HomeMy WebLinkAbout111819_ca06 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: November 18, 2019
Subject: Professional Services Agreement with Clark Land Office, PLLC
SR 116 and Cedar Avenue Pedestrian Improvements Project
Project No. 1802057, Co. Rd. No. 637109
Statement of Issue:
Standard Professional Services Agreement with Clark Land Office, PLLC of Sequim, WA. for
surveying services for the SR 116 and Cedar Avenue Pedestrian Improvements Project.
Analysis/Strategic Goals/Pro's Ft Con's:
This project is included in the 2019-2024 Transportation Improvement Program and the
2019 Annual Construction Program as Item No. 13. The goat of this project is to improve
pedestrian and bicycle safety along Cedar Ave. between SR 116 and Hayden Street, provide
a multi-use path for students from Cedar Ave. to Chimacum Creek Primary School, provide
a pedestrian sidewalk from Cedar Ave. to the Jefferson County Regional Library, and to
provide a pedestrian activated Rectangular Rapid Flashing Beacon at the school entrance
on SR 116.
This agreement will provide surveying services by Clark Land Office, PLLC for the
preliminary 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 $22,500.00. The cost of this agreement is to be paid from a Washington State
Safe Route to School Program grant (State funds), at a 100% funding participation ratio.
Recommendation:
The Board is asked to execute the three (3) originals of the Professional Services
Agreement with Clark Land Office, PLLC and return two (2) signed originals to Public Works
(attn. John Wayand).
Depajtrtient Contact; -2 John Wayand, Project Manager, 385-9377
Rev' d f ,�' kY
/
P ip Morle \Country Administrator Date
PROFESSIONAL SERVICES AGREEMENT FOR
SR 116 and Cedar Avenue Pedestrian Improvement Project
Surveying Services
THIS PROFESIONAL SERVICES AGREEMENT("this Agreement") is entered into between
the County of Jefferson, a municipal corporation("the County"), and
Clark Land Office, PLLC ("the Consultant"), in consideration of the
mutual benefits,terms, and conditions specified below.
1. Project Designation. The Consultant is retained by the County to perform
provide surveying services for Jefferson County's SR 116 and Cedar Avenue
Pedestrian Improvement Project
2. Scope of Services. Consultant agrees to perform the services identified on Exhibit"A"
attached hereto including the provision of all labor.
3. Time for Performance. Work under this Agreement shall commence upon the giving of
written notice by the County to the Consultant to proceed. The Consultant shall perform
all services and provide all work products required pursuant to this Agreement on the
dates listed on Exhibit"A". Time is of the essence in the performance of this Agreement.
4. Payment. The Consultant shall be paid by the County for completed work and for
services rendered under this Agreement as follows:
a. Payment for the work provided by Consultant shall be made as provided on
Exhibit"B"attached hereto, provided that the total amount of payment to
Consultant shall not exceed$ 22,500.00 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. Such
vouchers will be checked by the County, and upon approval thereof, payment will
be made to the Consultant in the amount approved. Payment of Consultant
invoices shall be within 30 days of receipt by the County for any services not in
dispute based on the terms of this Agreement.
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.
Professional Services Agreement, Contract B, Version 2, Risk Legal Review 8/8/2019 Page 1 of 10
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. Consultant shall not be held liable for reuse of
documents or modifications thereof, including electronic data, by County or its
representatives for any purpose other than the intent of this Agreement.
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 and hold harmless the County, its officers,
and employees, from and against all claims, losses or liability, or any portion thereof,
including reasonable 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.
Consultant shall be liable only to the extent of Consultant's proportional negligence. The
Consultant specifically assumes potential liability for actions brought against the County
by Consultant's employees, including all other persons engaged in the performance of any
work or service required of the Consultant under this Agreement and, solely for the
purpose of this indemnification and defense,the Consultant specifically waives any
immunity under the state industrial insurance law, Title 51 R.C.W. The Consultant
recognizes that this waiver was specifically entered into pursuant to provisions of R.C.W.
4.24.115 and was subject of mutual negotiation.
8. Insurance. Prior to commencing work, the Consultant shall obtain at its own cost and
expense the following insurance coverage specified below and shall keep such coverage
in force during the terms of the Agreement.
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 this Agreement. This insurance shall indicate on the
certificate of insurance the following coverage: (a)Owned automobiles; (b) Hired
automobiles;and, (3)Non-owned automobiles.
Commercial General Liability Insurance in an amount not less than a single limit of one
million dollars($1,000,000)per occurrence and an 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;
Professional Services Agreement, Contract B, Version 2, Risk Legal Review 8/8/2019 Page 2 of 10
b. Personal Injury Liability, including extended bodily injury;
c. Broad Form Contractual/Commercial Liability—including coverage for products
and completed operations;
d. Premises—Operations Liability(M&C);
e. Independent Contractors and subcontractors;
f. Blanket Contractual Liability.
Professional Liability Insurance. The Consultant shall maintain professional liability
insurance against legal liability arising out of activity related to the performance of this
Agreement, on a form acceptable to Jefferson County Risk Management in the amounts
of not less than $1,000,000 Each Claim and $2,000,000 Aggregate. The professional
liability insurance policy should be on an"occurrence" form. If the professional liability
policy is"claims made,"then an extended reporting period coverage(tail coverage) shall
be purchased for three(3)years after the end of this Agreement, at the Consultant's sole
expense. The Consultant agrees the Consultant's insurance obligation to provide
professional liability insurance shall survive the completion or termination of this
Agreement for a minimum period of three(3)years.
The County shall be named as an "additional named insured"under all insurance policies
required by this Agreement, except Professional Liability Insurance when not allowed by
the insurer.
Such insurance coverage shall be evidenced by one of the following methods: (a)
Certificate of Insurance; or, (b) Self-insurance through an irrevocable Letter of Credit
from a qualified financial institution.
The Consultant shall furnish the County with properly executed certificates of insurance
that, at a minimum, shall include: (a)The limits of overage; (b)The project name to
which it applies; (c) The certificate holder as Jefferson County, Washington and its
elected officials, officers, and employees with the address of Jefferson County Risk
Management, P.O. Box 1220, Port Townsend, WA 98368, and, (d)A statement that the
insurance policy shall not be canceled or allowed to expire except on thirty(30)days
prior written notice to the County. 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. Certificates of coverage as required by this
section shall be delivered to the County within fifteen (15)days of execution of this
Agreement.
Failure of the Consultant to take out 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 of the County.
Professional Services Agreement, Contract B, Version 2, Risk Legal Review 8/8/2019 Page 3 of 10
The Consultant's 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, with the exception of Professional Liability
Insurance, so affected shall protect both parties and be primary coverage for all losses
covered by the above described insurance.
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.
All deductibles in the above described insurance policies shall be assumed by and be at
the sole risk of the Consultant.
Any deductibles or self-insured retention shall be declared to and approved by the County
prior to the approval of this Agreement 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.
Insurance companies issuing the Consultant's insurance 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 insurance policy.
Any judgments for which the County may be liable, in excess of insured amounts
required by this Agreement,or any portion thereof, may be withheld from payment due,
or to become due,to the Consultant until the Consultant shall furnish additional security
covering such judgment as may be determined by the County.
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.
The County may, upon the Consultant's failure to comply with all provisions of this
Agreement relating to insurance, withhold payment or compensation that would
otherwise be due to the Consultant.
The Consultant's liability insurance provisions shall be primary and noncontributory with
respect to any insurance or self-insurance programs covering the County, its elected and
appointed officers, officials, employees, and agents.
Any failure to comply with reporting provisions of the insurance policies shall not affect
coverage provided to the County, its officers, officials,employees, or agents.
The Consultant's insurance shall apply separately to each insured against whom claim is
made or suit is brought, except with respect to the limits of the insurer's liability.
Professional Services Agreement, Contract B, Version 2, Risk Legal Review 8/8/2019 Page 4 of 10
The Consultant shall include all subconsultants as insured under its insurance policies or
shall furnish separate certificates and endorsements for each subconsultant. All insurance
provisions for subconsultants shall be subject to all the requirements stated herein.
The insurance limits mandated for any insurance coverage required by this Agreement
are not intended to be an indication of exposure nor are they limitations on
indemnification.
The Consultant shall maintain all required insurance policies in force from the time
services commence until services are completed. Certificates, insurance policies, and
endorsements expiring before completion of services shall be promptly replaced. All the
insurance policies required by this Agreement shall provide that thirty(30)days prior to
cancellation, suspension, reduction or material change in the policy, notice of same shall
be given to the County Risk Manager by registered mail, return receipt requested.
The Consultant shall place insurance with insurers licensed to do business in the State of
Washington and having A.M. Best Company ratings of no less than A-, with the
exception that excess and umbrella coverage used to meet the requirements for limits of
liability or gaps in coverage need not be placed with insurers or re-insurers licensed in the
State of Washington.
The County reserves the right to request additional insurance on an individual basis for
extra hazardous contracts and specific service agreements.
9. Worker's Compensation (Industrial Insurance).
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,the Consultant shall maintain workers'
compensation insurance at its own expense,as required by Title 51 RCW, for the term of
this Agreement and shall provide evidence of coverage to Jefferson County Risk
Management, upon request.
Worker's compensation insurance covering all employees with limits meeting all
applicable state and federal laws. This coverage shall include Employer's Liability with
limits meeting all applicable state and federal laws.
This coverage shall extend to any subconsultant that does not have their own worker's
compensation and employer's liability insurance.
The Consultant expressly waives by mutual negotiation all immunity and limitations on
liability, with respect to the County, under any industrial insurance act, disability benefit
act,or other employee benefit act of any jurisdiction which would otherwise be
applicable in the case of such claim.
If the County incurs any costs to enforce the provisions of this subsection, all cost and
fees shall be recoverable from the Consultant.
Professional Services Agreement, Contract B, Version 2, Risk Legal Review 8/8/2019 Page 5 of 10
10. 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.
The Consultant specifically has the right to direct and control Consultant's own activities,
and the activities of its subconsultants, employees, agents, and representatives, in
providing the agreed services in accordance with the specifications set out in this
Agreement. Nothing in this Agreement shall be considered to create the relationship of
employer and employee between the parties. 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, including, but not limited to: retirement,
vacation pay; holiday pay; sick leave pay; medical, dental, or other insurance benefits;
fringe benefits;or any other rights or privileges afforded to Jefferson County employees.
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.
11. Subcontracting Requirements.
The Consultant is responsible for meeting all terms and conditions of this Agreement
including standards of service,quality of materials and workmanship, costs, and
schedules. Failure of a subconsultant to perform is no defense to a breach of this
Agreement. The Consultant assumes responsibility for and all liability for the actions and
quality of services performed by any subconsultant.
Every subconsultant must agree in writing to follow every term of this Agreement. The
Consultant must provide every subconsultant's written agreement to follow every term of
this Agreement before the subconsultant can perform any services under this Agreement.
The County Engineer or their designee must approve any proposed subconsultant in
writing.
Any dispute arising between the Consultant and any subconsultant or between
subconsultant must be resolved without involvement of any kind on the part of the
County and without detrimental impact on the Consultant's performance required by this
Agreement.
12. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or
retained any company or person, other than a bona fide employee working solely for the
Consultant,to solicit or secure this Agreement, and that he has not paid or agreed to pay
any company or person, other than a bona fide 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 Agreement.
For breach or violation of this warranty,the County shall have the right to annul this
Agreement 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.
13. 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,
Professional Services Agreement, Contract B, Version 2, Risk Legal Review 8/8/2019 Page 6 of 10
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.
14. No Assignment. The Consultant shall not sublet or assign any of the services covered by
this Agreement without the express written consent of the County. Assignment does not
include printing or other customary reimbursable expenses that may be provided in an
agreement.
15. 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.
16. 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.
17. Notices. All notices or other communications which any party desires or is required to
give shall be given in writing and shall be deemed to have been given if hand-delivered,
sent by facsimile, email, or mailed by depositing in the United States mail, prepaid to the
party at the address listed below or such other address as a party may designate in writing
from time to time. Notices to the County 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, PLLC
P.O. Box 2199
Sequim, WA. 98382
18. 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. No
representation or promise not expressly contained in this Agreement has been made. This
Agreement supersedes all prior or simultaneous representations, discussions,
negotiations, and agreements, whether written or oral, by the County within the scope of
this Agreement. The Consultant ratifies and adopts all statements, representations,
warranties, covenants, and agreements contained in its proposal, and the supporting
Professional Services Agreement, Contract B, Version 2, Risk Legal Review 8/8/2019 Page 7 of 10
material submitted by the Consultant, accepts this Agreement and agrees to all of the
terms and conditions of this Agreement.
19. Modification of this Agreement. This Agreement may be amended only by written
instrument signed by both County and Consultant.
20. Disputes. The Parties agree to use their best efforts to prevent and resolve disputes
before they escalate into claims or legal actions. Any disputed issue not resolved
pursuant to the terms of this Agreement shall be submitted in writing within 10 days to
the Director of Public Works or County Engineer, whose decision in the matter shall be
final, but shall be subject to judicial review. If either party deem it necessary to institute
legal action or proceeding to enforce any right or obligation under this Agreement, each
party in such action shall bear the cost of its own attorney's fees and court costs. Any
legal action shall be initiated in the Superior Court of the State of Washington for
Jefferson County. The parties agree that all questions shall be resolved by application of
Washington law and that the parties have the right of appeal from such decisions of the
Superior Court in accordance with the laws of the State of Washington. The Consultant
hereby consents to the personal jurisdiction of the Superior Court of the State of
Washington for Jefferson County.
21. Section Headings. The headings of the sections of this Agreement are for convenience of
reference only and are not intended to restrict, affect, or be of any weight in the
interpretation or construction of the provisions of the sections or this Agreement.
23. Limits of Any Waiver of Default. No consent by either party to, or waiver of, a breach
by either party, whether express or implied, shall constitute a consent to,waiver of, or
excuse of any other, different, or subsequent breach by either party.
24. No Oral Waiver. No term or provision of this Agreement will be considered waived by
either party, and no breach excused by either party, unless such waiver or consent is in
writing signed on behalf of the party against whom the waiver is asserted. Failure of a
party to declare any breach or default immediately upon the occurrence thereof, or delay
in taking any action in connection with, shall not waive such breach or default.
25. Severability. Provided it does not result in a material change in the terms of this
Agreement, if any provision of this Agreement or the application of this Agreement to
any person or circumstance shall be invalid, illegal, or unenforceable to any extent, the
remainder of this Agreement and the application this Agreement shall not be affected and
shall be enforceable to the fullest extent permitted by law.
26. Binding on Successors, Heirs and Assigns. This Agreement shall be binding upon and
inure to the benefit of the parties' successors in interest, heirs, and assigns.
27. No Assignment. The Consultant shall not sell, assign, or transfer any of rights obtained
by this Agreement without the express written consent of the County.
Professional Services Agreement, Contract B, Version 2, Risk Legal Review 8/8/2019 Page 8 of 10
28. No Third-party Beneficiaries. The parties do not intend, and nothing in this Agreement
shall be construed to mean, that any provision in this Agreement is for the benefit of any
person or entity who is not a party.
29. Signature in Counterparts. The parties agree that separate copies of this Agreement may
be signed by each of the parties and this Agreement shall have the same force and effect
as if all the parties had signed the original.
30. Facsimile and Electronic Signatures. The parties agree that facsimile and electronic
signatures shall have the same force and effect as original signatures.
31. Arms-Length Negotiations. The parties agree that this Agreement has been negotiated at
arms-length, with the assistance and advice of competent, independent legal counsel.
32. Public Records Act. Notwithstanding the provisions of this Agreement to the contrary, to
the extent any record, including any electronic, audio, paper or other media, is required to
be kept or indexed as a public record in accordance with the Washington Public Records
Act, Chapter 42.56 RCW, as may hereafter be amended,the Consultant agrees to
maintain all records constituting public records and to produce or assist the County in
producing such records, within the time frames and parameters set forth in state law. The
Consultant further agrees that upon receipt of any written public record request,
Consultant shall, within two business days, notify the County by providing a copy of the
request per the notice provisions of this Agreement.
Professional Services Agreement, Contract B, Version 2, Risk Legal Review 8/8/2019 Page 9 of 10
DATED this day of , 20
JEFFERSON COUNTY
BOARD OF COMMISSIONERS
Clark Land Office, PLLC
Name of Consultant Kate Dean,District 1
Consultant Representative(Please print) David Sullivan, District 2
ignature Greg Brotherton, District 3
dw�Ei2��Gt S
Title
f.AV/ 9
Date
Approved as to form only:
PRE-APPROVED CONTRACT FORM
Philip C. Hunsucker Date
Chief Civil Deputy Prosecuting Attorney
// A
Monte Randers, P.E. Date
Public Works Director/County Engineer
Professional Services Agreement, Contract B, Version 2, Risk Legal Review 8/8/2019 Page 10 of 10
EXHIBIT A
SCOPE OF WORK
Location of Project: Cedar Avenue from SR 116 to Hayden St.;the intersection of SR 116/Chimacum
Creek Primary School/Chimacum Creek Drive;the proposed multi-use path alignment from Cedar Avenue
to the Chimacum Primary School,and the proposed sidewalk alignment from Cedar Avenue to the Jefferson
County Regional Library, Port Hadlock,Jefferson County, WA.
Project Title: SR 116 and Cedar Avenue Pedestrian Improvements
Maximum Amount Payable Per Task Assignment: $22,500.00
Completion Date: December 31,2021
Scope of Work:
This work consists of surveying,mapping and preparing a topographic base map depicting existing ground
topography,roadway features,utilities,Chimacum Creek Primary School facilities,Jefferson County
Regional Library facilities,and property and right of way lines,within the areas specified in this scope of
work. The topographic base map will be used by Jefferson County Public Works(JCPW)to design,prepare
plans, specifications,and estimates for this project.This project includes construction of sidewalks,curb
and gutters,drainage improvements,bike lanes,crosswalks,pedestrian lighting,a multi-use path,a
pedestrian activated Rectangular Rapid Flashing Beacon,utilities relocation,and other features.
The Consultant will be responsible for any and all work and materials necessary to provide the required
surveying for this project. The Consultant's work effort shall be sufficient to complete the tasks specified in
this scope to the satisfaction of Jefferson County Public Works.
The Consultant may be considered for additional surveying services as needed during the preliminary
engineering,right of way,construction,and post-construction phases,depending upon the Consultant's
satisfactory performance of the current work scope,upon the Consultant's interest in providing additional
surveying services,and upon negotiation and execution of a supplemental agreement per item 19.
Modification of this Agreement.
Administration and Coordination:
This work includes management of the Consultant's work effort,project scope and budget,project schedule
and delivery dates,coordination of the Consultant's work with the Agency,and submittal of progress
reports and invoices.
Provide monthly written progress reports submitted with the monthly project invoice,which shall include
the following:
a. Progress to date for that month. Provide detailed description of the work completed by each
employee.
b. Anticipated problems and delays for the Consultant's work.
c. Progress compared to the original schedule and an updated schedule if required by JCPW.
Provide invoices for accomplished work at a frequency not to exceed one per calendar month. 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:
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 on this project.
d. Each employee's hourly wage rate.
e. The total wages paid each employee.
f. Each invoice shall also include all direct non-salary costs and copies of supporting invoices or bills.
g. All mileage charges shall be supported by departure and arrival odometer readings for all vehicles
used for this project.
TASK 1—EXISTING CONDITIONS TOPOGRAPHIC BASE MAP
The topographic surveying and topographic base map work shall include:
1. Collection of topographic data and preparation of a topographic base map within the following
described areas(see attached preliminary design plan dated 10-22-18):
Cedar Avenue from SR 116 to Hayden Street:
• From 30 foot south of the SR 116/Cedar Ave. centerline intersection to 50 foot north of the
Cedar Avenue/Hayden St. centerline intersection. From the Cedar Avenue centerline to 50 feet
west of the centerline and 40 foot east of the centerline. This segment is approximately 2,240
feet long.
• From the Cedar Avenue centerline intersections with each intersecting road to 50 feet from the
centerline intersection along each of the following intersecting roads:
SR 116,"D"Court Lane,"B"Court Lane,"A"Court Lane, Mason Street, First Street, Second
Street,Third Street,and Hayden Street.
• Topographic data shall be collected at a sufficient density to provide for preparation of a TIN
surface model and extraction of cross-sections at 25 foot intervals along Cedar avenue.
Multi-Use Path Alignment from Cedar Avenue to the Chimacum Creek Primary School
• From the West side of Cedar Avenue to the Northwest corner of the Jefferson County Regional
Library property, along an existing gravel access drive. This segment is approximately 400 feet
long. From the North property line of the Jefferson County Regional library property to a line 60
foot North of and parallel to said north property line.
• From the Northwest corner of the Jefferson County Regional Library property to the end of the
existing asphalt path and the eastern end of the existing concrete sidewalk near the front of the
Chimacum Creek Primary School. This segment is approximately 200 feet long from the
northwest corner of the Jefferson County Regional Library property to the eastern end of the
existing concrete sidewalk. This segment is to be mapped out to 25 feet on each side of the
existing asphalt path and concrete sidewalk.
Sidewalk Alignment from Cedar Avenue to the Jefferson County Regional Library
• From the West side of Cedar Avenue at the entrance to the Jefferson County Regional Library,
to the easterly end of the existing concrete sidewalk in front of the library building. This
segment is approximately 140 feet long. This segment is to be mapped out to 25 feet on each
side of the proposed sidewalk alignment as provided by Jefferson County Public Works.
SR 116/Chimacum Creek Drive/Chimacum Creek Primary School Entrance Intersection
• From the intersection of SR 116 / Chimacum Creek Drive to 150 feet northeasterly along SR
116 and 150 feet southwesterly along SR 116. From the SR 116 centerline to 60 feet from the
centerline on both sides of SR 116. This segment is approximately 300 feet long.
• From the SR 116 / Chimacum Creek Drive centerline intersection southerly 75 feet along
Chimacum Creek Drive. From the Chimacum Creek Drive centerline to 30 feet from the
centerline on both sides of Chimacum Creek Drive. This segment is approximately 75 feet long.
• From the SR 116 / Chimacum Creek Primary School centerline intersection northerly 75 feet
along Chimacum Creek Primary School driveway. From the Chimacum Creek Primary School
driveway centerline to 30 feet from the centerline on both sides of Chimacum Creek Primary
School driveway. This segment is approximately 75 feet long.
2. Topographic features to be collected and shown on the topographic base map shall include:
existing ground-shots, break-lines, ditches,road and driveway centerlines, edges of paving, edges
of gravel, top front and back of curbs, front and back of gutters, sidewalks, paths, airport
entrance, roadway striping, crosswalks, parking lot striping, signs, bus pullout limits and shelters,
driveways, adjoining structures, drainage structures, above and below ground utilities, utility
poles, lighting poles, water valves, water meters, fire hydrants, fences, mailboxes, road and
property corner monuments, landscaping limits, trees with a dbh of 2" or larger, County road
right of way for Cedar Avenue and all intersecting roads, WSDOT SR 116 right of way, property
lines for adjacent properties, and easements. Drainage structures (culverts, dry wells, catch
basins, etc.) shall be shown with the structure type, diameter, and inlet and outlet invert
elevations. Topographic contours will be shown at 2 foot intervals. Surveying control points
and bench marks shall be shown on the topographic base map.
3. Calculations for determining existing road right of way and existing easement calculations for
depiction on the topographic base map.
4. Four local control points/bench marks shall be established in areas where disturbance from the
construction of this project and road maintenance activities are likely not to occur and where they
can be easily used for construction staking.
5. The topographic base map shall be based in the Washington State Plane Coordinate System,
North Zone and NAVD 88 vertical datum.
6. The topographic base map shall be prepared at a horizontal scale of 1"=20' using 22"x34"
sheets. The topographic base map is not required to include a JCPW border/title block. Submit
the topographic base map on paper sheets for the 90% preliminary stage of completion for review
by JCPW. Submit the final stamped and signed topographic base map on paper sheets. The
topographic base map shall be prepared in general accordance with the WSDOT Plans
Preparation Manual or as approved by JCPW.
7. The final topographic base map shall be submitted to JCPW in AutoCAD/Civil 3D version 2018
drawing file format or newer. The AutoCAD drawing file shall contain all topographic mapping
points including point numbers, x,y,z coordinates, and descriptor values. A separate digital file
containing all topographic points in ASCII format shall be submitted to JCPW. The associated
AutoCAD plotting file (.ctb) shall be submitted to JCPW for use in plotting the topographic base
map.
8. A digital terrain model (TIN) of the existing ground shall be prepared for use by JCPW in
developing the project design, quantities, and plans. The digital terrain model shall be provided
on a layer in the AutoCAD/Civil 3D drawing and in a Land XML file,2.0 schema file.
TASK 2—DETERMINE EXISTING RIGHT OF WAY and EASEMENTS
The Right of Way work shall include:
1. Review and research project related deeds, recorded surveys, existing section subdivisions, and road
plans to establish the existing Cedar Avenue right of way,the existing intersecting road right of ways
within the intersection mapping areas,the existing WSDOT SR 116 right of way at the SR 116/Cedar
Avenue intersection and at the SR 116/Chimacum Creek Drive/Chimacum Creek Primary School
driveway intersection. Research and determine existing easements adjoining the proposed project
areas.
2. Field measurements of existing section sub-divisional and plat monuments for right of way
determination.
3. Calculations for determining existing road right of way and existing easement calculations(this work
may be done as part of Task 1).
4. Field staking of existing right of way centerline for design purposes of Cedar Avenue and for all
intersecting roads out to the limits of the topographic mapping as listed in Task 1, item 1. Right of
way centerline staking shall be at 50 foot intervals along Cedar Avenue and along SR 116 through the
SR 116/Chimacum Creek Primary School entrance driveway. Right of way centerline staking to be
done using "PK" nails. Field staking of any existing adjacent easements using temporary lath as
required by JCPW.
5. All road right of way lines, adjacent parcel property lines (partial), and adjacent easements shall be
shown on the topographic base map.
FUTURE WORK
The Consultant may be considered for the following additional future work for this project: Additional
Preliminary Engineering Surveying, Right of Way, Construction Staking, Monumentation, and As-Built
Mapping.
frw 11.
I a
- PROPOSED SECTION A-A G IC
7;.
AO'saw.BETWEEN SR 116 MID IAASON _--_.. :b •
-
+
•
1
E AC/A W la
_�
U
d.
e SIM/MX SPAC
yy q� I --I I_�14Cf BLRG 9�;
popi
MING •WE
4,',,,41
n PROPOSED SECTION e� ! \.I.1 ' 1 1 : 1 1 I i ` 1 I ��
50•RAW.eETME`EII�WSCOI AND IMS I1 11 wit:
'_.
�\ „..)„____-/ 1 ! I + I I I , I •
I 11"1 1 I 1 �� i• -��
. /. ` \/, tar, MAYDEN ST
i i i ; 1 I-1--r-•-T'-
, v)
\ \. 1 L / 111/�.� � in
✓ THIRD ST.
1_._k.
/ \ =LI:ji,,, .
\`%� _ I }ILII I Typical
����EL•�I Section J
B-B i ii 1" i
N
i-----4-
l W W �•1 - SECOND ST. :..
t- r-II i IAS 1-
! �� 1IIII [Jjj3TTTTTfl
_ ) Create Sidewalk do Bicycle - ,AL I. I ,I•.
Lanes along Cedar Ave and on �rlr ;. 1 , I Ped./Bike Route,
\..._____---1 Chimacum Creek Primary t• 1 to Hayden Ave.
I School Property to provide Sidewalk with J
designatedpedestrian and FIRST ST.
gn Curb & Gutter
bicycle routes between the 1 I r '�� ----__`
school and Jefferson County I, I f._ I I i I 1 t�,
Library and the residential - MASON I I I I ((
areas along Cedar Ave. - STREET I '
I
All Proposed Construction will •
I - ' I. I I
meet current AASHTO, ADA. _ -
NACTO.and WSDOT Standards.
r Typical , F `
1 Sectionmilli L nA
r A-A • �• i
10' wide I
illuminated Tr mwr I-
Ng Asphalt •f: I- I V. i i •
L. x'^
Path from _ V.
1Chimacum school to r • • i ' I - e—??
Creek Primary Cedar Ave .,i I• • `' i I I I �.
School !
� ' 4 i 1 i
Ir .MET IAC
C)(WWII; -7- -l • ,_--L—_ k
Sur
St-Peltier! FencR"--) ' I 0J.C.Library � li 116
r
\End of I
ide vim •W'
SkleNnth / R�i-/ .iMill .
�•� % LEGEND•
c, INSTALL PEDESTRIAN •
_ � GOp LIGHTING
1. 0 INSTALL LIGHT ON
' A, 'ar,- • i' �., -•. EXISTING POWER POLE
\ 111111111iihh. : i,,A-- N,^
% _' (3 CONSTRUCT DRY WELL
116.E ' ! 4--- (rrl JEFFERSON TRANSIT
— l"J' BUS STOP F
7a
1111.-'---
Solar PoweredPedestrian ActivatedRectangular Rapid � 1Fashing Beacon i� (RRFB) "o Q !•�
DmaED e. s.PATTERSON io/zz/1e 1 --- le Safe Routes to School
wsoiiSPEND ar. 9 PATiERN 1t 22 to -` •„%/If
Cedar Ave. & SR116
CHEMED e E NUZM a 2�Ia Pedestrian - Bicycle Improvements
PACE ENC: R.PATTERSON 1t/2P/IB - .�`..''•I
OKI OAR Acvsa �I Morks Preliminary Design (-10%) wPI
SR 116 and Cedar Avenue Pedestrian Improvements EXHIBIT B
County Road Project 182057
M.P.0.03 to M.P.0.42 Cedar Ave. DATE:10-23-2019
JEFFERSON COUNTY PUBLIC WORKS VERS 3
COST ESTIMATE
PRELIMINARY ENGINEERING SURVEYING
LICENSED SURVEY 2 MAN ESTIMATED ROUND TRIPS
TASKS SURVEYOR TECH FIELD CREW HOURS/
$105.00 $85.00 $176.00 DOLLARS
Per Hour Per Hour Per Hour
ADMINISTRATION AND COORDINATION
MEETINGS WITH AGENCY STAFF 2 0 0 2.00 1.00
MONTHLY PROGRESS REPORTS/INVOICE PREPARATION 0 0 0 0.00 0.00
TRAVEL TIME[1 R.T.trip x 1.5 hrs./R.T.=1.5 hrs.] 1.5 0 0 1.50
SUB-TOTAL ADMINISTRATION AND COORDINATION HOURS 3.50 0.00 0.00 3.50 1.00
DOLLARS $367.50 $0.00 $0.00 $367.50
TASK 1-EXISTING CONDITIONS TOPOGRAPHIC BASE MAP
COORDINATE TASK 1 WORK WITH AGENCY 1 0 0 1.00 0.00
REVIEW OF SCOPE OF WORK,PRELIMINARY PROJECT PLAN 1 0 0 1.00 0.00
CALCULATIONS FOR DETERMINING EXISTING ROAD RIGHT OF WAY AND EXISTING EASEMENT POSITIONS 14 0 0 14.00 0.00
ESTABLISH HORIZONTAL AND VERTICAL CONTROL AT PROJECT SITE 0 0 4 4.00 1.00
TOPOGRAPHIC MAPPING 0 0 40 40.00 5.00
CEDAR AVE.FROM SR 116 TO HAYDEN STREET(APPROX.2240')
MULTI-USE PATH ALIGNMENT FROM CEDAR AVE.TO THE CHIMACUM CREEK PRIMARY SCHOOL(APPROX.400')
JEFFERSON COUNTY REGIONAL LIBRARY(APPROX.140')
SR 116/CHIMACUM CREEK DRIVE/CHIMACUM CREEK PRIMARY SCHOOL ENTRANCE INTERSECTION(APPROX.450')
SET 4 LOCAL CONTROL POINTS/ELEVATION BENCH MARKS FOR FUTURE CONSTRUCTION STAKING. 0 0 4 4.00 0.00
PROCESSING OF COLLECTED TOPOGRAPHIC SURVEY DATA 5 0 0 5.00 0.00
PREPARATION OF THE TOPOGRAPHIC BASE MAP 0 22 0 22.00 0.00
SUBMIT 90%TOPGRAPHIC BASE MAP TO JCPW 0 2 0 2.00 0.00
REVISIONS TOPGRAPHIC BASE MAP PER JCPW COMMENTS 0 4 0 4.00 0.00
SUBMIT 100%TOPGRAPHIC BASE MAP TO JCPW 0 1 0 1.00 0.00
SUB-TOTAL TASK 1 EXISTING CONDITIONS TOPOGRAPHIC BASE MAP HOURS 21.00 29.00 48.00 98.00 6.00
DOLLARS $2,205.00 $2,465.00 $8,448.00 $13,118.00
SR 116 and Cedar Avenue Pedestrian Improvements EXHIBIT B
County Road Project 182057
M.P.0.03 to M.P.0.42 Cedar Ave. DATE:10-23-2019
JEFFERSON COUNTY PUBLIC WORKS VERS 3
COST ESTIMATE
PRELIMINARY ENGINEERING SURVEYING
LICENSED SURVEY 2 MAN ESTIMATED _ ROUND TRIPS
TASKS SURVEYOR TECH FIELD CREW HOURS/
$105.00 $85.00 $176.00 DOLLARS
Per Hour Per Hour Per Hour
TASK 2-DETERMINE EXISTING ROAD RIGHT OF WAY and EXISTING EASEMENTS
COORDINATE TASK 2 WORK WITH AGENCY 1 0 0 1.00 0.00
REVIEW PROJECT RELATED DEEDS,R.O.S.,SECTION SUBDIVISIONS,ROAD PLANS FOR ROAD RIGHT OF WAY DETERMI 20 0 0 20.00 0.00
FIELD MEASUREMENT OF SUBDIVISIONAL AND PLAT MONUMENTS FOR ROAD RIGHT OF WAY DETERMINATION 0 0 16 16.00 2.00
FIELD STAKING OF ROAD RIGHT OF WAY CL 0.5 0 12 12.50 2.00
DRAFTING OF ROAD RIGHT OF WAY AND EASEMENTS ON THE TOPOGRAPHIC BASE PLAN 0.5 12 0 12.50 0.00
SUB-TOTAL TASK 2 DETERMINE EXISTING ROAD RIGHT OF WAY AND EXISTING EASEMENTS HOURS 22.00 12.00 28.00 62.00 4.00
•
DOLLARS $2,310.00 $1,020.00 $4,928.00 $8,258.00
HOURS 46.50 41.00 76.00 163.50 11.00
SUBTOTAL $4,882.50 $3,485.00 $13,376.00 $21,743.50
DIRECT NON-SALARY COST:
a. Mileage Survey Vehicle: 11 Round Trips x 56 miles R/T x.58/mile=$357.28 $357.28
b. Reproduction $0.00
c. Materials: Stakes,Spikes,Etc. $0.00
NOTE: 1 way trip=0.75 hour,1 round trip=1.5 hours per man
NOTE: 1 way trip=28 miles,1 round trip=56 miles Sub-Total $357.28
Sub-Total $22,100.78
Contingency
1.8% $399.22
Total $22,500.00
SR 116 and CEDAR AVENUE PEDESTRIAN IMPROVEMENTS PRELIMINARY ENGINEERING PHASE
County Project Number 1802057 ESTIMATED SCHEDULE OF PRELIMINARY SURVEYING TASKS
TASKS DAYS 2019 2020
Sept. Oct. Nov. Dec. Jan.
PRELIMINARY ENGINEERING SURVEYING
Agreement Negotiation &JC Execution
Notice to Proceed
Research, review deeds, R.O.S., Section Subdivisions, Road plans
for R/W determination 2.5
Calculations for determining existing road R/W& easement —
positions 2
Field establish Horz. &Vert. control at site 1 •
Field measurement of subdivisional and plat monuments for
existing road right of way determination 1
Field topographic mapping 3.5 min
Field control point/B.M. setting 0.5 ism
Preparation of topographic base map with existing road right of -
way 1.5
Field staking of existing road right of way CL 1 11111