Loading...
HomeMy WebLinkAbout080116_ca02Department 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 Engine Agenda Date: August 1, 2016 Subject: Professional Services Supplemental Agreement with Clark Land Office for Undie Road Emergency Relocation, County Project No. CR18020070, FEMA Disaster No. 4249 -DR -WA Statement of Issue: Professional Services Supplemental Agreement with Clark Land Office of Sequim, Washington for construction surveying services for the Undie Road Emergency Relocation. Analysis/Strategic Goals/Pro's £t Con's: Construction surveying work is required to construct this project in addition to the work contained in the original agreement. The work will consist of construction staking for the Undie Road Emergency Relocation project, scheduled for August -October, 2016. Fiscal Impact/Cost Benefit Analysis: The maximum amount payable under the original Consultant Agreement was $23,934.00, this Supplemental Agreement No. 1 adds $56,710.00; the new total maximum amount payable of the Consultant Agreement is $80,644.00. Total funding for this project is $209,000.00 from FEMA, wiyt(h� the remainder funded from Jefferson County. Recommendation: The Board is requested to sign all three originals of the Professional Services Supplemental Agreement with Clark Land Office, and return two originals to Public Works. Department Contact: John Wayand, Project Manager, 385-9377. Reviewed By: ;� Z� <j5Ph�flZipft4y, County Administrator Date Professional Services Organization and Address Supplemental Agreement No. 1 Clark Land Office P.O. Box 2199 Sequim, WA. 98382 Agreement Number N/A Project Number Execution Date Completion Date CRP 180199000 / 18020070 August 8, 2016 December 31, 2019 Project Title New Maximum Amount Payable Undie Road Emergency Relocation $80,644.00 Description of Work Construction Surveying Services for the construction of the Undie Road Emergency Relocation project. The Local Agency of Jefferson County desires to supplement the agreement entered into with Clark Land Office, PLLC and executed on March 28, 2016 and identified as Agreement No. N/A. All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section 2. SCOPE OF SERVICES, is hereby changed to read: Additional work per Exhibit "A" attached hereto. II Section 3. TIME FOR PERFORMANCE, is amended to change the number of calendar days for completion of the work to read: No Chance. III Section V, PAYMENT, shall be amended as follows: New Maximum Amount Payable is $80,644.00. as set forth in the attached Exhibit B and B-1, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. Clark Land Office, PLLC Consultant onsultant's Signature 7/z i //t Date COUNTY OF JEFFERSON BOARD OF COMMISSIONERS Kathleen Kler, Chair Phil Johnson, Member David W. Sullivan, Member Approved fo only: 12.0(c Date Dvtlfy Prosecuting Attorney (O onte R ' , P.E. Date lic Works Director/County Engineer EXHIBIT A SCOPE OF WORK CONSTRUCTION SURVEYING SERVICES UNDIE ROAD RELOCATION COUNTY PROJECT NO. CRP 18020070 INTRODUCTION This supplemental agreement provides for construction surveying services that will be necessary during construction of the Undie Road Relocation project. TASK 1 - 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. f. Summary of work completed. 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. TASK 2 - MAPPING A. Survey the location of existing stakes placed by the Agency, representing mean high water along the banks of the creek near station 26+00. Provide a drawing in AutoCAD format of the surveyed stake locations to the Agency. Task 3 — R/W AND CONSTRUCTION STAKING This work consists of providing construction surveying for the items identified within this scope of work. 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 56+50 as shown on the plans, subject to revision by the Agency. It is anticipated that the construction staking for this project will require the following work: A. Coordinate the construction staking 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. Stake the right of way/clearing and grubbing limits, at 50' intervals and at all offset/angle points as shown on the right of way plans. The clearing and grubbing limits coincide with the right of way lines. Stake the corners of the 4 "debris disposal" areas as shown on the right of way plans. D. Establish additional horizontal and vertical surveying control for construction staking as needed. Establish temporary elevation benchmarks adjacent to the roadway construction zone as needed. E. Stake the horizontal alignment and vertical profile of the construction centerline. Stakes shall be placed at 50' intervals along the alignment and at all curve points (P.C.s and P.T.$). F. Place primary slope stakes at 50' intervals along the alignment on tangents and at 25' intervals on curves. Place bottom of ditch stakes in cut situations where ditches are required. Place offset reference stakes for all primary slope stakes; reference stakes to be set at 5 foot offset from all primary slope stakes (or as requested by the Agency's contractor). G. Place roadway surfacing material stakes at the elevation of the top of the Select Borrow material (Roadway Section A) and the Quarry Spalls material (Roadway Section B), at 50' intervals along the alignment on the tangents and at 25' intervals on the curves. Stakes shall be placed at the centerline and roadway edges, including the 12 widened areas with horizontal tapers. Stakes shall consist of hubs with whiskers. 4 H. Place roadway surfacing material stakes at the elevation of the top of the Crushed Surfacing Top Course material at 50' intervals along the alignment on the tangents and at 25' intervals on the curves. Stakes shall be placed at the centerline and roadway edges, including the 12 widened areas with horizontal tapers. Stakes shall consist of hubs with whiskers. I. Stake the horizontal locations and invert elevations of the 2 proposed culverts located at approximate sta. 15+03 and sta. 26+10. Set offset stakes if required per discussion with the Agency's Contractor. J. Stake the horizontal locations of the 3 guardrail runs as shown on the plans. Stake the beginning and end and every 50' along the alignment. Accuracy The Consultant shall ensure a surveying accuracy within the following tolerances: R/W stakes Slope stakes Subgrade grade stakes Stationing on roadway Alignment on roadway Surfacing grade stakes Vertical N/A ±0.10 feet Hnri7nntal ±0.5 feet ±0.10 feet ±0.05 feet ±0.5 feet (parallel to alignment) ±0.1 feet (perpendicular to alignment) N/A ±0.5 feet N/A ±0.04 feet ±0.05 feet ±0.5 feet (parallel to alignment) ±0.1 feet (perpendicular to alignment) Stakes shall be marked in accordance with WSDOT Standard Plan A10.10, unless otherwise approved by the Engineer. 5 Direct Salary Cost (Including Overhead, Profit, and Direct Non -Salary Costs) Total Exhibit "B" Summary of Payments Original Agreement $23,934.00 $23,934.00 Supplement #1 $56,710.00 $56,710.00 Total $80,644.00 $80,644.00 UNDIE ROAD REALIGNMENT PROJECT, Project No. 18020070 EXHIBIT B-1 JEFFERSON COUNTY PUBLIC WORKS Date 7/7!2016 Cost Estimate for Construction Surveying Services PRINCIPAL / SURVEY & AutoCAD 2 MAN FIELD ESTIMATED P.L.S TECHNICIAN CREW HOURS $90.00 $80.00 $180.00 TASKS Per Hour Per Hour Per Hour TASK 1 - ADMINISTRATION AND COORDINATION A. COORDINATION OF WORK WITH AGENCY 0 0 0.00 SUB -TOTAL HOURS 0.00 0.00 0.00 0.00 SUB -TOTAL DOLLARS $0.00 $0.00 $0.00 $0.00 TASK 2 - MAPPING A. FIELD MAPPING OF EXISTING MEAN HIGH WATER STAKES AT CREEK 0 0 6.5 6.50 TRAVEL TIME 0 0 0 0.00 B. PROVIDE MAPPING DATA OR AUTOCAD DRAWING FILE FOR AGENCY 2 0 2.00 SUB -TOTAL HOURS 2.00 0.00 6.50 8.50 SUB -TOTAL DOLLARS $180.00 $0.00 $1,170.00 $1,350.00 TASK 3 - RNV AND CONSTRUCTION STAKING A. OFFICE REVIEW OF CONSTRUCTION PLANS. 4 4 0 8.00 B. CALCULATION OF POINTS FOR CONSTRUCTION STAKING. 8 4 0 12.00 UPLOAD FIELD STAKING DATA TO SURVEYING EQUIPMENT. C. STAKING OF RIGHT OF WAY/CLEARING AND GRUBBING LIMITS. STAKING OF 0 0 60 60.00 4 "DEBRIS DISPOSAL" AREAS. 0 0 0 0.00 D. ESTABLISH HORIZONTAL AND VERTICAL SURVEYING CONTROL FOR 0 0 10 10.00 CONSTRUCTION STAKING. ESTABLISH TBM'S. 0 0 0 0.00 E. STAKING OF HORZ. ALIGNMENT AND VERTICAL PROFILE OF CONSTRUCTION 0 0 30 30.00 CENTERLINE (After clearing &grubbing). 0 0 0 0.00 F. STAKING OF SLOPE STAKES, BOTTOM OF DITCH STAKES, 0 0 70 70.00 AND REFERENCE STAKES. 0 0 0 0.00 G. STAKING OF SELECT BORROW MATERIAL AND QUARRY SPALL MATERIAL FOR 0 0 60 60.00 ROADWAY SURFACING. 0 0 0 0.00 H. STAKING OF CRUSHED SURFACING TOP COURSE MATERIAL FOR 0 0 60 60.00 ROADWAY SURFACING. 0 0 0 0.00 I. STAKING OF HORIZ. LOCATIONS AND INVERT ELEVATIONS FOR 2 CULVERTS. 0 0 4 4.00 0 0 0 0.00 J. STAKING OF HORIZ. LOCATIONS OF 3 GUARDRAIL RUNS. 0 0 4 4.00 0 0 0 0.00 SUB -TOTAL HOURS 12.00 8.00 298.00 318.00 SUB -TOTAL DOLLARS $1,080.00 $640.00 $53,640.00 $55,360.00 TOTAL HOURS 14.00 8.00 304.50 326.50 TOTAL DOLLARS $1,260.00 $640.00 $54,810.00 $56710.00 NOTES: • VEHICLE MILEAGE INCLUDED IN HOURLY RATES • TRAVEL TIME INCLUDED IN HOURLY TOTALS • COMMUNICATION, STAKING SUPPLIES: INCLUDED IN HOURLY TOTALS