HomeMy WebLinkAbout080315_ca03Department of Public Works
O Consent Agenda
Page 1 of 1
Jefferson County
Board of Commissioners
Agenda Request
To: Board of Commissioners
Philip Morley, County Administrator
From: Monte Reinders, P.E., Public Works Director /County Enginee L.
Agenda Date: August 3, 2015
Subject: Professional Services Agreement with Clark Land Office for
Dowans Creek Road Realignment, County Project No. CR17993,
FEMA Disaster No. 1734 -DR -WA
Statement of Issue: Professional Services Agreement with Clark Land Office of
Sequim, Washington for construction surveying services for the Dowans Creek Road
Realignment.
Analysis /Strategic Goals /Pro's 8 Con's: The consultant selection process was used to
select Clark Land Office for this work. The work will consist of construction staking
for the Dowans Creek Road Realignment project, scheduled for August- September,
2015.
Fiscal Impact /Cost Benefit Analysis: The maximum amount payable under this
agreement is $29,680. Funding for this project is 75% FEMA, 12.5% Washington State,
and 12.5% Jefferson County.
Recommendation: The Board is requested to sign all three originals of the
Professional Services Agreement with Clark Land Office, and return two originals to
Public Works.
Department Contact: Mark Thurston, P.E., Project Manager, 385 -9160.
Reviewed By. /
ip MorW, County d trator Date
r0- 49
RECEIVED JUL 0 9 2015
PROFESSIONAL SERVICES AGREEMENT FOR
Construction Surveying Services
Dowans Creek Road Realignment
County Project No. CR17993
THIS AGREEMENT is entered into between the County of Jefferson, a municipal corporation,
hereinafter referred to as "the County ", and Clark Land Office of Sequim, Washington,
hereinafter referred to as "the Consultant ", in consideration of the mutual benefits, terms, and
conditions hereinafter specified.
1. Project Designation. The Consultant is retained by the County to perform construction
surveying services for the Dowans Creek Road Realignment 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 shall be effective through December 31, 2015.
4. Payment. The Consultant shall be paid by the County for completed work and for
services rendered under this agreement as follows:
rev. 3/2015
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 $29,680 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.
Page t of 6
4�
`I' l
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.
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.
rev. 3/2015
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;
Page 2 of 6
v
rev. 32015
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;
f. 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.
Page 3 of 6
�r
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
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.
rev. 32015
Page 4 of 6
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.
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:
Clark Land Office
P.O. Box 2199
Sequim, WA 98382
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.
�. 3,20 15 Page 5 of 6
SIGNATURE PAGE
DATED this day of , 20
SIGNATURE PAGE
CLARK LAND nPPICP. PT.T.0
Name of Consultant
SG a T x., cG R2,C
Consultant's R resentative (Please print)
Signature)
D C"I -r��z
Title
Date
rev. 3/2015
Page 6 of 6
JEFFERSON COUNTY
BOARD OF COMMISSIONERS
David W. Sullivan, Chair
Phil Johnson, Member
Kathleen Kler, Member
pproved as rit: m only:
3a IS-
David Alvarez 0 bate
Deputy Prosecuting Attorney
— — V t �21' 71,;, w -
Monte Rein ers, P.E. Date
Public Works Director /County Engineer
EXHIBIT A
SCOPE OF WORK
CONSTRUCTION SURVEYING SERVICES
DOWANS CREEK ROAD REALIGNMENT
COUNTY PROJECT NO. CR17993
INTRODUCTION
This agreement provides for construction surveying services that will be necessary during
construction of the Dowans Creek Road Realignment.
ADMINISTRATION AND COORDINATION
The Consultant will be required to continually coordinate with the Agency the work effort involved
in all tasks under this agreement. Work completed under this task shall include the following:
A. Provide one -on -one liaison between the Agency Project Manager and Consultant team.
B. Provide notification of anticipated delays or problems.
C. Provide monthly invoice, which shall include the following:
a. Name of each employee that worked on the project in the billing period
b. Each employee's job classification
c. Each employee's hours worked
d. Each employee's hourly wage rate
e. Each invoice will also include all direct non -salary costs and copies of supporting invoices
or bills. The Agency will disallow all or part of any claimed cost, which is not adequately
supported by documentation.
D. The Consultant shall coordinate the work effort for this project with the Agency's schedule and
the construction activities of the Contractor, through the duration of the project. All construction
staking times shall be coordinated through the Agency.
Page 1 of 3
CONSTRUCTION STAKING
This work consists of providing construction surveying for the items identified in this scope of
work for the construction of the project. The Consultant shall perform the necessary surveying to
establish horizontal and vertical control of the roadway, to ensure that the project is staked and
constructed at the proper location and grades. The Consultant shall coordinate work with the
Agency to ensure meeting the Contractor's schedule. The Consultant shall provide professional
guidance on procedures and methods involved in this work to the Agency when necessary. The
construction staking described below shall apply to the road realignment between Station 10 +00
and Station 49 +68, unless otherwise noted. It is anticipated that the construction staking for this
project will require the following work:
A. Coordinate work with Agency.
B. Review of proposed project construction plans and AutoCAD drawings provided by the
Agency. Calculation and preparation of roadway points for construction staking. Uploading
of field staking data to surveying equipment.
C. Establish additional surveying control for construction staking as needed.
D. Set and/or re -set the construction centerline of the alignment by placing stakes or flagging on
centerline at points on the alignment spaced no further than 100 feet. Centerline stations will
not need to be set between approximate Station 14 +50 and approximate Station 32 +70.
Centerline stations were previously set between Station 32 +70 and Station 49 +00 by
Johnston Land Surveying (of Port Angeles, Washington) at 100 foot intervals in December,
2014. If the Consultant chooses to reset the existing stakes /flagging, then the same color
flagging shall be used for the new staking in order to prevent confusion.
E. Set or re -set clearing limits, placing stakes or flagging at all angle points and at intermediate
points not more than 50 feet apart. The clearing and grubbing limits shall be 5 feet beyond
the toe of a fill and 5 feet beyond the top of a cut unless otherwise shown in the Plans.
Clearing limits were previously set between Station 32 +70 and Station 49 +00 by Johnston
Land Surveying (of Port Angeles, Washington) at all angle points and a maximum 50 ft.
interval in December, 2014. The Consultant shall either remove or reset this flagging. If the
Consultant chooses to reset the existing flagging, then the same color flagging shall be used
for the new staking in order to prevent confusion.
F. Set grading limits, placing slope stakes at centerline increments not more than 50 feet apart.
Establish offset reference to all slope stakes. Reference slope stakes to be set at 5 foot offset
from all primary slope stakes (or as requested by the Agency's contractor).
G. Establish roadbed surfacing elevation by placing stakes at the top of the Crushed Surfacing
Base Course layer (final surface). The stakes shall be set at horizontal intervals not greater
than 50 feet in tangent sections, and 25 feet in curve sections with a radius less than 300 feet.
Stakes shall be placed at the centerline and roadway edges. Stakes shall consist of hubs with
whiskers.
Page 2 of 3
H. Stake the horizontal and vertical locations of seven proposed culverts. Set offset stakes if
required per discussion with the Agency's Contractor.
The Consultant shall ensure a surveying accuracy within the following tolerances:
Vertical Horizontal
Slope stakes ±0.10 feet ±0.10 feet
Subgrade grade stakes set
0.04 feet below grade
Stationing on roadway
Alignment on roadway
Surfacing grade stakes
±0.05 feet
±0.5 feet
(parallel to alignment)
±0.1 feet
(normal to alignment)
N/A
±0.5 feet
N/A
±0.04 feet
±0.05 feet
±0.5 feet
(parallel to alignment)
±0.1 feet
(normal to alignment)
Page 3 of 3
EXHIBIT B -- FEE DETERMINATION
DOWANS CREEK ROAD RELOCATION
COUNTY PROJECT NO. CR17993
Date 5/21/2015
Work Description
Principal
Surveyor
$90.00
Crew
2-person
$181.00
Technician
$80.00
Admin
Assistant
$50.00
Total
Hours
Total
Cost
blTice work:
Coordination with Agency
cost
Included in hourly rates___
Included in hourly rates
Included in hourly rates
- - --
NIA I
$0.00
$90.00
Included in hourly rates
$0.00
Review of proposed project construction plans
1
Calculation of roadway points for staking_
7
$630.00
Field work:
Stake construction centerline -prior fociead-g4
$1081-0.-00
$7,240.00
—10
-
Stake clearing limits
40
Stake grading limits with offsets
60
$10,860.00
Stake CSBC surface elevation
40
$7,240.00
Stake culvert locations
10
$1,810.00
Total All Eknvwnts
160
0
0
0
$28,960.00
$0.00
—IF.-00
$29,6801111 1
Reimbursible Expenses
Rate
Total
Item
Travel and Per Diem
Recordirn Fees plus misc. -reproductions
Computer F&wlets
Communication
Sub-Consultants
Surve y su Pp les
cost
Included in hourly rates___
Included in hourly rates
Included in hourly rates
- - --
NIA I
Included in hourly rates
$0.00
Total Labor and Direct Costs $29,680.00
F
LAND SURVEYING
MAPPING
DEVELOPMENT CONSULTING
CONSTRUCTION SURVEYING
June 11, 2015
Jefferson County Public Works
Attention: Mark Thurston, P.E.
623 Sheridan Street
Port Townsend, WA 98368
Dear Mr. Thurston,
935 North Fifth Avenue • P.O. Box 2199
Sequim, Washington 98382
Office (360) 681 -2161 • Fax (360) 683 -5310
Toll Free 1- 888 -681 -2161 • E-mail. • info @clarkland.com
Please consider this letter to be a statement of rates for Clark Land Office PLLC. The
rates listed are for Surveying Services for the Dowans Creek Road Realignment in
Jefferson County, Washington. Clark Land Office PLLC consists of a staff of six persons
with no calculated overhead rates. Our firm charges a flat hourly fee for services that is
all - inclusive of direct salary, overhead and fee for Professional Services. We confirm that
all direct non salary costs will be invoiced without mark -up. Listed below are the owners
or employees that could be authorized to work on this project:
• Scot Clark, PLS — Principal Owner /President $ 90.00
• James Almaden, PLS — OwnerNice President $ 90.00
• Knut Orloff — Construction Site Surveyor $ 90.50
• Sean Taylor — Party Chief $ 90.50
• Senior Auto CAD Technician $ 80.00
Please call 360 - 681 -2161 if you have any questions.
Sincerely,
�t LS
Principal Owner/President
scot @clarkland.com
`v
Dowans Creek Road Realignment
Consultant Fee Determination — Summary Sheet
(Specific Rates of Pay)
Fee Schedule
DIRECT SALARY COST:
"NOTE: These two hourly rates equal the 2 Man Field Crew rate of $181.00 Per Hour on the estimate.
DIRECT NON - SALARY COST:
Mileage $0.56 /mile
Reproduction costs Actual cost
Materials Actual cost
Hourly
Overhead
Profit
Rate
Discipline or Job Title
Rate
g 000%
(a. 00%
per Hour
Scot Clark, PLS — Principal Owner /President
$90.0 0
$00.00
$00.00
$ 90.00
James Almaden, PLS — OwnerNice President
$90.00
$00.00
$00.00
$ 90.00
Knut Orloff— Construction Site Surveyor
$ 90.50
00.00
$00.00
$ 90.50 **
Sean Taylor - Party Chief
$90.50
IQQM
SQQA
90.50 **
Senior Auto CAD Technician
$ 80.00
$00.00
00.00
$80.00
"NOTE: These two hourly rates equal the 2 Man Field Crew rate of $181.00 Per Hour on the estimate.
DIRECT NON - SALARY COST:
Mileage $0.56 /mile
Reproduction costs Actual cost
Materials Actual cost