HomeMy WebLinkAboutKrazan & Associates, Inc. - 060517PROFESSIONAL SERVICES AGREEMENT FOR
MATERIALS SAMPLIING, TESTING, AND INSPECTION
For
RICK TOLLEFSON MEMORIAL TRAIL, PHASE I
THIS AGREEMENT is entered into between the County of Jefferson, a municipal corporation,
hereinafter referred to as "the County", and Krazan & Associates, Inc., 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 provide materials
sampling, testing, and inspection services for the Rick Tollefson Memorial Trail, Phase I
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 December 31, 2018.
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 $8,849.40 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.
Rick Tollefson Memorial Trail, Phase I
Page 1 of 6
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.
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:
Rick Tollefson Memorial Trail, Phase I
Page 2 of 6
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;
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.
Rick Tollefson Memorial Trail, Phase I
Page 3 of 6
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.
Rick Tollefson Memorial Trail, Phase I
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:
Krazan & Associates, Inc.
1230 Finn Hill Road NW, Suite A
Poulsbo, WA. 98370
16. Integrated ted 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.
Rick Tollefson Memorial Trail, Phase I
Page 5 of 6
DATED this S -t6
SIGNATURE PAGE
SIGNATURE PAGE
day of -Tu,"C ,2p 17?
KRAZAw 'I ASSOCIATES
Name of Consultant
cWES mAHAN
Consultant's Representative (Please print)
Uj m kww,
(Signature)
40PERAT10145 MA"AC�E2
Title
mA�t 17. 2Uli
Date
JEFFERSON COUNTY
BOARD OF COMMISSIONERS
--4da�� 4�61
Approved as to form only:
61- C. / �� �—LZZ 7
Philip e. Hunsucker, Date
Chief Civil Deputy Prosecutor
M emders, P.E. Date
lic Works Director/County Engineer
Rick Tollefson Memorial Trail, Phase I
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, prepare test
reports for native ground density and aggregates, and welding inspection. Services will be for the Rick
Tollefson Memorial Trail, Phase I Project in Hadlock, WA. Testing will be performed in accordance with
the WSDOT 2016 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. Materials Sampling and Laboratory Materials Testing
2. Materials Inspection and On-site Compaction Testing
3. Welding Inspection (if Prefabricated Pedestrian Bridge is not one piece)
The assumed project schedule constraints are as follows:
1. Anticipated Construction Start Date: Between June 5 and July 5, 20017.
2. Anticipated Construction End Date: October 31, 2017.
Task 01— Materials Sampling and Laboratory Materials Testing
The CONSULTANT will conduct the following sampling and testing in accordance with the above listed
manuals and documents:
Procedure No.
Test Method
Estimated Test
Quantity
AGGREGATES
1 -- Gravel Borrow
1 — TSTC
1 -- CSBC
AASHTO T-2
WSDOT FOP for AASHTO for the Sampling of Aggregates
1 — Gravel Backfill
Foundation Cl. A
1-- Sand Drainage
Blanket
1 -- Gravel Borrow
1 — TSTC
AASHTO
FOP for WAQTC/AASHTO for the Sieve Analysis of Fine & Coarse
1 -- CSBC
T -27/T 11
Aggregates
1 — Gravel Backfill
Foundation Cl. A
1-- Sand Drainage
Blanket
1 -- Gravel Borrow
AASHTO T-176
WSDOT FOP for AASHTO for Determining the Plastic Fines in Graded
1 -- CSBC
Aggregate by Use of the Sand Equivalent Test
1 — Gravel Backfill
Foundation Cl. A
1 -- Gravel Borrow
1 — TSTC
AASHTO T-248
WSDOT FOP for AASHTO for Reducing Field Samples of Aggregates
1 -- CSBC
to Testing Size
1 — Gravel Backfill
Foundation Cl. A
1-- Sand Drainage
Blanket
Rick Tollefson Memorial Trail, Phase I
Page I
Procedure No.
Test Method
Estimated Test
Quantity
1 -- Gravel Borrow
1 — TSTC
AASHTO T-255
WSDOT FOP for AASHTO Determining for the Total Moisture Content
1 -- CSBC
of Aggregate by Drying
1 — Gravel Backfill
Foundation Cl. A
1-- Sand Drainage
Blanket
AASHTO T-335
FOP for AASHTO for Determining the Percentage of Fracture in Coarse
1 — TSTC
Aggregate
1 -- CSBC
AASHTO T96
Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion
1 — TSTC
and Impact in the Los Angeles Machine
1 -- CSBC
AASHTO T-113
Method of Test for Determination of Degradation Value
1 — TSTC
1 -- CSBC
SOILS
Maximum Density and Optimum Moisture Content
AASHTO T99
Moisture-Density Relations of Soils Using a 5.5 lb. (2.54kg.) Rammer
1 — Rdwy. Ex. &
Method A
and a 12 in. (305 mm) Drop Checklist
Embank. comp.(native)
1 — Gravel Borrow
1 — TSTC
WSDOT T606
Method of Test for Compaction Control of Granular Materials
AASHTO T180
Moisture-Density Relations of Soils Using a 101b. (4.54kg.) Rammer and
1 — CSBC
Method D
a 18 in. (457 mm) Drop Checklist
1 — Gravel Backfill
Foundation Cl. A
In-Place Density
AASHTO T-310
WSDOT FOP for AASHTO for In-Place Density and Moisture Content
Ex. &
Embank.4 — Rdwy.. Ex.compnative)
of Soil and Soil Aggregate by Nuclear Method
3 — Gravel Borrow
4 — TSTC
WSDOT
Determination of the % Compaction for Embankment & Untreated
4 — CSBC
SOP 615
Surfacing Materials Using the Nuclear Moisture-Density Gauge
2 — Gravel Backfill
Foundation Cl. A
Test Procedures may only be substituted upon agreement between the AGENCY and the Consultant.
• The AGENCY will provide copies of the project Contract Provisions, Plans, and Record of
Materials for the CONSULTANT'S use on this project.
• 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 clarification of materials testing procedures when requested.
• The CONSULTANT will provide all test reports to the AGENCY without delay.
Assumptions
• Approximately 905 C.Y. of Roadway Excavation will be removed and approximately 1500 C.Y.
of Embankment Compaction placed. Compaction testing will be done on the excavated native
material in cut situations and the compacted native material in fill situations.
• Approximately 55 C.Y. of Structure Excavation Cl. A (2 bridge abutments) will be removed.
Compaction testing will be done on the compacted native material surface.
• Approximately 1081 C.Y. (2000 tons) of Gravel Borrow Incl. Haul will be placed. Maximum
Density/Optimal Moisture, Gradation, Sand Equivalent, and Compaction testing will be done.
Rick Tollefson Memorial Trail, Phase I
Page 2
• Approximately 446 C.Y. (825 tons) Trail Surfacing Top Course will be placed. Gradation, Sand
Equivalent, Fracture, and Compaction testing will be done. (Los Angeles Wear and Degradation
may be done if ASA source does not meet requirements).
• Approximately 514 C.Y. (950 tons) Crushed Surfacing Base Course will be placed. Gradation,
Sand Equivalent, Fracture, and Compaction testing will be done. (Los Angeles Wear and
Degradation may be done if ASA source does not meet requirements).
• Approximately 5 C.Y. Gravel Backfill for Foundations Class A will be placed. Gradation, Sand
Equivalent, and Compaction testing will be done.
• Approximately 2 C.Y. Sand Drainage Blanket will be placed. Gradation testing will be done.
Deliverables
• WSDOT standard test reports or equivalent reports with test results.
Task 02 — Materials Inspection and Compaction Testing
The CONSULTANT will observe the compaction of the Roadway Excavation/Embankment Compaction
and Structure Excavation Cl. A 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 Trail Surfacing Top Course
and 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 Native Soil and the Gravel
Backfill for Foundations Class A for the bridge abutments, using a nuclear density gauge and meeting the
requirements of WSDOT Standard Specification Section 2-03.3(14)I) and Section 2-03.3(14)D.
The CONSULTANT will provide all compaction test reports to the AGENCY without delay.
Deliverables
• WSDOT standard test reports or equivalent reports with test results.
Task 03 — Welding Inspection
The CONSULTANT will perform welding inspection if the prefabricated pedestrian bridge is not one
piece.
On-site welding inspection will be per Section 6-03.3(25) and Section 6-03.3(25)A Welding Inspection.
Contractor to submit welding procedures for approval with the shop drawings.
Inspection of the bridge fabrication will be performed by WSDOT Materials Laboratory, Fabrication
Inspection Department.
Deliverables
• WSDOT standard welding test reports or equivalent reports with test results.
Rick Tollefson Memorial Trail, Phase I
Page 3
EXHIBIT B
FEE SCHEDULE
RICK TOLLEFSON MEMORIAL TRAIL, PHASE I
Materials Testing
HOURLY BILLING RATES
JOB TITLE
RATE
PRINCIPAL
$150.00/HR.
TECHNICAL MANAGEMENT
$90.00/HR.
FIELD TECHNICIAN/INSPECTION
$55.00/HR.
FIELD TECHNICIAN/SAMPLE PICK-UPS
$45.00/HR.
WELDING INSPECTION
L
$75.00/HR.
I
-
____1
NOTES:
ES:
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
$200.00 PER TEST
GRADATION
$100.00 PER TEST
SAND EQUIVALENCY
$110.00 PER TEST
FRACTURE
$80.00 PER TEST
LA WEAR
$275.00 PER TEST
DEGRADATION
$200.00 PER TEST
DIRECT EXPENSES
EXPENSE UNIT COST
MILEAGE $0.54 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
• A description of the work completed by 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.
H
(9
E
N
N
N
N
N
N
N
N
N
N
f
a'
N K
Na:
N
oQ
00
0
`p
$
8
8
8
8
8
8
8
8
88
88
88
8
88
88
O
fi
oil
6
6
o
w
w0
�❑
Np
N
O
N
cr>
0
8
8
88
88
8.8
8
8S
88
Q8
Q
S
o
o
w
o
w
g
N
o
0 0
opo
c
�i
r
g
a
c7
w
N
d
8
8
S
a
c
8
8
S
8
8 8
8$
$
8$cs
g
g
Q
w
c
o
p
w
I\
'^
p
n
J
Npa
8
8
8
8
8
8
8
$
8
SS
88
8S
8,
88
88
S�
o
d
d
o%
o�
S
�
d
opo
opo
o
aim
H�
UQ
Q
R'LL
LL
$m
pa
w
w
•...
p
p
OO
pO
O
O O
p
Op
❑
WU
8
m
pSO
ppO
O
O
O
C
r
O
pO
GW
t7 O
t h
(h
O
a
N
1
O
w
a
F
❑
p
p
O
w
In
W
ZO
0h Opp
p
p
p
p
8
p
pO
p
p
p
O
O
I-
oS
0
W
w
K8
p
O
8
pO
p
O
N
Q
N O
h
p
0
WO
c�
8
m
i
p
W
a
c�
8
op
S
8
8
8
8
8
8
88
eo
88
$8
S
88
88
-Z08ffi
ao
8
$
N$
16
Ogawa
H
w
(r
S
Z
0<0
W
i 8
O
p
8
Oy
O
O
O
O
O
O
8
G
8
O
8
8
g
g
8 0
O
O
8
G
g g
8
8
I
o
Q
iZN
pa
r
O
U
w
8
8
s$
S
s
s
s
g
s
o
s
o
s
s
8g
$1,
s
Ss
8
8
'615��
g
�p
W
n
y
$�
E o
WU
o
=O
1".
EA
8
8
88
8
8
8
8
8
8
8
8
8
8
8
8
8
8
88
8
88
8
88
8
8
88
8$
8
p
p
C
Op
O
O
o 0
p
O
O
p
cC
N
O
A
O C
n
O
h
m
X
-
wa
S
w
3
m
8
8
88
S
8
8
8
8
8
S
8
8
8
8
8
8
8
8.8
8
88
8.
88
8
8
88
88
a
'
N
LLLD
E
�
N
O
m
s
8
8
88
8
8
8
8
8
8
8
J�
8
8
$1$
8C
8O
8pC'f
8�tv0j
1
4
pm
O8
O88
�8lV
p
�O
p8
8Z
18111
188uVGj
f
Z
O
f.7
O
O
$8
O
O
O
O
8
O
8
8
8
O
O
O
O
O
88
O
$8
O
88
S
O
S S
8
8
E
c
8
m
o
0
0
w
o
c
w
o
0
0
o
c
o
c
o
0
0
0
0 6
o
d
6
0
0 o
m
m
=°
$a
H
ui
U
_>
W
8
o
8
88w
N
e
8
8
8
8
8
8
8
8
8
8
8
8
8
88
8
88
8
88
0
0
8
0
8
oN
S8
o o
8
g
W
N N
m
8'o
m
w
Q
n
=
z
d Z
a
wa
C
a
Q H
f
tx
00
❑g
a
a
OO
0O
3
KUW
O ~
❑
O
m
m
❑
❑
2 WLu
~
�O�
o-'
m
E
of
Fdx
`o
ci
o
m
p
m` m
N O H
a
mQ
QNF
F~
0
m
Kw
EO
y rn
< 0p
O
Lu
Z
Z
ZEE
E
m
O
Of U
O c
OO mm
U
_
-
dQ
f
H
(9
E
r
O O O O O
O O 0 7 ppO
R O
� N
fA fA
m
W W J
1
W W H
X yyj
W � F
m h W W
J F O W W
7
CD
co
d
H
O
E
N
2
C
O
N
N
O
H
Y
U_
O
H
N
m
H
mC
G
O
X
X
_
Q
5
g
d ;
o g
C m LL
.E
U U y w
'E.
m
W W J
1
W W H
X yyj
W � F
m h W W
J F O W W
7
CD
co
d
H
O
E
N
2
C
O
N
N
O
H
Y
U_
Department 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 Engineer
Agenda Date: June 5, 2017
Subject: Professional Services Agreement with
Krazan Et Associates, Inc.
Rick Tollefson Memorial Trail, Phase I
Co. Rd. No. 850100, CR1815
Statement of Issue:
Professional Services Agreement with Krazan Et Associates, Inc. of Poulsbo, WA. for
providing Materials Testing and Inspection services for the Rick Tollefson Memorial Trail,
Phase I project.
Analysis/Strategic Goals/Pro's Et Con's:
This project is included in the 2017-2022 Transportation Improvement Program and the
2017 Annual Construction Program as Item No. 5. The purpose of Phase I of this project is
to create a new multi -use non -motorized trail crossing Chimacum Valley between HJ
Carroll Park and Old Hadlock Road.
This agreement will provide Materials Testing and Inspection services by Krazan Et
Associates, Inc. for the Construction Engineering phase. Public Works staff used a
consultant selection process to select this consultant from the MRSC Consultant Roster as
the most highly qualified consultant for this project.
Fiscal Impact/Cost Benefit Analysis:
The maximum amount payable for consultant services under this Professional Services
Agreement is $8,849.40, to be paid from local road funds.
Recommendation:
The Board is asked to execute the three (3) originals of the Professional Services
Agreement with Krazan Et Associates, Inc., and return two (2) signed originals to Public
Works (attn. John Wayand).
Department Contact: John Wayand, Project Manager, 385-9377
ie e B
Philip Morle unty Ad ator
Date
CONTRACT REVIEW FORM 17 -by
CONTRACT WITH: Professional Services Agreement with Krazan & Associates, Inc.
CONTRACT FOR: Rick Tollefson Memorial Trail, Phase I, TERM: December 31, 2018
18018152
COUNTY DEPARTMENT: Public Works
For More Information Contact:John Wayand AiR 2 7 2017
Contact Phone #: 360-385-9377
RETURN TO: Tina RETURN BY: 5-17-2017
(Person in Department) (Da
AMOUNT: $8,849.40
PROCESS:
Fund:
180-000-010
Revenue:
Local Funds
Expenditure:
595.00.41
Matching Funds Required:
No
Sources(s) of Matching Funds
Step 1: REVIEW
Review by:
Date Reviewed:
APPROVED FORM
Comments
Step 2: REVIEW BY PRO
Review by:
Date Reviewed:
APPROVED AS TO FORM
Comments
Exempt from Bid Process
X Consultant Selection Process
Cooperative Purchase
Competitive Sealed Bid
Small Works Roster
Vendor List Bid
RFP or RFQ
Other
Returned for revision (See Comments)
ATTORNEY
Mor
Philip C. Hunsucker
Chief Civil Deputy Prosecutor
Returned for revision (See Comments)
Step 3: (If required) DEPARTMENT MAKES REVISIONS & RESUBMITS TO
RISK MANAGEMENT AND PROSECUTING ATTORNEY
Step 4: CONTRACTOR/CONSULTANT SIGNS APPROPRIATE NUMBER OF
ORIGINALS
Step 5: SUBMIT TO BOCC FOR APPROVAL
Submit originals and 8 copies of Contract, Review Form, and Agenda Bill to BOCC Office.
Place "Sign Here" markers on all places the BOCC needs to sign.
MUST be in BOCC Office by 5 p.m. TUESDAY for the following Monday's agenda.
(This form to stay with contract throughout the contract review process.)