Lawson Associates . , Exhibit A Task 10 Environmental Documentation/Permits/Biological Assessments A SEPA checklist will be prepared by the City. It is assumed that this project is exempt from SEP A mitigation requirements. A Biological Assessment (BA) will not be required for this project. Task 11 Right-ol-Way Plans and Legal Description No new right-of-way will be required on this project. Task 12 Design Plans The following is a preliminary list of plans that will be completed in English scale for this project. Once completed these plans will serve as the basis for constructing this arterial. Task 12.1 Roadway Plans Roadway Sections Paving Plans and Details Driveway Details Task 12.4 Structural Plans Bridge Overlay Plans Pile Cap Replacement Plans Structural Details Task 12.2 Drainage Plans Erosion/Pollution Control Plans Drainage Structure Notes Drainage Plans Drainage Profiles Drainage Details Task 12.3 Traffic Plans Channelization Plans Illumination Plans* Traffic Signal Plans Sign Specifications** Signing Plans** Traffic Control Plans Task 12.5 Miscellaneous Plans Index Vicinity Map Summary of Quantities Construction Staging Plans Miscellaneous Details Quantity Tabulations *Existing illumination will be retained and modified as needed to accommodate sidewalk and driveway reconstruction. Minor modifications are assumed. **Existing signing will be retained. No modifications are anticipated, except for bike route signage, sign specifications and signing plans are not included in this contract. Task 13 Engineer's Probable Construction Cost HLA shall prepare an engineer's probable construction cost for the project. The cost estimate shall be based on estimated quantities derived from preparation of the plans and unit costs based on recent City and WSDOT contracts. Cost breakdowns for lump sum items shall be provided. 0348l\wpfiles\8'" _2 doc Page 6 Harding Lawson ASSOCiates Exhibit A Task 14 Specifications HLA will prepare Specifications, Amendments, and Special Provisions per City standards as applicable for this project. Specifications will be included in the 70% and 100% submittals. Task 15 Quality Control Quality control includes technical discipline review, lead designer review, and senior review. Discipline reviews will be performed while the detailed technical work is in progress (i.e., when computations are completed, when sketches and preliminary drawings have been prepared but not yet submitted for drafting, and when specifications and special provisions are ready for typing). Lead designers will review specific products, such as plans, reports, specifications, and other documents, at which time these products are completed. Senior reviews will be performed for an overall task, when and as defined in the quality control program. Such review will always be performed after project packages are assembled and before they are submitted for review to the City and affected agencies. All scheduled formal reviews will be documented in a memorandum format to the Project Manager. The Project Manager will be responsible for adjudication of comments/responses with respect to the project scope, budget and schedule. Quality control reviews shall be conducted as described above at the 30%, 70%, and 100% stages of the project. Task 16 Submittals and Reviews Reviews shall be conducted at the 30%, 70%, and 100% completion levels. HLA will assemble the submittal packages for City review. Review comments from the City will be incorporated. Task 17 Final Plans, Specifications, and Estimate HLA will prepare and deliver a camera-ready set of specifications and plans for the City's use. One full size set of mylars will be provided. Task 18 Construction Support It is the intent of the City that final construction inspection be completed by the Consultant. HLA will prepare a supplemental agreement after completion of the final PS&E to provide construction support services. SERVICES AND INFORMATION PROVIDED BY CITY OF PORT ANGELES The City will provide periodic review ofHLA's work, respond promptly to requests for information, and provide required approvals in a timely manner. Specifically, the following activities will be performed by the City: · Furnish existing CAD files of topographic base maps and cross sections, if available. · Furnish utility maps of existing facilities, if available. · Furnish existing right-of-way plans and legal descriptions as required for appraisal, negotiation and acquisition. New right-of-way required will be provided by HLA. 03481 \wpfiles\8th _2 doc Page 7 Harding Lawson Associates Exhibit A · Furnish as-built plans of the project if available. . Furnish as-built plans for private utilities in the project, if available. . Furnish traffic counts for intersections to be analyzed. . Prepare SEP A checklist. · Provide arborist for consultation on sidewalk reconstruction alternatives. . All necessary rights-of-entry. · All other sections of contract documents besides the plans, estimates and Technical and General Special provisions. DESIGN STANDARDS All work will be developed in accordance with the latest edition, amendments and revisions, as of the time of advertisement, the following publication where applicable: 1. Washington State Department of Transportation Publications · Standard Specification for Road, Bridge and Municipal Construction . Local Agency Guidelines . Highway Design Manual . Hydraulic Manual . Plans Preparation Manual · Standard Plans for Road, Bridge and Municipal Construction . Right-of- Way Manual . Traffic Manual M51-02 . Sign Fabrication Manual 2. Other Publications · Highway Capacity Manual, Special Report 209, Transportation Research Board · Manual on Uniform Traffic Control Devicesfor Streets and Highways, WSDOT, FHWA · A Policy on Geometric Design of Highway and Streets, AASHTO · Interim Selected Metric Values for Geometric Design, AASHTO . Washington State Departments of Fisheries and Wildlife Standards · Stormwater Management Manualfor the Puget Sound, Washington State Department of Ecology 03481\wpfiles\8th _2 doc Page 8 Harding Lawson Associates 4 Roadway and Sidewalk Improvement Alternatives 0 4 1 Develop Roadway Reconstruclion Alternatives 2 12 16 24 16 70 4 2 Develop Bridge Overlay Options 2 8 10 43 Develop Sidewalk Reconstruction Alternatives 12 20 16 12 4 64 4 4 Modify Proposed Design per Review Comments 2 4 8 8 2 24 ;~~"., '_ -~X0~'"~ ~xf!::.t>:;;:;",:i~:,~J';:~{::~~-~t:_:C;;~:~~c~;~~~t:;:(~"r;I~!~Y~~-!:~~~,:~t_~~~N6ubtotal :-r:: .J}'::r";~:-~:? ~~;::-::;; }.(~~;,::r~~'t-'~2~ ':r/:;~':~S;~~~10 r::-i2~~-:)::t -r~~_<r~O {;.":: v<:.~') ;,0~O ~~ if "1;' -;:~~h~l!O ~1:"~:, ,t~r~"':..r~1t8~ :~,~<i ;.~]}~~~8~ ~::-:~t-t';'~:'1::~:36 i ~~~;7~:.t- :,1~.6 j~:~^~~~~~~t,68 5 TraffIc Analysis and Channelization 0 5 1 Traffic Study 2 20 22 52 Channelization 4 16 16 36 5 3 Preliminary Signal Plans 4 24 24 52 :&;':C,:, ~1"'';;.';:);, f ~'{<_:';0' 2~'~'J"-%~'R~'1;.I: .!:;;;';;i ;._::f'~:1i: y":,,,:;,.,.:':$;: :~t)~~.2kSutit6,tal .::1' :t:;,;>'if'"::O ~~,(':l,~j[,:;,: f'}j 4'~;i1 0 J,'i ,~: ~1i~jf5"~;_0 Jc:~jtt'::';,';;:,10 ',J;L ~:,,,,,,,,, 0 ;3;-i-~~;',o;~'i60 ,\!~,{:,,5-~,;i;i'~IO ~;-:, - !-i~i'A:,;O ::~j',~'f~,": ~ 4,0 ,,~i :f~;;:T: -';:;CO :: g;"1t,tJ~r,,,;~;;J 0 6 Storm Dramage System Study 0 6 1 Identify EXisting Drainage System 4 24 28 6 2 DeSign Storm Drainage System 6 60 12 4 82 6 3 DeSign Water Quality and Detention FaCilities (Not Included) 0 ',\_;.. '0"~ ;'::5'i;'!"1f:;:,,,5~uQt9tal ,:j::';"~:~:<';~l)sO 'J~':-~': .[';;,:;::"::';';:10 ' ;\\C::'~J,,~:<::':a ::",~;:",\i~~iO ,,-.;1" ~;"'_.':&4 ;;;-''':,~':,;:y'i:~}O ~i"'"1":;,,{,"~;Q ii;;f::-, ''"3"-';l'';0 i",;,,';: ~i'~; ,{12 ;::'-V;;.;; ,:'-Jl:';'\4 '-"<"~'i\i';;,ttO 7 UtilIty Coordmatlon 0 7 1 Obtain utility Informalion 2 2 7 2 Meetings With Utilities 8 8 16 7 3 Prepare Construction Plans 4 8 8 20 :-'~r,,~'f~: ~~':?- ~1(~~: :\y+~~-~-, ~.;' i~l~ ~~'>.t;;;:-~ \.L :::" ;' ~ A ~":~,~~ ::&,f~'$~~.i {,,~" ;Subtot?l -_;;-s~1 ~ ~;':):'tO ~.d.J2~ ~,l;l~~ ;;::~ 'b>B:;'''.[414 i2u~'~* /-'~r7- ~:j 6, "ct~; ;,-ST::'~t,~::O ;;~:r;:~, ;l~j~ 0 ..~ ,,~~~,,\~l~~;;Sl,~1Ji:G .:;lr::-~~~~S.:;,;v~~O \=.",: ~.;,~ L.'J?tO ~;:~;~:~::~;c,:: :8v ,F ,_ r:: - 'i:~O 10~, ".;.{;^:- - >' 38 8 Geotechnical 0 8 1 pavemeniDeSiQil 4 8 16 16 4 4 52 Task No 1 1 1 12 13 14 15 1,;"fi"-~Uif~^<-.::; 2 2 1 22 3 ":2;? ~:!: ,,-:~~ ~I, '~l ~~~;:~S; 3Ji~;~ 9 EXHIBIT B 8TH STREET: RACE STREET TO "C" STREET COST PROPOSAL Task DeSCription Principal Project Manager Project Engineer Env Planner Traffic Engineer Structural Engineer DeSign Engineer Admin Totals CADD Tech Drainage Engineer project Management and Admmistration Project MOnltonng 8 80 Meetings and Coordination WIth CIty 8 60 Obtalnmg Rights of Entry 4 Progress Reports and InVOICing 4 24 Project Schedule 4 _O",-J,~",,~ ;,'" ,tt"",,":i;'~~;1,Subt9!a[ -~-,~,J~;:':.?;S29 f:$::"~.':k:?}1;"i;;;>_"~lT2 '~;f't;:':2~;'!.:';44 ~~-;;;:'/~c:!f~~;:!! :;-~:-{:i~,:::.i1q _ ,i:,~~[;:::-12 Data Collection, Surveymg and Base Mapping Data Collection SurveYing and Base Mapping 24 8 16 16 8 12 2 24 4 2 4 2 8 8 2 2 Development of DeSIgn Criteria 2 8 2 _~ : s:::~~i;~~'l!:rD ~%{1i:thi;~:Lt;:~~~_i~;~2 ;~_~~-r:';'.4,>}:.+~:v~0~ij ~:ri1~~;:;;- ~ r,~,O _{,,?,lf~;::,';;;:},l;2 :r~~ t.".:~ :~l-tt~~O ;f,::::~f~'l:,,\{':;~O ~::~'~~1;::~ -:L\~Q ~?~'\1'~~2~~r;I~ :1~lO "i~~ J::-$:~t~:-'>~~~ 4 ~~::~ I>~' :'i~:"i1.6 f '~~r~:';!;rrf;:!'t-~~:4 ~:J~f2~;;~~~~!J.~ '~~~:~:~t8 .~~ '~~;)\:"Ji.i ~?~t 6 j~,~Y:~,}~\~~~~~Q' :~~=.r'L ';:7':z-:~~n '::-::J.~-~ ~.:)~.~?~~"~'O, ;Wl.t~~~(,.:r~;-:;~~;O ,,; L,aEr-c~;~;~~ ~16 ~~':;~\~;i~!;~j:::'i4 ~~'>;':Jr,~~~1~-_}r~ i~'::_i,~",~~_:~~~'52 'it [-tl~L:;;{:::r",I .:;~1\.~: ~~~:., :r~::,\f~t~_-;;:~:-: :~;:;"~$-lEl;:{i~1k;~~" ;:~-1'f~r,?:'~\~"i.S4QfQj~d ;~:?r~.~~--=v::~i 9 ;;k,~i:.~~i';,,~~}:;;!~:~~t& ;'~f~~~~i'~:,'L1:~ -; s~j3'l~:~:f~~~~~Q ~~i:$:1{~!:, ~~~~LO ~:-: ".;:"::"'.- t~o ~-'s:1~oi:J:i^,~~?fO c~~:'; 'B: 7_:::~~ 0 ,~~',f::~:.{j:l'i16 "0;.:;% -;;'!:t~~:,-;o ''''<~;~~~~:~: c:~40 Meetmgs With Property Owners 16 8 16 40 10 Environmental Documentation 10 1 SEPA Checklist (not Included) 10 2 Biological Assessment (not Included) 10 3 Permits f:::;;;~;"L ~ ~~ F'~-~.r" ~.3?:~"N,;!~~:tJ't~O, 11 Right-of-Way Plans and Legal DeSCriptions (Not Included) ",';", Design Plans Roadway Plans Roadway Sections 12 121 121 1 8 8 o o o 16 ;';;~~~aJ!,}[__~~~t~8 f,':0f:;~r~s;r;-~:;'O "~:~U::~l~}~r\,{o. ~(.:::;D7r~~~~'~Q ~~-~_~?~~-r~~to :~:;" ~~-i:3~~::i:.t~Q if"~:ARJ ';' -; ~_ -"~:O ~~1~~e:~J~C~fiL~~O '~;;$,7~:;'::,,~-' t:"' ~16 o ",::;"t~,.;-, -: icp;),ti"J~..,t,:i li~O :~~~1i1::-<::o:';t,~,~;:,:{;:.to~ ::r;'-.~6:{~~~, ;,YO :,~ ~f::-::(~~,';'~ 4"0 ;""- ~:: ~-::~~ ~ :'! 0 "=~ ~,,:::. .q;,>_ ~_ ::"30 ~~ ~~ i.1~~L~~Y:;O '\-r~:{:l;~,:-_'i;~Q ~J ~.!t:;-.=_~:~_~~r~~~o ~~~,(~:[::f~~ 7;0 :~~~':r ~ ~f~~:;;: ~?;f€';fp 4 16 24 24 o o 68 03481\wpfiles\8thSlpro Page 1 013 7/15/99 EXHIBIT B 8TH STREET: RACE STREET TO "C" STREET COST PROPOSAL Task No Task Description Principal Project Project Env Drainage Traffic Structural Design CADD Admin Totals Manager Engineer Planner Engineer Engineer Engineer Engineer Tech 12 1 2 Paving Plans and Details 12 24 60 60 156 12 1 3 Driveway Details 2 8 12 12 34 122 Drainage Plans 0 122 1 EroSion/Pollution Control Plans 2 4 16 16 38 1222 Drainage Structure Notes 2 4 30 28 64 1223 Drainage Plans 2 4 40 36 82 1224 Drainage Profiles 2 4 22 24 52 1225 Drainage Details 2 4 36 24 66 123 TraffiC Plans 0 123 1 Channelization Plans 8 16 24 40 60 148 123 2 illumination Plans 2 4 8 4 8 26 1233 Traffic Signal Plans 8 24 100 80 100 312 1234 Sign Specifications (not Included) 0 123 5 Signing Plans (not Included) 0 1236 Traffic Control Plans 8 16 32 16 32 104 124 Structural Plans 0 1241 Bndge Overlay Plans 2 4 40 32 78 124 2 Pile Cap Replacement Plans 2 2 48 32 84 1243 Structural Details 1 2 32 32 67 1244 Pedestnan Fence Replacement and/or Repairs (not I 0 125 Miscellaneous Plans 0 12 5 1 Index 2 4 8 6 20 1252 VICInity Map 1 2 6 6 15 1253 Summary of Quantities 8 16 24 16 64 1254 Construction Staging Plans 4 8 16 16 44 1255 Miscellaneous Details 4 12 16 16 48 1256 Quantity Tabulations 4 8 26 16 54 \ ":;>J/r'~ '"-: ~:l: ~''":li'c~::'~:~ ) ',::g~ '" :' ~~',~i~~~J ,,~Q ~l'~~ ;'~-;"-\;;,l;~i1r~:";:?t~~:82 :~};;',,;~,-, 'i'{';;1'8,6 ~ :">.?>~~};:-4~:1" ,,:0 h!:,g',z<.":':144, Ii,;:,;;' -":';""164 ~Jf~?~!t::':120 ?)}'~'1,~",;,.:.a80 f.;?:~:~i: ';:5411 ~~"'';~~h ~~ I~;,~~O ;;~~i"~""'1624 13 Engineer's Probable Construction Cost 2 8 16 4 4 8 24 8 74 ;;:~ ":J :,', :.:: '<i" "" cfl:-l;,z.:;:~12 f;i~~;:;,.J~l-t ?:~:;:~f..,~:F8 ~~~,~:=:~ k:~,~::_~:j ~ :ilt i'S ~~t:}, ~;~;S;Oj 32=::t.,J:.~-~~~-4 . . ::f,~~,i':;ii'!:4, Jl0:'~~,~;0;:~?'B ;',;'ft-}',~::;;2!1' ';:i;r.'::,,:;;: :.;~{) ~':;t}';t~j,f."-~-8 ;";:~~l;f'G::';:':Z4 14 Specifications 4 24 80 16 24 16 24 188 "~~it~::~'\7t~g4 ~j~~:.ff;;'~i'~"""f1t:i ~9 24 j:~,;:foT",Pf,:-,8G ~;\~'\:-~ %,;f~O J_;j;,':~-'7-;f;~,16 ';.:::.~~?::;a;ni;~4' ~~~:3"~2~v,:.i\~;1~ ~1';g ,};,: i".ASV\O< ;i:'?,~~:€,,:';":;,~O }Df~:.~~t~j?::, ;Z-4 <0'r-7"",~[;'::;'.[1 B8 15 Quality Control 0 15 1 30% 12 12 152 70% 12 12 15 3 100% 16 16 ~ :,-,", ,: o'c ,," :': 1!ii""J..~:SF: "ke ~G~!~;;~:~i;;t4Q k~~?S1x~;~- ~:l\~\ ~).!~~~O ;;; ~Y\~ !'>k:' !~t~ iQ ;-:-=':0?~:~~~~~';tQ }-<:___If ~f:~:~ '"; 0 '"r<:;):S"0~O ; _~l0'~t~;o ',;;::'~~"'~~;;r;;'q <<_",~-'~:~l~';0::;~Q , :~}~~::::" '~f~:~~O ':y:;:''"-S-j;;~;~~ :"740 16 Submittals and ReViews 0 16 1 30% Submittal 2 4 4 8 4 22 162 Incorporate 30% ReView Comments 4 12 4 4 4 8 16 52 163 70% Submittal 2 8 4 8 8 30 164 Incorporate 70% ReView Comments 4 12 4 4 4 8 16 4 56 165 100% Submittal 2 8 4 8 8 30 166 Incorporate 100% ReView Comments 4 8 4 4 4 8 16 4 52 0, r: ;,f, >0?i:-;~-:;J,'Q :e&~';"';;;;ig;; o,~ J:~ J 18 's"~~..; r,,~~{,5;1. ,J;:~':1Z0:;!V'~3~1"t 0 ,;;~;,: ,:;~;r:., ~tit12 ;""'" C;-"~i(:t2 :;~'; ,;",:>1:"'"12 ',>i:;):~'S~,..3e- :~- ~~ ,,~;;,~::::';' f/2 :;f:~,;; .i;J;~ ~ J;~28 :t'D;:;';~: ;J242 '\..^'"'; f;~;;~~'" ,., u ~ 03481lwpfiles\8thslpro Page2of3 7/15/99 EXHIBIT B 8TH STREET: RACE STREET TO "C" STREET COST PROPOSAL Task No Task Description Principal Project Project Env Drainage Traffic Structural Design CADD Admin Totals Manager Engineer Planner Engineer Engineer Engineer Engineer Tech 17 Final Plans, Specifications and Estimate I 4 8 8 16 16 8 60 :!:~'*:; '2-;Sfl *~~~-~~~~~~?4 ;t~f:f(i~<'~~:P-tf-~~~r;& :;r~:*'-"h'i~~'f?~ ;:f~f~~5;~0)::O ~:i.~~rf;f:;5~~~O ~~~ '!t.~~-;::-.:~p ~~:r~;;~~iO :;.i,fl:;'J~;;;~~16 ;~~:~X'~':-=~16 \~t,,: ~~~~:~~~^~B ;:i1~i~&~60 18 Construction Support (Not Included) 0 ;;:::,~~ .'~~~\~;: i:;~~:l;~~J~~~:f!:5:~:1!;,::~~>,:fJE:}(:}11~"~ ~~;f~7;~i:::~ S:,t~~UDtOtaJ ~"~~~t:~-~:~Q ~~~:~:SA"'J&i~t:r:?20 :;:"','ftffif[~:-:::,9, ~}ii~~,{:t~~~q ~-"<~:~0.'i0-?~Q r :~,~t:;::~~~O j€~:~~.qg- ~\:fJ;~~_[-:'~~~~~J~_q ~.rrl~ i;~4f~~~~:!lQ ~"i:::~~~::;1;:O ..D~~~{;;j-~~~~O 0 Total Hours 76 414 478 8 280 282 174 520 768 128 3,128 Hourly Rate $ 5626 $ 3588 $ 2500 $ 2433 $ 2650 $ 2833 $ 31 50 $ 1906 $ 21 84 $ 1700 Direct Labor $ 4,276 $ 14,854 $ 11,950 $ 195 $ 7,420 $ 7,989 $ 5,481 $ 9,911 $ 16,773 $ 2,176 $ 81,025 Direct Labor $ 81,025 Overhead @ 165% $ 133,691 Fixed Fee @ 30 00% $ 24,308 Direct Labor Subtotal $ 239,024 DIRECT COST SUMMARY Subconsultants Polans (surveYing) $ 32,979 $ 32,979 Mileage & Ferry Tolls $ 800 Reproduction $ 2,000 Meals $ 150 $ 2,950 Total Direct Cost $ 35,929 Grand Total $ 274,953 034811wpfilesl8thstpro Page 3 of 3 7115199 JVL-21-1~~9 .08:55 P.01 Polaris Engineering and Surveying, Inc. 206 South Lincoln Street. Suite 201 Port Angeles, Washington 98362 (360) 452-5393 FAX: (360) 457-9319 e-mail: polaris@olympus.net July 20, 1999 City of Port Angeles do Harding Lawson Associates Infrastructure, Inc 411 1 oath Avenue N.E" Ste. 400 Bellevue, Wa. 98004 Attn.: Project: C~rl Einfeld Fax: (425) 453-6779 (REVISEDI final) City of Port Angeles, 8th Street reconstruction from Race 81. to C 5t. (approx. 7500 feet) - Right of Way and Topographic mapping Dear Carl: Following is the final scope of work to complete topographic mapping needed for this project, and to establish location of right of way limits within the project area. This scope does not include field inventory and measure downs of manholes and catch basins. Based on the information received, the city has completed an inventory of the pipes inside of the structures, including type, size and measurements down from the top- This information would be used to develop invert elevations of the pipes inside of the structures, and to develop information regarding the size and types of these pipes. Scope of services: _ Establish horizontal and vertical control within the project area as needed. _ Locate controlling monuments of the 8th Street ~nd intersecting streets right of way, interpret and establish right of way lines within the project area, Perform a field survey within right of way to locate: street cross-sections at 50 - 75 feet inteNals. or as necessary to locate the toef top of slope in the areas without existing sidewalk. This is a minimum density required to attain accuracy for 2 foot contour interval. Higher density of the coverage would be maintained in the areas of intersections in order to provide sufficient information for the design of drainage facilities. Break lines, curb lines, ditches, topl toe of cut or embankments, driveway approaches. curb returns, identify types of surface (pavement vs. concrete, gravel, soil. eto.). Underground utilities (sanitary sewer, storm drain, water lines, telephone, power if any) based on surface marking provided by other~ and other information available from the city. JV~~21-1~~9 , 08:55 P.02 Sewer manholes and storm catch basins. Survey monuments at lot corners along the right of way. Other features as appropriate (Le. large tree near the corner of 8th St. and Cherry St.). Data processing: Complete processing and compilation of the field data, include right of way data and prepare a hard copy of the map at the scale 1";;;:50'. Merge new digital data with the existing topographic data from the city 1995 ~eri~l mapping project. Prepare the final digital file in ACAD V.14 fo rrnat. Oeliverables: The hard copy of the map at the scale of 1 "=50', composite digital data file with appropriate layering identi1ication in ACAD V. 14 format. Note: ffLA far THe 81W will provide at no cost personnel a&>f18Ented (ilJ3J3reM/\ 88 hrs' to direct traffic when field su~ey work is performed withinltr~:.I..E1. area5--_ tAl pFBjeet. AL"'" .. J /11- ~aJq.,. 'C cd f?C4.-Ce.) Peo.bocly ~ tH-CO'" Sn---c-~. Enclosed is the spreadsheet with cost plus fixed fee for the work outlined in this letter. Please, let me know if you have any questions. Sincerely, /k;~ Vit Liskutin, LS. Survey M~nager c.c. file 2 JUL-21-1999 , 08:55 . . . . . Consultant Fee Determination - Sl.Itntn51ry Sheet July 20. 1999 linill city of Port Angeles eJa Mardin; lAw~n Assoe. 411 10eth Ave. NE, Ste. 400 Bcllcvue, WA. 90004 PI'ClJeet: S'th Street reconstruction} survl!~ng. l\'I~pplng ..____*....._ _................._.. .... .................._...__...__.............".........\IHIII............. ....... .....-...-...-..,."'.-.r1t11'tll1f1fn.. SUrYeyinll. milPJJing DIRECT SALARY COST (DSC)' Classification Man Hours x Rate ;;; CDBt F'rinclpal 1000 x 3813 $ 381.30 Prof~sslonal Land Surveyor 3000 x 2300 $ 69000 aurvey Te~nician 1 es.Oo x 1900 $ 3,13500 Party Chief GO.oo )( 23.00 $ 1,~eo.QQ Party Chief 180.00 )( 19.00 $ 3,61000 Survey Crew Member 190.00 )( 1100 $ 2,000,00 survey Crew Member 0.00 x a 50 $ 000 om..\: Admini$V<llol IJ.OO x 16.00 $ 0.00 CI9ncal Staff 0.00 x 11.25 S 0.00 TOTAL DSC 11,286 30 OVERHEAD: OH Rate x DSC 167.20OJ. )( $11.2a6.~ ii $ 1e,J06.38 FIXED FEE (FF): FF Rate x DSC 30% )( $11,2S6.30 $ 3,3SS.SI1 REIM8URSABLES. Mileage field Truok )( $(j.42 $ O(J(l OPS 1ii.'1l1lllment (Iler hour} 0 X $5.00 " $ 0.00 Vi(ft~i~ GRANO TOTAL 32,978 57 -------..... ------- P.03 TOTAL P.03