HomeMy WebLinkAbout051115_ca05Department of Public Works
O Consent Agenda
Page 1 of 2
Jefferson County
Board of Commissioners
Agenda Request
To: Board of Commissioners
Philip Morley, County Administrator
From: Monte Reinders, P.E., Public Works Director /County Engineer]
Agenda Date: May 11, 2015
Subject: Professional Services Agreement with
Materials Testing Et Consulting, Inc.
Paradise Bay Road, Phase II
Co. Rd. No. 503608, CR1873
M.P. 0.37 to M.P. 1.53
Statement of Issue:
Professional Services Agreement with Materials Testing Ft Consulting, Inc. of Silverdale,
WA. for providing Materials Testing and Inspection services for the Paradise Bay Road,
Phase II, CR1873 project.
Analysis /Strategic Goals /Pro's ft Con's:
This project is included in the officially adopted 2015 -2020 Transportation Improvement
Program as Item No. 10. This project is also included in the adopted 2015 Annual
Construction Program as item No. 8. The purpose of this project is to construct 11 foot
lanes, 4 foot wide paved shoulders, drainage improvements, asphalt paving, signing,
striping and other work, for this segment of Paradise Bay Road.
This agreement will provide Materials Testing and Inspection services by Materials Testing
Et Consulting, Inc. for the Construction Engineering phase. The required services for this
project consist of: native ground and aggregates sampling, testing, and reporting. Public
Works staff used a consultant selection process to select this consultant from the MRSC
Consultant Roster as the most highly qualified consultant.
Fiscal Impact/Cost Benefit Analysis:
The maximum amount payable for consultant services under this Consultant Agreement is
$7,500.00. This project has grant funding from the Rural Arterial Program (R.A.P.)
administered via the State of Washington County Road Administration Board. The cost for
these consultant services will be eligible for reimbursement from the R.A.P. funding at the
rate of 90 %.
Recommendation:
The Board is asked to execute the three (3) originals of the Professional Services
Agreement with Materials Testing 8 Consulting, Inc., and return two (2) signed originals to
Public Works (attn. John Wayand).
Department of Public Works
O Consent Agenda
Page 2 of 2
Department Contact: John Wayand, Project Manager, 385 -9377
R 1ep By
ip Morl ounty Administra r Date
PROFESSIONAL SERVICES AGREEMENT FOR
MATERIALS SAMPLING, TESTING, AND INSPECTION
THIS AGREEMENT is entered into between the County of Jefferson, a municipal corporation,
hereinafter referred to as "the County ", and Materials Testing & Consulting, Inc., hereinafter
referred to as "the Consultant ", in consideration of the mutual benefits, terms, and conditions
hereinafter specified.
Project Designation. The Consultant is retained by the County to provide materials
sampling, testing, and inspection services for the Paradise Bay Road, Phase II project.
2. Scope of Services. Consultant agrees to perform the services, identified on Exhibit "A"
attached hereto, including the provision of all labor.
3. Time for Performance. Work under this contract shall commence upon the giving of
written notice by the County to the Consultant to proceed. Consultant receipt of a
Purchase Order shall constitute said notice. Consultant shall perform all services and
provide all work product required pursuant to this agreement on the dates listed on
Exhibit "A ". This agreement is to remain in effect through October 31, 2015.
4. Payment. The Consultant shall be paid by the County for completed work and for
services rendered under this agreement as follows:
a. Payment for the work provided by Consultant shall be made as provided on
Exhibit "B" attached hereto, provided that the total amount of payment to
Consultant shall not exceed $7,500.00 without express written modification of the
agreement signed by the County.
b. The consultant may submit invoices to the County once per month during the
progress of the work for partial payment for project completed to date, up to 80%
of total project costs. Such vouchers will be checked by the County, and upon
approval thereof, payment will be made to the Consultant in the amount approved.
C. Final payment of any balance due the Consultant of the total contract price earned
will be made promptly upon its ascertainment and verification by the County after
the completion of the work under this agreement and its acceptance by the
County.
d. Payment as provided in this section shall be full compensation for work
performed, services rendered and for all materials, supplies, equipment and
incidentals necessary to complete the work.
e. The Consultant's records and accounts pertaining to this agreement are to be kept
available for inspection by representatives of the County and state for a period of
three (3) years after final payments. Copies shall be made available upon request.
Paradise Bay Road, Phase II
Pagel of 6
5. Ownership and Use of Documents. All documents, drawings, specifications and other
materials produced by the Consultant in connection with the services rendered under this
agreement shall be the property of the County whether the project for which they are
made is executed or not. The Consultant shall be permitted to retain copies, including
reproducible copies, of drawings and specifications for information, reference and use in
connection with Consultant's endeavors.
6. Compliance with laws. Consultant shall, in performing the services contemplated by this
agreement, faithfully observe and comply with all federal, state, and local laws,
ordinances and regulations, applicable to the services to be rendered under this
agreement.
7. Indemnification. Consultant shall indemnify, defend and hold harmless the County, its
officers, agents and employees, from and against any and all claims, losses or liability, or
any portion thereof, including attorney's fees and costs, arising from injury or death to
persons, including injuries, sickness, disease or death to Consultant's own employees, or
damage to property occasioned by a negligent act, omission or failure of the Consultant.
8. Insurance.
The Consultant shall obtain and keep in force during the terms of the Agreement, policies
of insurance as follows:
If and only if the Consultant employs any person(s) in the status of employee or
employees separate from or in addition to any equity owners, sole proprietor, partners,
owners or shareholders of the Consultant, Worker's Compensation Insurance in an
amount or amounts that are not less than the required statutory minimum(s) as established
by the State of Washington or the state or province where the Consultant is located.
Commercial Automobile Liability Insurance providing bodily injury and property
damage liability coverage for all owned and non -owned vehicles assigned to or used in
the performance of the work for a combined single limit of not less than $500,000 each
occurrence with the COUNTY named as an additional insured in connection with the
CONSULTANT'S performance of the contract.
General Commercial Liability Insurance in an amount not less than a single limit of one
million dollars ($1,000,000) per occurrence and a aggregate of not less than two (2) times
the occurrence amount ($2,000,000.00 minimum) for bodily injury, including death and
property damage, unless a greater amount is specified in the contract specifications. The
insurance coverage shall contain no limitations on the scope of the protection provided
and include the following minimum coverage:
a. Broad Form Property Damage, with no employee exclusion;
b. Personal Injury Liability, including extended bodily injury;
C. Broad Form Contractual /Commercial Liability — including completed operations;
d. Premises — Operations Liability (M &C);
e. Independent Contractors and subcontractors;
Paradise Bay Road, Phase II
Page 2 of 6
Blanket Contractual Liability.
The County shall be named as an additional insured party under this policy.
Such insurance coverage shall be evidenced by one of the following methods:
* Certificate of Insurance;
* Self- insurance through an irrevocable Letter of Credit from a qualified financial
institution.
Certificates of coverage as required by this section shall be delivered to the County
within fifteen (15) days of execution of this agreement.
Any deductibles or self - insured retention shall be declared to and approved by the County
prior to the approval of the contract by the County. At the option of the County, the
insurer shall reduce or eliminate deductibles or self - insured retention or the Consultant
shall procure a bond guaranteeing payment of losses and related investigations, claim
administration and defense expenses.
The Consultant shall include all subcontractors as insured under its insurance policies or
shall furnish separate certificates and endorsements for each subcontractor. All insurance
provisions for subcontractors shall be subject to all of the requirements stated herein.
Failure of the Consultant to take out and /or maintain any required insurance shall not
relieve The Consultant from any liability under the Agreement, nor shall the insurance
requirements be construed to conflict with or otherwise limit the obligations concerning
indemnification.
It is agreed by the parties that insurers shall have no right of recovery or subrogation
against the County (including its employees and other agents and agencies), it being the
intention of the parties that the insurance policies so affected shall protect both parties
and be primary coverage for any and all losses covered by the above described insurance.
It is further agreed by the parties that insurance companies issuing the policy or policies
shall have no recourse against the County (including its employees and other agents and
agencies) for payment of any premiums or for assessments under any form of policy. It
is further agreed by the parties that any and all deductibles in the above described
insurance policies shall be assumed by and be at the sole risk of the Consultant.
It is agreed by the parties that judgments for which the County may be liable, in excess of
insured amounts provided herein, or any portion thereof, may be withheld from payment
due, or to become due, to the Consultant until such time as the Consultant shall furnish
additional security covering such judgment as may be determined by the County.
The County reserves the right to request additional insurance on an individual basis for
extra hazardous contracts and specific service agreements.
Any coverage for third party liability claims provided to the County by a "Risk Pool"
created pursuant to Ch. 48.62 RCW shall be non - contributory with respect to any policy
Paradise Bay Road, Phase II
Page 3 of 6
of insurance the Consultant must provide in order to comply with this Agreement.
If the proof of insurance or certificate indicating the County is an "additional insured" to
a policy obtained by the Consultant refers to an endorsement (by number or name) but
does not provide the full text of that endorsement, then it shall be the obligation of the
Consultant to obtain the full text of that endorsement and forward that full text to the
County.
The County may, upon the Consultant's failure to comply with all provisions of this
contract relating to insurance, withhold payment or compensation that would otherwise
be due to the Consultant.
9. Independent Contractor. The Consultant and the County agree that the Consultant is an
independent contractor with respect to the services provided pursuant to this agreement.
Nothing in this agreement shall be considered to create the relationship of employer and
employee between the parties hereto. Neither Consultant nor any employee of
Consultant shall be entitled to any benefits accorded County employees by virtue of the
services provided under this agreement. The County shall not be responsible for
withholding or otherwise deducting federal income tax or social security or for
contributing to the state industrial insurance program, otherwise assuming the duties of
an employer with respect to Consultant, or any employee of Consultant.
10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or
retained any company or person, other than a bonafide employee working solely for the
Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any
company or person, other than a bonafide employee working solely for the Consultant,
any fee, commission, percentage, brokerage fee, gifts, or any other consideration
contingent upon or resulting from the award or making of this contract. For breach or
violation of this warranty, the County shall have the right to annul this contract without
liability or, in its discretion to deduct from the contract price or consideration, or
otherwise recover, the full amount of such fee, commission, percentage, brokerage fee,
gift, or contingent fee.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it
under this agreement, will not discriminate on the grounds of race, color, national origin,
religion, creed, age, sex or the presence of any physical or sensory handicap in the
selection and retention of employees or procurement of materials or supplies.
12. Assignment. The Consultant shall not sublet or assign any of the services covered by this
agreement without the express written consent of the County.
13. Non - Waiver. Waiver by the County of any provision of this agreement or any time
limitation provided for in this agreement shall not constitute a waiver of any other
provision.
Paradise Bay Road, Phase II
Page 4 of 6
14. Termination.
a. The County reserves the right to terminate this agreement at any time by giving
ten (10) days written notice to the Consultant.
b. In the event of the death of a member, partner or officer of the Consultant, or any
of its supervisory personnel assigned to the project, the surviving members of the
Consultant hereby agree to complete the work under the terms of this agreement,
if requested to do so by the County. This section shall not be a bar to
renegotiations of this agreement between surviving members of the Consultant
and the County, if the County so chooses.
15. Notices. Notices to the County of Jefferson shall be sent to the following address:
Jefferson County Public Works
623 Sheridan Street
Port Townsend, WA 98368
Notices to Consultant shall be sent to the following address:
Materials Testing & Consulting, Inc.
5451 N.W. Newberry Hill Road, Suite 101
Silverdale, WA. 98383
16. Integrated Agreement. This Agreement together with attachments or addenda, represents
the entire and integrated agreement between the County and the Consultant and
supersedes all prior negotiations, representations, or agreements written or oral. This
agreement may be amended only by written instrument signed by both County and
Consultant.
Paradise Bay Road, Phase II
Page 5 of 6
DATED this
SIGNATURE PAGE
Materials Testing & Consulting, Inc.
Name of Consultant
SIGNATURE PAGE
day of
QuLinwe-
Consult is re t i (lease print)
(Si ature)
�� %�llthaiQrG.r.
Title
Date
20
JEFFERSON COUNTY
BOARD OF COMMISSIONERS
David W. Sullivan, Chair
Phil Johnson, Member
Kathleen Kler, Member
A proved as to rm only:
%
David Alvarez Date
Deputy Prosecutin Attorney
Monte errs—, P.E. Date
Public Works Director /County Engineer
Paradise Bay Road, Phase I1
Page 6 of 6
EXHIBIT A
SCOPE OF SERVICES FOR MATERIALS SAMPLING, TESTING, AND
INSPECTION
The CONSULTANT will collect and transport material samples, perform materials tests, and prepare test
reports for native ground density and aggregates. Services will be for the Paradise Bay Road, Phase II
Project in Port Ludlow, WA. Testing will be performed in accordance with the WSDOT 2014 Standard
Specifications, WSDOT Materials Manual, WSDOT Construction Manual, and the project Contract
Provisions and Plans. The scope of work consists of the following tasks:
1. Preconstruction Meeting
2. Materials Sampling and Laboratory Materials Testing
3. Materials Inspection and Compaction Testing
The assumed project schedule constraints are as follows:
1. Anticipated Construction Start Date: Between May 18 and May 26, 2015.
2. Anticipated Construction End Date: August 31, 2015
Task 01 - Preconstruction Meeting
The CONSULTANT will attend and participate in the preconstruction meeting held at the Jefferson
County Department of Public Works. Prior to the meeting, the CONSULTANT will review the draft
Agenda and identify any material testing discussion items that should be included or excluded.
Assumptions
• Jefferson County will prepare the Preconstruction Meeting Agenda and Meeting Minutes.
• Preconstruction Meeting date: May 12, 2015 (tentative).
Deliverables
• Draft meeting agenda comments and meeting participation.
Task 02 — Materials Sampling and Laboratory Materials Testing
The CONSULTANT will conduct the following tests in accordance with the above listed manuals and
documents:
Paradise Bay Road, Phase II
Page 1
Estimated Test
Procedure No.
Test Method
Quantity
Aggregate Module
1 -- Gravel Borrow
AASHTO T -2
WSDOT FOP for AASHTO for the Sampling of Aggregates
2 -- CSBC
1 — Gravel Backfill
pipe bedding
AASHTO T-
FOP for WAQTC / AASHTO for the Sieve Analysis of Fine & Coarse
1 -- Gravel Borrow
27/T11
Aggregates
2 -- CSBC
Paradise Bay Road, Phase II
Page 1
Procedure No.
Test Method
Estimated Test
Quantity
1 — Gravel Backfill
pipe bedding
1 -- Gravel Borrow
AASHTO T -176
WSDOT FOP for AASHTO for Determining the Plastic Fines in Graded
2 -- CSBC
Aggregate by Use of the Sand Equivalent Test
1 — Gravel Backfill
pipe bedding
1 -- Gravel Borrow
AASHTO T -248
WSDOT FOP for AASHTO for Reducing Field Samples of Aggregates
2 -- CSBC
to Testing Size
1 — Gravel Backfill
pipe bedding
1 -- Gravel Borrow
AASHTO T -255
WSDOT FOP for AASHTO for Determining the Total Moisture Content
2 -- CSBC
of Aggregate by Drying
1 — Gravel Backfill
pipe bedding
1 -- Gravel Borrow
AASHTO T -335
FOP for AASHTO for Determining the Percentage of Fracture in Coarse
2 -- CSBC
Aggregate
1 — Gravel Backfill
pipe bedding
Embankment and Base Density Module
AASHTO T -310
WSDOT FOP for AASHTO for In -Place Density and Moisture Content
4 Tests
of Soil and Soil Aggregate by Nuclear Method
WSDOT SOP
Determination of the % Compaction for Embankment & Untreated
As needed
615
Surfacing Materials Using the Nuclear Moisture- Density Gauge
Assumptions
• Approximately 3,725 C.Y. of Roadway Excavation will be removed. Compaction testing will be
done on the compacted native soil.
• Approximately 210 C.Y. of Structure Excavation will be removed. Compaction testing will be
done on the compacted native soil.
• Approximately 765 C.Y. of Gravel Borrow Incl. Haul will be placed. Maximum Density /Optimal
Moisture, Gradation, Sand Equivalent, and Compaction testing will be done.
• Approximately 2020 C.Y. Crushed Surfacing Base Course will be placed. Maximum
Density /Optimal Moisture, Gradation, Sand Equivalent, Fracture, and Compaction testing will be
done.
• Approximately 55 C.Y. Gravel Backfill for Pipe Zone Bedding will be placed. Maximum
Density /Optimal Moisture, Gradation, Sand Equivalent, Fracture, and Compaction testing will be
done.
• The CONSULTANT will verify that the materials meet the contract requirements based upon
testing results. The CONSULTANT will monitor the condition of materials for changes.
• The CONSULTANT will provide all test reports to the AGENCY without delay.
• The CONSULTANT will provide clarification of materials testing procedures when requested.
• The AGENCY will provide copies of the project Contract Provisions and Plans for the
CONSULTANT'S use on this project.
Paradise Bay Road, Phase II
Page 2
Deliverables
• WSDOT standard test reports or equivalent reports with test results.
Task 03 — Materials Inspection and Compaction Testing
The CONSULTANT will observe the compaction of the Roadway Excavation and Structure Excavation
and test the compaction using a nuclear density gauge and meeting the requirements of WSDOT Standard
Specification Section 2- 03.3(14)C and Section 2- 03.3(14)D.
The CONSULTANT will observe the placement and test compaction of the Gravel Borrow using a
nuclear density gauge and meeting the requirements of WSDOT Standard Specification Section 2-
03.3(14)C and Section 2- 03.3(14)D.
The CONSULTANT will observe the placement and test compaction of the Crushed Surfacing Base
Course using a nuclear density gauge and meeting the requirements of WSDOT Standard Specification
Section 4- 04.3(5) and Section 2- 03.3(14)D.
The CONSULTANT will observe the placement and test compaction of the Gravel Backfill for Pipe Zone
Bedding using a nuclear density gauge and meeting the requirements of WSDOT Standard Specification
Section 7- 08.3(1)C) and Section 7- 08.3(3).
Assumptions
• The CONSULTANT will provide all test reports to the AGENCY without delay.
Df-1 iverahl es
• WSDOT standard test reports or equivalent reports with test results.
Paradise Bay Road, Phase II
Page 3
EXHIBIT B
FEE SCHEDULE
PARADISE BAY ROAD, PHASE II
Materials Testing & Consulting, Inc.
HOURLY BILLING RATES
JOB TITLE
RATE
PRINCIPAL
$0.00
TECHNICAL MANAGEMENT
$75.00
FIELD TECHNICIAN /INSPECTION
$50.00
FIELD TECHNICIAN /SAMPLE PICK -UPS
$50.00
CLERICAL
$0.00
NOTES:
Rate includes salary, overhead, profit, tools, materials, and equipment.
Travel time will be paid at the regular hourly rate.
UNIT TEST COSTS
TEST NAME
UNIT COST
COMPACTION /NUCLEAR GAUGE
$0.00 PER DAY
MOISTURE DENSITY RELATIONSHIP
$175.00 PER TEST
GRADATION
$95.00 PER TEST
SAND EQUIVALENCY
$80.00 PER TEST
FRACTURE
$60.00 PER TEST
DIRECT EXPENSES
EXPENSE UNIT COST
MILEAGE $0.00 PER MILE
MONTHLY INVOICES
The Agency will disallow all or part of any claimed cost, which is not adequately supported by
documentation. Consultant invoices shall include the following information:
• Name of each employee that worked on the project in the billing period
• Each employee's job classification
• Each employee's hours worked
• Each employee's hourly wage rate
• The total wages paid each employee
• Copies of all direct expense invoices or bills
• Mileage charges will be supported by departure and arrival odometer readings for all vehicles used
for the billing period work.
Paradise Bay Road, Phase 11
T
m
m
N
N
Q
Q
w
g
I
<�
QU
Q
J
�Q
�Q
w
W
J
W
J
w
W
In
W
J W
W
J Q
J
~
O
H
O
EO
N J
EA
U3
EA
fA
I
i,
Esi
7
W
O�
O
t9
N
69
V3
N
N
W
Y
°o
O
W
O
�
W
Ui
m
N
t00
EA �
W
V
N 0
0
'
Z
Q
Q
J
c?
H
j
-
d
m
C)
C)
w
�
w
a
U) Q
F Q
a
C7
Q
a
a
D
HN
0'
Z
a
o0
00
A
0
0
A
0
o
000
ui
vo
0 0
a
o
�UZ
O
0O,
�n
a
F»
e»
w
va
W
d
O
cn
(n
W
of
J
a
0
U
w 0
0
Cl
H
a
o
o
0
0
F»
0
0
0
v>
0
0
0
F»
0
0
0 0
0
0
e»
0
o
0 0
p o
F»
0
e»
d
U Q
�
a
N
0
z
w
U
H
C)
0
0
0
0
0 0
0
0
0
0
0
0
0
0 0
0
0
0
0 0
o
O
'F'�
a
U
v
o
co
�n
rn
o
M
o
a
o
o r
o
ri
o v
ui
-W
' o
K
Q
e�
r»
e»
<»
Ln
I--
~
0'
U
w
JO
en
of
vi
lli
<»
Q1
z
S
p
M
D
O
Q:
o
0
0
0
0
0
0
0
0 0
0
0
0
0
0
00
00
0
0
o
0
p
o
00
0
0 0
0 0
0
0
0
W_
..
0
0
0.
0
0
0.
0
0
0.
0
0
0
0. 0
0
0�
o.
o
°�
H J
°o
=
Z5
X z
W a
0 0
0
0
0
W
0
0
0
0
0
6.
O
O
0
0
O
O
O
'O
�
0
0
0 0
O r
0
O
0
O
0
N
0 o
10
F i
L Y
dj
EA
69
fA
�
M
�
W;
p
0
L
w
LL E
Q
o
0
0
0
0
..
0
0
0
00
0 0
00
0
0
0
0 0
0 0
°p
W
D
�a
I
�
�
r
Oz
o
00
0
00
o°p
m
09
0
E
c m
o
Lo
=
»
�
H w
�
a
yl
�
W�
0
0
0
0 o
o o�
w
o
0
0
0
0
0�
0
0
0
0
0
0�
0
0
0
0
0
0�
0
o
0
o
0 0
�0 0
0
0
0
0�
o
0 0
o� o
°q
Wi
m
W
-
o
=
m
Z'
a
�
y ',
z
z
W''
M F- --
w
NU
7Q
�N
NU
- t— In
J'
W
N al
o
O
z
C
O
J
SJ
a
S
S
2 H W ''�
0
0
a
o
0
a. u
W a'
J
?
J
N
m
E
o
c
'
O
o
O
N
N
Q
CL
U
CO
N
d
I
o
>- H
a
m 0
Q
q
m
a
M
~
m E L
E
;G
LU
°
m
w
m
'�'
af
m
p H W
E
E
E
Q
z
Z
O
F-
m >�
�
>
m
NN
} d
Q
0 0
O
@
U
0
0
a 0 0
H
61',4
H
U
F1
,
H
T
m
m
N
N
0
O
(0
m
N
(0
I
I
I
(
i
j
I
I
I
I
o
C-
p,
o
N
N m�
L
0I O X
cja.W o
I mic
U N _
- c d
L
a T
W m.0
O y Y
C N i
0. N N
ov m p
C C m «
m a N
U N
« N
a c
W
o
Z
i
-..CD .
0
o o
0 0
0 0
0 0
0
g
0
0
al
� "I
00
Lf)
f,9
0
F
N
O
N
G0
n
a
W
n
c
c
0
I n
°1
I
c
K w
p
N
p
W
mO' W X
m'
U
N
. Y
z UI.0
o'
d
N
'
cn 0
I I
li N
w w
J
w
IL
m
w m
�O
W
N U 2
U
X
j
m v~i w
w m
i
s
W
o LLJ
!
OR
w
T
r Z
0 0 o
0
O
(0
m
N
(0